Fencing Tenders

Fencing Tenders

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For Construction Of Solar Powered Irrigation Project, Construction Of Reinforced Concrete Tanks And Installation Of Pipelines For Upper Masaba Sip The National Irrigation Administration – Regional Office Ix Bac, Through The Cy 2025 National Expenditure Program (nep) For General Appropriation Act (gaa) 2025 Fund, Invites Contractors To Submit Bids For The Following Contract: Contract Reference No. : Niar9-epa-sip2025-015 (infra) Project Name : Upper Masaba Sip Contract Location : Quiniput, Zamboanga City Scope Of Works : Construction Of Solar Powered Irrigation Project, Construction Of Reinforced Concrete Tanks And Installation Of Pipelines For Upper Masaba Sip Approved Budget For The Contract (abc) : Php 9,894,609.41 Contract Duration : 168 Calendar Days Amount Of Bidding Documents : Php 10,000.00 The Nia – Ro9 Bac Is Conducting An Early Procurement Activity (epa) On Public Bidding For This Contract In Accordance With Republic Act 9184, Otherwise Known As The “government Procurement Reform Act” And Its Revised Implementing Rules And Regulations (rirr). To Be Eligible To Bid For The Above-stated Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation; (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To Abc. Interested Bidders Are Required To Submit Two (2) Valid Ids Of The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc. Updated Company Profile Shall Also Be Submitted And Presented To The Nia-r9 Bac Secretariat Upon Purchased Of The Bidding Documents. Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 Dated July 30, 2013. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion In The Eligibility Check, Preliminary Evaluation Of Bids, Post Qualification, And Award. The Significant Times And Deadlines Of Procurement Activities Are Shown Below: Issuance Of Bidding Documents : December 21, 2024 – January 20, 2025 At 8:30 Am Pre-bid Conference : January 8, 2025 At 9:00 Am Submission Of Bids : January 20, 2025 At 8:30 Am Opening Of Bids : January 20, 2025 At 9:00 Am Interested Bidders May Obtain Further Information From Nia – Ro9 Bac And Inspect The Bidding Documents At The Address Given Below Starting December 21, 2024 – January 20, 2025. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Prescribed In The Above-mentioned List Of Projects. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. The Nia – Ro9 Bac Will Hold A Pre-bid Conference On 08 January 2025 At 9:00 Am At Conference Room, National Irrigation Administration – Regional Office Ix, Regional Center, Balintawak, Pagadian City, Which Shall Be Open To All Interested Parties. Bids Must Be Duly Received By The Bac Secretariat Thru Manual Submission At The Office Address As Indicated Below On Or Before 20 January 2025 At 08:30 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Clause 18.1. Bids Will Be Opened In The Presence Of The Bidder’s Authorized Managing Officer Or Authorized Liaison Officer Of Interested Parties At The Address Below. The Nia – Ro9 Bac Additional Guidelines Is The Conduct Of Site Inspection To Be Scheduled During Pre-bid Conference. • The Certificate Of Site Inspection Shall Be Issued And Signed By The Nia R9 Authorized Representative After The Activity, Which Shall Be Required To Include In The Bid Tender (technical Component). Prospective Bidders Shall Submit Their Sealed Envelopes Together With The Duly Accomplished Forms As Provided In The Bd’s On Or Before The Deadline Of Dropping Of The Bid Documents At The Nia – Ro9 Bac By The Authorized Managing Officer (amo) Or Authorized Liaison Officer Indicated In The Submitted Company Profile/crc Of The Parties. The Liaison Officer Shall Submit A Letter From The Amo Authorizing Her/him To Drop Their Bid, Attend The Bidding Process And Also Submit A Copy Of Company I.d. For Verification. No Special Power Of Attorney (spa) Shall Be Allowed. The Procuring Entity Shall Not Be Held Responsible Of Any And All Bid Documents/proposals Losses. All Interested Contractors/bidders Must Inform The Bac Chairperson Thru Its Secretariat Of Their Documents Submitted In Any Means Provided Above Before The Date Of The Bid Opening To Avoid Late Submission. The Nia – Ro9 Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. Pursuant To Nia Memorandum Circular No. 119 S. 2020, Subject: Policy On Utilization Of Videoconferencing, Webcasting Or Similar Technology In The Conduct Of Public Procurement Activities, Procurement Proceedings For The Above Mention Contracts Will Be Held Through Face-to-face Meeting In Combination With Video Conferencing Using Google Meet Thru The Links: Pre-bidding Conference : Https://meet.google.com/hev-uxfp-utg Opening Of Bids : Https://meet.google.com/bkn-midq-rvv 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Completed For The Past Five (5) Years. • Irrigation And Flood Control With Experience In Solar Powered Pumps To Be Eligible To Bid For The Contract, Bidders Must Have Done A Single Largest Completed Contract (slcc) Containing A Category Of Work Which Is The Same As Or Similar To The Major Category Of Works, And Who’s Total Slcc Cost Is At Least 50% Of The Approved Budget For The Contract (abc) To Be Bid. The Above Slcc Must Be Supported By A Copy Of The Contract, Certificate Of Completion, And Owner’s Certificate Of Final Acceptance (1-year After The Issuance Of The Certificate Of Completion) Issued By The Project Owner Other Than The Contractor Or A Final Rating Of At Least Satisfactory In The Constructors Performance Evaluation System (cpes). In Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Interested Bidders Shall Have At Least Or Any Equivalent To Pcab Size Range “small B” Category: C & D (per Pcab Board Resolution No. 201, Series Of 2017) 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel Relevant Experience General Experience Number Project Engineer 5 Years Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 5 Years 1 Office Engineer 3 Years Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 3 Years 1 Materials Engineer 1 3 Years Shall Be An Accredited Material Engineer Of Dpwh. Shall Render Service To The Project As Required. 3 Years 1 Foreman 5 Years Experienced In Irrigation Structures. Shall Render Fulltime Service To The Project Until Completion. 5 Years 1 Safety & Health Officer (so2) 3 Years Shall Have At Least 3 Years’ Experience In Construction Industry. Completed Cosh Training And Shall Render Fulltime Service To The Project Until Completion. 3 Years 1 Geodetic Engineer 3 Years Licensed Geodetic Engineer. Shall Render Service To The Project As Required. 3 Years 1 Electrical Engineer 3 Years A Licensed Electrical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 3 Years 1 Mechanical Engineer 3 Years A Licensed Mechanical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 3 Years 1 The Contractor May Assign Other Support Personnel From Those Listed For The Optimal Performance Of The Project Construction Team. The Support Personnel Shall Undertake The Required Day-to-day Site Or Office-related Activities Of The Contractor. Full Time Services Mean, The Personnel Involved Shall Render Minimum Of Eight (8) Hours A Day Or Forty (40) Hour A Week And Shall Be Available Upon Request Of The Procuring Entity. 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 1 Generator Set 15kva 1 Welding Machine 300a 1 Dumptruck 6 Cu.m 1 Concrete Mixer 1 – Bagger 1 Butt Fusion Machine Up To 6” Diameter 1 Survey Instrument 1 Set Initial Equipment Requirement Upon Mobilization: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 1 Dumptruck 6 Cu.m 1 Survey Instrument 1 Set The Proof Of Ownership Of Equipment Requirements Are Copies Of Current Lto Official Receipt (or) And Certificate Of Registration (cr) Of The Equipment Which Should Be Attached Together With The Affidavit Of Ownership. In Case Of Leased Equipment, A Lease Contract And Affidavit Of Commitment Or Certificate Of Availability Of Equipment Should Be Submitted With The Lessor/owner As The Pledger Of The Equipment, Stating Therein That The Equipment Will Be Available For The Whole Duration Of The Project. For Purchase Agreement, The Description Of The Equipment To Be Purchased Such As Brand/model, Type Of Equipment, Motor No., Body No. And The Capacity Must Be Indicated In The Document, Otherwise, The Bac Will Not Honor The Purchase Agreement And The Bidder Will Be Declared As Non-complying. Likewise, List Of Contractor’s Major Equipment Units Pledged To Be Used For The Project Must Be Supported By Proof Of Ownership If It Is Owned, Lease Agreement If It Is Being Leased And Purchase Agreement If To Be Purchased. A Certification Of Availability Of Equipment For The Duration Of The Project Must Also Be Provided By The Equipment Owner And/or Lessor/vendor. The Bidder Should Also Specify In The Submitted Bid The Location Of The Equipment Where It Can Be Inspected. If Any Piece Of Equipment Is Not In The Specified Location, Then The Bidder Shall Be Post-disqualified. Item No. Description Qty Unit I Temporary Works & Mobilization/demobilization Mobilization/demobilization 1.00 Ls Temporary Facilities 1.00 Ls Project Billboard 1.00 Ls Ii Construction Safety & Health 1.00 Ls Iii Construction Of Solar Pump Irrigation System Well Drilling, Development And Testing W/ 6" Casing (until Good Aquifer Is Reached.) 1.00 Lot Solar Module Mounting Structure 1.00 Lot Solar Power Controller Housing (4x2 Meters) 1.00 Lot Perimeter Fence 1.00 Lot Delivery And Installation Of Lightning Arrester 1.00 Lot Pv Modules-solar Panels 600 Watts (please See Attached Plans.) 1.00 Lot 5hp Hybrid Ac/dc Submersible Water Pump Power: 5.5hp/4000w Voltage (ac): 85v-280v Voltage (dc): 80v-550v Max. Flow: 19m³/h Max. Head: 135m Outlet: 2" Body Diameter: 3 3/4" 1.00 Lot Hybrid Dc/ac Controller (11kw) 1.00 Lot Delivery & Installattion Of Cabling & Accessories For Solar Pump System 1.00 Lot Cctv Security System 1.00 Lot Construction Of Reinforced Concrete Tank Common Excavation (manual) 91.14 Cu.m 3000 Psi Concrete 66.87 Cu.m Rsb (cutting, Bending & Placing Of Rebars) 5,969.76 Kg Rc Tank Accessories (gate Valve, Pipes, Etc) 3.00 Ls Common Backfill (manual) 118.47 Cu.m Installation Of Water Distribution Pipe W/ Appurtenant Structures Common Excavation (manual) 266.64 Cu.m 4" Ø Hdpe Pipe Sdr 11 (w/ Free Delivery, Connectors& Fittings) 590.00 Ln.m 3" Ø Hdpe Pipe Sdr 11 (w/ Free Delivery, Connectors& Fittings) 570.00 Ln.m Air Release Valve Installation With Accessories 3.00 Ls Water Top Stand 4.00 Set Common Backfill (manual) 134.23 Cu.m
Closing Date20 Jan 2025
Tender AmountPHP 9.8 Million (USD 168.9 K)

DEPARTMENT OF EDUCATION SCHOOLS DIVISION OF EASTERN SAMAR Tender

Education And Training Services
Philippines
Details: Description Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 8- Support Service Area: Daily Living Skills) 1. The Deped Schools Division Of Eastern Samar, Through The General Appropriation Act Of 2024 Intends To Apply The Sum Of ₱ 75,464.18 Being The Abc To Payments Under The Contract For Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 8- Support Service Area: Daily Living Skills) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Deped Schools Division Of Eastern Samar Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Prospective Bidders May Obtain Further Information From Deped Schools Division Office Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below During Monday-friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 500.00. It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped Schools Division Of Eastern Samar Will Hold A Pre-bid Conference On January 13, 2025, 10:00am At The Bac Office, Deped Schools Division Of Eastern Samar Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 27, 2025, 9:00am Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 27, 2025, 10:00am At The Given Address Below Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Only The Proprietor Or Authorized Representative May Be Allowed To Purchase Bidding Documents. Letter Of Intent (loi), Special Power Of Attorney (spa) (for Authorized Representative), And Drl (document Request List From Philgeps) Are Required Upon Purchase. 11. The Deped Schools Division Of Eastern Samar Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Items, Specifications, Quantity Of Delivery, And Abc: Storage Organizer, Megabox Plastic Drawer 5 Layers Dimensions: L=34.3c, W=41.5cm, H=104cm Wt. 5.5kg Item Code: Mg164-5 1 Unit Wooden Bookshelf, Fineline Bamboo Storage Shelf 100*50*25cm 1 Piece Dressing Mirror, Full-length Mirror 121x31cm Floor Standing Or Wall Type 1 Piece Dish Towels, Made Of Premium Cotton Material For Durable And Long-lasting Use. Durable With Excellent Cleaning Performance. 35x35x0.2cm/13.8x13.8x0.1inch, 6 Pcs/set 1 Pcs./set Cabinets, 22cm Gap Cabinet Drawer-type Storage Cabinets, Plastic 3 Pieces Sink, 3mm Thickness, 40x40cm, Stainless Steel 1 Piece Soap Dish, Soap Dish Case Plastic Holder Box, Acrylic 2 Pieces Detergent, Laundry Powder Detergent 630g 1 Set Hand Soap, Anti-bacterial With Skin Protection Liquid Hand Soap (250 Ml) Dermatologically Tested, Helps Reduce Bacteria Accumulation By 99.9% 1 Piece Pots, European High Scoup Pot High Quality, Stainless Steel, 24c/26cm, Height 17.5cm, Thick And Durable 3 Pieces Pans, Glory Shop Korean Non-stick Frying Pan, Diameter:26cm, Depth: 5cm, Non-stick, Dishwasher Safe, 2.0mm Frying Pan Thickness 3 Pieces Toilet Paper Holder, Pozzi Nami Toilet Paper Holder, Finish: Glossy, Material: Zinc 1 Piece Dipper, Material:plastic, Handle Length: 12cm, Diameter: 14.5cm, Depth:11 Cm 1 Piece Pail, Supported Weight: 0.2kg, Materials: Polypropylene 1 Piece Toilet Bowl, Application: Floor Mount, Finish:glossy, Material: Vitreous China; Size: 725x370x775mm, Tank Fittings:standard, Seat Cover: Regular Seat & Cover, Liters Per Flush: 3&6 Liters, Flushing Sysem: Wash Down, Shape:round 1 Piece Trash Can, Height: 42cm, Length:22cm, Width: 22 Cm, Capacity:11 Liters 2 Piece Toothbrush, Colgate 360 Advanced Toothbrush Twin Pack, Innovative Cheek And Tongue Cleaner Design, 4-zone Bacteria Removing Action, Advanced Multi-action Bristle Design 2 Packs Hairbrush, Fashion Detangling Hair Brush, Suitable For All Types Of Hair 2 Piece Comb, Joy Fashion Anti-static Handy Hair Comb, Size: 14.5cmx3.5cm 2 Piece Toothpaste, Unique Toothpaste Doublemint Advanced Oral Care 150 Ml 2 Piece Plastic Tumbler, 12 Oz Clear Jollibee Style Drinking Tumbler Plastic Drinking Cup, Size 7*14cm 12 Pieces Razor, Gillette Daisy Plus 2 Bladed Women's Disposable Razor 6 Piece Nail Clipper, Groovy Extra-large Chrome Nail Clipper With Inner File/nail Cutter, Material: Chrome, Length:9.5cm, Weight:51 Grams 2 Pieces Nail File, Omg Zebra Nail Care File, For Smoothing And Shaping The Edges Of Nails, Lightweight And Made With Quality Materials 3 Pieces Deodorant, Nivea Extra Whitening Deo Roll, 25ml, 48-hour Anti-perspirant Protection 1 Piece Face Towel, Linen N' Things Face Towel, 30x30cm 3 Pieces Feminine Napkin, Charmee Sanitary Napkin All-flow With Wings Sulit Pack 20's, With Micro Dimple Cover And Quick Absorbing Plus Leak Control Channels 2 Packs Dust Catcher With Broom, 1 Set Of Plastic Broom With Dust Pan 1 Piece Feather Duster, Washable Anti-static Duster With Soft Microfiber For Cleaning, Flexible Head, Material: Pp+microfiber, Length:56cm/22.05inch, Weight:180 Grams 1 Piece Wash Rags, Ogmy Kitchen Dish Wash Towel,16x27cm, Material;microfiber 5 Pieces Floor Mop, 3m Scotch Brite Wide Cotton Mop, Material Cotton And Polyester With Coated Steel Handle 1 Piece Garbage Can, Square Trash Bin 15 Liters, Swing Type Cover, Dimension: 24x25x41cm 1 Piece Sponge, 3m Scotch Brite Wide Heavy Duty Scrub Sponge, Material: High-quality Nylon Polyester Web 2 Pieces Spray Bottle, Plastic Pet 500 Ml Trigger Sprayer Bottle, Round Nozzle 2 Pieces Table Napkins, White Table Napkins, 6x6/7x7,or 8x8 5 Pieces Placemat, Anti-slip, Woven, Rectangular Design Placmat, Material: Pvc 6 Pieces Plates, Happy Go Round Porcelain Dinner Plate (set Of 6), Dish Washer Safe, Size: 6-10 Inches, Material:high Grade Porcelain, Microwave, Diswahser And Oven Safe 1 Set Drinking Glasses, Delisoga Clear Drinking Water Glasses (6pcs/set), Material: Lead Free Glass, Volume Capacity: 360ml, Size: 23*15*14cm, Packing: 6 Pcs/1 Set 1 Set Pitcher, Orocan Oval Pitcher, Dimesions: 22cmx18cm, Swivel Flip, Capacity: 2 Liters 1 Piece Bowls, Smart Kitchen Salad Bowl,material:porcelain, Color: White, Weight: 415 Grams, Size: 8 Inch Diameter, Dishwasher Safe 2 Pieces Water Pail, 5-gallon White/cream Pail 1 Piece Laundry Bar Soap, Perla Hypoallergenic Laundry Soap Cut Bar, 110g, Original White Variant: With Natural Coconut Oil Ingredients 12 Pieces Clothesline, 3/5 Meter Non-slip Clothesline, Supported Weight:3kg, With Special Grids/fence-like Design, Retractable 2 Pieces Clothes Pins, 20 Pcs Plastic Clothespins (20 Pcs/pack), Material: Plastic, Size: Approx. 5 Cm 2 Packs Wash Basin, Round Wash Basin, Supported Weight: 0.3kg, Non-toxic, Durable Plastic, Dimensions: 26.6x26.6x10cm, Material: Polyethylene Terepthalate (pet) 1 Piece Laundry Bag, Size: 61x92cm, 5 Pcs/set Included: 1 Pc 30*40cm + 1 Pc 40*50cm + 1 Pc 50*60cm + 1 Pc 15*16cm Bra Bag + 1 Pc 22*33cm Cylindrical Bag 1 Set Ironing Board, 36" Wooden Ironing Board With Metal Stand, Adjustable Height 1 Piece Flat Iron, Hanabishi Flat Iron, Soleplate Type: Coated Non-stick, Iron Features, Temperature Control, Weight: 1.1kg, Input Voltage: 220v, Dimensions: 235x112x108 1 Piece Hangers, 12 Pcs Flat Hanger, Material: Durable Plastic, Length:36cm, Supported Weight: 0.5kg, Color: Black, Dimensions: Lwh 36x10x17 1 Pack Socks, Shoeper (plain And Colored Casual Ankle Socks), Clothing Material:cotton, Pattern:solid Color 2 Pairs Dress, Short Sleeved Dress, Dress Length: Knee Length 1 Piece Slippers, Unisex Slippers,material: Good Rubber Material 2 Pairs Bed Frame, Single Bedframe, Width:36 Inches, Length:75 Inches 1 Unit Mattress, Uratex Foam Mattress, With Washable Cotton Cover, Dimension (30x75) 5 Piece Pillows, Star Market High Quality Comfortable Plain White, Soft Pillow, Size:18x28 Inches 10 Pieces Bed Sheets, Socone 3in1 Us Cotton Single Bedsheet Set, Material: Cotton+polyester, Packaging Content: 2 Pcs Pillow Case, 1 Pc Fitted Sheet, Single Size:36"*75"+7.8", Pillow Case Sice: 18'*28", Garterized Corners 10 Sets Alarm Clock, 4 Inch Simple Nordic Silent Pointer Desktop Round Alarm Clock, Weight 257g, Size: 12*11.5*6cm/4.72*4.53*2.36", Metal, With Night Light, Uses Two Aa Batteries 1 Piece Washing Machine, Width: 93cm Height: 99cm Length: 53cm Gross Weight: 29kg Washing Machine Type: Twin Tub Net Weight: 24.5kg Washing Capacity: 11kg Drying Capacity: 7.5kg Bigger Wash Capacity With Hydrodynamic Wave Pulsator Bigger Spin Capacity Durable Rust Proof Body Safety Spin Lid With Overflow Filter Big Knobs Drag Type Lint Filter Durable Plastic Material Gear Drive System Long Pulsator Rotation Color: White Body & Aquamarine Lid Type A -2 Flat Prong Plug 2 Piece Abc = 75,464.18
Closing Date28 Jan 2025
Tender AmountPHP 75.4 K (USD 1.2 K)

