Fire Extinguisher Tenders
Fire Extinguisher Tenders
Ministry Of Agriculture Fisheries And Agrarian Reform Tender
Automobiles and Auto Parts
Corrigendum : Tender Amount Updated
Philippines
Details: Description Lot No. Unit Quantity Specifications Approved Budget For Contract Price Of Bid Documents Delivery Period 1 Unit 1 Delivery Truck (wing Van) 2,800,000.00 5,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-12-1068 Prime Mover Rated Power: 350hp Min @ 1800rpm Engine Displacement: 12.8l Min Fuel Type: Diesel Engine Type: Inline 6cylinder, Intercooler Turbo Engine Compression Ratio: 17.3 Min Manufacturer Year Model: 2010 Abdve Performance Classification Aspiration Method: Asymmetric Turbo Charged And Intercooled Steering System: Power-assisted Steering Transmission: 7 Speed Manual Min. No. Of Drive: 2 Body And Cab No. Of Wheels: 11 (2 Front: 8 Rear: 1 Spare Tire) No. Of Studs: 10 Min Payload: 15,000 Kg Min Gross Vehicle Weight: 25,000 Kg Min Front Cabin: Single Rear Body Type: Wingvan W/ Side Bars /side-step Grille (2 Layer) Dropside Height; 450 Mm, Min Body Length: 30 Ft, Min Brake System: Airbrake With Full Windshield And All Window Tint Essential Accessories Basic Tools And Jack (complete Set Of Tools) Early Warning Device (2 Pcs) Fire Extinguisher Warranty (1) Year With Lto Registration And Tpl With Full Tank Fuel (diesel) With Mafar And Tdif 12 " Diameter Logo (painted) And For Official Used Only Lettering ***nothing Follows*** Delivery Area Maguindanao Del Sur 2 Unit 4 Supply And Delivery Of Combined Harvester (rice And Corn) 8,400,000.00 10,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-12-1071 · Engine Rated Power: 50.7 Kw, Minimum, 4 Cylinder, Water Cooled, Diesel Engine · Driver System: Rubber Crawler Track · Field Efficiency: : 75%, Minimum · Feed Rate: Not Less Than 2kg/sec. · Ground Clearance: 300 Mm, Minimum · Losses: Maximum Header Loss: 0.5%, Separation Loss: 1.3%) · Blower Loss: 1.2%max · Unthreshed Losses: 0.2% Max · Scattering Loss: 0.3% Max · Total Machine Loss: 3.5% Max · Purity (%): With Fan 97%, Minimum, With Fan 95%, Minimum · Breakage Rate: 1.5 %, Maximum · Broken Grain: 2.0% Max · Net Crak Grains: 5%, Maximum · Field Capacity: 0.65 Ha/hr, Minimum · Noise Level, Db (a) Maximum 95% · Grain Unloading: Manual (sacked Grain And Unloading Method) · Bagging System: Sack Type/grain Tank · Cutting System: With Reel; Height Adjustment- Hydraulics; Gathering Length-2meters; Cutting Height Range-80cm Max · Transmission: Hst (automatic, 2f/2r Minimum) ·steering System: Clutch And Brake ·threshing System: - Spike Tooth, Axial Flow- Fan (front And Rear) With Shaving And Re-treasher · With 2 Hopper Outlet · With Brand New Transport Trailer With 2023 Production Date Pneumatic Tire ·with Built-in Ramp For Easy Transport Of The Machine ·threshing Recovery: 97% ·threshing Efficiency: 99% ·must Conformed With Paes 224:2015 Rice Combined ·with Complete Set For Rice And Corn Harvesting Mechanism ·tools (heavy Duty) > Tire Wrench For Tractor And Trailer > Hydraulic Jack 5 Tons > Pressure Gauge > Grease Gun 18 Inches > Complete Set Of Socket Wrench(8mm-32mm) > Power Handle Drive ½ > Star And Flat Screw 12’’ > Complete Set Of Open And Close Wrench (8mm-32mm) > Mechanical Plier 6’’ > Pipe Wrench 18’’ ·with Amtec Test Result ·with Certificate Of Conformity · With Namdac Certificate ·with Pto Certificate By Bafe ·all Brand New ·full Tank Diesel Engine ·specification Should Be Signed And Sealed By An Abe With Valid Prc Id And Ptr ·should Have Service Center Within The Neighboring Region ·the Brand Of The Engine/ Prime Mover To Be Offered Shall Be In Existence In The Philippine Market For At Least 20 Years From The Date Of Invitation To Bid ·warranty:- 1 Year Warranty On Parts And Services And Two (2) Years On The Engine ·control Instructions And Labels Of The Machine Should Be In English ·must Conduct Training In Operations And Maintenance On Recipients. ***nothing Follows*** Delivery Area Maguindanao Del Sur 3 Unit 2 4wd Tractor (100hp) With Farm Implements 7,200,000.00 10,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-12-1075 Technical Specifications Engine Type: Four-wheel Drive, Four-cylinder, Turbo-charged With Inter-cooler Diesel Engine, 16f X 8r Transmission System, Full Hydrostatic Steering System, With Cab And Air-condition. Net Power: 74.6kw/100hp Minimum Dimension, L X W X H, Mm: 4496 X 2950 X 2795 Pto Power Of The Engine, %: 98.61 (amtec) Rated Shaft Speed, Rpm: 2200 Air Cleaner: Dry Type (double Elements) Transmission System: 16 Forward X 8 Reverse Cylinder: 4 Cylinders Clutch: Independent, Dual Clutch Pto Speed: 540 Rpm Category: Category Ii Hydraulic Lift Force Capacity, Kn: 23.58 Tank Capacity: 145 Liters Fuel Consumption, L/hr: 20.25 Injection Pump: Inline Plunger Type Structures: With Canopy And Seat Belts With Basic Tools Implements: Trailing Disc Harrow, 2 Gangs (available): 20-discs X 24” Diameters Hd Trailer, 5 Tons Capacity Reflectorized Logo A. With Reflectorized Mafar-barmm And Tdif Logo (6 Inches Diameter) B. The Mafar Logo Shall Be Placed At A Visible Position In The Machine Which Could Either Be Painted Or Made Up Of An All-weather Reflectorized Sticker With Amtec Test Results The Brand Must Have 10 Years Of Existence In The Philippine Market The Supplier Must Have Namdac Certificate Issued By Pcaf The Supplier Must Have Permit-to-operate Issued By Bafe With 3 Years Manufacturer Warranty And Lifetime Service Warranty With Service Center In The Bangsamoro Region ***nothing Follows*** Delivery Area Maguindanao Del Norte 4 Unit 7 4wd Tractor (72 Hp) With Farm Implements 18,200,000.00 25,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-12-1073 Technical Specifications: Engine: > Rated Power : 72 Hp Rear Straight Axle > 4 Stroke, Water Cooled, 4 Cylinder, Turbocharged Diesel Engine > Net Power : 50.67 Kw > Fuel Consumption At Maximum Pto Power (max) : 19 L/ha > Battery Capacity - 12 V > Fuel Tank Capacity - 65 L Traveling System: > Transmission: Synchromesh > Steering - Full Hydraulic Power >3 Point Hitch: Category 2 > Differential - Bevel Gears With Different Lock (rear) > With Valid Amtec Test Result > Materials And Components: All Brand New > With Reflectorized On The Hood (left And Right), 8x8 Inches Barmm Logo > With Certificate Of Unit Availability > Distributor Must Have National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Certificate Of Accreditation (coa) > Brand Must Have Sustained Presence In The Philippine Market For The Period Of At Least 30 Years > With The Following Implements: (minimum Specs) 1 Unit For Each Tractor: Disc Harrow – Conforms With Paes 120:2001 > 18 Pcs. X 24 Diameter > Discs: 4 Mm (thickness) > Frame: 6 Mm (thickness) Trailer – Conforms With Paes 136:2001 > Capacity: 3-5 Tons > Trailer Dimension: 10 X 6 X 2 > Tire Dimension: 10 X 20" > Flooring: Gauge #26 (thickness) > With Heavy Duty Auxiliary Leaf Spring Minimum Of 7 > Chassis: 6 Mm (thickness) Tools (heavy Duty): 1 Unit Each Of The Following Per Farm Tractor > Tire Wrench – For Tractor And Trailer > Hydraulic Jack 5t > Pressure Gauge > Grease Gun 18" > 3 Pc Socket Range (10 Mm, 12 Mm, 17 Mm) > Power Handle Drive ½" > Star Screw 12" > Flat Screw 12" > 4 Pc. Open Wrench (10x11mm, 12x13mm, 14x17mm & 19 X 21 Mm) > Mechanical Plier 6" > Pipe Wrench 18" *** Nothing Follows *** Delivery Area Lanao Del Sur 5 Unit 6 4wd Tractor (72hp) With Farm Implements 15,600,000.00 25,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-12-1074 Technical Specification Engine Type: Four Wheel Drive, Four-cylinder, Naturally-aspirated Diesel Engine, 12 X12 Transmission System, Full Hydrostatic Steering System Dimension, L X W X H: 4340 X 2005 X 2775 Rated Maximum Power, Kw: 53.7 Kw/ 72 Hp Minimum Rated Engine Shaft Speed, Rpm: 2400 Cylinder Number: 4 Cylinders Transmission, Gears: 12f X 12r Pto Power Of The Engine, %: 98.97% (amtec) Clutch System: Independent, Dual-clutch Independent Control: Mechanical, Independent Of Main Brake Hand Lever Operated Air Cleaner: Oil-bath Type Fuel Consumption, L/hr: 22.61 Maximum Hydraulic Lift, Kn: 18.26 Kn Category: Ii Fuel Tank Capacity: 60 Liters Injection Pump: Inline Plunger Barrel Type Structures: With Canopy And Seat Belts With Basic Tools Implements: Hd Trailer 3 Tons Capacity Trailing Harrow, 18 X 24, Notched Front Disc (available): 20-discs X 24” Diameters Hd Trailer, 5 Tons Capacity Reflectorized Logo A. With Reflectorized Mafar-barmm And Tdif Logo (6 Inches Diameter) B. The Mafar Logo Shall Be Placed At A Visible Position In The Machine Which Could Either Be Painted Or Made Up Of An All-weather Reflectorized Sticker With Amtec Test Results The Brand Must Have 10 Years Of Existence In The Philippine Market The Supplier Must Have Namdac Certificate Issued By Pcaf The Supplier Must Have Permit-to-operate Issued By Bafe With 3 Years Manufacturer Warranty And Lifetime Service Warranty With Service Center In The Bangsamoro Region ***nothing Follows*** Delivery Area Maguindanao Del Dur 6 Unit 1 4wd Tractor (50 Hp) With Farm Implements 2,500,000.00 5,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-12-1072 Technical Specifications: Engine: Ls Number Of Cyclinders/intake: 4 Cubic Capacity: Cm3 - 2505 Nominal Engine Speed Rpm - 2600 Output At Nominal Engine (speed Ece R (120) - Kw/hp - 35/47 Max. Output (in Accordance With Ece R 120) Kw/hp - 35/47 Transmission Type Mechanical Ratios (f/r) 16/16 Min. Speed Km/h 1.21 Top Speed Km/h 30 Pto Speed 540/540 Eco/1000 Clutch Actuation Electrohydraulic Max.flow At Rated Speed L/min 36 Number Of Spool Valves 2(4) (number Of Connections) Max.lifting Capacity At Rear Linkage Kg 2200 Overall Length Mm 3552 Height With Cab Mm 2506 Wheelbase Mm 1937 Turning Radius M 3.4 Tare Weight With Cab Kg 2240 *** Nothing Follows *** Delivery Area Special Geographic Area (sga) 7 Unit 88 Combine Harvester 184,800,000.00 50,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9047 Complete Harvester Or Digital Rice Mill De Stoner/digital 2-in-1 Corn Mill/10kva Diesel Generator Set/ 3 Units Solar Light/5 Units Backpack Sprayer/ 4 Units Power Tiller Specifications: 2 In 1 Corn Mill Combine Rice Mill >type: Steel Hammer Grinder, Rotary Blade (hammer Mill-type) Degermer Motor-driven >performance Criteria Corn Mill Milling Capacity : 64.79 Main Product Recovery, % Minimum: 56.23 Loses, % Maximum : 5.0 Degermer Efficiency, % Minimum: 92.00 Micro Mill (rice) Milling Capacity, Kg/h : 127.00 Main Product Recovery, % Minimum: 68.00 Head Rice, % Minimum : 78.00 Broken Grains, % Maximum: 21.05 Noise Level, B(a), Maximum: 91 Milling Degree : Well Milled >power Transmission System Electric Motor To Degermer Assembly: V-belt And Pulley Belt Size: A-49 Features: With A Sliding Gate To Control Feeding Degermer Assembly Type: Steel Huller Type Of Cleaning Device: Aspirator Safety Devices: On/off Switch And Housing For Rotating Components Note: (amtec Tested, Patented, Member Of Filipino Inventors Society) 10kva Generator Set (diesel Fed, With Accessories, Wheel Special Features: Key And Power Remote Control) Solar Street Light With Dome Camera 4g Solar Ptz Camera 4mp Solar Panel: 20w Solar Light Power: 300w Battery Solar Light: 1000mah Battery Of Camera 14400mah Ubox App Downloadable For Camera Plastic Panel Iron Galvanized Pole 6m Long Blue+white Color ***nothing Follows*** Delivery Area Lanao Del Sur Maguindanao Del Sur Maguindanao Del Norte Total Abc 239,500,000.00
Closing Date10 Feb 2025
Tender AmountPHP 239.5 Million (USD 4.1 Million)
Municipality Of Pintuyan, Southern Leyte Tender
Automobiles and Auto Parts
Philippines
Details: Description Item No. Item And Descriptions Quantity Unit 1 Lot Of Mobile Command And Control Vehicle (moccov) With Triage Technology Specifications: Trailer; 1 Set Trailer Dimension: L 16’ft X 6’8” Ft Trailer 40 Sq.m. Covered Area, Command Center Tent Maximum Capacity: 18 Persons Capacity: 10,000 Lbs. Multi-use Compartment For Rescue Equipment Swing Out Sink Rear/kitchen Top Tailgate Water Tank Gauge Indicator Automatic Water Pump For Faucet Reflectorized Trailer Side Markers Full Color Decal Suspension And Under Chassis Details: Round Axle With Hubs And Heavy-duty Bearings Rear Stabilizer Swivel Legs Front Stabilizer Swivel Legs Tandem Wheel And Fender With Spare Tires Front Swing/swivel Hand Jack With Tire Electromagnetic Brake System Swing Out Rear Tail Gate Dust And Waterproof Pvc Travel Cover Tent System; 1 Set Material: Wax Poly Cotton Canvas Fabric Annex 1: Mission Room Convertible To Bedroom Annex 2: Kitchen And Pantry Room Annex 3: Mission Room Annex Walls, With Extra-large Mesh Screens, Roll Down Window Cover, Poles, Pegs And Guy Ropes All Made With Heavy Duty Materials Maximum Capacity: 18 Persons Annex Walls With Extra-large Mesh Screens, Roll Down Window Cover, Poles, Pegs And Guy Ropes All In Heavy Duty Material Tent Material Is Water Repellent 3-season Tent That Can Withstand A Wind Force Of 7.5 Mph Baseline With Approximately 38 Mph Winds And Gusts Trailer Utilities; 1 Set Trailer Built-ins 150 Liters Water Tank Pump And Plumbing System Ac And Dc Power Inlet Mounted And Wash Basin Dust And Waterproof Pvc Travel Cover Portable Air-conditioning Unit Horsepower: 1 Hp Weight: 29 Kg Dimensions: 36.5 × 44.5 × 71.5 Cm Cooling Capacity: 12,600 Kj/h Power Consumption: 1100 W Applicable Area: 18-28 M 3 Units Independent Portable Toilet Material: Pp, Abs Dimension:35x42x43cm / 13.8×16.5×17" Capacity: 24l Flush Method: Press Compact Size And Lightweight Design Also Fit For Outdoor 1 Unit Toilet/shower Tent Material: Waterproof Cloth Rod: Glass Fiber Pop-up Dimension: 1.2x1.2x1.8 M With 1unit Portable Camping Shower, Rechargeable 2 Units Fuel Tank Standard: As/nzs 2906:2001 Capacity: 20l Of Fluid Spill Proof Vented Pouring Spout. Material: Uv Stabilized High Density Polyethylene 4 Units Fire Extinguisher 5lb Abc Non-toxic And Non-corrosive Chemicals Refillable Mono Ammonium Phosphate Chemical, Non-conductor, Non-toxic, Stored Pressure Equipped With Pressure Gauge, Brass Valve And Heavy-duty Air Hose With Nozzle 1 Unit Communication And Surveillance Pneumatic Mast Operation: Arc Movement + Vertical Movement Height: 10m Pan Movement: 360°gross Weight: 50 Kg Operation Platform: Arc Movement Horizontal And Vertical Rotation Speed: 6r/min Wind Resistance: 66km/h Control Way: Rs485, Pelco-d/p Agreement, Remote Control Material: Aluminum Alloy Power Supply: Dc12v-10a 1 Unit Wireless Siren Voltage: Dc 12v Output Power: 200w Siren And Microphone 1 Set Weather Station System Measurements: Hygrometer//humidity, Rainfall, Temperature, Wind Direction, Wind Speed Sensors: Anemometer, Rain & Temperature Solar-powered With Stored Energy Backup. Corrosion-proof And Can Withstand Extreme Weather Environments Has Wireless Transmission Range Of 1000 Ft. (300 M) Transmits Data Every 2.5 Seconds 1 Set Rescue Quadcopter Drone Waterproof Extended Flight Time Up To 20 Minutes Power-flip Function When Floating Flight Control Feel Tuned For Lifesaving As Well As Search And Rescue Operations 2.7k Color Camera, Remote Control Specially Designed Rescue Buoyancy Sausage Live As Well As Recorded Video Footage Payloads Up To 1.2kg 1 Set Satellite Internet Starlink; Standard Roaming Account (subscription Not Included) 1 Unit Uhf/vhf Radio Communication System Frequency Range 136-174 Mhz Or 450-520 Mhz Number Of Channels Max. 32 Channel Spacing Analog 12.5 Khz Digital 6.25 Khz Operating Voltage 13.6 V Dc ± 15% Frequency Stability ± 2.0 Ppm ± 1.0 Ppm Antenna Impedance 50 Ω Weight: 1.10 Kg 1 Set Management Laptop Intel Core I5 Ram 8gb Display: 15.6 Inches (main Display) Windows 10/11 Home/webcam/bt/wifi/cardreader/backlit Keyboard 1 Set Led Robotic Search Light Lighting Mode: Low Light, High Light, And Flashing Image Resolution: 1280 × 720 Max. Rotation Range Yaw: - 70° To + 70°, Pitch: - 135° To 45° Power Consumption: ≤ 40 W 1 Unit Ptz Perimeter Camera System Pan, Tilt, Zoom 1/2.8" Hd Progressive Scan Cmos 1920 × 1080 Resolution 25× Optical Zoom 120 Db True Wdr (wide Dynamic Range) Up To 100 M Ir Distance 3d Intelligent Positioning Switchable Tvi/ahd/cvi/cvbs Video Output 1 Unit Bullet Camera System Image Sensor 1/3" Progressive Scan Cmos Min. Illumination Color: 0.01 Lux @ (f1.2, Agc On), 0.018 Lux @ (f1.6, Agc On), 0 Lux With Ir Day & Night Ir Cut Filter Angle Adjustment: Pan: 0° To 360°, Tilt: 0° To 100°, Rotate: 0° To 360° Max. Resolution: 2688 × 1520 4 Units Cctv Nvr 8 Channel (ds-7208huhi-k1/e) Digital Video Recorder Mouse, Manual And Power Cord Remote Viewing Anytime, Anywhere Live View From Pc, Smartphone Or Tablet Turbo Hd Camera Ultra-low Light Chromatic Night Vision 1 Set Console Box Heavy Duty Case For Cctv System And Media System Laminated Water Resistant, 1 Unit All In One Pc, 2 Units 22inch Multimedia Tv With Tv Box, 1 Unit 32-inch Smart Tv, 7inch Am/fm Audio Receiver With Speakers, Wireless Keyboard And Mouse 1 Unit Step Ladder 3 Step Foldable Aluminums Ladder 1 Unit Table For Mapping Folding Half Table With Foldable Steel Legs 4ft 122 X 60 X 74cm 1 Unit White Board Magnetic White Board 30cm X 60cm 1 Unit Rescue And Triaging Foldable Rescue Boat With Outboard Motor Width (beam) When Open: 60″ 1.52mdraft: 4″ 11.4cmdepth Mid-ship: 24″ 56cmcapacity: 807 Lbs. Number Of Seats: 6material: Hard Plastic 1 Set Water Rescue Equipment. 2 Rescue Helmet, 4 D Shape Carabineer, 4 Oval Shape Carabineer, 2pairs Glove, 2 Rescue Vest, 1 Rescue Can, 1 Half Body Harness, 1 50meters 12mm Rope, 2pcs Waterproof Headlamp, 1 Carry Bag 1 Set High Angle Rescue Equipment. 