Municipality Of Upi, Maguindanao Tender

Machinery and Tools
Philippines
Details: Description Item No. Quantity Unit Item Description Lot A. Supply Of Labor B.5 1 2.01 Person/hour Construction Foreman 2 2.01 Person/hour Skilled Labor 3 4.02 Person/hour Unskilled Labor B.7(2) 1 36.00 Person/hour A. Certified Safety Engineer 2 144.00 Person/hour B. Health Personnel B.8(1) 1 5,472.00 Person/hour A. Traffic Controller 102(1) 1 23.00 Person/hour Construction Foreman 2 69.00 Person/hour Unskilled Labor 103(1)a 1 4.80 Person/hour Construction Foreman 2 14.40 Person/hour Unskilled Labor 104(2)a 1 27.66 Person/hour Construction Foreman 2 55.33 Person/hour Unskilled Labor 105(1)a 1 24.17 Person/hour Construction Foreman 2 48.33 Person/hour Unskilled Labor 200(1) 1 145.00 Person/hour Construction Foreman 2 290.00 Person/hour Unskilled Labor 311(1)c1 1 103.57 Person/hour Construction Foreman 2 414.29 Person/hour Skilled Labor 3 1,242.86 Person/hour Unskilled Labor 404(1)a 1 0.35 Person/hour Construction Foreman 2 0.70 Person/hour Skilled Labor 3 2.80 Person/hour Unskilled Labor 405 (1)b3 1 15.00 Person/hour Construction Foreman 2 60.00 Person/hour Skilled Laborer 3 120.00 Person/hour Unskilled Laborer Installation & Removal Of Formwork/falseworks 1 60.00 Person/hour Skilled Laborer 2 120.00 Person/hour Unskilled Laborer 500(1)a3 1 4.56 Person/hour Construction Foreman 2 9.12 Person/hour Skilled Labor 3 18.24 Person/hour Unskilled Labor 500(1)a1 1 7.04 Person/hour Construction Foreman 2 14.08 Person/hour Skilled Labor 3 28.16 Person/hour Unskilled Labor 612(1) 1 17.40 Person/hour Construction Foreman 2 34.80 Person/hour Skilled Labor 3 104.40 Person/hour Unskilled Labor 612(2) 1 8.70 Person/hour Construction Foreman 2 17.40 Person/hour Skilled Labor 3 52.20 Person/hour Unskilled Labor Lot B. Equipment Rental A.1.2 (4) 1 3.80 Unit/month A. Pick-up, 4 X 2, 2.5l Diesel Engine (brand New) B.8(1) 1 60.80 Unit/hour Two-way Radio (w/lifespan Consideration Of 2 Years) 2 334.40 Unit/hour Barricade Flasher Light (3 Volt, Battery Operated,amber Color,w/ Lifespan Consideration Of 6 Month) B.9 1 16.00 Unit/hour Mobilization/demobilization (1% Of Direct Cost Of Civil Works) 2 8.00 Unit/hour Payloader 3 8.00 Unit/hour Backhoe 4 8.00 Unit/hour Backhoe W/ Breaker 5 8.00 Unit/hour Truck Mounted Crane 2 6 8.00 Unit/hour Motorized Road Grader 7 8.00 Unit/hour Vibratory Roller 8 8.00 Unit/hour Water Truck/pump 9 32.00 Unit/hour Transit Mixer 10 8.00 Unit/hour Concrete Batch Plant 11 8.00 Unit/hour Jackhammer 12 8.00 Unit/hour Cargo/service Truck 1 102(1) 1 46.00 Unit/hour Dump Truck , All Models 2 23.00 Unit/hour Backhoe ( 0.80m3/1.04 Yd3 3 2.30 Unit/hour Payloader ( 1.5 M3/1.95 Yd3) 4 Minor Tools (10% Of Labor Cost) 103(1)a 1 9.60 Unit/hour Dump Truck (12 Yd3) 2 4.80 Unit/hour Backhoe ( 0.80 M3.1.04 Yd3) 3 Minor Tools (10% Of Labor Cost) 104(2)a 1 27.66 Unit/hour Motorized Road Grader 2 27.66 Unit/hour Vibratory Roller ( 10 Mt) 3 6.92 Unit/hour Water Truck/pump ( 16000 L) 105(1)a 1 24.17 Unit/hour Motorized Road Grader 2 24.17 Unit/hour Vibratory Roller ( 10 Mt) 3 6.04 Unit/hour Water Truck/pump ( 16000l) 200(1) 1 145.00 Unit/hour Motorized Road Grader 2 145.00 Unit/hour Vibratory Roller ( 10 Mt) 3 36.25 Unit/hour Water Truck/pump ( 16000 L) 311(1)c1 1 414.29 Unit/hour Transit Mixer 2 207.14 Unit/hour Concrete Vibrator 3 103.57 Unit/hour Concrete Batch Plant 4 103.57 Unit/hour Payloader 5 103.57 Unit/hour Concrete Screeder 6 103.57 Unit/hour Water Truck/pump 7 103.57 Unit/hour Concrete Saw 8 10.36 Unit/hour Bar Cutter 9 10.36 Unit/hour Sealer, Joint (machine) 10 Minor Tools (5% Of Labor) 404(1)a 1 0.05 Unit/hour A. Cargo Truck (9 - 10 T) 2 0.18 Unit/hour B. Bar Cutter 3 0.18 Unit/hour C. Bar Bender 405 (1)b3 1 15.00 Unit/hour One Bagger Mixer ( 4-6ft3/min 2 15.00 Unit/hour Concrete Vibrator 3 1.50 Unit/hour Water Truck/pump ( 16000 L) 500(1)a3 1 2.32 Unit/hour A. Backhoe (0.80 Cu.m.) 2 2.32 Unit/hour B. Plate Compactor (5 Hp) 3 Minor Tools (10% Of Labor Cost) 500(1)a1 1 3.52 Unit/hour A. Backhoe (0.80 Cu.m.) 2 3.52 Unit/hour B. Plate Compactor (5 Hp) 3 Minor Tools (10% Of Labor Cost) 612(1) 1 17.40 Unit/hour Cargo/service Truck 1 2 17.40 Unit/hour Applicator Machine 3 17.40 Unit/hour Kneading Machine 4 Minor Tools (10% Of Labor Cost) 612(2) 1 8.70 Unit/hour Cargo/service Truck 1 2 8.70 Unit/hour Applicator Machine 3 8.70 Unit/hour Kneading Machine 4 - Minor Tools (10% Of Labor Cost) Lot C. Supply & Delivery Of Construction Materials A.1.1 (8) 1 3.80 Mo. A. Rental Of Field Office B.3 1 13,252.00 Cu.m. A. Mineral Tax (provincial Tax Ordinance) 2 1.00 Lot B. Excise Tax (provincial Tax Ordinance) 4% Mineral Tax B.5 1 96.00 Sq.ft A. Tarpaulin ( 4'x 8') 2 378.00 Bd.ft B. Lumber ( Coco) 3 9.00 Pcs. C. Marine Plywood( 1/4'' X 4'x 8') 4 3.78 Kg D. Asst. Cwn 5 192.00 Sq.ft E. Tarpaulin ( 8'x 8') B.7(2) 1 1,309.00 Man-day A. Safety Helmet 2 678.00 Man-day B. Safety Shoes 3 1,309.00 Man-day C. Safety Vest 4 1,309.00 Man-day D. Working Gloves 5 632.00 Man-day E. Rubber Boots 6 120.00 Man-day F. Dusk Mask 7 120.00 Man-day G. Rain Coat B.8(1) 1 7.60 Each A. Speed Restriction (r4-1) 2 7.60 Each B. Road Work Ahead (t1-1) 3 7.60 Each C. End Roadwork (t2-16) 4 7.60 Each D. End Speed Restriction (r4-2) 5 7.60 Each E. Lane Status (t2-6-1) 6 7.60 Each F. Workmen Ahead (t1-5) 7 7.60 Each G. Prepare To Stop (t1-18) 8 3.80 Each H. Temporary Hazard Marker (chevron, T5-5) 9 68.40 Each I. Plastic Safety Barriers 10 68.40 Each J. Construction Safety Fence 11 15.20 Each K. Temporary Bollards (@5 Meters Apart) 12 7.60 Man-day L. Safety Vest 13 7.60 Man-day M. Hard Hat 14 7.60 Man-day N. Safety Shoes 104(2)a 1 1,729.01 Cu.m. Common Borrow (w/ 25% Shrinkage Factor) 200(1) 1 8,337.50 Cu.m. Aggregate Subbase Course (w/ 15% Shrinkage Factor) 311(1)c1 1 3,117.50 Kg Reinforcing Steel Bars Deformed Grade 40 2 2,102.50 L Curing Compound 3 870.00 L Asphalt Sealant 4 3,335.00 M Steel Forms 23 Cm Width 5 917.13 Cu.m. Fine Aggregate 6 1,667.50 Cu.m. Gravel G2-1/2 7 15,877.50 Bag Portland Cement (40 Kgs./bag With Advanced Mineral Additives, Conforming To Both Astm C595 And Pns 063) 8 1.09 Pc Concrete Saw (diamond Blade 14''dia) 9 51.48 M Pipe Sleeve, 2'' Dia. 10 63.08 L Grease/tar 404(1)a 1 1.32 Kgs A. Tie Wire (2% Of Rsb) 2 66.15 Kgs B. Reinforcing Steel Bars Grade 40, With 5% Wastage 405 (1)b3 1 525.00 Bd.ft. Lumber Good 2 8.40 Pc. Plywood Marine 1/2" X 4' X 8' (0.0125m X 1.2m X 2.44m) 3 21.00 Kg. Common Nails Assorted 4 199.50 Bag Portland Cement (40 Kgs./bag With Advanced Mineral Additives, Conforming To Both Astm C595 And Pns 063) 5 10.50 Cu.m. Fine Aggregate 6 21.00 Cu.m. Gravel G2-1/2 500(1)a3 1 8.64 Bag Portland Cement (40 Kgs./bag With Advanced Mineral Additives, Conforming To Both Astm C595 And Pns 063) 2 0.49 Cu.m. Fine Aggregate 3 8.00 Pc Reinforced Concrete Pipe Class Iv Dia 36"(910mm) 4 1.02 Cu.m. Fine Aggregate 500(1)a1 1 12.38 Bag Portland Cement (40 Kgs./bag With Advanced Mineral Additives, Conforming To Both Astm C595 And Pns 063) 2 0.70 Cu.m. Fine Aggregate 3 16.00 Pc Reinforced Concrete Pipe Class Iv Dia 24"(610mm) 1.41 Cu.m. Fine Aggregate 1 612(1) 2 141.38 Bag A. Thermoplastic (white) 3 14.36 Bag B. Glass Beads 4 52.20 L C. Primer 5 1.74 Cyl D. Lpg (50kg) 6 0.87 Cyl E. Lpg (12 Kg) 7 54.38 Kg F. Calsumine 8 - - Miscellaneous (5% Of Materials Cost) 612(2) 1 70.69 Bag A. Thermoplastic (white) 2 7.18 Bag B. Glass Beads 3 26.10 L C. Primer 4 0.87 Cyl D. Lpg (50kg) 5 0.44 Cyl E. Lpg (12 Kg) 6 27.19 Kg F. Calsumine Miscellaneous (5% Of Materials Cost) During The Post Qualification The Twg Has The Right To Ask A Purchase Order Incase The Item Is Not Available
Closing Date4 Feb 2025
Tender AmountPHP 24.1 Million (USD 412.6 K)

Rizal Medical Center Tender

Housekeeping Services
Philippines
Details: Description Bids And Awards Committee Request For Quotation Rfq No. 2025-001 The Rizal Medical Center (rizal Med) Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Suppliers Or Distributors Registered With The Philippine Government Electronic Procurement System (philgeps), To Submit Their Quotation On The Project Listed Below, Subject To The General Conditions Stated Herein, And Submit Not Later Than January 20, 2025. Name Of Project: Procurement Of One (1) Lot Pest Control Services For Cy 2025 Mode Of Procurement: Negotiated Procurement Sec. 53.9 – Small Value Procurement Approved Budget For The Contract: Two Hundred Twenty Eight Thousand Pesos (php228,000.00) Terms Of Reference Pest Control Services 2025 I. Objective To Provide Pest Control Services To Rizal Medical Center For The Cy 2025 Ii. Approved Budget For The Contract The Approved Budget For The Contract Is Two Hundred Twenty-eight Thousand Pesos (php228,000.00). Iii. Scope Of Work The Service Provider Shall Provide The Following Pest Control Services For A Period Of One Year (12 Months) To Rizal Med Premises: I. Crawling And Flying Insect Control Frequency • Thermal Fogging Monthly • Misting Monthly • Residual Spraying Monthly • Trapping/baiting As Needed • Spraying And Misting Of Surrounding Quarterly Ii. Rodent Control • Baiting As Needed • Trapping As Needed Iii. Termite Control • Soil Poisoning Once A Year • Residual Spraying Quarterly • Chemical Dusting Quarterly • Termites Mound Examination/ Demolition Quarterly Iv.animal Control • Controlling According To Local Regulations Of Cats, Dogs, Etc. As Needed • Technical And Professional Services The Service Provider Shall Provide The Following Technical Methods And Professional Services For The Effective Pest Control Program Of Rizal Med Premises: A. For Crawling And Flying Insects Control  Thermal Fogging – It Is An Aerial Surface Disinfection Method Which Provides Access To Hard-to-reach Areas And Simultaneously Disinfects Walls And The Atmosphere. It Is An Effective Smoke Odor Removal Procedure Because It Recreates The Fire Related Properties Of Heat And Pressurization.  Misting – Use Of Misting Machines Inside The Offices Which Disperse Minute Droplets Of Insecticide Solution In An Aerosol Range To Attain Minimum Penetration Of Hard To Reach Or Inaccessible Area To Control Mosquitoes And Other Flying Insect O Use Of Foaming/chalk And Gel Bait Inside The Ward And Other Specialty Wards (or, Er, Ob-er, Dr, Rr, Icu, Picu, Nicu, Imcu And Cancer Wards), Will Be In Accordance With The Specification Of Its Toxicologist And Enterologist, Chemicals Used Should Be Approved By The Food And Drug Authority (fda).  Residual Spraying – This Shall Be Done To Facilitate Direct Extermination Of Insects In Places And Areas Where Insects Congregate, Crawl And Hide, Including Cracks And Crevices. It Will Be Applied To Areas Where Fogging Treatment Is Not Available.  Trapping/baiting – Use Of Cage Traps, Glue Board, Snap And Other Mechanical Devices To Augment The Baiting Technique, Installation Of Bait Stations In Hidden Places And Strategic Location Where Crawling Insects Usually Search For Food, Roam Around And Congregate. B. For Rodent Control Regular Treatment By Bait Laying Of Anticoagulant Preparations In Areas Used As Passageway And Harborages Of Rats And Mice, Based On A System Of Permanent/semi-permanent Bait Stations. These Rodenticides Provide Good Control Without Presenting Any Hazard To Products Or Personnel. However, If The Degree Of Infestations Should Ever Warrant It, Acute Bait/chronic Rodenticides Will Be Used, But Only After Close Consultation With Rizal Med And Under The Strict Supervision Of The Engineering And Facilities Management Section. Supplementary Control Methods Such As Mechanical Traps And Sticky Boards, Plugging Or Sealing Off Of Holes That May Serve As Entry Points Will Also Be Employed If The Situation So Warrants. C. For Termite Control 1. Soil Poisoning This Service Shall Be The Application Of Termiticidal Chemicals Along The Perimeter Of Rizal Med. The Service Provider Shall Create A Continuous Chemical Barrier Making It Impossible For Termite To Enter And Destroy The Wooden Structures Of The Buildings Through The Following: A. Drilling Holes 30 Centimeters Apart At The Concrete Perimeter Fence Of The Compound Using An Electric Rotto Hammer Drill, Then Injecting Termiticidal Chemicals, Using A Modern Pressurized Soil Rudder Injector. B. Direct Injection Of Termiticidal Chemicals Along The Concrete And/or Soil Perimeter Of The Building Of The Compound 30 Centimeters Apart Using The Same Procedure And Equipment In 1(a). C. Drilled Holes After Treatment Shall Be Restored To Its Original Appearance Through The Use Of Concrete Mix/cement. 2. Residual Spraying This Shall Be Done To Facilitate Direct Extermination Of Termites On Infested Parts Of The Building. Uninfected Areas Shall Also Be Treated To Provide Adequate Protection. 3. Chemical Dusting The Service Refers To The Application Of Anti-termite Powder To All Joints, Ends, Crevices, Baseboards And Cabinets. Emphasis Of Treatment Shall Be On The Wooden Structures Of The Building. 4. Termites Mound Extermination All Termites’ Mounds Found Within The Rizal Med Building Compound Shall Be Excavated And Exterminate The Queen And Workers Since These Are Infesting The Wooden Structures Of The Building. Terms And Conditions 1. The Service Provider Shall Warrant That The Services To Be Rendered Will Effectively Exterminate All Pests, Insects And Rodents Without The Visible Presence And Disturbing Odor Of Smoke And Fumes. Should Rizal Med Find The Services To Be Ineffective As Evidenced By The Continuous Presence Of Termites, Cockroaches, Mice And Other Common House Pests And Insects, Rizal Med Reserves The Right To Terminate The Contract. In Such Case, The Rizal Med Shall Not Be Obliged To Pay The Service Provider For The Services Rendered. 2. The Service Provider Shall Warrant That All Preparations And Formulations, Including The Use Thereof, Will Be In Accordance With The Specification Of Its Toxicologist And Enterologist, Pyrethroid Insecticides That Are Biodegradable In Nature And Only Chemicals Certified By The Proper Government Authorities As Safe Shall Be Used. 3. The Service Provider Shall Render Pest Control Treatment To The Nutrition And Dietetics Department Twice A Month. 4. The Service Provider Shall Agree That Only Honed, Skilled And Well-trained With Training Certificates Personnel/technicians Will Be Assigned To The Rizal Med Premises To Ensure The Proper Treatment And Application Of Chemicals. 5. The Service Provider Shall Assign A Sufficient Work Force With Proper Personal Protective Equipment (ppe) And Sufficient To Carry Out Or Implement The Service. Assigned Staff Shall Wear Proper Uniform And Identification Card While Within The Rizal Med Premises. 6. The Service Provider Shall Agree That The Required Services Shall Be Conducted From 4:00 Pm – Onwards And Weekends, As May Be Determined By The Rizal Med, In Order Not To Disrupt The Working Schedule Of Rizal Med Personnel. 7. The Service Provider Shall Provide On-call Service In Between Schedule Without Additional Cost To Rizal Med, Including Performing Immediate Special Or Additional Service Should There Be A Sudden Outbreak Of Infestation At The Rizal Medical Center Premises At No Cost To Rizal Med. 8. A Quality Control Supervisor Affiliated With The Service Provider Shall Visit The Rizal Med Premises Quarterly Or Whatever Necessary To Undertake The Following: A. Coordination With Rizal Med Authorized Representative In Evaluating The Effectiveness Of The Pest Control Treatment. B. Serve As Pest Control Consultant By Recommending Ways And Means To Control Infestation. C. Provide Orientation On The Pest Control Management, Handling And Application Of Chemicals To Concerned Rizal Med Personnel. 9. A Penalty Of One-tenth Of 1% (.001) Of The Total Value Of The Undelivered Goods/services Shall Be Charged As Liquidated Damage For Every Day Of Delay Of The Delivery Of The Service. A. Payment Shall Be Done Within Sixty (60) Days Upon Receipt Of The Statement Of Account/billing Invoice, With Complete Supplementary Documents On A Monthly Basis. 10. The Service Provider Must Submit An Accurate Monthly Assessment Report. 11. The Service Provider Shall Cover The Following Areas: Administrative Building 1 Office Of The Medical Center Chief And Board Room 2 Office Of The Chief Of Medical Professional Staff 3 Professional Education, Training, And Research Unit 4 Office Of The Chief Administrative Officer (hopss) 5 Office Of The Chief Administrative Officer (finance) 6 Ent Office (former Chief Training Office) 7 Office Of The Chief Nurse 8 Heart Station 9 Integrated Management Information System Section 10 Quality Improvement, Infection Prevention Control, And Patient Safety Unit 11 Blood Bank 12 Cash Operations Section 13 Billing And Claims Section 14 Admitting And Information Section 15 Security Unit (in-house) Dormitory Building (old) 1 Dormitory 2 Budget Section 3 Accounting Section 4 Coa Auditor’s Office 5 Legal Unit 6 Wound Care Center Office 7 Public Health Unit 8 Planning & Management Unit 9 Hrm/ Psb – Shrpsb Office Other Areas 1 Nutrition And Dietetics Department (weekly) 2 Engineering And Facilities Management Section 3 Powerhouse 4 Housekeeping, Linen & Laundry 5 Materials Management Section 6 Tb Dots 7 New Dormitory 8 Solid And Infectious Waste Storage / All Public Comfort Rooms 9 Chapel 10 Central Supply And Sterilization 11 Health Information Management Department 12 New Er Extension 13 Human Resource Management Section 14 Procurement Section 15 Medical Social Work Department 16 Udds Office 17 Other New Office And Establishments Out Patient Department Complex First Floor 1 Department Of Otorhinolaryngology Head And Neck Surgery 2 Surgery Clinic 3 Opd Central Registration Section 4 Minor Or 5 Opd Laboratory & Drug Testing 6 Pharmacy & Consignment 7 Department Of Radiology And Imaging Science 8 Department Of Physical Medicine And Rehabilitation 9 Pharmacy Department 10 Stone Center Second Floor 1 Social Service (opd & Pasig City Constituents) 2 Dental Department 3 Opd Head 4 Health & Wellness Clinic 5 Cashier 6 Mental Hygiene 7 Pediatric Clinic 8 Medicine Clinic 9 Opd Registration 10 Department Of Obstetrics And Gynecology/ Ultrasound 11 Employees Health Service 12 Neuro Science Third Floor 1 Department Of Opthalmology 2 Family And Community Medicine Department 3 Department Of Dermatology 4 Opd Philhealth ` Diagnostic Center 1 Main Laboratory 2 Nuclear Medicine 3 Molecular Imaging & Radionuclide Therapy Unit/cobalt 4 Department Of Physical Medicine And Rehabilitation 5 Blood Bank 6 Molecular Laboratory 7 Linear Accelerator (linac) Main Building A & B Basement 1 Health Emergency Management Service/er Head Office 2 Emergency Room 3 Dialysis Unit 4 Pharmacy Satellite 5 Er Triage 6 Er Waiting Area 7 Brachy Therapy Treatment 8 Breast Clinic 9 Mammography Section 10 Toxicology First Floor 1 Ob Main 2 Ob Er 3 Delivery Room And Labor Room 4 Neonatal Intensive Care Unit (nicu) 5 Ob Covid 6 Radiation Oncology Unit 7 Milk Bank 8 Netr Office Second Floor 1 Surgery Ward (1) 2 Operating Room 3 Department Of Anesthesiology 4 Recovery Room 5 Intensive Care Unit (icu) 6 Hemodialysis (stock Room) 7 Catheterization Laboratory 8 Surgical Intensive Care Unit (sicu) 9 Social Service Office 10 Food Hall Third Floor 1 Surgery Ii 2 Pedia I 3 Pediatric Intensive Care Unit (picu) 4 Pedia Ii 5 Department Of Pediatrics 6 Department Of General Surgery 7 Social Service Office Fourth Floor 1 Medicine Ward 2 Philhealth Ward 3 Medicine Department Office 4 Imcu 5 Institutional Review Board 6 Pulmonary/ Respiratory Unit 7 Office Of The Rotator’s Manager Fifth Floor 1 Ob Annex 2 Pantry I. General Requirements: 1. Original Signed Price Quotation 2. Certified True Copy Of The Following: A) Philgeps Certificate/registration No. B) Mayor’s/business Permit 3. Duly Notarized Omnibus Sworn Statement Together With Original Notarized Secretary’s Certificate Or Original Special Power Of Attorney 4. Documentary Requirements Must Be Submitted To The Bac Secretariat Not Later Than The Deadline. Ii. General Conditions: • All Quotations Shall Be Considered Fixed Price, And Not Subject To Price Escalation During Contract Implementation. • Supplier/contractor/ Service Provider Is Entitled To One (1) Quotation Only; Otherwise All Quotations Made Shall Automatically Be Rejected. Iii. Terms Of Payment • Payment Shall Be Based On Actual Deliveries Made By The Supplier/contractor/ Service Provider. • The Terms Of Payment Shall Not Be Later Than Sixty (60) Days After Submission Of Sales Invoice And Complete Supporting Documents By The Supplier/contractor. • Pursuant To Circular Letter No. 2013-16 Of Department Of Budget And Management Dated December 23, 2013, The Supplier/contractor Is Encouraged To Open An Account With The Land Bank Of The Philippines (lbp), The Government Servicing Bank Of The Procuring Entity, To Facilitate Settlement Of Account Payables Due To The Supplier/contractor. All Charges Incurred For Payment Through Bank Transfer With Other Banks Shall Be For The Account Of The Supplier/contractor. Iv. Delivery Term • Delivery Term Shall Be One (1) Year (12 Months) Upon Receipt Of A Notice To Proceed. For Further Inquiries, You May Contact The Bac Secretariat At Mobile No. 0917 104-6556. The Quotation And Requirements Must Be Submitted/delivered To The Following Address: Edwin E. Alcazar, Llb,mgm Head, Bac Secretariat Rizal Medical Center Pasig Blvd., Pasig City 1600 Mobile No. 0917 104-6556 The Rizal Med Reserves The Right To Reject Any Or All Quotations/bids, To Waive Any Minor Defects Therein, To Annul The Bidding Process, To Reject All Quotations/bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder(s), And To Accept Only The Offer That Is Most Advantageous To The Government. The Rizal Med Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Quotation/bid. Very Truly Yours, (sgd.)santiago G. Cabangon, Cpa, Mba Chairperson, Bids And Awards Committee
Closing Date20 Jan 2025
Tender AmountPHP 228 K (USD 3.8 K)

Municipality Of Irosin, Sorsogon Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Supply & Delivery Of One(1) Unit High Volume Low Speed Industrial Ceiling Fan(big Ass) 1. The Local Government Unit Of Irosin, Through The General Fund(capital Outlay) Intends To Apply The Sum Of Five Hundred Thousand Pesos (p 500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply & Delivery Of One(1) Unit High Volume Low Speed Industrial Ceiling Fan(big Ass), Good-07-2024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Supply & Delivery Of One(1) Unit High Volume Low Speed Industrial Ceiling Fan)big Ass) Brief Description: One Unit High Volume Low Speed Industrial Ceiling Fan(big Ass): Diameter:24 Feet(7.3 Meters)/voltage: 230v/3 Phase/motor Rpm: 60/motor Size: 2hp(1.5kw)/material: Aluminum/stainless Steel/fan Weight: 116kg/air Volume: 200-300cfm/airfoils: 8 Patented Powerfoils,8 Patent Pending/air Fences/sealed Gearbox And Industrial Motor/machine-cut Hub System/redundant Safety Features/variable Speed Operation With Controller With Delivery And Installation Works/5 Year Warranty Approved Budget For The Contract : P 500,000.00 Contract Duration : 30 Calendar Days Delivery Period : 7 Calendar Days After The Issuance Of Notice To Proceed Source Of Fund : General Fund(capital Outlay) 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Seven(7) Calendar Days. Bidders Should Have Completed For The Last Two(2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent(60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025-february 10, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (p 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Not Hold A Pre-bid Conference. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 10, 2025, 1:59 Pm At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 10, 2025, 2:00 Pm At The Given Address Below Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Lorenzo G. Ubalde Municipal Administrator Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Publication: January 31, 2025 _____________________ Noel D. Mercado Ii Bac Chairman ```u Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Supply & Delivery Of One(1) Unit Large Industrial Fan For Lgu-irosin, With Project Identification Number Good-07-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website. The Procurement Project (referred To Herein As “project”) Is Composed Of 1 Lot Large Industrial Ceiling Fan, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below General Fund(capital Outlay) In The Amount Of Five Hundred Thousand Pesos (p 500,000.00). 2.2. The Source Of Funding Is: General Fund(capital Outlay) 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A.foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or B. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No. 9184, The Bidder Shall Have An Slcc That Is At Least One(1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must At Least Equivalent To: A. For The Procurement Of Expandable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent (25%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.2 Subcontracting Is Not Allowed During The Bidding. 7.3 Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.4 Subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The 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 Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Not Hold A Pre-bid Conference For This Project. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii( Checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicted In Itb Clause 5.3 Should Have Completed Within The Last Two(2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostile Convention, Only The Translated Documents Shall Be Authenticated Through The Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii( Checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification From Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 3184. 12. Bid Prices 12.1 Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A.for Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw(ex-works,ex-factory,ex-warehouse,ex-showroom, Or Off The Shelf, As Applicable); Ii. The Cost Of All Custom Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other(incidental) Services, If Any, Listed In The Bds. 13. Bid And Payment Currencies 14.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Adopted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreigh 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. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 14. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1 The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii(technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Option 1- One Project Having Several Items That Shall Be Awarded As One Contract. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply & Delivery Of One(1) Unit High Volume Low Speed Industrial Ceiling Fan(big Ass) Brief Description: One Unit High Volume Low Speed Industrial Ceiling Fan(big Ass): Diameter:24 Feet(7.3 Meters)/voltage: 230v/3 Phase/motor Rpm: 60/motor Size: 2hp(1.5kw)/material: Aluminum/stainless Steel/fan Weight: 116kg/air Volume: 200-300cfm/airfoils: 8 Patented Powerfoils,8 Patent Pending/air Fences/sealed Gearbox And Industrial Motor/machine-cut Hub System/redundant Safety Features/variable Speed Operation With Controller With Delivery And Installation Works/5 Year Warranty B. Completed Within The Last Two(2) Years From The Date Of The Submission Of Bids 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 12 The Price Of Goods Shall Be Quoted Ddp Lgu-irosin, Irosin, Sorsogon. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.3 One(1) Unit High Volume Low Speed Industrial Ceiling Fan(big Ass) One Unit High Volume Low Speed Industrial Ceiling Fan(big Ass): Diameter:24 Feet(7.3 Meters)/voltage: 230v/3 Phase/motor Rpm: 60/motor Size: 2hp(1.5kw)/material: Aluminum/stainless Steel/fan Weight: 116kg/air Volume: 200-300cfm/airfoils: 8 Patented Powerfoils,8 Patent Pending/air Fences/sealed Gearbox And Industrial Motor/machine-cut Hub System/redundant Safety Features/variable Speed Operation With Controller With Delivery And Installation Works/5 Year Warranty 20.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: None General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract(scc). 2. Advance Payment 2.1 Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2 The Procuring Entity Is Allowed To Determine The Terms Of The Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 4. Inspection And Tests The Procuring Entity Or Its Representatives Shall Have The Right To Inspect And/or The Test The Goods To Confirm Their Conformity To The Project. In Addition To Tests In The Scc, 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 Identify Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 7.1. In Order To Assure The Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 7.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines] “the Delivery Terms Applicable To This Contract Are Delivered [indicate Place Of Destination]. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Wilson G. Baliwas. 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. F. No Additional Incidental Service Requirements. 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. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: 1. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And 2. In The Event Of Termination Of Production Of The Spare Parts: I. Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii. Following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Costs Thereof Are Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of Twelve(12) Months. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within Twelve(12) Months Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property 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. 2.2 Partial Payment Is Not Applicable. 4 The Inspections And Tests That Will Be Conducted Are: Inspection Of The High Volume Low Speed Industrial Ceiling Fan If It Follows The Technical Specification Set By The End-user Unit. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months Remarks Indicate Here Any Other Appropriate Information As May Be Necessary. Signature Over Printed Name Position Department/division Section Vii. Technical Specifications Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] Technical Specifications Technical Specifications Item / Service Maximum Quantity Technical Specifications / Scope Of Work Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution.] Checklist Of Technical And Financial Documents Standard Form Number: Sf-good-06 Revised On: May 24, 2004 A. The Eligibility & Technical Envelope Shall Contain The Following: I. Technical Component Envelope Class “a” Documents Legal Documents • Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; • Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives • Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located • Tax Clearance Per Executive Order No. 398 Series Of 2005 Showing The Current Assets And Current Liabilities Of The Taxpayer • Tax Clearance For Collection Purposes Technical Documents • Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid. The Statement Shall Include: (a) Name Of The Contract (b) Date Of The Contract (c) Kinds Of Goods (d) Amount Of Contract And Value Of Outstanding Contracts (e) Date Of Delivery (f) End-user’s Acceptance Of Official Receipts Issued For The Contract • Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; • Audited Financial Statements, Showing Among Others, The Total And Current Assets And Liabilities, Stamped “received By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Tan Two(2) Years From The Date Of Bid Submission • The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents • If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. B. Technical Requirements Consist Of The Following:: • Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration. Bid Security Should Be In The Form Of: O Cash Issued By A Commercial Or Universal Bank – 2% O Bank Draft/guarantee Issued By A Commercial Or Universal Bank – 2% O Bid Securing Declaration • Technical Specification • Production/delivery Schedule • Manpower Requirements • After-sales Service/parts, If Applicable • Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Checklist Of Financial Envelope Requirements For Bidders Ii.financial Component Envelope The Financial Component Shall Contain The Following: • Original Of Duly Signed And Accomplished Financial Bid Form; • Original Of Duly Signed And Accomplished Price Schedule(s). • Recurring And Maintenance Costs, If Applicable Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (c) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (d) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.   Omnibus Sworn Statement(revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g. Duly Notarized Secretary’s Certificate, Board/partnership Resolution Or Special Power Of Attorney, Whichever Is Applicable]; 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 And 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: The Owner Or Sole Proprietor Is 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) Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquiring Or Securing 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 Of 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 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2025 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. ______ To: [insert Name And Address Of Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two(2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen(15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1(f) Of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am Declared Ineligible Or Post Disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2025 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2025 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2025. Bid Form For The Procurement Of Goods (shall Be Submitted With The Bid) Bid Form Date: _____________________________ Project Identification No.: _____________ To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin 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, (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties), Which Are Itemized Herein Or In The Price Schedules. If Our Bid Is Accepted, We Undertake: A.to Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents(pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Specified In The Pbds And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period. 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/conform That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of (name Of The Bidder) As Evidenced By The Attached (state The Written Authority). We Acknowledge That Failure To Sugn Each And Every Page Of This Bid Form, Including, The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Goods(revised) __________________________________________________________________________ This Agreement, Made The _________ Day Of _______________, ________ Between [name And Address Of Procuring Entity] Of The Philippines (hereinafter Called The“entity”) Of The One Part And [name Of Supplier] (hereinafter Called The “supplier”) Of The Other Part. Whereas, The Entity Invited Bids For Certain Goods And Ancillary Services, Particularly (brief Description Of Goods And Services) And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of (contract Price In Words And Figures In Specified Currency) (hereinafter Called The “contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: I. Philippine Bidding Documents(pbds) I. Schedule Of Requirements; Ii.technical Specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins, If Any Ii. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Supplier: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Bill Of Quantities Item No. Item Quantity Unit Unit Price Total Price Prepared By: ______________ Proprietor
Closing Date10 Feb 2025
Tender AmountPHP 500 K (USD 8.6 K)