2 Rescue Helmet, 4 D Shape Carabineer, 4 Oval Shape Carabineer, 2pairs Glove, 1 Half Body Harness, 1 50meters 12mm Rope, 2pcs Waterproof Headlamp, 1 Carry Bag, 1 Swing Spinner Carabiner,1 Hand Ascender Device, 1 Adjustable Foot Loop Sling, 1 Descender Rescue 8, 1 Pulley Single Sheeve, 1 Pulley Double Sheave 1 Set Automated External Defibrillator Protocol: Semiautomatic And Fully Automatic Configuration Defibrillator Charge Hold Time: 30 Seconds. Aed 3 Automatic Model: 3 Seconds Prior To Automatic Shock Delivery Energy Selection: Factory Pre-programmed Selection Patient Safety: All Patient Connections Are Electrically Isolated Size: (h X W X D) 12.7 Cm X 23.6 Cm X 24.7 Cm. 5.0 In X 9.3 In X 9.7 In Weight: 2.5 Kg; 5.5 Lbs. (with Battery) 1 Unit Emergency And Trauma Bag. 1 Btl Alcohol 150ml 1 Btl Betasol Povidone 60ml 1 Btl Hydrogen Peroxide 60ml 1pc. Tourniquet 1 Set Oxygen Tank W/ Regulator 1 Pc. Emergency Blanket 1 Pc. Arm Splint / Sam Splint 1 Pc. Leucoplast ½ 1pc. Cpr Mask Surgi-tech 1 Pc. Cervical Collar 1 Pc. Triangular Bandage 1 Pc. Hot And Cold Pack 160g Surgi-tech 1 Pc. Digital Thermometer Advan 1 Btl Dextrose Partners 1 Pc. Iv Tubing Surgi-tech 1 Pc. Iv Cath G.24 1 Pc. Cosmed Butterfly G.23 1 Pc. Pulse Oximeter 1 Set Ambu Bag Pvc 1 Pc. Pen Light Indoplas 1 Set Blood Pressure / Bp Set 1 Pc. Kelly Forceps Straight 1 Pc. Surgical Scissor Straight 1 Set Foldable Military Spec Medical Beds Material: High-grade Aluminum Foldable Product Size: 194 X 66 X 41cmfolded Size: 90 X 12 X 20cmweight: 9.5kgload Bearing: Less Than 159kg 5 Units Jack 3-ton Crocodile Jack 1 Unit Rescue Axe Gross Weight: 32oz Or 910g Length: 15" Or 38cm Carbon Steel Head Dual Fiberglass Handle Rubberized Grip 1 Unit Bolt Cutter Size: 12" Max. Cutting Size: 5mm Cr-v Blade 1 Unit Hi-lift Responder Jack Material: Cast Iron Steel Size: 42” Leverage: 4660 Lbs. 1 Unit Medical Stretcher Product Size (length*width*height): 214*54*13cm Foldable 1 Unit Shovel Full Length: 42cm Spade Width: 10cm Shovel Length: 12.5cm Pick Length: 11cm 1 Unit Power Supply And Electronics Jump Starter/power Bank Ce/rohs/emc Battery Capacity:15000mah Input: 14/a Output:5v/4a; 12v/12a; 19v/3.5a Charging Time: 5 Hours Start Current: 300a Peak Current: 600a 1 Unit Solar Power Generator System Rated Power: 200w Rated Voltage (vmp): 18v Rated Current (imp): 3.34a Open-circuit Voltage: 21.6v Short-circuit Current: 3.64a Number Of Cells: 36 Cell Type: Poly-crystalline Silicon Glass Type: High Transmission, Low Iron, Tempered Glass, Glass Thickness Of Glass: 3.2mm 1 Set Wind Power Generator System - Material: Nylon Fiber - Blade Length:600mm - Wind Wheel Diameter:900mm - Weight:12.5kg - Rated Power: 400w - Starting Wind-speed: 12m/s - Rated Voltage: 12/24vr 1 Unit Generator Set Power Inlet Mounted220-240vopen Type Generator Starting System: Recoil/electrical Starting Alternator Material: 100% Cu Frequency (hz): 60voltage(v): 120-240rated Output (kw): 8max Output (kw): 8thd (%): 25running Time At 50% Loading(h): 8.5fuel Tank Size(l): 21noise Db(a): 97insulation Grade: F 1 Unit 220v Backup Inverter Power System 3000 Watts Power Inverter Dc Charging System Output Voltage: 220v (+-) 10% Output Frequency: 60hz (+-) 2 Output Wave Form: Modified Sine Wave Peak Efficiency: 65% 1 Unit Battery Bank Power Supply 100ah X 4 (total Capacity= 400ah) Lithium Ion Battery 1 Unit Training - Seminar Technical Seminar Training For Ingress And Digress Of Trailer-tent System Gain Knowledge Of Equipment And Its Specifications Proper Handling And Proper Use Of Tools And Equipment's Ergonomic Placement Of Equipment Individual Seminar Training And Testing Of Each Individual For A Specific Role Ex: Basic Drone Pilot Training, Cctv Controller Etc. Note: Caap Certification Not Included Team Seminar Conducting Team For Ground Training And Actual Response Action Efficient Ingress And Digress Of Mocov Synchronization Of Individual And Their Roles At A Specific Time Of Action Tool Set 82 Pcs Tool Set 1 Set Cook Set 6 Persons Cook Set 1 Set Portable Stove 2 Burner Portable Butane Stove 1 Unit Vehicle Modified 4x4 Xl Ford Ranger 2024 Or Its Equivalent Or Better Powertrain 4x4 Drivetrain 2.0l Turbo Diesel Maximum Power 170hp @ 3,500maximum Torque 405nm @ 1,750-2500 Rpm6-speed Manual Transmission Chassis & Suspension Front Suspension Double Wishbone With Coil Springs Rear Suspension Leaf Spring Front Ventilated Discs/rear Drum Wheels & Tires16" Off-road Mag-wheels 255 / 70r 16 Tires Accessories: Snorkel Led Bar Light, Roof Tray, Led Emergency Strobe Light Bar, Load Plus (suspension), Tow Hitch Set 1 Lot Notes: 1. All Items Should Be Supplied, Delivered And Installed On-site As Designated By The End-user Unit. 2. Mobile Command And Control Vehicle With Triage Technology And Its Accessories Should Be Accredited Or Recognized From Department Of Science And Technology (dost) Or Any Appropriate Government Agencies. 3. Vehicle Inclusions: Lto Registration – 3years, Ctpl-3years, Insurance With Aog – 1 Year, With Logo Of The Municipality (pintuyan). 4. Product Warranty Certificates For Vehicle. 5. Product Warranty Certificates For Equipment, Devices And Accessories Not Less Than One (1) Year. 6. Trainings For Operators Of All Equipment, Devices And Accessories And Corresponding Seminars For Conducting Team Shall Be Formed Part Of The Contract.
Closing Date7 Jan 2025
Tender AmountPHP 17.8 Million (USD 306.7 K)
DEPT OF THE NAVY USA Tender
Civil And Construction...+2Others, Building Construction
United States
Details: The Work For This Project Includes, But Is Not Limited To, P-614 Joint Consolidated Communications Center Facility At Andersen Air Force Base, Guam. This Project Consolidates The Andersen Air Force Base Communications, Command And Control, Computer, Intelligence/information Technology (c4i/it) Functions Into A Resilient And Diverse Open Architecture Solution By Construction Of A New, Two-story, Reinforced Concrete Communications Center And Administrative Support Space For The 36th Communications Squadron (36cs). Work To Include Electrical, Mechanical, Water, Communication, Fire Suppression/detection, Air Conditioning System With Humidity Environmental Controls, Utilities, Pavements, Security, Parking, Associated Site Improvements, And All Necessary Supporting Facilities For A Complete And Usable Facility. Special Features Include Sensitive Compartmented Information Facility Construction Work In Accordance With Icd/ics 705 And Incidental Related Work. Secure Facility Construction Shall Be Performed By U.s. Companies Using U.s. Citizens.
the Magnitude Of This Project Is Estimated Between $100,000,000 And $250,000,000. The North American Industry Classification System (naics) Code Is 236220 And Average Annual Receipts Of $45 Million Over The Past Three Years. The Contract Completion Period Is Anticipated To Be 1,286 Calendar Days.
a Sources Sought Notice (n62742-25-s-1303) For This Procurement Was Posted On 22 August 2024 On The System For Award Management (sam) Website Https://www.sam.gov/, And A Market Survey Was Conducted That Included An Assessment Of Relevant Qualifications And Capabilities Of Potentially Qualified Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Solicit This Procurement On An Unrestricted Basis Inviting Full And Open Competition. The Navfac Pacific Small Business Office Concurs With This Decision.
this Is An Lpta Source Selection Procurement. The Government Intends To Evaluate Proposals And Award A Contract Without Discussions With Offerors (except Clarifications As Described In Far 15.306 (a)). Therefore, The Initial Proposal Shall Conform To The Solicitation Requirements And Should Contain The Best Offer From A Technical And Price Standpoint Based On The Following Factors: Factor 1 – Experience, Factor 2 – Past Performance, And Factor 3 – Safety. Proposals Submitted In Response To This Solicitation Shall Be In The English Language And In U.s. Dollars.
only The Three (3) Lowest-priced Proposals Will Be Evaluated For Fair And Reasonable Pricing And Technical Acceptability. If None Of The Three (3) Lowest-priced Proposals Are Found To Be Technically Acceptable, Then The Next Three (3) Lowest-priced Proposals Will Be Evaluated For Technical Acceptability. If None Of The Six (6) Lowest Priced Proposals Are Found To Be Technically Acceptable, Then All Remaining Proposals Will Be Evaluated For Technical Acceptability.
the Government Intends To Select The Lowest Reasonably Priced Technically Acceptable Offer And Award A Contract (within The Funds Available) Without Conducting Discussions.
a Relevant Construction Project Is Defined As A Construction Project That Includes At Least One Of The Following Individual Features:
precision Cooling System. New Construction Of A Chiller Type Technology Cooling System Engineered Specifically For Data Center/electronic/it Networking Environments. Projects Submitted Which Reference Comfort Cooling Systems Which Are Engineered Primarily For The Intermittent Use Required To Maintain A Comfortable Environment For People In Facilities Will Not Be Considered. Projects Submitted To Demonstrate Precision Cooling System Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed For The Precision Cooling System Under The Resultant Contract, As Identified In Block 1 Of Attachment A.
uninterruptable Power Supply System. New Construction Of An Uninterruptible Power Supply (ups) System That Is 225 Kva Size Or More. Projects Submitted To Demonstrate Ups System Experience Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed For The Ups System, As Identified In Block 1 Of Attachment A.
clean Agent Fire Suppression System. New Construction Or Replacement Of A Clean Agent Fire Extinguishing System And Releasing System, Including All Mechanical, Controls And Electrical Components Necessary For A Complete And Operating Clean Agent Fire Suppression System. Projects Submitted To Demonstrate Clean Agent Fire Suppression System Experience Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed For The Clean Agent Fire Suppression System, As Identified In Block 1 Of Attachment A.