Department Of National Defence Tender

Others
Canada
Description: File Number: W8476-256986/a Notice Of Proposed Procurement The Department Of National Defence Has A Requirement For The Items Detailed Below. The Delivery Is Requested At 25cfsd Montreal And 7cfsd Edmonton By March 4th , 2025. Item 1, Gsin: 5325, Nsn: 5325 33 205 9306 Ring, Retaining P/n Requested: 2004780 Nscm/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 2, Gsin: 5325, Nsn: 5325 33 205 9306 Ring, Retaining P/n Requested: 2004780 Nscm/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 3, Gsin: 5360, Nsn: 5360 33 202 1304 Spring, Helical, Extension P/n Requested: 2007800 Nscm/cage / Cof/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 4, Gsin: 5360, Nsn: 5360 33 202 1304 Spring, Helical, Extension P/n Requested: 2007800 Nscm/cage / Cof/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 5, Gsin: 5330, Nsn: 5330 12 175 2642 Seal Plain P/n Requested: Babsl60x80x7/7,5-72nbr/902 Nscm/cage / Cof/cage: D2480 Quantity: 15 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 6, Gsin: 5330, Nsn: 5330 12 175 2642 Seal Plain P/n Requested: Babsl60x80x7/7,5-72nbr/902 Nscm/cage / Cof/cage: D2480 Quantity: 15 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 7, Gsin: 3110, Nsn: 3110 12 164 8047 Bearing, Roller, Tapered P/n Requested: 32009-xa Nscm/cage / Cof/cage: D2456 Quantity: 20 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 8, Gsin: 3110, Nsn: 3110 12 164 8047 Bearing, Roller, Tapered P/n Requested: 32009-xa Nscm/cage / Cof/cage: D2456 Quantity: 20 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 9, Gsin: 2530, Nsn: 2530 99 780 7800 Steering Wheel P/n Requested: 294745-003 Nscm/cage / Cof/cage: U1607 Quantity: 2 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 10, Gsin: 2530, Nsn: 2530 99 780 7800 Steering Wheel P/n Requested: 294745-003 Nscm/cage / Cof/cage: U1607 Quantity: 2 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 11, Gsin: 4730, Nsn: 4730 12 395 7588 Elbow, Tube P/n Requested: Wee10lromdcf Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 12, Gsin: 4730, Nsn: 4730 12 395 7588 Elbow, Tube P/n Requested: Wee10lromdcf Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 13, Gsin: 4730, Nsn: 4730 33 107 9371 Adapter, Straight, Tube To Boss P/n Requested: 4730700014 Nscm/cage / Cof/cage: 0125b Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 14, Gsin: 4730, Nsn: 4730 33 107 9371 Adapter, Straight, Tube To Boss P/n Requested: 4730700014 Nscm/cage / Cof/cage: 0125b Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 15, Gsin: 5330, Nsn: 5330 33 218 0038 Gasket P/n Requested: 4065545 Nscm/cage / Cof/cage: 0848b Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 16, Gsin: 5330, Nsn: 5330 33 218 0038 Gasket P/n Requested: 4065545 Nscm/cage / Cof/cage: 0848b Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 17, Gsin: 4730, Nsn: 4730 12 363 3125 Reducer, Tube P/n Requested: Red12/06zla3c Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 18, Gsin: 4730, Nsn: 4730 12 363 3125 Reducer, Tube P/n Requested: Red12/06zla3c Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 19, Gsin: 5330, Nsn: 5330 15 121 0511 Packing, Preformed P/n Requested: 5-612 N674-70 Nscm/cage / Cof/cage: A3958 Quantity: 25 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 20, Gsin: 5330, Nsn: 5330 15 121 0511 Packing, Preformed P/n Requested: 5-612 N674-70 Nscm/cage / Cof/cage: A3958 Quantity: 25 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 21, Gsin: 4730, Nsn: 4730 12 397 0740 Adapter, Straight, Tube To Boss P/n Requested: Ge12lr1/4cfx Nscm/cage / Cof/cage: D8134 Quantity: 12 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 22, Gsin: 4730, Nsn: 4730 12 397 0740 Adapter, Straight, Tube To Boss P/n Requested: Ge12lr1/4cfx Nscm/cage / Cof/cage: D8134 Quantity: 12 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 23, Gsin: 4820, Nsn: 4820 15 201 5924 Valve, Regulating, Fluid Pressure P/n Requested: Vcf35c B Viton Nscm/cage / Cof/cage: A4752 Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 24, Gsin: 4820, Nsn: 4820 15 201 5924 Valve, Regulating, Fluid Pressure P/n Requested: Vcf35c B Viton Nscm/cage / Cof/cage: A4752 Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 25, Gsin: 5930, Nsn: 5930 14 585 6465 Pedal Switch (foot) P/n Requested: Xpem110 Nscm/cage / Cof/cage: Fas02 Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 26, Gsin: 5930, Nsn: 5930 14 585 6465 Pedal Switch (foot) P/n Requested: Xpem110 Nscm/cage / Cof/cage: Fas02 Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 27, Gsin: 5930, Nsn: 5930 33 218 9773 Switch Thermostatic P/n Requested: 36030 Nscm/cage / Cof/cage: 1971b Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 28, Gsin: 5930, Nsn: 5930 33 218 9773 Switch Thermostatic P/n Requested: 36030 Nscm/cage / Cof/cage: 1971b Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 29, Gsin: 5820, Nsn: 5820 37 545 1937 Control-converter P/n Requested: Ddr-30g-24 Nscm/cage / Cof/cage: S8116 Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 30, Gsin: 5820, Nsn: 5820 37 545 1937 Control-converter P/n Requested: Ddr-30g-24 Nscm/cage / Cof/cage: S8116 Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 31, Gsin: 5920, Nsn: 5920 33 219 4072 Fuse Holder Extractor Post P/n Requested: P.616 Nscm/cage / Cof/cage: 8816b Quantity: 2 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 32, Gsin: 5920, Nsn: 5920 33 219 4072 Fuse Holder Extractor Post P/n Requested: P.616 Nscm/cage / Cof/cage: 8816b Quantity: 2 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 33, Gsin: 1680, Nsn: 1680 01 669 8259 Lever, Control P/n Requested: 1007185 Nscm/cage / Cof/cage: 7k7f9 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 34, Gsin: 1680, Nsn: 1680 01 669 8259 Lever, Control P/n Requested: 1007185 Nscm/cage / Cof/cage: 7k7f9 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 35, Gsin: 4730, Nsn: 4730 33 205 3376 Fitting, Lubrification P/n Requested: 2009319 Nscm/cage / Cof/cage: 0848b Quantity: 25 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 36, Gsin: 4730, Nsn: 4730 33 205 3376 Fitting, Lubrification P/n Requested: 2009319 Nscm/cage / Cof/cage: 0848b Quantity: 25 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 37, Gsin: 5306, Nsn: 5306 33 217 5746 Bolt, Internal Wrenching P/n Requested: 412396 16 Nscm/cage / Cof/cage: 551bb Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 38, Gsin: 5306, Nsn: 5306 33 217 5746 Bolt, Internal Wrenching P/n Requested: 412396 16 Nscm/cage / Cof/cage: 551bb Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 39, Gsin: 5325, Nsn: 5325 33 205 9306 Pin, Cotter P/n Requested: 0602254 Nscm/cage / Cof/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 40, Gsin: 5325, Nsn: 5325 33 205 9306 Pin, Cotter P/n Requested: 0602254 Nscm/cage / Cof/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 41, Gsin: 5305, Nsn: 5305 12 370 7996 Setscrew P/n Requested: Iso4026-m10x40-45h Nscm/cage / Cof/cage: I9008 Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 42, Gsin: 5305, Nsn: 5305 12 370 7996 Setscrew P/n Requested: Iso4026-m10x40-45h Nscm/cage / Cof/cage: I9008 Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 43, Gsin: 5310, Nsn: 5310 12 188 6493 Nut, Plain, Castellated, Hexagon P/n Requested: Din979-m24x1,5-05-znphrf Nscm/cage / Cof/cage: D8286 Quantity: 40 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 44, Gsin: 5310, Nsn: 5310 12 188 6493 Nut, Plain, Castellated, Hexagon P/n Requested: Din979-m24x1,5-05-znphrf Nscm/cage / Cof/cage: D8286 Quantity: 40 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 45, Gsin: 2530, Nsn: 2530 33 000 0734 Cap, Grease P/n Requested: 3499 Nscm/cage / Cof/cage: 1974b Quantity: 20 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 46, Gsin: 2530, Nsn: 2530 33 000 0734 Cap, Grease P/n Requested: 3499 Nscm/cage / Cof/cage: 1974b Quantity: 20 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 47, Gsin: 5310, Nsn: 5310 33 205 6966 Washer, Finishing P/n Requested: 0201969 Nscm/cage / Cof/cage: 0848b Quantity: 40 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 48, Gsin: 5310, Nsn: 5310 33 205 6966 Washer, Finishing P/n Requested: 0201969 Nscm/cage / Cof/cage: 0848b Quantity: 40 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 49, Gsin: 3120, Nsn: 3120 12 177 8991 Bearing, Washer, Thrust P/n Requested: Paw32p10 Nscm/cage / Cof/cage: D4871 Quantity: 20 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 50, Gsin: 3120, Nsn: 3120 12 177 8991 Bearing, Washer, Thrust P/n Requested: Paw32p10 Nscm/cage / Cof/cage: D4871 Quantity: 20 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 51, Gsin: 4320, Nsn: 4320 14 547 1429 Governor, Pump, Pressure Regulating P/n Requested: Olsa40152b0001 Nscm/cage / Cof/cage: F1606 Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 52, Gsin: 4320, Nsn: 4320 14 547 1429 Governor, Pump, Pressure Regulating P/n Requested: Olsa40152b0001 Nscm/cage / Cof/cage: F1606 Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 53, Gsin: 4730, Nsn: 4730 12 130 6681 Tee, Tube P/n Requested: T6l Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 54, Gsin: 4730, Nsn: 4730 12 130 6681 Tee, Tube P/n Requested: T6l Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 55, Gsin: 4730, Nsn: 4730 12 185 2661 Tee Tube P/n Requested: Evl6l0md Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 56, Gsin: 4730, Nsn: 4730 12 185 2661 Tee Tube P/n Requested: Evl6l0md Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 57, Gsin: 4730, Nsn: 4730 12 375 7616 Adapter, Straight, Tube To Boss P/n Requested: Ge10lredomdcf Nscm/cage / Cof/cage: D8134 Quantity: 25 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 58, Gsin: 4730, Nsn: 4730 12 375 7616 Adapter, Straight, Tube To Boss P/n Requested: Ge10lredomdcf Nscm/cage / Cof/cage: D8134 Quantity: 25 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 59, Gsin: 4730, Nsn: 4730 12 383 8749 Adapter, Straight, Tube To Boss P/n Requested: Ge06lredomdcf Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 60, Gsin: 4730, Nsn: 4730 12 383 8749 Adapter, Straight, Tube To Boss P/n Requested: Ge06lredomdcf Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 61, Gsin: 4730, Nsn: 4730 01 692 0371 Tee, Tube P/n Requested: Wh10lromdcf Nscm/cage / Cof/cage: 30780 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 62, Gsin: 4730, Nsn: 4730 01 692 0371 Tee, Tube P/n Requested: Wh10lromdcf Nscm/cage / Cof/cage: 30780 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 63, Gsin: 4730, Nsn: 4730 14 446 4289 Adapter, Straight, Tube To Boss P/n Requested: Ri1x1/2 Nscm/cage / Cof/cage: F0271 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 64, Gsin: 4730, Nsn: 4730 14 446 4289 Adapter, Straight, Tube To Boss P/n Requested: Ri1x1/2 Nscm/cage / Cof/cage: F0271 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 65, Gsin: 4730, Nsn: 4730 12 131 3965 Nipple, Tube P/n Requested: G10l Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 66, Gsin: 4730, Nsn: 4730 12 131 3965 Nipple, Tube P/n Requested: G10l Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 67, Gsin: 4730, Nsn: 4730 12 143 0160 Elbow Tube P/n Requested: Wsv15l Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 68, Gsin: 4730, Nsn: 4730 12 143 0160 Elbow Tube P/n Requested: Wsv15l Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 69, Gsin: 4730, Nsn: 4730 01 556 0240 Union, Tube P/n Requested: Sv10lomdcf Nscm/cage / Cof/cage: 30780 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 70, Gsin: 4730, Nsn: 4730 01 556 0240 Union, Tube P/n Requested: Sv10lomdcf Nscm/cage / Cof/cage: 30780 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 71, Gsin: 4730, Nsn: 4730 12 383 0939 Adapter, Straight, Tube To Boss P/n Requested: Sv12lomdcf Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 72, Gsin: 4730, Nsn: 4730 12 383 0939 Adapter, Straight, Tube To Boss P/n Requested: Sv12lomdcf Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 73, Gsin: 4730, Nsn: 4730 12 182 3200 Adapter, Straight, Tube To Boss P/n Requested: Evge12lred Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 74, Gsin: 4730, Nsn: 4730 12 182 3200 Adapter, Straight, Tube To Boss P/n Requested: Evge12lred Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 75, Gsin: 4730, Nsn: 4730 12 371 3068 Elbow, Tube P/n Requested: Ew12lomdcf Nscm/cage / Cof/cage: D8134 Quantity: 12 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 76, Gsin: 4730, Nsn: 4730 12 371 3068 Elbow, Tube P/n Requested: Ew12lomdcf Nscm/cage / Cof/cage: D8134 Quantity: 12 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 77, Gsin: 4730, Nsn: 4730 14 566 4961 Adapter, Straight, Tube To Boss P/n Requested: Ege10lredcf Nscm/cage / Cof/cage: Faqb2 Quantity: 12 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 78, Gsin: 4730, Nsn: 4730 14 566 4961 Adapter, Straight, Tube To Boss P/n Requested: Ege10lredcf Nscm/cage / Cof/cage: Faqb2 Quantity: 12 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 79, Gsin: 4730, Nsn: 4730 14 563 7624 Coupling Tube P/n Requested: Gz12lcf Nscm/cage / Cof/cage: C5018 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 80, Gsin: 4730, Nsn: 4730 14 563 7624 Coupling Tube P/n Requested: Gz12lcf Nscm/cage / Cof/cage: C5018 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 81, Gsin: 4730, Nsn: 4730 14 553 1150 Adapter, Straight, Tube To Boss P/n Requested: Ge12lr1-2edomdcf Nscm/cage / Cof/cage: Faqb2 Quantity: 12 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 82, Gsin: 4730, Nsn: 4730 14 553 1150 Adapter, Straight, Tube To Boss P/n Requested: Ge12lr1-2edomdcf Nscm/cage / Cof/cage: Faqb2 Quantity: 12 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 83, Gsin: 4730, Nsn: 4730 12 145 5655 Adapter, Straight, Tube To Boss P/n Requested: Ri3/4x3/8 Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 84, Gsin: 4730, Nsn: 4730 12 145 5655 Adapter, Straight, Tube To Boss P/n Requested: Ri3/4x3/8 Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 85, Gsin: 4730, Nsn: 4730 12 145 4376 Nipple, Tube P/n Requested: Sv6l Nscm/cage / Cof/cage: D8134 Quantity: 12 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 86, Gsin: 4730, Nsn: 4730 12 145 4376 Nipple, Tube P/n Requested: Sv6l Nscm/cage / Cof/cage: D8134 Quantity: 12 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 87, Gsin: 4730, Nsn: 4730 12 375 7584 Tee, Tube P/n Requested: T10lcfx Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 88, Gsin: 4730, Nsn: 4730 12 375 7584 Tee, Tube P/n Requested: T10lcfx Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 89, Gsin: 4310, Nsn: 4310 33 211 7744 Diaphragm, Pump, Special Shaped P/n Requested: 4008308 Nscm/cage / Cof/cage: 0848b Quantity: 3 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 90, Gsin: 4310, Nsn: 4310 33 211 7744 Diaphragm, Pump, Special Shaped P/n Requested: 4008308 Nscm/cage / Cof/cage: 0848b Quantity: 3 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 91, Gsin: 5930, Nsn: 5930 12 374 3592 Switch, Pressure P/n Requested: Pk6522 Nscm/cage / Cof/cage: C2241 Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 92, Gsin: 5930, Nsn: 5930 12 374 3592 Switch, Pressure P/n Requested: Pk6522 Nscm/cage / Cof/cage: C2241 Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 93, Gsin: 6350, Nsn: 6350 12 408 3672 Horn, Signal P/n Requested: 3al002952-811 Nscm/cage / Cof/cage: C6222 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 94, Gsin: 6350, Nsn: 6350 12 408 3672 Horn, Signal P/n Requested: 3al002952-811 Nscm/cage / Cof/cage: C6222 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 95, Gsin: 5925, Nsn: 5925 14 578 5902 Circuit Breaker P/n Requested: A9f94325 Nscm/cage / Cof/cage: Fas02 Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 96, Gsin: 5925, Nsn: 5925 14 578 5902 Circuit Breaker P/n Requested: A9f94325 Nscm/cage / Cof/cage: Fas02 Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 97, Gsin: 2920, Nsn: 2920 33 107 4046 Switch, Lock, Ignition P/n Requested: 40130 Nscm/cage / Cof/cage: 1971b Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 98, Gsin: 2920, Nsn: 2920 33 107 4046 Switch, Lock, Ignition P/n Requested: 40130 Nscm/cage / Cof/cage: 1971b Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 99, Gsin: 5945, Nsn: 5945 33 204 7493 Retainer Electrical Relay P/n Requested: 3032294 Nscm/cage / Cof/cage: 0848b Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 100, Gsin: 5945, Nsn: 5945 33 204 7493 Retainer Electrical Relay P/n Requested: 3032294 Nscm/cage / Cof/cage: 0848b Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 101, Gsin: 5999, Nsn: 5999 99 225 5376 Contact, Electrical P/n Requested: Zbe-101 Nscm/cage / Cof/cage: K1674 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 102, Gsin: 5999, Nsn: 5999 99 225 5376 Contact, Electrical P/n Requested: Zbe-101 Nscm/cage / Cof/cage: K1674 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 103, Gsin: 5999, Nsn: 5999 01 548 3551 Block-assembly P/n Requested: Zb4bz101 Nscm/cage / Cof/cage: 3wag4 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 104, Gsin: 5999, Nsn: 5999 01 548 3551 Block-assembly P/n Requested: Zb4bz101 Nscm/cage / Cof/cage: 3wag4 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 105, Gsin: 6210, Nsn: 6210 14 596 0263 Light, Indicator P/n Requested: Zb4bvj4 Nscm/cage / Cof/cage: Fas02 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 106, Gsin: 6210, Nsn: 6210 14 596 0263 Light, Indicator P/n Requested: Zb4bvj4 Nscm/cage / Cof/cage: Fas02 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 107, Gsin: 5895, Nsn: 5895 01 690 4142 Joystick, Data Entry P/n Requested: Xd4pa22 Nscm/cage / Cof/cage: 56365 Quantity: 12 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 108, Gsin: 5895, Nsn: 5895 01 690 4142 Joystick, Data Entry P/n Requested: Xd4pa22 Nscm/cage / Cof/cage: 56365 Quantity: 12 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 109, Gsin: 5895, Nsn: 5895 33 212 1970 Joystick, Data Entry P/n Requested: 6065089 Nscm/cage / Cof/cage: 0848b Quantity: 9 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 110, Gsin: 5895, Nsn: 5895 33 212 1970 Joystick, Data Entry P/n Requested: 6065089 Nscm/cage / Cof/cage: 0848b Quantity: 9 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 111, Gsin: 5930, Nsn: 5930 01 483 8558 Switch, Push P/n Requested: Zbe-102 Nscm/cage / Cof/cage: 51917 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 112, Gsin: 5930, Nsn: 5930 01 483 8558 Switch, Push P/n Requested: Zbe-102 Nscm/cage / Cof/cage: 51917 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 113, Gsin: 5975, Nsn: 5975 12 407 4752 Locknut, Electrical Conduit P/n Requested: Gmm216/7pa Nscm/cage / Cof/cage: D1129 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 114, Gsin: 5975, Nsn: 5975 12 407 4752 Locknut, Electrical Conduit P/n Requested: Gmm216/7pa Nscm/cage / Cof/cage: D1129 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 115, Gsin: 3120, Nsn: 3120 14 501 0474 Bearing, Sleeve P/n Requested: Paf 40260 P10 Nscm/cage / Cof/cage: F0563 Quantity: 20 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 116, Gsin: 3120, Nsn: 3120 14 501 0474 Bearing, Sleeve P/n Requested: Paf 40260 P10 Nscm/cage / Cof/cage: F0563 Quantity: 20 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 117, Gsin: 5305, Nsn: 5305 33 204 7454 Hexagonal Screw P/n Requested: 0464246 Nscm/cage / Cof/cage: 0848b Quantity: 50 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 118, Gsin: 5305, Nsn: 5305 33 204 7454 Hexagonal Screw P/n Requested: 0464246 Nscm/cage / Cof/cage: 0848b Quantity: 50 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 119, Gsin: 5365, Nsn: 5365 33 207 7402 Spacer, Ring P/n Requested: 5002448 Nscm/cage / Cof/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 120, Gsin: 5365, Nsn: 5365 33 207 7402 Spacer, Ring P/n Requested: 5002448 Nscm/cage / Cof/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 121, Gsin: 3120, Nsn: 3120 12 174 9457 Bearing Sleeve P/n Requested: Pap1015p10 Nscm/cage / Cof/cage: D8092 Quantity: 20 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 122, Gsin: 3120, Nsn: 3120 12 174 9457 Bearing Sleeve P/n Requested: Pap1015p10 Nscm/cage / Cof/cage: D8092 Quantity: 20 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 123, Gsin: 5331, Nsn: 5331 12 389 2854 O-ring P/n Requested: V1 2394 P5008 Nscm/cage / Cof/cage: D1333 Quantity: 15 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 124, Gsin: 5331, Nsn: 5331 12 389 2854 O-ring P/n Requested: V1 2394 P5008 Nscm/cage / Cof/cage: D1333 Quantity: 15 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 125, Gsin: 3110, Nsn: 3110 12 145 5232 Bearing, Ball, Annular P/n Requested: 6002-2rsr Nscm/cage / Cof/cage: Cm647 Quantity: 20 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 126, Gsin: 3110, Nsn: 3110 12 145 5232 Bearing, Ball, Annular P/n Requested: 6002-2rsr Nscm/cage / Cof/cage: Cm647 Quantity: 20 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 127, Gsin: 5340, Nsn: 5340 43 001 2428 Catch, Clamping P/n Requested: Zb-06 Nscm/cage / Cof/cage: 1983h Quantity: 7 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 128, Gsin: 5340, Nsn: 5340 43 001 2428 Catch, Clamping P/n Requested: Zb-06 Nscm/cage / Cof/cage: 1983h Quantity: 7 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 129, Gsin: 9390, Nsn: 9390 12 383 9036 Nonmetalic Special Shaped Section P/n Requested: 209-0206 Nscm/cage / Cof/cage: D4291 Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 130, Gsin: 9390, Nsn: 9390 12 383 9036 Nonmetalic Special Shaped Section P/n Requested: 209-0206 Nscm/cage / Cof/cage: D4291 Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 131, Gsin: 4730, Nsn: 4730 14 553 1089 Adapter, Straight, Pipe To Tube P/n Requested: Ge06lr1-4edomdcf Nscm/cage / Cof/cage: Faqb2 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 132, Gsin: 4730, Nsn: 4730 14 553 1089 Adapter, Straight, Pipe To Tube P/n Requested: Ge06lr1-4edomdcf Nscm/cage / Cof/cage: Faqb2 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Bidders Proposing An Equivalent Or A Substitute Product Must Indicate The Brand Name And Model And/or Part Number And The Nscm/cage They Are Offering. The Crown Retains The Rights To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada. Debriefings: Bidders May Request A Debriefing On The Results Of The Bid Solicitation Process. Bidders Should Make The Request To The Contracting Authority Within Fifteen (15) Working Days From Receipt Of The Results Of The Bid Solicitation Process. The Debriefing May Be Provided In Writing, By Telephone Or In Person. Electronic Submission Of Bids: This Requirement Uses Electronic Receipt Of Bids By E-mail Only. For Details, Please Review The Section Entitled Electronic Submission Of Bids In The Solicitation Document. Bids Must Be Submitted By E-mail Only To: Dlp53bidsreceiving.daat53receptiondessoumissions@forces.gc.ca
Closing Date9 Jan 2025
Tender AmountRefer Documents 