1. Projects Submitted To Demonstrate Relevant Construction Individual Features (1) Precision Cooling System, (2) Uninterruptable Power Supply System, And (3) Clean Agent Fire Suppression System, Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed To Perform That Type Of Work In This Contract.
2. If The Offeror Self-performed The Relevant Construction Individual Features (1) Precision Cooling System, (2) Uninterruptable Power Supply System, And (3) Clean Agent Fire Suppression System, Then The Offeror Must Confirm That It Will Self-perform The Same Relevant Individual Feature(s) In Order To Be Considered. If Offeror Does Not Intend To Self-perform, See Note 9 About Teaming Arrangements.
3. Projects Submitted Shall Collectively Demonstrate Experience In All Three (3) Individual Features: (1) Precision Cooling System, (2) Uninterruptable Power Supply System, And (3) Clean Agent Fire Suppression System. Failure To Demonstrate Experience In All Three (3) Individual Features Shall Be Considered A Deficiency And An Unacceptable Rating Will Be Assigned For This Factor. All Individual Features, Or Multiple Individual Features, Do Not Have To Be Within Any Single Project Scope.
4. Relevant Projects Shall Have Been Completed Or Substantially Completed Within The Last Ten (10) Years Of The Date Of Issuance Of The Rfp. “substantially Complete” Is Defined As At Least 90% Physically Completed Construction.
5. Building Alteration, Repair, Renovation, Conversion, And Addition Work Will Not Be Considered As Relevant Projects.
6. A Relevant Construction Project Is Further Defined As A Construction Project Performed Under A Single Task Order Or Contract. For Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts, The Contract As A Whole Shall Not Be Submitted As A Project; Rather Offerors Shall Submit The Work Performed Under A Task Order As A Distinct Project. For Example, Multiple Task Orders Under A Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts That Demonstrate Experience In One Or More Of The Desired Individual Features Describe Above Shall Be Submitted As A Distinct Project, Rather Than Submitting All Task Orders Under A Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts As A Single Project.
the Request For Proposal (rfp) Will Be Available On Or Around 30 January 2025. There Are Two Volumes Of Specifications And Drawings Issued For This Rfp. Volume 1 For The Construction Of The Entire Facility, And Volume 2 Is For The Construction Of A Secure Space Within The Facility. Consequently, The Volume 2 Specifications And Drawings Are Marked “controlled Unclassified Information” And Will Only Be Released To The U.s. Citizens Of U.s. Firms.
volume 2 Will Only Be Released As An Amendment To U.s. Citizens Of A U.s. Firm Attachment (1). All Contractor Personnel Handling And Accessing The Volume 2 Documents Must Be Vetted As A U.s. Citizen Prior To Receiving Any Volume 2 Documents. To Determine Eligibility For Receipt Of Volume 2 Rfp Documents, Each Interested Firm Shall Complete And Submit A U.s. Firm Certification, Attachment (1). All Sources, Whether Prime Offerors Or Subcontractors At All Tiers, Must Certify That It Is A U.s. Firm. Once A Favorable U.s. Firm Determination Has Been Made, All Individuals Of The Approved U.s. Firm Requiring Access To The Rfp Documents Shall Complete And Submit:
(1) Certification Of U.s. Citizen (attachment 2)
(2) Proof U.s. Citizenship
(3) Signed Non-disclosure Agreement (attachment 3)
a List Of Acceptable Documents For Proof Of U.s. Citizenship Is Provided In Attachment (2). The Completed Forms Shall Be Submitted To Ms. Merbby Corpuz At Merbbyjoyce.n.corpuz.civ@us.navy.mil And Ms. Janie Garza At Juanita.i.garza2.civ@us.navy.mil. Offerors Are Encouraged To Submit The Required Documents As Soon As Possible.
the Rfp, Including The Specifications And Drawings, Can Be Accessed By Approved Individuals Via The Sam Website At Https://sam.gov/. Approved Individuals Must Register At The Sam Website To Obtain Access To The Rfp. Registration Instructions Can Be Found On The Sam Website. Once Registered In Sam, Approved Individuals Must Request Explicit Access To View The Documents. An Email Will Be Forwarded Once The Contracting Office Has Approved Or Declined The Request. Approved Individuals May View And/or Download The Volume 2 Rfp Documents. The Navfac Drawings And Specifications Are Marked "controlled Unclassified Information"; Therefore, The Navfac Drawings And Specifications Are Considered "covered Defense Information.” Amendments Will Also Be Posted At Https://sam.gov/. It Is Highly Recommended That Firms Register On The Sam Website As This Will Be The Only Plan Holder’s List Available. It Is The Offeror’s Responsibility To Check The Sam Website Periodically For Any Amendments To The Solicitation.
offerors Are Required To Be Registered In The Sam Database At Https://www.sam.gov At The Time Of Proposal Submission.
note: The Prime Contractor Shall Designate A Primary Point-of-contact Who Will Be Responsible For Managing And Submitting The Required Forms And Proof Of U.s. Citizenship For Its Employees And Subcontractor/supplier Firms And Its Employees To A Liaison With The Government. Forms Shall Be Submitted In Alphabetical Order First By Firm Name And Then Alphabetically By Last Name Of Individuals Of The Firm. Also, A List Of Personnel For Each Shall Be Submitted.
a One-time Pre-proposal Site Visit Is Scheduled For 27 February 2025, 9:00 A.m., Chamorro Standard Time (chst). This Pre-proposal Site Visit Is To Provide Offerors With An Opportunity To Familiarize Themselves With The Jobsite And Conditions To Be Encountered And Is Not For The Purpose Of Answering Questions. Offerors Interested In Attending The Site Visit Shall Submit The Following Forms:
base Access Request – Contractor Memo (fill-in Information In Red).
iii Log (complete In Accordance With The Attached “how To Fill Out The Iii Log” Instructions Located At The End Of This Document.)
base Access Affidavit 2020 (completed For Each Visitor That Does Not Have Dbids Pass)
foreign National Access Request Form
contractor Policy Update Memo
either A U.s. Passport Or Real Id Act Driver’s License/id
the Completed Forms Shall Be Submitted To Ms. Merbby Corpuz At Merbbyjoyce.n.corpuz.civ@us.navy.mil And Ms. Janie Garza At Juanita.i.garza2.civ@us.navy.mil On Or Before 06 February 2025, 2:00 P.m., Hawaii Standard Time (hst). Once Approved For Base Access, A Tracking Number Will Be Emailed To The Attendees For Use When Obtaining Base Passes At The Visitor Control Center (northgate), Andersen Air Force Base.
please Be Informed: The Visitor Control Center (northgate) Requires Sufficient Processing Time For Each Visitor. Consequently, If An Attendee Submits The Application Forms After The Specified Due Date And Time, The Attendee May Not Be Able To Attend The Site Visit.
the Furnishing Of The Above Information, Including Your Social Security Number, Is Voluntary. However, Your Failure To Furnish All Or Part Of The Information Request May Result In The Government's Denial Of Access To The Jobsite. Any Of The Above Information Furnished By You And Protected Under The Privacy Act Shall Not Be Released Unless Permitted By Law And/or You Have Consented To Such Release.
upon Receipt Of The Above Information, Our Office Will Submit A Letter To The Pass And Id Office Authorizing Your Entrance.
on The Day Of The Visit, Attendees Shall Meet Promptly At The Pacific Regional Training Center (prtc) Gate And Bring Necessary Base Access Pass, The “iii Log” And “new Contractor Letter Memorandum” To The Site Visit. For Those That Do Not Have Dbids, Pick Up An Approved Day Pass From The Visitor’s Center (northgate). Attendees Shall Meet At The Visitor Control Center Overflow Parking Lot.
Closing Date30 Jan 2025
Tender AmountRefer Documents
Municipality Of Rizal,palawan Tender
Healthcare and Medicine
Philippines
Details: Description Acquisition Of 1 Unit Mobile Clinic Vehicle With Diagnostic Equipment Package And Accessories • Mobile Aluminum Van With An Interior Length Of 16ft. • Insulated Walls And Additional Reinforcement For Industrial Purposes. • All Walls Are Finished With A Composite Panel For The Interior • Sliding Glass Door (inside) And Swing Door (outside) At The Main Entrance • Installation Of 2 Sliding Windows • Provide An Entrance Stair For The Main Entrance • Painting Of The Alluminum Body • Installation Of Sticker Signage (layout Provide By The Client) • Installation Of Electrical Wiring And Lights. • Provide A Fifty-meter #10 Royal Cord As A Connecting Cable Wire •installation Of 1 Split-type And 1 Window-type Air Conditioner. • Installation Of Flooring (marine Plywood And Vinyl Finishing) • Provide An X-ray Room Area With A Small Lead Glass For Viewing (attached To The Sliding Door) • Installation Of An X-ray Unit • Provide A Mini Laboratory Workstation • Provide A Doctor's Consultation/check-up Room With A Patient's Bed And Floor Cabinets • Provide A Water Tank, Sink, Portable Vacuum Toilet With A Waste Tank, And An Exhaust Fan • Installation Of A Canopy • Installation Of A Generator Set •installation Of The Base For A 2-way Radio In The Driver's Dashboard • Comes With Four Pieces Of Park Jack • Provide A Special Key For All Compartments • Wind Breaker Laboratory Equipment * 1 Unit Centrifuge 8 Placer Tabletop Centrifuge Speed 200-6,000rpm, Display Digital Display For Time And Speed Value (or R,c,f, Value) Timer 0-30min Digital Timer Motor Brushless Dc Max. R.c.f. 4,265xg Capacity 8x(10-15)ml. Standard Accessory 8x(10-15)ml. Tube Adapter Optional Accessory (5-7)ml. Or (1.5-2.0)ml Tube Adapter, Weight (kg) N,w. 4,8/g.w.5.8 Overall Dimension W280xd280xh265mm Power Supply Ac 100-240v 50/60hz * 1 Unit Semiauto Chemistry Analyzer Test Mode: Kinetic, Endpoint, Two Point, Absorbance, Wavelength: 7 Standard Filters, 340,405,492,510,546,578,630nm, 1 Free Position, Wavelength Precision: ±2nm,width≤10nm, Absorbance Range: 0-4,500 Abs, Absorbance Precision: Outside 0.0001 Abs, Inside 0.00001 Abs Carryover & Repeatability Cv; <1%, Incubator: 37ᶞc,30ᶞc,25ᶞc And Others, Precision: ±0.1ᶞc, Sample Volume: 0-3000ul(500ul Recommend), Data Storage: 1000, Quality Control Curve: X Sd Cv% L-j Quality Control Curve For Each Test Item, Flow Cell: 32 Ul Quartz Glass 10mm, Lamp: Philips 6v 10w Halogen Lamp With The Longer Lifetime, Screen: 7-inch Color Lcd, Cpu: Arm Series High-speed Cpu, Printer; Internal Thermal Sensitive Printer, Interface; Rs-232 Work Environment; Temperature 0ᶞc-40ᶞc, Humidity:80%, Power Supply; 100240vac, 5060hz, 100va Dimension: L340mm*w270mm*h160mm, Net Weight; 5kc & 10.5kg •initial 1 Set Of Reagents (cholesterol, Hdlc &triclycerides-r-1:60mlx2, R-2: 20ml.x2 320 Test, Alt, Ast, & Glu Cod-pap-r-1:60mlx2, R-2: 15ml.x2 300 Test, Creatinine-s-r-1:60mlx2, R-2: 20ml.x2 320 Test, And Urea, Uric Acid-r-1:60mlx2, R-2: 15ml.x2 300 Test * 1 Unit 3 Parts Hematology Analyzer Priinciple Impedance Method For Wbc, Rbc, And Plt Counting, Cyanide-free Reagent For A Hemoglobin Test 21 Parameters Wbc, Lymph#, Mid#, Gran#, Lymph%, Mid%, Gran%,rbc,hgb,hct,mcv,mch,mchc,rdw-cv,rdw-sd, Plt,mpv,pdw,pct,p-lcr,p-lcc 3 Histograms Wbc,rbc, And Plt Reagent M-30d Diluent, M-20cfl Lyse, Probe Cleanser Sample Volume Prediluted Mode (20ul)whole Blood Mode (9ul) Throughput 70 Samples Per Hour Display 10.4-inch Tft Touch Screen Data Storage Capacity: Up To 500,000 Results Including Numeric And Graphical Information. Communication Lan Port Supports Hl& Protocol Support Bi-directional Lis Interface; 4 Usb Ports (for External Printer, Software Upgrade, Barcode Reader, External Wifi, Keyboard And Mouse) Lan Port (t) Printout Thermal Recorder, 50 Mm Wide Paper, Various Printouts Formats, External Printer Optional Operating Environment Temperature 0ᶞc-40ᶞc, Humidity:10%-90% Air Presure: 70k Pa-106kpa, Power Requirement 100v-24ov, ≤3000va, 50hz/60 Hz Dimension: Depth (410mm) X Width (300mm) X Height (400mm) Weight ≤20kg •initial 1 Set Of Reagents Lyse-0.31ml/cycle 1500, Diluent 20ml/cycle 950, Cleanser 1 Bot. 25 * 1 Unit Microscope Observation Method Brightfield, Darkfield Illuminator Transmitted Illuminator, Led Lamp Focus Focusing Mechanism: Stage Focus, Coarse Handle Stroke: 15mm, Coarse Adjustment Limit Stopper, Torque Adjustment For Coarse Adjustment Knob Field Diaphragm Binocular (option: Cx23-fs), Trinocular Revolving Nosepiece Manual, Standard (4 Positions) Stage Manual Stages With Right-hand Control, Built-in X; 76mm, Y;30mm Condenser Manual Abbe Condenser Na 1.25/w.d.-(4x-100x) (built - In) Observation Tubes Binocular, Standard (fn20), Trinocular, Tube Inclination Angel:30®, Trinocular Tube Light Path Selection (camera Observation): 0%:100%, 100%:0%, Interpupillary Distance Adjustment; 48-75mm Dimension (w X D X H) Binocular: 198 (w) X 398 (d) X 386 (h)mm, Trinocular: 198 (w) X 398 (d) X 430 (h)mm Weight Approx. 5.9kg. * 1 Unit Mini Refrigerator Full Range Digital Temperature Control From 5-20®c/frame And Handle, Triple-layered Tinted Glass Door With Stainless Steel Frame And Handle, 2 Durable And Attractive Wooden Shelves, Easy-to-use Touch Control With Led Temperature Display, Cool White Led Interior Lighting, Quiet And Low-vibration Compressor, Class A Rating Low Energy Consumption, Regulated Humidity, 4 Adjustable Feet * Pipetters • 1 Unit Pipette 1;10-100ul Adjustable Volum Pipette • 1 Unit Pipette 2;100-1000ul Single Channel Pipette * Basic Laboratory And Medical Supplies 1 Unit Digital X-ray With Panel Set • Using High Frequency Inverter Technology To Produce, Stable High Voltage Output Can Obtain Good Image Quality; • With Compact Design, It Is To Carry And Work In Different Areas And Locations; • There Are Three Exposure Cotrol Methods; Remote Control, Hand Switch And Interface Button Type; • Fault Self-diagnosis And Self Protection; • With A Flexible Digital Interface,users Can Go Deep Into The Core Programming Control And Can Be Adapted To Different Dr Detec Tors Parameters; • 5kw Portable X-ray Machine • Maximum Power; 5kw • Photography Kv Range; 40-50kv, 40-60kv, 40-80kv, 40-100kv, 40-110kv • Photography Ma Range; 100ma, 80ma, 63ma, 50ma, 32ma • Mas Range; 0.32-300 Mas • Exposure Time Range; 0.01-6.3s • Operating Frequency;>30 Khz • Input Power Type; 220v ± 10%, 50hz/60hz • Input Power Type; 37(l) X 26 (w) X23 (h) Cm220v ± 10%, 50hz/60hz • Weight; 21kg • X-ray Image Stand And Tube Pillar; Radio-graphic Device Movement Along Pillar1400 Mm ±5%; Focus Distance; 130 Cm ± 5%; Fixed Grid Optional; Grid Density 103l/inch, Grid 10;1; Sid 180cm; Size; 15"x18" * 1 Unit Truck Mounted Digital X-ray Machine Sensor; Scintillator; Direct Deposit Csl (cesium Lodide), Active Area; 434 X 430 Mm2, Image Matrix; 3072 X 3072 Pixels, Pixel Pitch; 140 Um Mechanical Dimension; 460 X 460 X 15 Mm3, Weight; 3.96 Kg, Housing Material; Carbon Fiber Imaging Plate, High Strength Aluminum Alloy Body Communication Communication Interface ; Gigabit Ethernet, Acquisition Timer; 2-4s, Exposure Control; F²aed® (full-field Aed), Manual Sync, External Sync Image Quality Spatial Resolution; 3.57 Ip/mm, Mtf; ≤63% (@1 Lp/mm), ≤35% (@2lp/mm), ≤17% (@3 Lp/mm), Dqe (rqa5, 30 Ugy)≤62% (@ 0 Lp/mm), ≤17% (@ 3 Lp/mm), Dynamic Range; > 80 Db Environmental Operating; Natural Cooling Temperature Range; 5-35 ͦc, Humidity Range (non-condensing); 30%-75% Rh, Storage-temperature Range 20-55 ͦc-humidity Range; 10% - 90% Rh Power Power Supply; 100-240 Volts Ac, Frequency; 50/60 Hz, Power Dissipation; 22w (operating), 8w (standby Mode) * 1 Unit Wired Panel 1800 Le * 1 Unit Laptop * 1 Unit Printer Ultrasound * 1 Unit Portable Ultrasound • 12-inch Rotatable Led Monitor (0-30 Deg) Adapt To Different Viewing Angles • Ultra-light And Compact Design, Ideal For Mobile Services • Applications; Urology, Vascular, Small Parts, Pediatrics, Cardiology • Display Modes; B, B/b, 4b, M, B/m • Gray Scale 256 Levels • Multiple Beam Forming Technology (enhance Frame Rate, Improve Image Resolution) • 240mm Max Scanning Depth (depending On The Probe Type) • 2.5mhz - 11 Mhz Probe Frequency (depending On The Probe Type) • Archives Management - Patient Information Management, Patient Images Record, Patient Exam Report • Power Supply - Ac 240v-100v, 50hz-60hz • A Broad Range Of Transducers Available • Software Packages, General Measurement, Ob, Obstetrics, Gyn, Urology, Abdomen, Cardiac B/m Mode, Vascular, Small Parts, Orthopedic, Pediatrics • Standard Configuration Main Unit, 3x Usb Ports, 1 X Probe Connector, C3-a Convex Probe Included, Vga Port, Video Port & Lan Port Ecg Machine * 1 Unit Portable Ecg Machine • 3 Packs Initial Tracing Paper • 3 Channel Ecg Machine With Interpretation, 5.0" Color Tft Lcd Display, Simultaneous 12 Leads Acquisition And 1, 1+1, 3 Channel (manual/auto) Recording With High Resolution Thermal Printer, Manual/auto Working Modes, Use Digital Isolation Technology And Digital Signal Processing, Baseline Stabilization Inspection, Full Alphanumeric Silicon Keyboard,support U Disk And Sd Card Storage, Support Wifi Connection Workstation, Dimension; 65cm X 35cm X 25cm Communication * 2 Units 2-way Radio • Portable Radio And Base Radio (to Be Installed In The Truck) 