Offizielle Bezeichnung Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Germany
Description: Contract notice - general guideline, standard rule Open procedure (services) ZKJF GmbH - Lot-based award of primary school care services as part of the Hessian state program "Pact for All-Day Care" from the 2025/2026 school year. The subject of the award procedure is the lot ... MoreZKJF GmbH - Lot-based award of primary school care services as part of the Hessian state program "Pact for All-Day Care" from the 2025/2026 school year. The subject of the award procedure is the lot-based award of primary school care services as part of the Hessian state program "Pact for All-Day Care" from the 2025/2026 school year at thirteen different primary schools in the Main-Kinzig district. Lot 1: Biebertal Primary School Biebergemünd-bieber - Address: Biebertalstraße 12, 63599 Biebergemünd - Start of service: August 1st, 2025 - Number of students: 110 - Students to be supervised: 110 + Of which 90 in Module 1 + Of which 20 in Module 2 - Rooms: The primary school consists of two main buildings and a gymnasium. Around the building there is a spacious outdoor area with a playground and meadows. The total size of the school grounds, including the built-up areas, is 15,030 square meters. The area is not fenced. In the lower building on the ground floor there is the school administration, a teachers' room and a meeting room, as well as the staff toilets. On the 1st floor there are a total of 4 classrooms, a small multifunctional room with games and a larger multifunctional room with the option for exercise and a kitchenette. In the upper building there are a total of 6 classrooms, a workshop, a library and a small meeting room. The support association currently has two classrooms available for the care facility. Other rooms can be used for doing homework. All rooms used across grades and subjects (e.g. library or workshop) are available. As the upper building is in dire need of renovation, the school will be building a new building in the next few years. Plans for this already exist and are currently being revised. There is no specific date for the start of construction yet. This new building complex will include a cafeteria and multi-purpose rooms that can be used as part of the all-day program. A temporary spatial solution must be found for the start on August 1, 2025, as the school does not currently have a cafeteria with a serving kitchen. The support association has set up a room in the school with furniture and toys for the care facility, which is used exclusively for care. There is also a small kitchenette here. Water is heated by an electric boiler. Since the start of the last school year, the childcare service has used a second classroom for lunch and homework support. As part of the all-day pact, the school authority is planning to set up and use as many as four classrooms as possible in a multifunctional manner. One room (or two rooms if necessary) must be converted into a serving kitchen and temporary cafeteria for lunch at short notice. The upcoming new building will mean that some work will be carried out using mobile serving equipment. The primary school gym can also be used for afternoon activities. As it is currently also frequently used by the gymnastics club, clear agreements between all those involved and, if necessary, a reorganization of the times of use are necessary. - Further information can be found in the Biebertal Biebergemünd-Bieber primary school's concept for implementing the all-day pact (appendix II.2.a of the service description). Lot 2: Wilhelm-hauff-schule Flörsbachtal-lohrhaupten - Address: Gartenstraße 28, 63639 Flörsbachtal - Start of service: August 1st, 2025 - Number of students: 82 - Students to be supervised: 30 + of which 25 in module 1 + of which 5 in module 2 - Rooms: The school has sufficient and varied space. Grades 1-4 are housed in building I. Since there have been two classes in year 2 since last school year, there is an additional classroom in building III. The workshop, which is used by all classes, is also located in building III. The religious studies room is in the basement. Since two classes are expected to start in year 1 in the 2025/2026 school year, the religious studies room will move. In the administration building there is an auditorium on the first floor, which is used for parties and celebrations, as well as a school kitchen. The music room is on the first floor. For all parties and celebrations in the auditorium, this means that there are short distances when it comes to transporting instruments, etc. On the ground floor of the administration building there is a reading corner, which is very popular with the students. The school has a paved schoolyard on three levels. There are painted hopscotch games on the third level, a table tennis table on the lower level, a games cupboard in the entrance area in which all the available play equipment is stored, and mobile equipment that is stored in the teaching materials room (ground floor), movable soccer goals, a reading corner in the entrance area with lounge furniture for "lounging" and/or as a place of retreat, a beanbag in the reading corner, a mobile bookshelf in the reading corner, a "green" classroom with an awning on the former gymnastics lawn. The following rooms will be made available for all-day care in the 2025/2026 school year: 1. School kitchen with adjoining, former preparation room as a dining room; the corresponding furniture is not yet available. 2. The existing support association rooms will be included. The rooms for doing homework are known to the students. This room is currently equipped with 14 chairs and corresponding tables. There is also a room opposite for playing and relaxing (= rest area). 3. The schoolyard can be used as a place to play and exercise. The playground games are in the entrance area of the administration. The gym is available to the students and all clubs. Based on current knowledge, it should be possible to use the hall for the all-day offer. 4. There is a cooperation with the local library, which supplies the students with books every week - a selection of books is also available in the book corner. 5. The classrooms in building I can be used as needed. 6. The school premises are not barrier-free. 7. There are no rooms for special education and care for pupils with physical disabilities, for example. 8. The parents' room, the teachers' room or the DAZ room are available for meetings and administrative work by the care provider. 9. The Nawi room in building 3 is available for experiments and projects. In the future, corresponding working groups could take place here. - Further information can be found in the Wilhelm-Hauff-Schule Flörsbachtal-Lohrhaupten concept for implementing the pact for all-day schooling (appendix II.2.b of the service description). Lot 3: School at the village square Freigericht-Altenmittlau - Address: Kegelbahnstraße 59, 63579 Freigericht-Altenmittlau - Start of service: August 1st, 2025 - Number of students: 80 - Students to be supervised: 50 + of which 35 in module 1 + of which 15 in module 2 - Rooms: The school comprises three parts of the building: On the ground floor of the new building there are three classrooms, the student toilets and the technical room. On the first floor there is another classroom, the computer room, administration wing (teachers' room, school management office, caretaker's office and secretary's office) and the teachers' toilets. On the second floor/top floor there are two former classrooms that are used as a school kitchen and music room (choir, guitar and flute course, music club). These rooms were formerly used as care rooms and were renovated by the support association and the caretaker after the move to the old building. Directly past the administration wing is the passage to the attached community hall/gymnasium, which is mainly used for school sports. There are also changing rooms and other toilet facilities there. The gymnasium is currently available for sports activities on 2 afternoons (Zumba courses on Wednesdays, sports club on Thursdays). In the old building (110 years old) the windows were renovated/replaced 2 years ago so that the rooms can still be used. On the ground floor, after the extensive renovation last year, there is a former classroom that serves as a play and care room, the new school kitchen/canteen (former workshop), a laundry/cleaning room and student toilets. On the first floor you will find the lavishly expanded student library, which extends over 2 rooms (wall opening). It also houses the care office and, in the future, the office of the all-day coordinator. Two further rooms are connected by a hole in the wall and are available for educational homework supervision, free learning times and afternoons. On the 2nd floor/attic there are table/chair storage rooms and an attic that is not used. - Further information can be found in the concept of the school at Dorfplatz Freigericht-Altenmittlau for the implementation of the pact for all-day schooling (appendix II.2.c of the service description). Lot 4: Igelsgrundschule Gelnhausen Höchst - Address: Schulstraße 11, 63571 Gelnhausen - Start of service: August 1st, 2025 - Number of pupils: 161 - Pupils to be supervised: 120 + of which 90 in module 1 + of which 30 in module 2 - Rooms: There are currently two separate rooms in the classroom wing available for school supervision. In addition, other multifunctional rooms are used for learning, play and relaxation phases. There is a kitchen with seating for eating meals. The school library also serves as a quiet room and the auditorium is used by children to play together when the weather is bad. Homework support and support group work takes place in classrooms, as these promote a learning atmosphere by being equipped with tables and chairs. The study groups take place in the multifunctional rooms and also in the playground, in the gym or in the garden area. However, the current space is not sufficient for around 90 students. The kitchen is not designed for such a high number of students. In particular, there is no cafeteria. The concept and use of the rooms is to be re-planned and urgently required structural renovation measures are to be implemented as quickly as possible. These are currently planned for 2026. - Further information can be found in the concept of the Igelsgrundschule Gelnhausen Höchst for the implementation of the pact for the whole day (appendix II.2.d of the service description). Lot 5: Herzbergschule Roth Gelnhausen Roth - Address: Rathausstraße 1, 63571 Gelnhausen - Start of service: August 1st, 2025 - Number of students: 84 - Students to be supervised: 55 + of which 35 in module 1 + of which 20 in module 2 - Rooms: The space situation at the Herzbergschule is severely restricted by its location in the middle of town and the right of use of the clubs in the town hall. Nevertheless, an attempt was made to use the little space as best as possible, which in turn leads to increased staff deployment, especially during the full day. The division of the school into two buildings means that double supervision is necessary. The distribution of the number of children according to the number of seats available in the rooms is also a factor. The current spatial conditions can only be reconciled with the school development goals of the Herzbergschule to a limited extent. The existing conditions were optimized together with the school authority. The buildings are separated by a traffic-calmed street. The two buildings, some of which are listed buildings, contain 5 classrooms ranging in size from 49m² to 56m² with ergonomic furniture. There is a multifunctional room (54m²) for the preparatory course, the intensive course, ethics lessons, work time and study groups. There is also a care room (50m²) with a kitchenette and a PC workstation, a PC room, the school library, the secretary's office, the teachers' room and a consultation room. Depending on the weather, the municipal playground and the neighboring village square are used as the schoolyard. The public village square is on the Mkk property, but due to its dual use it can only be included in the Herzbergschule's educational concept to a limited extent. The school relies on flexible, mobile equipment, but the limited storage options mean that the capacity is exhausted. Thanks to the cooperation with the Roth Music Association and TV Roth, their club rooms can be used to counteract the ever-increasing lack of space. The music association room is used as a music room and as an alternative for supervision when it rains. It is not possible to design the room to be child-friendly. The TV Roth club room is available for dance groups and the pre-holiday parties that take place four times a year. For sports lessons, the Willi Bechtold Hall is within walking distance. Unfortunately, the city of Gelnhausen rents out the room at regular intervals, which means that it is not used at all. The teachers' room was redesigned in 2017 and offers limited opportunities for preparing for or following up on lessons. Specialist teachers without a classroom do not have the opportunity to store their own materials in the teachers' room. The staff meeting of the teaching team takes place in the care room on the children's furniture. The furniture does not meet the requirements of ergonomics in the workplace. The serving kitchen and the administrative computer of the all-day coordinator are also located in this room. Due to the age of the school building and the former town hall, the buildings do not have spacious hallway areas. In this respect, there is no possibility of expanding the space available. Since the school does not have a large room for the whole school community, all events have to take place outdoors and are therefore always dependent on the weather. - Further information can be found in the Herzbergschule Roth Gelnhausen Roth concept for implementing the pact for all-day schooling (appendix II.2.e of the service description). Lot 6: School at the Hofgut Mittel-gründau - Address: Hofweg 1, 63584 Gründau - Start of service: August 1st, 2025 - Number of students: 86 - Students to be cared for: 35 + Of which 25 in Module 1 + Of which 10 in Module 2 - Rooms: The school's existing rooms, including the multifunctional rooms and the container building, are used for all-day care. The outdoor area with the play equipment also offers space for exercise and play. The school at the Hofgut has four classrooms, two multifunctional rooms and an outdoor area with play equipment. One multifunctional room is currently used as an additional classroom due to the high number of students in class 4, as well as an inclusion room for the individual instruction of a child with a focus on learning. The other multifunctional room serves as a school library, PC and media room, as well as a room for remedial teaching and school social work. One of the classrooms is a little larger and has a separate outside door that faces the schoolyard playground and the current care building. Due to its location and size, it is ideally suited as one of the future rooms for homework supervision and other all-day activities. Like the classrooms, the multifunctional rooms have digital whiteboards and some work tables with chairs. Another room serves as a materials and workshop room. The administration (school management and secretariat) use two connected office rooms. The school itself has no cafeteria, dining rooms or suitable kitchen for lunch. There is only a fitted kitchen in the teachers' room. The municipality's container building, which is currently used by the "villa Krake" care center, is also possibly available. It could possibly continue to be used as a care and leisure center if the necessary renovation work on the kitchen were carried out in a timely manner. Long-term planning for the construction of a needs-based cafeteria with a kitchen and other rooms on the school premises or the adjacent municipal property is being developed in cooperation with the municipality and the district. In the near future, there will probably be minor adjustments and extensions to the furniture and equipment in the school rooms and the care rooms. In order to be able to use the classrooms both as teaching rooms and as care rooms for homework and other activities, multifunctional furniture, rollable shelves, rollable room divider shelves and, above all, additional height-adjustable seating are essential. - Further information can be found in the concept of the school at Hofgut Mittel-Gründau for the implementation of the pact for all-day schooling (appendix II.2.f of the service description). Lot 7: Geisbergschule Linsengericht Eidengesäß - Address: Schulstraße 29, 63589 Linsengericht - Start of service: August 1st, 2025 - Number of students: 227 - Students to be supervised: 110 + 80 of them in module 1 + 30 of them in module 2 - Rooms: The Geisbergschule is spread over three wings with the administration rooms, the teachers' room, the specialist rooms and the classrooms, all of which are connected to each other but are accessible via different entrances from the upper and lower schoolyard. There are currently 10 classes belonging to the Geisbergschule. The teachers' room is used jointly by the staff of the Geisbergschule and the Brentanoschule. In addition to a first aid room and three administrative rooms, there is a relaxation room that was newly furnished in the 2023/24 school year as part of the project week. The school has additional specialist rooms: a movement room, a multi-purpose room (music/meeting room), a kitchen, a workshop, a network room and a school library. All specialist rooms are shared with the speech therapy school and are regularly and actively used by both schools during morning lessons. The seven speech therapy classes of the Brentano School with a total of 54 pupils are represented at the Geisberg School and are therefore primarily housed in the classrooms in the wing on the upper school yard. Due to the almost daily presence of the speech therapists, an additional support room is primarily used by the Brentano School. Time overlaps between the speech therapy lessons at the speech therapy school and the preparatory course at the Geisberg School recently made it necessary for the latter to take place in a room next to the workshop. The supervision of the pupils before and after lessons currently takes place in an extension with adjacent containers on the upper school yard. There are four rooms in the care center, the fourth of which was built on as a residential container. The kitchen and dining room are also housed in a container built specifically for this purpose. The school's classrooms are available for homework support. The care center also uses the outdoor area and the gymnasium and, depending on staff capacity, parts of the former caretaker's house, which is also on the school premises but urgently needs to be renovated and equipped with furniture and play materials. The gymnasium is shared with the speech therapy school in the mornings and used by the care center and the Geislitz gymnastics club in the afternoons. For swimming lessons in the third year, all children go to the indoor pool in Gelnhausen with their swimming teachers. Due to the high birth rate and the looming three-stream system at the Geisberg School, as well as the steadily growing speech therapy department at the Brentano School, the spatial situation at the Geisberg School is becoming increasingly problematic. The school is in contact with the school authority in this regard. With regard to the rooms, the following measures have already been planned or will be continued: The homework groups are distributed across different classrooms. AGs can take place in the classrooms and specialist rooms in the afternoon, but in the morning lessons the options for moving to other rooms outside of classrooms are limited. Fixed plans for the specialist rooms are not possible due to the fact that two schools are under one roof and share the specialist rooms. With regard to the gym, the Brentano School has been allocated a fixed day of the week for physical education and another fixed period for the weeks in which the indoor pool is closed and no swimming lessons can take place. The situation is similar with the kitchen and other specialist rooms. There will probably still be four lunch groups and these will be mixed together, also changing daily, depending on when lessons end for the respective classes. Every change in the timetable makes a change in the composition of the meal groups unavoidable. The options in the container have proven to be extremely limited. There is still no solution for this. It still needs to be clarified with the school authority how the lunch situation can be alleviated. As part of the digital pact, the network room was re-equipped. There are now a total of 56 iPads available, 20 of which always remain in the network room, while the others can be borrowed for the classrooms (e.g. when doing homework, for research). The room and the iPads can also be used in support lessons and extracurricular activities. - Further information can be found in the Geisbergschule Linsengericht Eidengesäß concept for implementing the pact for all-day schooling (appendix II.2.g of the service description). Lot 8: Erich-Simdorn-Schule Neuberg - Address: Rüdigheimer Straße, 63543 Neuberg - Start of service: August 1st, 2025 - Number of students: 192 - Students to be supervised: 105 + 80 of them in module 1 + 25 of them in module 2 - Rooms: The student care service is currently using an extension consisting of 2 maxi containers, two former classrooms in the pavilion, and in the afternoons the rooms on the ground floor in the main building (2 classrooms and the craft/music room for homework and homework supervision). As part of the all-day school, the library in the main building can be integrated into the room concept. Support offers take place in the existing rooms in the main building. The sports hall is used by the school in the mornings and by local clubs from 2:45 p.m. The sports hall is used for sports groups in alternating mode from 12.15 p.m. to 1.45 p.m. In the summer, the Erich Simdorn School uses the neighboring sports grounds of the municipality of Neuberg. There is currently space for 36 pupils to eat lunch in the cafeteria kitchen. Lunch is currently served to 90 children in five shifts. The kitchen has a food counter with heating devices, a cold food counter, a plate warmer, a crockery cupboard, a refrigerator, an industrial dishwasher, a washing machine, a tumble dryer and a sink with a hand basin. There is also a kitchenette with a sink, two stoves and two ovens. The school has two exercise rooms, the gym and the schoolyard. There are also a number of project rooms, such as a library and a music and craft room. The school also has options for teacher workstations and a teacher's room. - Further information is available in the concept The Erich-Simdorn-Schule Neuberg for the implementation of the pact for all-day schooling (appendix II.2.h of the service description). Lot 9: Adolf-Reichwein-Schule Rodenbach - Address: Alzenauer Str. 25, 63517 Rodenbach - Start of service: August 1st, 2025 - Number of students: 770 in total, of which 398 in the elementary school - Students to be supervised: 150 + of which 100 in module 1 + of which 50 in module 2 - Rooms: The rooms currently available are in the elementary school wing, in the so-called "b-wing". In the two-story building, there is a classroom, the media library, the secondary school workshop and the toilets on the ground floor. On the first floor there are three rooms of the supervised elementary school, a school kitchen and the cafeteria. Opposite there are two more classrooms and toilets on the first floor of the so-called "a-wing", on the ground floor there is the preparatory class, a storage room and the art room, which is currently used by the secondary school. In an extension, in the "e-wing", on the edge of the schoolyard there is the auditorium, which is used for teaching purposes in the morning. The auditorium is also used for a variety of events such as conferences, information events, parents' evenings, parents' cafe on the first day of school, as an exercise room, as a practice room for clubs and much more. From the 2025/26 school year, the new room concept envisages the classrooms being used for lessons in the morning and at lunchtime/afternoons for homework supervision, study time or for the support of individual children or small groups. Appropriate furniture should enable multifunctional use of the rooms (lockable, with wheels). Discussions with the school authority are already taking place. There are currently two sports halls available, which are very busy in the mornings due to physical education classes for primary and secondary school students. In the afternoons, the gyms are mainly used by clubs. Since the halls are to be used all day, discussions with the clubs are planned with a view to cooperation. It must already be taken into account that, given the increasing number of pupils, there are not enough classrooms and that more containers will have to be provided. The auditorium will continue to be available primarily for lessons in the mornings. It will also still be possible to use it for school events and parties. The auditorium can be used as part of the all-day offerings, e.g. for a theater group, for arts activities or quiet exercise activities (relaxation, yoga). - Further information can be found in the Adolf Reichwein School Rodenbach's concept for implementing the all-day pact (Appendix II.2.i of the service description). Lot 10: Sterntalerschule Schöneck - Address: Wiesenau 3, 61137 Schöneck - Start of service: August 1st, 2025 - Number of students: 173 - Students to be supervised: 130 + 85 of them in module 1 + 45 of them in module 2 - Rooms: After completion of the new building, the Sterntalerschule will have 8 classrooms, three multifunctional specialist/ag/care rooms, an open differentiation area, a multifunctional room, a cafeteria and a parents' meeting room (approx. 3m³). There are different rooms in which different activities take place for the children: four classrooms are available as permanent rooms for homework supervision after the end of lessons. There is a games room with a table football table, air hockey, board games, puzzles, a Barbie house and role-playing games. In the creative room you will find everything to do with handicrafts, painting, gluing, cutting, ironing beads etc. The construction room is used for building, playing with Lego, includes a marble run, construction toys and much more. The room is equipped with floor mats, tables and chairs. There is also a so-called mat room, which is used for romping. This is equipped with mats, cushions, foam building blocks, swimming noodles and more. Here 10 children can romp around at the same time for half an hour under the supervision of a carer. There is also a relaxation room and a music room for musical activities. Like the aforementioned rooms, the classrooms are also available for multifunctional use. There is a gym and a fairly spacious outdoor area on the school premises. - Further information can be found in the Sterntalerschule Schöneck concept for implementing the pact for the whole day (appendix II.2.h of the service description). Lot 11: Friedrich-ebert-schule Schöneck - Address: Bleichstraße 9, 61137 Schöneck - Start of service: August 1st, 2025 - Number of students: 240 - Students to be supervised: 135 + of which 90 in module 1 + of which 45 in module 2 - Rooms: Classrooms are available for homework or individual learning time. It is possible to set up different learning groups that are spatially separated. Further supervision takes place in three rooms in the cafeteria wing. There are classrooms and a supervision room with sufficient workstations available, in which both the preparatory courses and support offers take place. There is a gymnasium. The hall plan is adapted annually to the needs of the all-day concept. In the outdoor area, the existing facilities (green classroom, play bushes, school garden, etc.) have been supplemented by a balance bar, among other things. In bad weather, the Erich-Simdorn-Halle right next to the school can be used - in consultation with AGS and clubs. The school also has a room for breaks and lunch. The cafeteria set up for this purpose serves the school and is also used for teaching purposes. - Further information can be found in the Friedrich-Ebert-Schule Schöneck concept for implementing the pact for all-day schooling (appendix II.2.k of the service description). Lot 12: Aufenau Primary School Wächtersbach/aufenau - Address: Frankfurter Str. 26, 63607 Wächtersbach - Start of service: August 1st, 2025 - Number of students: 110 - Students to be supervised: 80 + 60 of them in module 1 + 20 of them in module 2 - Rooms: The primary school's rooms consist of two building complexes: an old building from 1910 and an extension from 1997. In total, the following are available for school purposes: seven classrooms, a cafeteria with kitchen, a multi-purpose room, a teachers' room with materials room, a multifunctional room (craft and music room, room for preparatory course, etc.), a library and two office rooms. The school grounds have a fenced-in playground with climbing equipment, a swing, a play tower with a slide and a sandpit, a large lawn, a green classroom, a playhouse with balls, ropes, pedalos etc., an asphalted schoolyard and a football pitch, a paved area between the two parts of the building with a table tennis table and a car park with 9 spaces. As the school does not have a gymnasium, physical education classes take place in the rooms of the cultural centre in Aufenau. The all-day offer takes place mainly in the old building and in the multi-purpose room of the new building. Classrooms are occasionally used. After meals, the children can play outside or keep themselves busy inside when it rains. - Further information can be found in the concept of the Aufenau Wächtersbach/Aufenau primary school for the implementation of the all-day pact (appendix II.2.l of the service description). Lot 13: Hasela School Linsengericht-Altenhaßlau - Address: Bergstrasse 18, 63589 Linsengericht - Start of service: August 1st, 2025 - Number of students: 137 - Students to be supervised: 70 + 50 of them in module 1 + 20 of them in module 2 - Rooms: The Hasela School has 8 classrooms, a teachers' room, three administration rooms, a tea kitchen and an auditorium/atrium. There are no additional specialist rooms such as music, art or craft rooms, kitchen, parent-teacher room or differentiation or rest rooms. One administration room (the secretariat) was divided: In the rear area, a workstation for the secretary was created; in the front area there is a small student library. A container for supervision is used by the preparatory course in the mornings. The gym is a three-field hall and is used by both the Hasela School and the Brentano School. Occupancy is coordinated with the Brentano School every six months. As the Brentano School is an all-day school, capacity is limited. Swimming lessons, which are given in the third year, take place in the indoor and outdoor pools of the town of Gelnhausen. The following rooms are available for the implementation of the so-called exercise activities: schoolyard, adventure playground behind the school and sports field (artificial turf) directly opposite the school (also used as a play area during recess). - Further information can be found in the Hasela School Linsengericht-Altenhaßlau concept for implementing the pact for all-day schooling (appendix II.2.m of the service description).
Closing Date13 Feb 2025
Tender AmountRefer Documents 