136-174mhz; 400-490mhz, Output Power; 60w (vhf), 40w (uhf), 200 Programmable Channels, Ctcss/dcs Scan, Scramble Function, Compander To Reduce Noise, Ani Function (dtmf)/ani, 5-tone/ani) Ptt Id, Qhm-03 Multifunctional Microphone With Dtmf • Receiver (etsi En 300 096 Standard Testing And Transmitted (etsi En 300 066 Standard Testing 1 Unit Generator Set (15 Kva) * Generator •brush, Self-excitation, 2 Poles Single-phase, Automatic Voltage Regulator (avr), 60hz, 15kva Max Ac Output, 10kva Rated Ac Output, 220v Rated Ac Voltage, 100%=1.0 Power Factor * Engine Forced Air-cooled, 4 Stroke, Direct Injection, Displacement; 496cc, Max Output; 18hp, Fuel; Diesel Light Fuel (bs- Al Or Equivalent), Fuel Tank Capacity; 1gl, Continuous Operating Hours; 5 Bh, Oil Capacity; 1.65l, Ignition System; Direct-injection, Standing System; Electric, Operating Noise Level (7m); 72db * Dimensions Dimension Lxwxh; 91cm X 52cm X 65cm * Package Dimensions Overall Dimension Lxwxh; 95cm X 56cm X 72cm, Net/cross Weight; 155kg/165kg 1 Unit Other Equipment And Supplies * Split-type Aircon, 1.5 Hp, Non-inverter, * Window Type Aircon, 1.5hp, Non-inverter, * Compact Silent Generator (10kva Gen Set) * Fire Extinguisher Classes Of Fire; Abc, Chimical Efficacy; 12 Years, Warranty; 5 Years, Non-conductor Of Electricity; Yes Non-corrosiver; No, Non-residual; No, Multi-shot; No * 1 Unit Wheelchair • Foldable Lightweight Alluminum Frame, Fixed Armrest & Flip-up Footrest, Foldable Backrest For Easy Storage, Comes With United Handbrakers, Solid Front Castor; 15cm, Solid Back Castor; 30cm, Nylon Seat, Weight; 8kg, Max Load; 100kg * 1 Unit Stretcher • Unfolded Size (lx W X H); 190x64x45cm, Folded Size (lx W X H); 92x19x11cm, Military Style With Bag, Durable Aluminum Constructed Frame With Steel Legs And Reinforced Water-resistance Polyester Fabric, Perfect For Outings, Traveling, Camping, Daycare, Or Lounging, Dimensions Of 75" L, By 25" W And 18" Off The Ground; Holds Up To 250 Poundsa, Carrying Bag Included; Folds Up To 36"l X 7"w X 4"h And Weight 121lbs, Hassle-free Set Up * 1 Unit First Aid Kit Adhesive Bandages In Various Sizes (also Known As Plasters Or Band-aids), Sterile Gauze Pads Or Rolls, Adhesive Tape, Antiseptic Wipe Or Solution, Alcohol Wipes Or Solution, Disposable Gloves, Tweezers, Scissors, Intant Cold Compress, Face Mask, Oral Thermometer, Pain Relievers (such As Acetaminophen Or Ibuprofen), Antihistamine Tablets Or Cream (for Allergic Reactions), Hydrocortisone Cream (for Skin Irritations And Rashes), Burn Ointment * 3 Unit Table * 12 Units Chairs * 1 Unit Canopy 1 Unit Genxpert Machine And Accessories And Cartridges Cepheid Gxiv-4 Tsk With Cartridges 1 Unit Dental Chair With Dental Kits And Accessories (lights And Forceps) Rapid Diagnostic Test * 10 Bxs. Trimera Drug Of Abuse (doa) Rapid Test Range (25's) * 10 Bxs. Trimera Hcg Pregnancy Test (urine And Serum)(25's) * 10 Bxs. Trimerah. Pylori Rapid Test(25's) * 10 Bxs. Trimera Fecal Occult Blood (fob) Rapid Test (25's) * 10 Bxs. Trimera Typhoid. Rapid Test (25's) * 10 Bxs. Trimera Dengue Nsi And Lgg/lgm Combo Rapid Test (25's) * 10 Bxs. Trimera Malaria Rapid Test (25's) * 10 Bxs. Trimera Leptospira Lgg And Lgm Rapid Test (25's) * 10 Bxs. Trimera Syphilis Rapid Test (25's) * 10 Bxs. Trimera Hepotitis B Virus (hbv) Rapid Test Range (25's) * 10 Bxs. Trimera Hepotitis B Surfoce Antigen (hbsag)) Rapid Test (25's) * 10 Bxs. Trimera Hepotitis C Virus (hcv) Rapid Test (25's) * 10 Bxs. Trimera Human Immunodeficiency Virus (hiv) Rapid Test Range (25's) * 10 Bxs. Trimera Cordioc Marker Rapid Test Range (25's) With Technical Assistance Of Company Manpower For 1 Month To Dry Run The Equipments And Train The Mho Personnel With Lgu Rizal Decals, Lto Registered Under Rizal Lgu And Gsis Insurance
Closing Date11 Feb 2025
Tender AmountPHP 13.5 Million (USD 233.8 K)
Province Of South Cotabato Tender
Solar Installation and Products...+1Electrical and Electronics
Philippines
Details: Description Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0049 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 1 Dishwashing Paste , 200g 100 Tubes 2 Dish Washing Sponge 50 Pcs 3 Detergent Powder , 1000g 100 Pcks 4 Alcohol , 70%, 500ml 200 Btls 5 Fabric Conditioner , 240ml 200 Pcks 6 Floor Mop , With Handle And Squeezer 10 Pcs 7 Broom , Soft 20 Pcs 8 Broom , Stick 20 Pcs 9 Disinfectant Spray , 500ml 50 Pcs 10 Garbage Bag , 15" X 15" X 37", 100's, Black 50 Pcks 11 Disinfectant Concentrate , Lkyl Dimethyl Benzyl Ammonium Chloride, Gals 3.785l/gal., Fresh Scent 20 12 Tissue Paper , 2 Ply, 12's/ Pack 150 Pcks 13 Toilet Bowl Cleaner , 500ml 50 Btls 14 Hand Soap , With Dispenser, 500ml 100 Btls 15 Insect Repellant Spray , 500 Ml 50 Cans 16 Doormat , Rubber, Big 25 Pcs 17 Dust Pan , Plastic With Handle, Large 20 Pcs 18 Liquid Glass Cleaner , 500ml W/ Sprayer 10 Btls 19 Floor Mop Head , With Handle, Wood Handle , Screw Type 10 Pcs 20 Toilet Deodorizer , 50g, With Holder 20 Pcs Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 1 Of 7 Total Abc: P 199,810.00 X-x-x Page 3 Follows X-x-x "please Indicate Brand" Note: Specifications For Item No. 3 •the Supplier Shall Supply Products Which Do Not Contain Ethylene-diamine-tetra-acetate (edta) Nor Alkyl Phenol Ethoxylates (apeo). •the Supplier Shall Supply Products With Adequate Instructions For Proper Use And Disposal. For Item Nos. 9 & 11 •the Supplier Shall Supply Products Which Do Not Contain Ethylene-diamine-tetra-acetate (edta) Nor Alkyl Phenol Ethoxylates (apeo). •the Supplier Shall Supply Products With Detailed Instructions On Maximizing Product Performance And Indications For The Proper Waste Disposal And The Recyclability Of The Container. For Item No. 10 •the Supplier Shall Supply Products Which Is Made Of Polyethylene (pe). •the Pe Should Contain A Minimum Of 30% Postconsumer Material. For Item No. 12 •the Supplier Shall Supply Products Which Are Made Out Of Raw Materials From 100% Recycled Fibre. •the Supplier Shall Supply Paper Which Is At Least Elementary Chlorine Free (ecf). •the Core As Well As Any Paper Wrapping And Carton Box Packing Must Be Made From 100% Recycled Fibre And The Cartons Must Be Strong Enough For Storage And Transit. For Item No. 13 •the Supplier Shall Provide A Cleaner Which Is Not Chlorine Based And Does Not Contain Inorganic Acids. •the Supplier Shall Supply Products With Adequate Instructions For Proper Use And Disposal. For Item No. 14 •the Supplier Shall Supply Products Which Do Not Contain Ethylene-diamine-tetra-acetate (edta) Nor Alkyl Phenol Ethoxylates (apeo). •the Supplier Shall Supply Products With Adequate Instructions For Proper Use And Disposal. Note: For Use Of Pgso. Total Amount Of Bid: Source Of Fund: Pgso-1061 - 5-02-03-990 - Mooe- 25 - 01 -10421 Approved Budget: P 199,810.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 2 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0049 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 21 Solar Salt , 12.5 Kg./bag 20 Bags Total Abc: P 5,500.00 X-x-x Page 4 Follows X-x-x "please Indicate Brand" Note: For Use Of Pgso. Total Amount Of Bid: Source Of Fund: Pgso-1061 - 5-02-03-990 - Mooe- 25 - 01 -10421 Approved Budget: P 5,500.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 3 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0049 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 22 Cap Seal 30,000 Pcs Total Abc: P 22,500.00 X-x-x Page 5 Follows X-x-x "please Indicate Brand" Note: For Use Of Pgso. Total Amount Of Bid: Source Of Fund: Pgso-1061 - 5-02-03-990 - Mooe- 25 - 01 -10421 Approved Budget: P 22,500.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 4 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0049 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 23 Sediment Filter , Cartridge, Slim - 10 Micron, 20" Per Roll 16 Pcs 24 Sediment Filter , Cartridge, Slim - 5 Micron, 20" Per Roll 6 Pcs Total Abc: P 4,290.00 X-x-x Page 6 Follows X-x-x "please Indicate Brand" Note: For Use Of Pgso. Total Amount Of Bid: Source Of Fund: Pgso-1061 - 5-02-03-990 - Mooe- 25 - 01 -10421 Approved Budget: P 4,290.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 5 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0049 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 25 Fire Extinguisher , Refill Only, 10lbs 99 Tanks Total Abc: P 59,400.00 X-x-x Page 7 Follows X-x-x "please Indicate Brand" Note: For Use Of Pgso. Total Amount Of Bid: Source Of Fund: Pgso-1061 - 5-02-03-990 - Mooe- 25 - 01 -10421 Approved Budget: P 59,400.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 6 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0049 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 26 Chair , Monoblock, Blue, Without Armset With Embossed South Cotabato Logo Pcs And Pgso With 3.5 Inches In Diameter (logo) With 1.5 Inch Per Letter (pgso) 200 Total Abc: P 80,000.00 X-x-x Nothing Follows X-x-x "please Indicate Brand" Note: Specifications •the Supplier Shall Supply Products Made Of Plastic Materials Which Do Not Contain Lead, Chromium, Cadmium, Mercury, Phthalates, And Halogenated Organic Substances. •the Chairs Shall Be Marked For Recycling According To Iso 11469 Or Equivalent And Must Not Contain Additions Of Other Materials That May Hinder Their Recycling. •the Supplier Shall Supply Products Which Are Packaged In Recyclable Material. Note: For Use Of Pgso. Total Amount Of Bid: Source Of Fund: Pgso-1061 - 5-02-03-990 - Mooe- 25 - 01 -10421 Approved Budget: P 80,000.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 7 Of 7
Closing Date11 Feb 2025
Tender AmountPHP 371.5 K (USD 6.4 K)
Department Of Agrarian Reform - DAR Tender
Security and Emergency Services...+1Manpower Supply
Corrigendum : Closing Date Modified
Philippines
Details: Description Technical Specifications Terms Of Reference Provision Of Security Services For F.y. 2025 Introduction The Department Of Agrarian Reform Provincial Office (darpo) Of Zamboanga Del Sur Shall Engage The Services Of A Security Agency In Accordance With Republic Act 11917, Also Known As “the Private Security Services Industry Act”, That Will Provide Duly Licensed, Adequately Trained, And Armed Security Guards To Secure And Safeguard The Employees, The Office Building, Equipment, Vehicles And Other Office Properties, Including Its Premises And Immediate Vicinity From Theft, Pilferage, Robbery, Arson, And Other Unlawful Acts Of Strangers, Third Parties And /or Its Employees And Maintain Peace And Order Thereof At All Times For The Year 2025. General Requirements 1. Complete Licenses And Accreditations As Required In The Eligibility Requirements In The Bidding Documents Including The License To Operate From The Supervisory Office For Security And Investigation Agencies Or (pnp-sosia), License To Exercise Security Profession (lesp) Issued By The Chief, Pnp Through Chief, Sosia, And Membership In The Philippine Association Of 2. Department Of Labor And Employment Registration; 3. Agency Experience Of At Least Five (5) Years; 4. Security Guard Must Possess The Following Qualifications: A Filipino Citizen At Least 21 Years Old; Physically And Mentally Fit; Have A Good Moral Character; A Graduate Of High School From Any Deped Recognized Secondary School Whether Public Or Private; Completed The Necessary Pre-licensing Training Program The Pltp/rtc; With Experience Of At Least 1 Year As Security Guard; Secured A Valid License To Exercise Security Profession (lesp) Issued By The Chief, Pnp Through Chief, Sosia, Recognizing Him/her To Be Qualified To Perform The Duties Of A Private Security Professional In Accordance With Section 13 Of Ra 11917; Acquired The Required Number Of Training Hours On Public Safety And Security Set By The Philippine National Police (pnp); Must Undergo And Pass The Required Psycho-neuro Examination And Drug Test Conducted By A Pnp/nbi-accredited Testing Centers Within The Last Six (6) Months; Secured A Valid Firing Certificate 5. Security Guard Must Not Have Committed Any Unlawful Act Nor Shown Misbehavior/unethical Conduct That Can Be Reasonable Grounds For Disqualification Under Section 21 Of Ra 11917. Grounds For Disqualification: Having Been Convicted Of Any Crime Or Offense Involving Moral Turpitude; Having Been Dishonorably Discharged Or Separated From Employment Or Service; Being Mentally Incompetent; Being A User Or Addicted To The Use Of Dangerous Drugs Or Narcotics; Being A Habitual Drunkard; Dummy Of A Foreigner 6. The Security Agency Has Fully Remitted Premium Payments Of Personnel To The Sss, Hdmf, And Phic For The Last Three (3) Months – To Be Checked During The Post-qualification Of The Lowest Calculated Bidder. 7. The Security Agency Has Established An Office In Pagadian City. Logistical Requirements The Security Agency Shall Provide The Following Minimum Logistical Support To The Security Guards: 1. At Least 1 Set Of Proper Agency Uniform With Visible Identification Badges (free Of Charge To The Guard) 2. 1 Unit Of A Licensed .38 Caliber Pistol Or 1 Unit 9mm Pistol With Ammunition 3. 1 Whistle For Each Of The 6 Security Guards 4. 1 Ac-dc Flashlight 5. 1 Unit Metal Detector 6. 1 Unit Handcuffs 7. 2 Units Umbrella 8. 1 Unit Night Stick 9. Timepiece (synchronized) 10. Writing Pen 11. Notebook And Duty Checklist (electronic Or Not) 12. First Aid Kit 13. Electronic And/or Communication Devices The Dar Shall Provide The Following Counterpart Support: 1. 6 Units Of Fire Extinguishers 2. 6 Units Of Emergency Lights 3. 2 Logbooks The Security Guard Shall Provide For Himself/herself An Extra Set Of Uniform Charged To His/her Personal Account As Per Section 204 Of Ra 11917. Total Number Of Guards Total Number Of Security Guards To Be Deployed 24/7 In Three (3) Intervals Is Six (6). Duty Detail And Area Of Coverage A. Security Services Shall Be Performed 24/7 In Three (3) Shifts At The Provincial Office Of The Dar In Acs Building, Barangay Dao, Pagadian City, Following The Duty Detail Indicated Hereunder: Time Schedule Post Two (2) Guards From 0700h To 1500h – Day Shift Main Entrance Two (2) Guards From 1500h To 2300h – Afternoon Shift Main Entrance Two (2) Guards From 2300h To 0700h – Night Shift Main Entrance B. Each Guard Shall Have A Regular 8-hour Tour Of Duty, Unless When Expressly Required In Writing By Darpo Management That An Overtime For A Maximum Of Four (4) Hours (such As During Late Night/extended Office Activities) Shall Be Taken By The Assigned Security Guards On Specific Posts. C. The Darpo Management Shall Inform The Security Agency In Writing In Case Of Changes In The Duty Detail. Manual Of Operations The Engagement Shall Cover The Following: A. Posting Station Shall Be At The Main Entrance Of The Office Building. B. Control Of Ingress And Egress Of Employees, Clients, And Other Visitors By Regular Updating Of The Logbook To Be Provided By The Dar. C. Conduct Of I.d. Verification And Body Search On All Incoming Clients, Guests, And Other Visitors And Require Them To Deposit Their Firearms And Other Deadly Weapons Before They Be Allowed To Enter The Office Building. D. Recording Of The Incoming And Outgoing Of All Vehicles (darpo’s And Others’) Entering The Office Premises. E. Roving/inspection Of The Office Premises Shall Be Done Two (2) Times In Every Duty Shift. F. Strict Observance Of The Eleven (11) General Orders As Mandated By Section 244 Of Ra 11917 And Its Irr. G. In Case Of Emergency/untoward Incidents (fire, Pilferage, Vandalism, Trespass, Robbery, Arson, Sabotage, Attack, Bomb Scare And Other Forms Of Security Threats) The Security Guard Shall First Attend To The Situation, Maintain Peace And Order Of Things, And Facilitate The Preservation Of Proofs/evidence Of Crime. The Security Guard Shall Immediately Notify The Fire And Police Departments For Reinforcement And Make A Spot Report To Aid The Police In The Conduct Of Investigation. H. The Security Guards Shall Be Under The Supervision And Control Of The General Services Officer (gso)/administrative Officer Iv (ao Iv) Of The Darpo; And Shall Facilitate Implementation Of Internal Office Policies, Rules And Regulations Such As The Policy On Austerity (turning Off Of Lights And Office Equipment When Not In Use); The Policy On Security And Safety (require Guests To Present And Deposit Ids, Firearms/weapons); The Policy On Attendance (require All Employees To Log In And Log Out On The Biometrics Machine); And The New Normal Health & Safety Protocol (enforcement Of The Wearing Of Face Mask, Maintenance Of Social Distancing, Sanitizing Of Hands Of Incoming Personnel/guests). I. Weekly Evaluation/surprise Inspection By A Security Agency Officer Shall Be Done To Ensure That Efficiency, Alertness And Discipline Are Instilled And Practiced By The Guards At All Times In The Performance Of Their Duties And Functions; The Security Agency Officer Shall Ensure That There Is Regular Compliance/implementation Of Security Measures, Procedures And Systems Adopted/applied In The Darpo. J. The Security Agency Shall Provide Opportunities For Skills Upgrading For The Security Guards Such As The Latter’s Enrollment To Security Training Courses, Attendance To Seminars On Personal Security Awareness, Disaster-preparedness And Other Significant Seminars That Will Increase The Level Of Knowledge, Skills And Expertise Of The Guards In Their Field Of Work. K. No Replacement/s Of Security Personnel/guards During The Effectivity Of The Contract Shall Be Allowed, Except Of Death, Resignation From Work, Physical Incapability Etc., Of The Guards Assigned. In The Event That Replacement Of The Security Guards Is Needed, A Written Notice Together With A Bio-data And Credentials Of The Replacements Are Required And This Shall Be Subject To The Approval Of The Darpo Management. L. The Darpo Shall Have The Absolute Right To Ask For The Relief And Replacement Of Any Security Guard In Whom The Former Has Lost Its Trust And Confidence And/or Has Been Found To Be Inefficient And Ineffective In The Discharge Of Duties. M. Supervising Personnel From The Security Agency Shall Conduct Regular Monitoring And Surprise Checking Of The Guards And/or As Requested By The Darpo Management To Ensure Consistent And Quality Security Service. N. The Security Agency Shall Ensure Complete And Timely Payment Of Premium Contributions Due To The Sss, Philhealth And Hdmf As Its Faithful Compliance To Its Written Undertaking Submitted As Part Of Its Bid. Proofs Of Payment Of Social Premium Remittances To Sss, Phic, And Hdmf Shall Be Submitted To The Darpo-sto Division On A Quarterly Basis. O. The Security Agency Shall Submit To The Darpo-sto Division On A Monthly Basis, Copy Of The Payroll Of The Assigned Security Guards And The Corresponding Statement Of Account. Such Payroll And Soa Are Pre-requisites To The Processing