Offizielle Bezeichnung Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Germany
Description: Contract notice - general guideline, standard rule Open procedure (services) ZKJF GmbH - Lot-based award of primary school care services as part of the Hessian state program "Pact for All-Day Care" from the 2025/2026 school year. The subject of the award procedure is the lot ... MoreZKJF GmbH - Lot-based award of primary school care services as part of the Hessian state program "Pact for All-Day Care" from the 2025/2026 school year. The subject of the award procedure is the lot-based award of primary school care services as part of the Hessian state program "Pact for All-Day Care" from the 2025/2026 school year at thirteen different primary schools in the Main-Kinzig district. Lot 1: Biebertal Primary School Biebergemünd-bieber - Address: Biebertalstraße 12, 63599 Biebergemünd - Start of service: August 1st, 2025 - Number of students: 110 - Students to be supervised: 110 + Of which 90 in Module 1 + Of which 20 in Module 2 - Rooms: The primary school consists of two main buildings and a gymnasium. Around the building there is a spacious outdoor area with a playground and meadows. The total size of the school grounds, including the built-up areas, is 15,030 square meters. The area is not fenced. In the lower building on the ground floor there is the school administration, a teachers' room and a meeting room, as well as the staff toilets. On the 1st floor there are a total of 4 classrooms, a small multifunctional room with games and a larger multifunctional room with the option for exercise and a kitchenette. In the upper building there are a total of 6 classrooms, a workshop, a library and a small meeting room. The support association currently has two classrooms available for the care facility. Other rooms can be used for doing homework. All rooms used across grades and subjects (e.g. library or workshop) are available. As the upper building is in dire need of renovation, the school will be building a new building in the next few years. Plans for this already exist and are currently being revised. There is no specific date for the start of construction yet. This new building complex will include a cafeteria and multi-purpose rooms that can be used as part of the all-day program. A temporary spatial solution must be found for the start on August 1, 2025, as the school does not currently have a cafeteria with a serving kitchen. The support association has set up a room in the school with furniture and toys for the care facility, which is used exclusively for care. There is also a small kitchenette here. Water is heated by an electric boiler. Since the start of the last school year, the childcare service has used a second classroom for lunch and homework support. As part of the all-day pact, the school authority is planning to set up and use as many as four classrooms as possible in a multifunctional manner. One room (or two rooms if necessary) must be converted into a serving kitchen and temporary cafeteria for lunch at short notice. The upcoming new building will mean that some work will be carried out using mobile serving equipment. The primary school gym can also be used for afternoon activities. As it is currently also frequently used by the gymnastics club, clear agreements between all those involved and, if necessary, a reorganization of the times of use are necessary. - Further information can be found in the Biebertal Biebergemünd-Bieber primary school's concept for implementing the all-day pact (appendix II.2.a of the service description). Lot 2: Wilhelm-hauff-schule Flörsbachtal-lohrhaupten - Address: Gartenstraße 28, 63639 Flörsbachtal - Start of service: August 1st, 2025 - Number of students: 82 - Students to be supervised: 30 + of which 25 in module 1 + of which 5 in module 2 - Rooms: The school has sufficient and varied space. Grades 1-4 are housed in building I. Since there have been two classes in year 2 since last school year, there is an additional classroom in building III. The workshop, which is used by all classes, is also located in building III. The religious studies room is in the basement. Since two classes are expected to start in year 1 in the 2025/2026 school year, the religious studies room will move. In the administration building there is an auditorium on the first floor, which is used for parties and celebrations, as well as a school kitchen. The music room is on the first floor. For all parties and celebrations in the auditorium, this means that there are short distances when it comes to transporting instruments, etc. On the ground floor of the administration building there is a reading corner, which is very popular with the students. The school has a paved schoolyard on three levels. There are painted hopscotch games on the third level, a table tennis table on the lower level, a games cupboard in the entrance area in which all the available play equipment is stored, and mobile equipment that is stored in the teaching materials room (ground floor), movable soccer goals, a reading corner in the entrance area with lounge furniture for "lounging" and/or as a place of retreat, a beanbag in the reading corner, a mobile bookshelf in the reading corner, a "green" classroom with an awning on the former gymnastics lawn. The following rooms will be made available for all-day care in the 2025/2026 school year: 1. School kitchen with adjoining, former preparation room as a dining room; the corresponding furniture is not yet available. 2. The existing support association rooms will be included. The rooms for doing homework are known to the students. This room is currently equipped with 14 chairs and corresponding tables. There is also a room opposite for playing and relaxing (= rest area). 3. The schoolyard can be used as a place to play and exercise. The playground games are in the entrance area of the administration. The gym is available to the students and all clubs. Based on current knowledge, it should be possible to use the hall for the all-day offer. 4. There is a cooperation with the local library, which supplies the students with books every week - a selection of books is also available in the book corner. 5. The classrooms in building I can be used as needed. 6. The school premises are not barrier-free. 7. There are no rooms for special education and care for pupils with physical disabilities, for example. 8. The parents' room, the teachers' room or the DAZ room are available for meetings and administrative work by the care provider. 9. The Nawi room in building 3 is available for experiments and projects. In the future, corresponding working groups could take place here. - Further information can be found in the Wilhelm-Hauff-Schule Flörsbachtal-Lohrhaupten concept for implementing the pact for all-day schooling (appendix II.2.b of the service description). Lot 3: School at the village square Freigericht-Altenmittlau - Address: Kegelbahnstraße 59, 63579 Freigericht-Altenmittlau - Start of service: August 1st, 2025 - Number of students: 80 - Students to be supervised: 50 + of which 35 in module 1 + of which 15 in module 2 - Rooms: The school comprises three parts of the building: On the ground floor of the new building there are three classrooms, the student toilets and the technical room. On the first floor there is another classroom, the computer room, administration wing (teachers' room, school management office, caretaker's office and secretary's office) and the teachers' toilets. On the second floor/top floor there are two former classrooms that are used as a school kitchen and music room (choir, guitar and flute course, music club). These rooms were formerly used as care rooms and were renovated by the support association and the caretaker after the move to the old building. Directly past the administration wing is the passage to the attached community hall/gymnasium, which is mainly used for school sports. There are also changing rooms and other toilet facilities there. The gymnasium is currently available for sports activities on 2 afternoons (Zumba courses on Wednesdays, sports club on Thursdays). In the old building (110 years old) the windows were renovated/replaced 2 years ago so that the rooms can still be used. On the ground floor, after the extensive renovation last year, there is a former classroom that serves as a play and care room, the new school kitchen/canteen (former workshop), a laundry/cleaning room and student toilets. On the first floor you will find the lavishly expanded student library, which extends over 2 rooms (wall opening). It also houses the care office and, in the future, the office of the all-day coordinator. Two further rooms are connected by a hole in the wall and are available for educational homework supervision, free learning times and afternoons. On the 2nd floor/attic there are table/chair storage rooms and an attic that is not used. - Further information can be found in the concept of the school at Dorfplatz Freigericht-Altenmittlau for the implementation of the pact for all-day schooling (appendix II.2.c of the service description). Lot 4: Igelsgrundschule Gelnhausen Höchst - Address: Schulstraße 11, 63571 Gelnhausen - Start of service: August 1st, 2025 - Number of pupils: 161 - Pupils to be supervised: 120 + of which 90 in module 1 + of which 30 in module 2 - Rooms: There are currently two separate rooms in the classroom wing available for school supervision. In addition, other multifunctional rooms are used for learning, play and relaxation phases. There is a kitchen with seating for eating meals. The school library also serves as a quiet room and the auditorium is used by children to play together when the weather is bad. Homework support and support group work takes place in classrooms, as these promote a learning atmosphere by being equipped with tables and chairs. The study groups take place in the multifunctional rooms and also in the playground, in the gym or in the garden area. However, the current space is not sufficient for around 90 students. The kitchen is not designed for such a high number of students. In particular, there is no cafeteria. The concept and use of the rooms is to be re-planned and urgently required structural renovation measures are to be implemented as quickly as possible. These are currently planned for 2026. - Further information can be found in the concept of the Igelsgrundschule Gelnhausen Höchst for the implementation of the pact for the whole day (appendix II.2.d of the service description). Lot 5: Herzbergschule Roth Gelnhausen Roth - Address: Rathausstraße 1, 63571 Gelnhausen - Start of service: August 1st, 2025 - Number of students: 84 - Students to be supervised: 55 + of which 35 in module 1 + of which 20 in module 2 - Rooms: The space situation at the Herzbergschule is severely restricted by its location in the middle of town and the right of use of the clubs in the town hall. Nevertheless, an attempt was made to use the little space as best as possible, which in turn leads to increased staff deployment, especially during the full day. The division of the school into two buildings means that double supervision is necessary. The distribution of the number of children according to the number of seats available in the rooms is also a factor. The current spatial conditions can only be reconciled with the school development goals of the Herzbergschule to a limited extent. The existing conditions were optimized together with the school authority. The buildings are separated by a traffic-calmed street. The two buildings, some of which are listed buildings, contain 5 classrooms ranging in size from 49m² to 56m² with ergonomic furniture. There is a multifunctional room (54m²) for the preparatory course, the intensive course, ethics lessons, work time and study groups. There is also a care room (50m²) with a kitchenette and a PC workstation, a PC room, the school library, the secretary's office, the teachers' room and a consultation room. Depending on the weather, the municipal playground and the neighboring village square are used as the schoolyard. The public village square is on the Mkk property, but due to its dual use it can only be included in the Herzbergschule's educational concept to a limited extent. The school relies on flexible, mobile equipment, but the limited storage options mean that the capacity is exhausted. Thanks to the cooperation with the Roth Music Association and TV Roth, their club rooms can be used to counteract the ever-increasing lack of space. The music association room is used as a music room and as an alternative for supervision when it rains. It is not possible to design the room to be child-friendly. The TV Roth club room is available for dance groups and the pre-holiday parties that take place four times a year. For sports lessons, the Willi Bechtold Hall is within walking distance. Unfortunately, the city of Gelnhausen rents out the room at regular intervals, which means that it is not used at all. The teachers' room was redesigned in 2017 and offers limited opportunities for preparing for or following up on lessons. Specialist teachers without a classroom do not have the opportunity to store their own materials in the teachers' room. The staff meeting of the teaching team takes place in the care room on the children's furniture. The furniture does not meet the requirements of ergonomics in the workplace. The serving kitchen and the administrative computer of the all-day coordinator are also located in this room. Due to the age of the school building and the former town hall, the buildings do not have spacious hallway areas. In this respect, there is no possibility of expanding the space available. Since the school does not have a large room for the whole school community, all events have to take place outdoors and are therefore always dependent on the weather. - Further information can be found in the Herzbergschule Roth Gelnhausen Roth concept for implementing the pact for all-day schooling (appendix II.2.e of the service description). Lot 6: School at the Hofgut Mittel-gründau - Address: Hofweg 1, 63584 Gründau - Start of service: August 1st, 2025 - Number of students: 86 - Students to be cared for: 35 + Of which 25 in Module 1 + Of which 10 in Module 2 - Rooms: The school's existing rooms, including the multifunctional rooms and the container building, are used for all-day care. The outdoor area with the play equipment also offers space for exercise and play. The school at the Hofgut has four classrooms, two multifunctional rooms and an outdoor area with play equipment. One multifunctional room is currently used as an additional classroom due to the high number of students in class 4, as well as an inclusion room for the individual instruction of a child with a focus on learning. The other multifunctional room serves as a school library, PC and media room, as well as a room for remedial teaching and school social work. One of the classrooms is a little larger and has a separate outside door that faces the schoolyard playground and the current care building. Due to its location and size, it is ideally suited as one of the future rooms for homework supervision and other all-day activities. Like the classrooms, the multifunctional rooms have digital whiteboards and some work tables with chairs. Another room serves as a materials and workshop room. The administration (school management and secretariat) use two connected office rooms. The school itself has no cafeteria, dining rooms or suitable kitchen for lunch. There is only a fitted kitchen in the teachers' room. The municipality's container building, which is currently used by the "villa Krake" care center, is also possibly available. It could possibly continue to be used as a care and leisure center if the necessary renovation work on the kitchen were carried out in a timely manner. Long-term planning for the construction of a needs-based cafeteria with a kitchen and other rooms on the school premises or the adjacent municipal property is being developed in cooperation with the municipality and the district. In the near future, there will probably be minor adjustments and extensions to the furniture and equipment in the school rooms and the care rooms. In order to be able to use the classrooms both as teaching rooms and as care rooms for homework and other activities, multifunctional furniture, rollable shelves, rollable room divider shelves and, above all, additional height-adjustable seating are essential. - Further information can be found in the concept of the school at Hofgut Mittel-Gründau for the implementation of the pact for all-day schooling (appendix II.2.f of the service description). Lot 7: Geisbergschule Linsengericht Eidengesäß - Address: Schulstraße 29, 63589 Linsengericht - Start of service: August 1st, 2025 - Number of students: 227 - Students to be supervised: 110 + 80 of them in module 1 + 30 of them in module 2 - Rooms: The Geisbergschule is spread over three wings with the administration rooms, the teachers' room, the specialist rooms and the classrooms, all of which are connected to each other but are accessible via different entrances from the upper and lower schoolyard. There are currently 10 classes belonging to the Geisbergschule. The teachers' room is used jointly by the staff of the Geisbergschule and the Brentanoschule. In addition to a first aid room and three administrative rooms, there is a relaxation room that was newly furnished in the 2023/24 school year as part of the project week. The school has additional specialist rooms: a movement room, a multi-purpose room (music/meeting room), a kitchen, a workshop, a network room and a school library. All specialist rooms are shared with the speech therapy school and are regularly and actively used by both schools during morning lessons. The seven speech therapy classes of the Brentano School with a total of 54 pupils are represented at the Geisberg School and are therefore primarily housed in the classrooms in the wing on the upper school yard. Due to the almost daily presence of the speech therapists, an additional support room is primarily used by the Brentano School. Time overlaps between the speech therapy lessons at the speech therapy school and the preparatory course at the Geisberg School recently made it necessary for the latter to take place in a room next to the workshop. The supervision of the pupils before and after lessons currently takes place in an extension with adjacent containers on the upper school yard. There are four rooms in the care center, the fourth of which was built on as a residential container. The kitchen and dining room are also housed in a container built specifically for this purpose. The school's classrooms are available for homework support. The care center also uses the outdoor area and the gymnasium and, depending on staff capacity, parts of the former caretaker's house, which is also on the school premises but urgently needs to be renovated and equipped with furniture and play materials. The gymnasium is shared with the speech therapy school in the mornings and used by the care center and the Geislitz gymnastics club in the afternoons. For swimming lessons in the third year, all children go to the indoor pool in Gelnhausen with their swimming teachers. Due to the high birth rate and the looming three-stream system at the Geisberg School, as well as the steadily growing speech therapy department at the Brentano School, the spatial situation at the Geisberg School is becoming increasingly problematic. The school is in contact with the school authority in this regard. With regard to the rooms, the following measures have already been planned or will be continued: The homework groups are distributed across different classrooms. AGs can take place in the classrooms and specialist rooms in the afternoon, but in the morning lessons the options for moving to other rooms outside of classrooms are limited. Fixed plans for the specialist rooms are not possible due to the fact that two schools are under one roof and share the specialist rooms. With regard to the gym, the Brentano School has been allocated a fixed day of the week for physical education and another fixed period for the weeks in which the indoor pool is closed and no swimming lessons can take place. The situation is similar with the kitchen and other specialist rooms. There will probably still be four lunch groups and these will be mixed together, also changing daily, depending on when lessons end for the respective classes. Every change in the timetable makes a change in the composition of the meal groups unavoidable. The options in the container have proven to be extremely limited. There is still no solution for this. It still needs to be clarified with the school authority how the lunch situation can be alleviated. As part of the digital pact, the network room was re-equipped. There are now a total of 56 iPads available, 20 of which always remain in the network room, while the others can be borrowed for the classrooms (e.g. when doing homework, for research). The room and the iPads can also be used in support lessons and extracurricular activities. - Further information can be found in the Geisbergschule Linsengericht Eidengesäß concept for implementing the pact for all-day schooling (appendix II.2.g of the service description). Lot 8: Erich-Simdorn-Schule Neuberg - Address: Rüdigheimer Straße, 63543 Neuberg - Start of service: August 1st, 2025 - Number of students: 192 - Students to be supervised: 105 + 80 of them in module 1 + 25 of them in module 2 - Rooms: The student care service is currently using an extension consisting of 2 maxi containers, two former classrooms in the pavilion, and in the afternoons the rooms on the ground floor in the main building (2 classrooms and the craft/music room for homework and homework supervision). As part of the all-day school, the library in the main building can be integrated into the room concept. Support offers take place in the existing rooms in the main building. The sports hall is used by the school in the mornings and by local clubs from 2:45 p.m. The sports hall is used for sports groups in alternating mode from 12.15 p.m. to 1.45 p.m. In the summer, the Erich Simdorn School uses the neighboring sports grounds of the municipality of Neuberg. There is currently space for 36 pupils to eat lunch in the cafeteria kitchen. Lunch is currently served to 90 children in five shifts. The kitchen has a food counter with heating devices, a cold food counter, a plate warmer, a crockery cupboard, a refrigerator, an industrial dishwasher, a washing machine, a tumble dryer and a sink with a hand basin. There is also a kitchenette with a sink, two stoves and two ovens. The school has two exercise rooms, the gym and the schoolyard. There are also a number of project rooms, such as a library and a music and craft room. The school also has options for teacher workstations and a teacher's room. - Further information is available in the concept The Erich-Simdorn-Schule Neuberg for the implementation of the pact for all-day schooling (appendix II.2.h of the service description). Lot 9: Adolf-Reichwein-Schule Rodenbach - Address: Alzenauer Str. 25, 63517 Rodenbach - Start of service: August 1st, 2025 - Number of students: 770 in total, of which 398 in the elementary school - Students to be supervised: 150 + of which 100 in module 1 + of which 50 in module 2 - Rooms: The rooms currently available are in the elementary school wing, in the so-called "b-wing". In the two-story building, there is a classroom, the media library, the secondary school workshop and the toilets on the ground floor. On the first floor there are three rooms of the supervised elementary school, a school kitchen and the cafeteria. Opposite there are two more classrooms and toilets on the first floor of the so-called "a-wing", on the ground floor there is the preparatory class, a storage room and the art room, which is currently used by the secondary school. In an extension, in the "e-wing", on the edge of the schoolyard there is the auditorium, which is used for teaching purposes in the morning. The auditorium is also used for a variety of events such as conferences, information events, parents' evenings, parents' cafe on the first day of school, as an exercise room, as a practice room for clubs and much more. From the 2025/26 school year, the new room concept envisages the classrooms being used for lessons in the morning and at lunchtime/afternoons for homework supervision, study time or for the support of individual children or small groups. Appropriate furniture should enable multifunctional use of the rooms (lockable, with wheels). Discussions with the school authority are already taking place. There are currently two sports halls available, which are very busy in the mornings due to physical education classes for primary and secondary school students. In the afternoons, the gyms are mainly used by clubs. Since the halls are to be used all day, discussions with the clubs are planned with a view to cooperation. It must already be taken into account that, given the increasing number of pupils, there are not enough classrooms and that more containers will have to be provided. The auditorium will continue to be available primarily for lessons in the mornings. It will also still be possible to use it for school events and parties. The auditorium can be used as part of the all-day offerings, e.g. for a theater group, for arts activities or quiet exercise activities (relaxation, yoga). - Further information can be found in the Adolf Reichwein School Rodenbach's concept for implementing the all-day pact (Appendix II.2.i of the service description). Lot 10: Sterntalerschule Schöneck - Address: Wiesenau 3, 61137 Schöneck - Start of service: August 1st, 2025 - Number of students: 173 - Students to be supervised: 130 + 85 of them in module 1 + 45 of them in module 2 - Rooms: After completion of the new building, the Sterntalerschule will have 8 classrooms, three multifunctional specialist/ag/care rooms, an open differentiation area, a multifunctional room, a cafeteria and a parents' meeting room (approx. 3m³). There are different rooms in which different activities take place for the children: four classrooms are available as permanent rooms for homework supervision after the end of lessons. There is a games room with a table football table, air hockey, board games, puzzles, a Barbie house and role-playing games. In the creative room you will find everything to do with handicrafts, painting, gluing, cutting, ironing beads etc. The construction room is used for building, playing with Lego, includes a marble run, construction toys and much more. The room is equipped with floor mats, tables and chairs. There is also a so-called mat room, which is used for romping. This is equipped with mats, cushions, foam building blocks, swimming noodles and more. Here 10 children can romp around at the same time for half an hour under the supervision of a carer. There is also a relaxation room and a music room for musical activities. Like the aforementioned rooms, the classrooms are also available for multifunctional use. There is a gym and a fairly spacious outdoor area on the school premises. - Further information can be found in the Sterntalerschule Schöneck concept for implementing the pact for the whole day (appendix II.2.h of the service description). Lot 11: Friedrich-ebert-schule Schöneck - Address: Bleichstraße 9, 61137 Schöneck - Start of service: August 1st, 2025 - Number of students: 240 - Students to be supervised: 135 + of which 90 in module 1 + of which 45 in module 2 - Rooms: Classrooms are available for homework or individual learning time. It is possible to set up different learning groups that are spatially separated. Further supervision takes place in three rooms in the cafeteria wing. There are classrooms and a supervision room with sufficient workstations available, in which both the preparatory courses and support offers take place. There is a gymnasium. The hall plan is adapted annually to the needs of the all-day concept. In the outdoor area, the existing facilities (green classroom, play bushes, school garden, etc.) have been supplemented by a balance bar, among other things. In bad weather, the Erich-Simdorn-Halle right next to the school can be used - in consultation with AGS and clubs. The school also has a room for breaks and lunch. The cafeteria set up for this purpose serves the school and is also used for teaching purposes. - Further information can be found in the Friedrich-Ebert-Schule Schöneck concept for implementing the pact for all-day schooling (appendix II.2.k of the service description). Lot 12: Aufenau Primary School Wächtersbach/aufenau - Address: Frankfurter Str. 26, 63607 Wächtersbach - Start of service: August 1st, 2025 - Number of students: 110 - Students to be supervised: 80 + 60 of them in module 1 + 20 of them in module 2 - Rooms: The primary school's rooms consist of two building complexes: an old building from 1910 and an extension from 1997. In total, the following are available for school purposes: seven classrooms, a cafeteria with kitchen, a multi-purpose room, a teachers' room with materials room, a multifunctional room (craft and music room, room for preparatory course, etc.), a library and two office rooms. The school grounds have a fenced-in playground with climbing equipment, a swing, a play tower with a slide and a sandpit, a large lawn, a green classroom, a playhouse with balls, ropes, pedalos etc., an asphalted schoolyard and a football pitch, a paved area between the two parts of the building with a table tennis table and a car park with 9 spaces. As the school does not have a gymnasium, physical education classes take place in the rooms of the cultural centre in Aufenau. The all-day offer takes place mainly in the old building and in the multi-purpose room of the new building. Classrooms are occasionally used. After meals, the children can play outside or keep themselves busy inside when it rains. - Further information can be found in the concept of the Aufenau Wächtersbach/Aufenau primary school for the implementation of the all-day pact (appendix II.2.l of the service description). Lot 13: Hasela School Linsengericht-Altenhaßlau - Address: Bergstrasse 18, 63589 Linsengericht - Start of service: August 1st, 2025 - Number of students: 137 - Students to be supervised: 70 + 50 of them in module 1 + 20 of them in module 2 - Rooms: The Hasela School has 8 classrooms, a teachers' room, three administration rooms, a tea kitchen and an auditorium/atrium. There are no additional specialist rooms such as music, art or craft rooms, kitchen, parent-teacher room or differentiation or rest rooms. One administration room (the secretariat) was divided: In the rear area, a workstation for the secretary was created; in the front area there is a small student library. A container for supervision is used by the preparatory course in the mornings. The gym is a three-field hall and is used by both the Hasela School and the Brentano School. Occupancy is coordinated with the Brentano School every six months. As the Brentano School is an all-day school, capacity is limited. Swimming lessons, which are given in the third year, take place in the indoor and outdoor pools of the town of Gelnhausen. The following rooms are available for the implementation of the so-called exercise activities: schoolyard, adventure playground behind the school and sports field (artificial turf) directly opposite the school (also used as a play area during recess). - Further information can be found in the Hasela School Linsengericht-Altenhaßlau concept for implementing the pact for all-day schooling (appendix II.2.m of the service description).
Closing Date13 Feb 2025
Tender AmountRefer Documents 

STATE, DEPARTMENT OF USA Tender

Others...+2Electrical and Electronics, Solar Installation and Products
Corrigendum : Closing Date Modified
United States
Details: U.s. Embassy Malabo date: December 20, 2024 request For Quotation # 19ek2025q0002 replacement Of On-compound Residential Solar Water Heaters the U.s. Embassy In Malabo, Equatorial Guinea Invites Vendors To Submit A Quotation For The Replacement Of On-compound Residential Solar Water Heaters. instructions To Quoters: in Order For Your Quotation To Be Considered, Each Offer Must Include The Following: completed Pricing Table – Section I - A. completed Quoter’s Info – Section Ii. completed Technical Requirements, To Include The Following Information Demonstrating The Quoter’s Ability To Perform: name Of A Project Manager (or Another Liaison To The Embassy) Who Understands Written And Spoken English. evidence That The Quoter Operates Established Business With A Permanent Address And Telephone Listing. evidence That The Quoter Has The Necessary Personnel, Equipment, And Financial Resources Available To Perform The Work. a Proof Showing That Contractor Has Already Started The Sam Registration Process. Sam Registration “system For Award Management” Is Required For Contracts Exceeding Us$30,000.00. See Exhibit A And The Following Link For Further Instructions: Https://www.fsd.gov/sys_attachment.do?sys_id=9a12412bdb7bbd90a8cb4a391396194f contractor’s Certification Regarding The National Defense Authorization Act (ndaa) Clauses (52.204-24, 52-204-25 And 52-204-26). See Certification Instructions In Exhibit B. your Quotation By Email To Malabop@state.gov No Later Than Close Of Business On Monday, Jan 6, 2025. No Quotation Will Be Accepted After This Time. you Are Encouraged To Make Your Quotation Competitive. The Rfq Does Not Commit The American Embassy To Make Any Award. The Embassy May Cancel This Rfq Or Any Part Of It. The Embassy May Award Multi Contracts Against This Requirement And It Reserves The Right To Reject Proposals/quotations That Are Unreasonably Low Or High In Price. direct Any Questions Regarding This Rfq By Email To Malabop@state.gov thank You. section I pricing Table no. description total Cost (usd) 1 replacement Of On-compound Residential Solar Water Heaters grand Total: b. Statement Of Work introduction overview & Description: The U.s. Embassy Malabo Requires The Replacement Of On-compound Residential Solar Water Heaters. The Solar Water Heaters Were Originally Installed During Initial Construction And Are At The End Of Their Useful Life. Many Have External Leaks And Are Isolated From The System. location: The Facility, U.s. Embassy Is Located In The Capital Of Equatorial Guinea, Malabo. All Onsite Inspections Shall Be Requested Through The U. S. Embassy’s Facility Manager (fm) Or Contracting Officer Representative (cor). objective: The Objective Of Solar Water Heater Replacement Is To Restore Efficiency To The Water Heating System And Reduce The Burden On Electrical Water Heaters, Effectively Extending Their Life. communication: The Fac Team Maintain Contact With The Project Lead: Michael Macsay, Facility Manager (fm), U.s. Embassy Malabo, Email: Macsaymd@state.gov, Mobile: +240-555-000-306. project Phases receipt And Inspection: Once Solar Water Heaters Are Received, They Will Be inspected By Facilities (fac) Personnel For Damage From Shipping. removal And Installation: Old Solar Water Heaters Will Be Removed From The system And Lowered To The Ground For Disposal. Replacement Water Heaters Will Be Raised To The Roof And Installed Per Manufacturer’s Instructions. 2.2.1 Note: A Crane And Rigging Will Be Required To Remove And Install Solar Water Heaters. commissioning: Upon Complete Installation, Solar Water Heaters Will Be Tested and Commissioned Within The Guidelines Set By The Manufacturer. general Requirements work Shall Be Performed In Accordance With Overseas Building Operations (obo) Safety, Health, And Environmental Management (shem) Standards. Proper Lifting And Rigging Practices Shall Be Followed During Installation And Removal The Solar Water Heaters. proper Ppe Shall Be Worn At All Times During The Removal/installation Process. work Shall Be Performed In Accordance With The Manufacturer’s Guidelines To Ensure Warranty Is Not Voided. any Damage To Grass And/or Vegetation During Removal And Installation Of Solar Water Heaters Shall Be The Responsibility Of The Fac Team To Replace. Precautions Shall Be Taken To Ensure Damage To Post’s Grass And Vegetation Is Minimized. responsibilities Of The Fac Team project Safety Plan (psp): Fm/posho And Aposho Will Develop A Project Safety Plan Using Us Army Corp Of Engineers (usace) Em385-1-1. The Plan Will Be Communicated To The Fac Staff Performing The Work. fac Staff Shall Adhere To The Project Safety Plan Throughout The Duration Of The Project. Safety Violations And Injuries Shall Be Reported Immediately To The Posho/aposho. quality Management Plan (qmp): Fm Shall Establish A Quality Management Plan To Include Inspection To Adherence With Installation Guide. Regular Inspections Between Coatings Will Be Conducted With The Designated Supervisor Of The Crew. The Crew Shall Repair Any Inconsistencies Found Within The Coatings As Defined By The Qmp. pre-project Requirements tooling & Materials: All Tooling And Materials Shall Be Inventoried Prior To The Start Of The Project To Ensure Efficiency And The Success Of The Project. All Tooling Will Be Approved By The Fm And Designated Project Supervisor Prior To Ordering. storage: Storage Shall Be Maintained In Accordance With The Storage Instructions From The Manufacturer. Proper Storage Of Resurfacing Materials Is Essential, And A Space Shall Be Identified Prior To The Project Start. all Workers Shall Review The Qmp To Understand The Standards To Be Met In The Application Of The Tennis Court Resurfacing. Any Deviation From The Installation Guide And Manufacturers Standards, May Cause The Resurfacing Materials To Degrade Or Fail Earlier Than Expected. all Workers Shall Review The Psp Set By The Fm/posho To Ensure Standards Set Forth Can And Will Be Adhered To. project Requirements all Workers Shall Adhere To The Psp Set Forth By The Fm/posho. all Workers Shall Adhere To The Qmp And Request Inspections Or Understand That Surprise Inspections Will Be Conducted To Ensure Quality Of Work. supervisor And Workers Will Adhere To The Manufacturer’s Installation Guide. technical Specifications: Refer To Appendix A For Technical Specifications Of The Solar Water Heater Requirements. reference Material work Shall Be Performed In Accordance With The Following References: manufacturer’s Installation Guide. usace 385-1-1. post Quality Management Plan (qmp) appendix A technical Specifications component specification collector Housing uv Protected cover antireflex Glass (double Coated) absorber/tank Capacity 40 Gal (150 Liter) absorber/tank Construction steel section Ii contractor’s Information & Signatures: contractor’s Name company Name address uei # ncage # office Tel # fax # mobile # email name Of Person Authorized To Sign: ___________________________________________________________ signature Of Person Authorized: ______________________________________________________________ the Penalty For Making False Statements Is Prescribed In The U.s. Criminal Code, 18 U.s.c. 1001 exhibit A sam.gov Registration the Federal Acquisition Regulation (far) - Clause # 52.204-7 - Requires All Contractors To Be Registered In The System For Award Management “sam” Database. Registration In Sam Is Mandatory Prior To Signing Any Contract That Exceeds $30,000. As We Would Like To Continue Working With You In The Near Future, We Suggest That You Start The Registration Process Asap As This Requirement Is Time Consuming. the Registration Process Starts With Obtaining A Uei Number And A Ncage Code. You Should Be Prepared To Provide The Following Information: (i) Company Legal Business. (ii) Trade Style, Doing Business, Or Other Name By Which Your Entity Is Commonly Recognized. (iii) Company Physical Street Address, City, State, And Zip Code. (iv) Company Mailing Address, City, State And Zip Code (if Separate From Physical). (v) Company Telephone Number. (vi) Date The Company Was Started. (vii) Number Of Employees At Your Location. (viii) Chief Executive Officer/key Manager. (ix) Line Of Business (industry). (x) Company Headquarters Name And Address (reporting Relationship Within Your Entity). if A Contractor Does Not Become Registered In The Sam Database In The Time Prescribed By The Contracting Officer, The Contracting Officer Will Proceed To Award To The Next Otherwise Successful Registered Contractor. if You Have Any Questions During The Registration Process, You Will Need To Contact The Customer Service For Sam By Registering Or Contacting The Following Website: federal Service Desk url: Www.fsd.gov hours: 8am - 8pm (eastern Time) us Calls: 866-606-8220 international Calls: 334-206-7828 dsn: 866-606-8220 exhibit B ndaa Certification the Us Embassy Must Comply With Section 889(a)(1)(b) Of The Fy2019 National Defense Authorization Act And Is Prohibited From Entering Into A Contract, Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, Unless A Waiver Is Granted. as Defined In Statute, Covered Telecommunications Equipment Or Services Means The Following: Telecommunications Equipment Produced By Huawei, Zte, Hikvision, Dahua, And Hytera, Or Their Subsidiaries Or Affiliates. contractor’s Certification: contractor’s Certification In Response To The National Defence Authorization Act (ndaa) Clauses (52.204-24, 52-204-25 And 52-204-26) – The Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment: by Affixing Your Authorized Signature In Section Ii And Submitting This Certification, The Undersigned Certifies That Neither It, It’s Principals Nor Affiliates, Will Be Supporting The Us Embassy Using The Proscribed Equipment Or Services. far Clauses Incorporated In Full Text: 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (aug 2020) the Offeror Shall Not Complete The Representation At Paragraph (d)(1) Of This Provision If The Offeror Has Represented That It “does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument” In The Provision At 52.204-26, Covered Telecommunications Equipment Or Services—representation, Or In Paragraph (v) Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Items. (a) Definitions. As Used In This Provision- backhaul, Covered Telecommunications Equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And Substantial Or Essential component Have The Meanings Provided In The Clause 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (b) Prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In The Prohibition Shall Be Construed To— (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition Shall Be Construed To— (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (c) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For “covered Telecommunications Equipment Or Services.” (d) Representations. The Offeror Represents That— (1) It [] Will, [] Will Not Provide Covered Telecommunications Equipment Or Services To The Government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(1) Of This Section If The Offeror Responds “will” In Paragraph (d)(1) Of This Section; And (2) After Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror Represents That— it [] Does, [] Does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds “does” In Paragraph (d)(2) Of This Section. (e) Disclosures. (1) Disclosure For The Representation In Paragraph (d)(1) Of This Provision. If The Offeror Has Responded “will” In The Representation In Paragraph (d)(1) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment— (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (ii) For Covered Services— (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Product Service Code (psc) Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (2) Disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has Responded “does” In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment— (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (ii) For Covered Services— (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Psc Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (end Of Provision) 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (aug 2020) definitions. As Used In This Clause— backhaul Means Intermediate Links Between The Core Network, Or Backbone Network, And The Small Subnetworks At The Edge Of The Network (e.g., Connecting Cell Phones/towers To The Core Telephone Network). Backhaul Can Be Wireless (e.g., Microwave) Or Wired (e.g., Fiber Optic, Coaxial Cable, Ethernet). covered Foreign Country Means The People's Republic Of China. covered Telecommunications Equipment Or Services Means— (1) Telecommunications Equipment Produced By Huawei Technologies Company Or Zte Corporation (or Any Subsidiary Or Affiliate Of Such Entities); (2) For The Purpose Of Public Safety, Security Of Government Facilities, Physical Security Surveillance Of Critical Infrastructure, And Other National Security Purposes, Video Surveillance And Telecommunications Equipment Produced By Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, Or Dahua Technology Company (or Any Subsidiary Or Affiliate Of Such Entities); (3) Telecommunications Or Video Surveillance Services Provided By Such Entities Or Using Such Equipment; Or (4) Telecommunications Or Video Surveillance Equipment Or Services Produced Or Provided By An Entity That The Secretary Of Defense, In Consultation With The Director Of National Intelligence Or The Director Of The Federal Bureau Of Investigation, Reasonably Believes To Be An Entity Owned Or Controlled By, Or Otherwise Connected To, The Government Of A Covered Foreign Country. critical Technology Means— (1) Defense Articles Or Defense Services Included On The United States Munitions List Set Forth In The International Traffic In Arms Regulations Under Subchapter M Of Chapter I Of Title 22, Code Of Federal Regulations; (2) Items Included On The Commerce Control List Set Forth In Supplement No. 1 To Part 774 Of The Export Administration Regulations Under Subchapter C Of Chapter Vii Of Title 15, Code Of Federal Regulations, And Controlled— (i) Pursuant To Multilateral Regimes, Including For Reasons Relating To National Security, Chemical And Biological Weapons Proliferation, Nuclear Nonproliferation, Or Missile Technology; Or (ii) For Reasons Relating To Regional Stability Or Surreptitious Listening; (3) Specially Designed And Prepared Nuclear Equipment, Parts And Components, Materials, Software, And Technology Covered By Part 810 Of Title 10, Code Of Federal Regulations (relating To Assistance To Foreign Atomic Energy Activities); (4) Nuclear Facilities, Equipment, And Material Covered By Part 110 Of Title 10, Code Of Federal Regulations (relating To Export And Import Of Nuclear Equipment And Material); (5) Select Agents And Toxins Covered By Part 331 Of Title 7, Code Of Federal Regulations, Part 121 Of Title 9 Of Such Code, Or Part 73 Of Title 42 Of Such Code; Or (6) Emerging And Foundational Technologies Controlled Pursuant To Section 1758 Of The Export Control Reform Act Of 2018 (50 U.s.c. 4817). interconnection Arrangements Means Arrangements Governing The Physical Connection Of Two Or More Networks To Allow The Use Of Another's Network To Hand Off Traffic Where It Is Ultimately Delivered (e.g., Connection Of A Customer Of Telephone Provider A To A Customer Of Telephone Company B) Or Sharing Data And Other Information Resources. reasonable Inquiry Means An Inquiry Designed To Uncover Any Information In The Entity's Possession About The Identity Of The Producer Or Provider Of Covered Telecommunications Equipment Or Services Used By The Entity That Excludes The Need To Include An Internal Or Third-party Audit. roaming Means Cellular Communications Services (e.g., Voice, Video, Data) Received From A Visited Network When Unable To Connect To The Facilities Of The Home Network Either Because Signal Coverage Is Too Weak Or Because Traffic Is Too High. substantial Or Essential Component Means Any Component Necessary For The Proper Function Or Performance Of A Piece Of Equipment, System, Or Service. (b) Prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. The Contractor Is Prohibited From Providing To The Government Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far 4.2104. (2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract, Or Extending Or Renewing A Contract, With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far 4.2104. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. (c) Exceptions. This Clause Does Not Prohibit Contractors From Providing— (1) A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (2) Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (d) Reporting Requirement. (1) In The Event The Contractor Identifies Covered Telecommunications Equipment Or Services Used As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, During Contract Performance, Or The Contractor Is Notified Of Such By A Subcontractor At Any Tier Or By Any Other Source, The Contractor Shall Report The Information In Paragraph (d)(2) Of This Clause To The Contracting Officer, Unless Elsewhere In This Contract Are Established Procedures For Reporting The Information; In The Case Of The Department Of Defense, The Contractor Shall Report To The Website At Https://dibnet.dod.mil. For Indefinite Delivery Contracts, The Contractor Shall Report To The Contracting Officer For The Indefinite Delivery Contract And The Contracting Officer(s) For Any Affected Order Or, In The Case Of The Department Of Defense, Identify Both The Indefinite Delivery Contract And Any Affected Orders In The Report Provided At Https://dibnet.dod.mil. (2) The Contractor Shall Report The Following Information Pursuant To Paragraph (d)(1) Of This Clause: (i) Within One Business Day From The Date Of Such Identification Or Notification: The Contract Number; The Order Number(s), If Applicable; Supplier Name; Supplier Unique Entity Identifier (if Known); Supplier Commercial And Government Entity (cage) Code (if Known); Brand; Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number); Item Description; And Any Readily Available Information About Mitigation Actions Undertaken Or Recommended. (ii) Within 10 Business Days Of Submitting The Information In Paragraph (d)(2)(i) Of This Clause: Any Further Available Information About Mitigation Actions Undertaken Or Recommended. In Addition, The Contractor Shall Describe The Efforts It Undertook To Prevent Use Or Submission Of Covered Telecommunications Equipment Or Services, And Any Additional Efforts That Will Be Incorporated To Prevent Future Use Or Submission Of Covered Telecommunications Equipment Or Services. (e) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (e), In All Subcontracts And Other Contractual Instruments, Including Subcontracts For The Acquisition Of Commercial Items. (end Of Clause) 52.204-26 Covered Telecommunications Equipment Or Services-representation (dec 2019) (a) Definitions. As Used In This Provision, “covered Telecommunications Equipment Or Services” Has The Meaning Provided In The Clause 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (b) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For “covered Telecommunications Equipment Or Services”. (c) Representation. The Offeror Represents That It □ Does, □ Does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument. (end Of Provision)
Closing Date21 Jan 2025
Tender AmountRefer Documents 

BARANGAY MAGRAFIL GONZAGA, CAGAYAN Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Preface These Philippine Bidding Documents (pbds) For The Procurement Of Infrastructure Projects (hereinafter Referred To Also As The “works”) Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By All Branches, Agencies, Departments, Bureaus, Offices, Or Instrumentalities Of The Government, Including Government-owned And/or -controlled Corporations, Government Financial Institutions, State Universities And Colleges, Local Government Units, And Autonomous Regional Government. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. The Pbds Are Intended As A Model For Admeasurements (unit Prices Or Unit Rates In A Bill Of Quantities) Types Of Contract, Which Are The Most Common In Works Contracting. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Duration; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Works To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Infrastructure Projects. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Project. B. Specific Details, Such As The Continuation Of Peri- Meter Fence And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Note In Italics Included In The Invitation To Bid, Bds, General Conditions Of Contract, Special Conditions Of Contract, Specifications, Drawings, And Bill Of Quantities Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Names Of The Project, Contract, And Procuring Entity, In Addition To Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreignassisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 5 Section I. Invitation To Bid 7 Section Ii. Instructions To Bidders 10 1. Scope Of Bid 10 2. Funding Information 10 3. Bidding Requirements 11 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 11 5. Eligible Bidders 11 6. Origin Of Associated Goods 12 7. Subcontracts 12 8. Pre-bid Conference 13 9. Clarification And Amendment Of Bidding Documents 13 10. Documents Comprising The Bid: Eligibility And Technical Components 13 11. Documents Comprising The Bid: Financial Component 14 12. Alternative Bids 14 13. Bid Prices 14 14. Bid And Payment Currencies 14 15. Bid Security 15 16. Sealing And Marking Of Bids 15 17. Deadline For Submission Of Bids 15 18. Opening And Preliminary Examination Of Bids 15 19. Detailed Evaluation And Comparison Of Bids 16 20. Post Qualification 16 21. Signing Of The Contract 16 Section Iii. Bid Data Sheet 17 Section Iv. General Conditions Of Contract 18 1. Scope Of Contract 19 2. Sectional Completion Of Works 19 3. Possession Of Site 19 4. The Contractor’s Obligations 19 5. Performance Security 20 6. Site Investigation Reports 20 7. Warranty 20 8. Liability Of The Contractor 20 9. Termination For Other Causes 20 10. Dayworks 21 11. Program Of Work 21 12. Instructions, Inspections And Audits 21 13. Advance Payment 21 14. Progress Payments 21 15. Operating And Maintenance Manuals 22 Section V. Special Conditions Of Contract 23 Section Vi. Specifications 26 Section Vii. Drawings 28 Section Viii. Bill Of Quantities 29 Section Ix. Checklist Of Technical And Financial Documents 33   Glossary Of Terms, Abbreviations, And Acronyms Abc – Approved Budget For The Contract. Arcc – Allowable Range Of Contract Cost. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Cda – Cooperative Development Authority. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Contractor – Is A Natural Or Juridical Entity Whose Proposal Was Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. Contractor As Used In These Bidding Documents May Likewise Refer To A Supplier, Distributor, Manufacturer, Or Consultant. Cpi – Consumer Price Index. Dole – Department Of Labor And Employment. Dti – Department Of Trade And Industry. Foreign-funded Procurement Or Foreign-assisted Project – Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Pcab – Philippine Contractors Accreditation Board. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria. The Ib Should Be Incorporated Into The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Republic Of The Philippines Province Of Cagayan Municipality Of Gonzaga Barangay Magrafil Invitation To Bid For The Backfilling & Concreting Of Multi-purpose Gym At Magrafil, Gonzaga, Cagayan 1. The Backfilling & Concreting Of Multi-purpose Gym At Magrafil, Gonzaga, Cagayan, Through The Funding Intends To Apply The Sum Of Three Hundred Twenty Six Thousand Two Hundred Pesos (326,200.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Magrafil -infra-001-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 2. The Backfilling & Concreting Of Multi-purpose Gym Magrafil, Gonzaga, Cagayan. Completion Of The Works Is Required 30 Days Bidders Should Have Completed 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 Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information On The Backfilling & Concreting Of Multi-purpose Gym At Magrafil, Gonzaga, Cagayan. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20, 2025 From Given Address And Website/s Below {insert If Necessary: And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Via Email. 6. The Bac Will Hold A Pre-bid Conference On [january 28, 2025] At [lnb Hall Municipal Compound Barangay Magrafil, Gonzaga, Cagayan] {[insert If Applicable] And/or Through Videoconferencing/webcasting Via [insert Website, Application Or Technology To Be Used].}, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 28, 2025 At 9:14 Am At The Given Address At {lnb Hall, Municipal Compound Barangay Smart Gonzaga, Cagayan] And/or Through [insert Website, Application, Or Technology To Be Used].} Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Backfilling & Concreting Of Multi-purpose Gym Magrafil, Gonzaga, Cagayan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Flordelisa I. Javier Secretariat Bids And Awards Committee Barangay Hall Barangay Magrafil, Gonzaga, Cagayan Email: Lisaidmilao32@gmail.com 09999779655-09065742240 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [indicate Websites] [if Applicable] For Online Bid Submission: [indicate Website] January 16, 2025 ________________________________ Wilfrey Loy S. Idmilao Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1. Scope Of Bid The Procuring Entity, [barangay Magrafil, Gonzaga, Cagayan] Invites Bids For The Backfilling & Concreting Of Multi-purpose Gym Magrafil, Gonzaga, Cagayan, With Project Identification Number Magrafil-infra-001-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Three Hundred Twenty Six Thousand Two Hundred Pesos. 2.2. The Source Of Funding Is: [if An Early Procurement Activity, Select One And Delete Others:] A. Nga, The National Expenditure Program. B. Gocc And Gfis, The Proposed Corporate Operating Budget. C. Lgus, The Proposed Local Expenditure Program. [if Not An Early Procurement Activity, Select One And Delete Others:] A. Nga, The General Appropriations Act Or Special Appropriations. B. Gocc And Gfis, The Corporate Operating Budget. C. Lgus, The Annual Or Supplemental Budget, As Approved By The Sangguniang. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: [select One, Delete Other/s] A. Subcontracting Is Allowed. The Portions Of Project And The Maximum Percentage Allowed To Be Subcontracted Are Indicated In The Bds, Which Shall Not Exceed Fifty Percent (50%) Of The Contracted Works. B. Subcontracting Is Not Allowed. 7.1. [if Procuring Entity Has Determined That Subcontracting Is Allowed During The Bidding , State:] The Bidder Must Submit Together With Its Bid The Documentary Requirements Of The Subcontractor(s) Complying With The Eligibility Criterial Stated In Itb Clause 5 In Accordance With Section 23.4 Of The 2016 Revised Irr Of Ra No. 9184 Pursuant To Section 23.1 Thereof. 7.2. [if Subcontracting Is Allowed During The Contract Implementation Stage, State:] The Supplier May Identify Its Subcontractor During The Contract Implementation Stage. Subcontractors Identified During The Bidding May Be Changed During The Implementation Of This Contract. Subcontractors Must Submit The Documentary Requirements Under Section 23.1 Of The 2016 Revised Irr Of Ra No. 9184 And Comply With The Eligibility Criteria Specified In Itb Clause 5 To The Implementing Or End-user Unit. 7.3. Subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The 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 Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address {[insert If Applicable] And/or Through Videoconferencing/webcasting} As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3. A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: [select One, Delete Other/s] A. Philippine Pesos. B. [indicate Currency If Procurement Involves A Foreign-denominated Bid As Allowed By The Procuring Entity, Which Shall Be Tradeable Or Acceptable By The Bsp.] 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until [indicate Date]. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Notes On The Bid Data Sheet (bds) The Bid Data Sheet (bds) Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information, Or Requirements Included In The Itb Found In Section Ii, Which Are Specific To Each Procurement. This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing The Bds, The Following Aspects Should Be Checked: A. Information That Specifies And Complements Provisions Of The Itb Must Be Incorporated. B. Amendments And/or Supplements, If Any, To Provisions Of The Itb As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: [provide Description/clarification Of What Are Major Categories Of Work]. 7.1 [specify The Portions Of Works And The Maximum Percentage Allowed To Be Subcontracted, Which Shall Not Be Significant Or Material Components Of The Project As Determined By The Procuring Entity.] 10.3 [specify If Another Contractor License Or Permit Is Required. ] 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units 12 [insert Value Engineering Clause If Allowed.] 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than __________ [insert Two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less Than __________ [insert Five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.2 Partial Bids Are Allowed, As Follows: [insert Grouping Of Lots By Specifying The Items And The Quantity For Every Identified Lot.] 20 [list Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It, E.g. Environmental Compliance Certificate, Certification That The Project Site Is Not Within A Geohazard Zone, Etc.] 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And Scurve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling. Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The General Conditions Of Contract (gcc) In This Section, Read In Conjunction With The Special Conditions Of Contract In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. Matters Governing Performance Of The Contractor, Payments Under The Contract, Or Matters Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Included In The Gcc And Special Conditions Of Contract. Any Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Special Conditions Of Contract.   1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Possession Of Site 4.1. The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 4.2. If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. 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 Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor.   Section V. Special Conditions Of Contract Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc Found In Section Iv. The Special Conditions Of Contract (scc) Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Works Procured. In Preparing This Section, The Following Aspects Should Be Checked: A. Information That Complements Provisions Of The Gcc Must Be Incorporated. B. Amendments And/or Supplements To Provisions Of The Gcc As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of The Gcc Should Be Incorporated Herein. Special Conditions Of Contract Gcc Clause 2 [if Different Dates Are Specified For Completion Of The Works By Section, I.e. “sectional Completion,” These Dates Should Be Listed Here.] 4.1 [specify The Schedule Of Delivery Of The Possession Of The Site To The Contractor, Whether Full Or In Part.] 6 The Site Investigation Reports Are: [list Here The Required Site Investigation Reports.] 7.2 [select One, Delete The Other.] [in Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures:] Fifteen (15) Years. [in Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures:] Five (5) Years. [in Case Of Other Structures, Such As Bailey And Wooden Bridges, Shallow Wells, Spring Developments, And Other Similar Structures:] Two (2) Years. 10 [select One, Delete The Other:] A. Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. B. No Dayworks Are Applicable To The Contract. 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within [insert Number] Days Of Delivery Of The Notice Of Award. 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is Three Hundred Six Thousand Pesos. 13 The Amount Of The Advance Payment Is [insert Amount As Percentage Of The Contract Price That Shall Not Exceed 15% Of The Total Contract Price And Schedule Of Payment]. 14 [if Allowed By The Procuring Entity, State:] Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Be Included For Payment. 15.1 The Date By Which Operating And Maintenance Manuals Are Required Is [date]. The Date By Which “as Built” Drawings Are Required Is [date]. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is [amount In Local Currency]. Section Vi. Specifications Notes On Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Or Conditioning Their Bids. In The Context Of International Competitive Bidding, The Specifications Must Be Drafted To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Economy, Efficiency, And Fairness In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation Facilitated. The Specifications Should Require That All Goods And Materials To Be Incorporated In The Works Be New, Unused, Of The Most Recent Or Current Models, And Incorporate All Recent Improvements In Design And Materials Unless Provided Otherwise In The Contract. Samples Of Specifications From Previous Similar Projects Are Useful In This Respect. The Use Of Metric Units Is Mandatory. Most Specifications Are Normally Written Specially By The Procuring Entity Or Its Representative To Suit The Works At Hand. There Is No Standard Set Of Specifications For Universal Application In All Sectors In All Regions, But There Are Established Principles And Practices, Which Are Reflected In These Pbds. There Are Considerable Advantages In Standardizing General Specifications For Repetitive Works In Recognized Public Sectors, Such As Highways, Ports, Railways, Urban Housing, Irrigation, And Water Supply, In The Same Country Or Region Where Similar Conditions Prevail. The General Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Construction, Although Not Necessarily To Be Used In A Particular Works Contract. Deletions Or Addenda Should Then Adapt The General Specifications To The Particular Works. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Goods, Materials, And Workmanship, Recognized International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Goods, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure Substantially Equal Or Higher Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Scc. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Contract To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished, And Work Performed Or Tested, The Provisions Of The Latest Current Edition Or Revision Of The Relevant Standards And Codes In Effect Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National, Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure A Substantially Equal Or Higher Quality Than The Standards And Codes Specified Will Be Accepted Subject To The Procuring Entity’s Representative’s Prior Review And Written Consent. Differences Between The Standards Specified And The Proposed Alternative Standards Shall Be Fully Described In Writing By The Contractor And Submitted To The Procuring Entity’s Representative At Least Twenty-eight (28) Days Prior To The Date When The Contractor Desires The Procuring Entity’s Representative’s Consent. In The Event The Procuring Entity’s Representative Determines That Such Proposed Deviations Do Not Ensure Substantially Equal Or Higher Quality, The Contractor Shall Comply With The Standards Specified In The Documents. These Notes Are Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Should Not Be Included In The Final Bidding Documents. Section Vii. Drawings Section Viii. Bill Of Quantities Notes On The Bill Of Quantities Objectives The Objectives Of The Bill Of Quantities Are: A. To Provide Sufficient Information On The Quantities Of Works To Be Performed To Enable Bids To Be Prepared Efficiently And Accurately; And B. When A Contract Has Been Entered Into, To Provide A Priced Bill Of Quantities For Use In The Periodic Valuation Of Works Executed. In Order To Attain These Objectives, Works Should Be Itemized In The Bill Of Quantities In Sufficient Detail To Distinguish Between The Different Classes Of Works, Or Between Works Of The Same Nature Carried Out In Different Locations Or In Other Circumstances Which May Give Rise To Different Considerations Of Cost. Consistent With These Requirements, The Layout And Content Of The Bill Of Quantities Should Be As Simple And Brief As Possible. Daywork Schedule A Daywork Schedule Should Be Included Only If The Probability Of Unforeseen Work, Outside The Items Included In The Bill Of Quantities, Is High. To Facilitate Checking By The Entity Of The Realism Of Rates Quoted By The Bidders, The Daywork Schedule Should Normally Comprise The Following: A. A List Of The Various Classes Of Labor, Materials, And Constructional Plant For Which Basic Daywork Rates Or Prices Are To Be Inserted By The Bidder, Together With A Statement Of The Conditions Under Which The Contractor Will Be Paid For Work Executed On A Daywork Basis. B. Nominal Quantities For Each Item Of Daywork, To Be Priced By Each Bidder At Daywork Rates As Bid. The Rate To Be Entered By The Bidder Against Each Basic Daywork Item Should Include The Contractor’s Profit, Overheads, Supervision, And Other Charges. Provisional Sums A General Provision For Physical Contingencies (quantity Overruns) May Be Made By Including A Provisional Sum In The Summary Bill Of Quantities. Similarly, A Contingency Allowance For Possible Price Increases Should Be Provided As A Provisional Sum In The Summary Bill Of Quantities. The Inclusion Of Such Provisional Sums Often Facilitates Budgetary Approval By Avoiding The Need To Request Periodic Supplementary Approvals As The Future Need Arises. Where Such Provisional Sums Or Contingency Allowances Are Used, The Scc Should State The Manner In Which They Will Be Used, And Under Whose Authority (usually The Procuring Entity’s Representative’s). The Estimated Cost Of Specialized Work To Be Carried Out, Or Of Special Goods To Be Supplied, By Other Contractors Should Be Indicated In The Relevant Part Of The Bill Of Quantities As A Particular Provisional Sum With An Appropriate Brief Description. A Separate Procurement Procedure Is Normally Carried Out By The Procuring Entity To Select Such Specialized Contractors. To Provide An Element Of Competition Among The Bidders In Respect Of Any Facilities, Amenities, Attendance, Etc., To Be Provided By The Successful Bidder As Prime Contractor For The Use And Convenience Of The Specialist Contractors, Each Related Provisional Sum Should Be Followed By An Item In The Bill Of Quantities Inviting The Bidder To Quote A Sum For Such Amenities, Facilities, Attendance, Etc. Signature Box A Signature Box Shall Be Added At The Bottom Of Each Page Of The Bill Of Quantities Where The Authorized Representative Of The Bidder Shall Affix His Signature. Failure Of The Authorized Representative To Sign Each And Every Page Of The Bill Of Quantities Shall Be A Cause For Rejection Of His Bid. These Notes For Preparing A Bill Of Quantities Are Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Should Not Be Included In The Final Documents. Section Ix. Checklist Of Technical And Financial Documents Notes On The Checklist Of Technical And Financial Documents The Prescribed Documents In The Checklist Are Mandatory To Be Submitted In The Bid, But Shall Be Subject To The Following: A. Gppb Resolution No. 09-2020 On The Efficient Procurement Measures During A State Of Calamity Or Other Similar Issuances That Shall Allow The Use Of Alternate Documents In Lieu Of The Mandated Requirements; Or B. Any Subsequent Gppb Issuances Adjusting The Documentary Requirements After The Effectivity Of The Adoption Of The Pbds. The Bac Shall Be Checking The Submitted Documents Of Each Bidder Against This Checklist To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion Pursuant To Section 30 Of The 2016 Revised Irr Of Ra No. 9184. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document; And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (e) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (f) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (g) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided Under The Rules; And ⬜ (h) Philippine Contractors Accreditation Board (pcab) License; Or Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (i) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And (j) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ C. List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (k) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (l) The Prospective Bidder’s Audited Financial Statements, Showing, Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (m) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (n) If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (o) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (p) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (q) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ (r) Cash Flow By Quarter.
Closing Date18 Feb 2025
Tender AmountPHP 326.2 K (USD 5.6 K)
5821-5830 of 5830 archived Tenders