Of The Monthly Payment To The Security Agency. Inspection And Performance Assessment A. The Darpo Management Or Its Duly Designated General Services Officer (gso)/administrative Officer Iv (ao Iv) Shall Have The Right To Inspect The Guards Assigned By The Security Agency At Any Time; B. The Darpo Management Or Its Duly Designated Gso Or Ao Iv Shall Have The Right To Conduct Inspection And Performance Assessment To Determine The Quality And Acceptability Of The Services Being Performed By The Guards In Accordance With The Contract; C. On The Basis Of The Result Of The Aforementioned Inspection And Performance Assessment And At The Sound Discretion Of The Darpo Management Through Its Provincial Agrarian Reform Program Officer Ii, The Latter Shall Have The Right To Demand For The Temporary/permanent Replacement Of The Security Guards On Detail; D. As Part Of Darpo Management’s Precautionary And Safety Measures In Implementing The Security Services Contract, The Security Guards Shall Undergo Drug Test At Least Once A Year In An Accredited Pnp Drug Testing Center Or When Required By The Darpo Management. Security Plan The Security Agency Shall Submit A Security Plan That Assesses Security Risks, Develops Measures To Minimize The Risks, Formalizes The Procedures That Will Be Followed To Respond To Security Incidents And The Subsequent Procedures To Undertake In Reporting Such Security Incidents. In Addition, The Security Agency Shall Integrate The Herein Prescribed Security Policies, Rules, Regulations And Procedures Of The Dar-zds With Its Existing Security Protocols And Standards Of Practice In Accordance With R.a. 11917, Also Known As “the Private Security Services Industry Act”. Other Conditions A. There Shall Be No Employer-employee Relationship Between The Darpo Management And The Security -agency/guards During The Engagement Of The Latter Service/s Nor The Former Be Held Liable/accountable For Any Accident, Injury Of Any Kind And/or Even Death Of The Security Personnel/guards Assigned Either On-duty Or Off-duty. B. The Darpo Management Shall Not Be Responsible For Any Claim For Personal Injury Or Damage Including Death Caused To Any Security Guard In The Performance Of His Duties Nor Shall The Darpo Management Be Liable For Any Claims Against The Security Agency For Causes As May Be Allowed/determined By Applicable Laws. Responsibility/liability A. The Security Agency Shall Be Fully Responsible For All Work And Services Performed By Its Security Guards, And Shall For This Purpose Employ Qualified, Competent And Well-trained Guards To Perform The Services Under The Contract. B. The Security Agency Shall Take All Reasonable Measures To Ensure That The Security Guards Conform To The Highest Standards Of Moral And Ethical Conduct. C. The Security Agency Shall Ensure Its Security Professionals Adhere To The Professional Conduct And Ethical Standards Set Forth Under Section 235-236 Of Ra 11917 And Its Irr. D. The Security Agency Shall Assume Full Responsibility For Whatever Damages Or Losses On Any Of The Property Of The Darpo During The Watch Hour Or Tour Of Duty Of Its Guard/s After The Same Fact Of Loss Or Damage Has Been Established As A Result Of The Guard’s Omission, Commission, Negligence, Fault, Laxity Or Misconduct, Following Investigation Conducted Jointly By Both Parties; However, The Security Agency Shall Not Be Held Liable Where Such Losses Or Damages Are Due To Fortuitous Event As Defined In The Civil Code Of The Philippines, Or Where Losses Occurred Under Any Of The Following Causes Or Situation: 1. Where The Damage Or Loss Is Inside A Closed Room, Except Otherwise Proven That The Entrance Thereto Was With Force Upon Things Or Person/s As Defined Under The Revised Penal Code Of The Philippines, And That The Loss Or Damage Has Been Reported To The Security Agency Within Forty-eight (48) Hours Upon Discovery Of Occurrence, Whichever Comes First. 2. Any Property Belonging To The Party Of The Darpo And Issued To Or Held In Trust By Its Employees Shall Be The Sole Responsibility Of Said Employees, Unless Said Property Is Endorsed In Writing And Signed By The Guard. 3. Where The Loss Or Damage Of Items Is The Result Of Robbery In Band, Mob, Violence, Tumultuous Affray, Acts Of Dissident, Acts Of War And Revolution. E. In The Event Of Loss Or Damage To The Premises Or Properties Of The Darpo, The Security Agency Shall Only Be Liable For Its Replacement Or Restitution Thereof In The Same Condition As It Was/they Were Immediately Prior To The Loss Or Damage. F. No Assignment Whatsoever Of The Security Services Contract Shall Be Made To Any Third Party. Waiver From Any Liability A. The Security Agency Shall Hold The Darpo Management Free From Any Liability, Courses Of Action Or Claims Which May Be Filed By Its Security Guards By Reason Of Their Employment With The Security Agency Pursuant To The Contract, Or Under The Provision Of The Labor Code, The Social Security Act, And All Other Laws And Regulations Which Are Now In Force Or Which Hereafter Are Enacted; B. In The Event The Darpo Management Is Impleaded In Any Such Action Or Case, The Department Shall Be Authorized To Withhold From The Security Agency’s Collectible Accounts Such Amounts As Would Be Reasonable To Approximate The Claims Of The Security Guards Against The Security Agency In Case The Same Are Levied Or Exerted Against The Darpo Management. Contract Duration The Engagement Shall Be Effective Within A Period Of Twelve (12) Months Beginning January 1, 2025 To December 31, 2025. Terms Of Payment Payment Shall Be Made For The Account Of The Security Agency On A Monthly Basis Upon Submission To The Dar-zds Through The Administrative Officer Iv, General Services Section Of The Following: Statement Of Account/billing Letter Daily Time Record Duly Signed By Assigned Head Guard, As The Case May Be, And Countersigned By The Administrative Officer Iv Payroll Of The Immediately Preceding Month Proof Of Payment Of Remittances For Social Benefit Premiums (sss, Phic, Hdmf)— Submitted On A Quarterly Basis Contract Amount Shall Be Fixed And Shall Not Be Adjusted During Contract Implementation, Except For The Following: • Increase In Minimum Daily Wage And Other Wage-related Benefits Pursuant To Law Or New Wage Order Issued After Date Of Bidding. In This Case, The Prescribed Wage/wage-related Benefit Increase Shall Be Borne By The Darpo And The Security Service Contract Shall Be Deemed Amended Accordingly. In The Event That The Darpo Fails To Pay The Prescribed Increases, The Security Agency Shall Be Jointly And Solidarily Liable With The Former; • Increase In Taxes; • If During The Term Of The Contract The Darpo Sees The Need For An Increase Or Decrease In The Number Of Security Guards, The Resulting Cost Of Said Increase Or Decrease, Provided That The Abc For The Relevant Year Is Not Exceeded. Separability If Any Provision Of This Contract Is Declared Void, Ineffective, Invalid Or Contrary To Law By A Final Judgment Or Decree By Any Court, Commission, Or Other Judicial Or Quasi-judicial Body Of Competent Jurisdiction, The Other Provisions Not Affected By The Said Judgment Or Decree Shall Remain Unimpaired Unless Said Judgment Affects The Contract As A Whole. Exclusivity Of The Venue Of Action/s Actions Arising Out Of This Contract Shall Be Filed With The Court Of Competent Jurisdiction In Pagadian City To The Exclusion Of All Other Courts.
Closing Date21 Jan 2025
Tender AmountPHP 1.6 Million (USD 28.6 K)
Department Of Education Division Of Talisay City Tender
Textile, Apparel and Footwear...+1Furnitures and Fixtures
Philippines
Details: Description 4 Pcs. "alarm Clock, Digital, Overall Dimensions: 13.5 X 8 X 4.5 Cm (approx.) Material: Plastic (pe/abs) Illuminated Lcd Digital Display: Time (12/24), Calendar (mm/dd), Temperature, Alarm Status (on/off), Snooze Display Size: 10 X 5 Cm (minimum), Time Can Be Read 30 Ft Day Time. Runs On Aaa Battery Which Come Together With The Item Smooth Surface, No Sharp Edges, Includes User's Manual Which Contains Operation Procedure, Name Of Parts, Safety Precautions, Trouble Shooting." 100 Pcs. "apron, Polyester-cotton , Bib Apron, Sleeveless Adjustable Neck Loop Material : Polyester - Cotton Fabric Dimension : 70 To 60 Cm (minimum) With 2 Or 3 Pockets Uni-color, Dark No Sharp Edges And Loose Threads" 20 Pcs. "baskets, Laundry 3 - Bag Laundry Sorter, With Wheels Bag: Polyester, Rectangular Shape, Detachable From Frame With Metal Handle And Hanging Hook Bag Dimensions : Rectangular 22 X 15 X 8 Inch (minimum) Frame Material : Corrosion Resistant Steel, Sturdy No Wobble Frame Overall Dimensions : Rectangular, 31 X 30 X15 Inch (minimum) With Four Casters, 2 Inch Diameter (minimum) Smooth Surface, No Sharp Edges" 3 Pcs. "bed, Queen Bed Set, Queen Size (60 X 75 Inch) Rectangular 1) Frame: Knock-down Type, All Steel, Powder Coated Including Head Board, Bare Weight: 20 Kg (minimum) No Wobble And Noise 2) Comes With Fabric Covered Foam 6 Inches Thick Foam Density: 29 -33 Kg/cu.m. 3) No Sharp Edges" 4 Pcs. "bed, Single Size (w36 X L75 Inch) Rectangular 1) Frame: Knock-down Type, All Steel, Powder Coated Including Head Board, Bare Weight: 13 Kg (minimum) No Wobble And Noise 2) Comes With Fabric Covered Foam 6 Inches Thick Foam Density: 29 -33 Kg/cu.m. 3) No Sharp Edges" 4 Pcs. "board, Ironing Type: Foldable Type Ironing Board Body Shape : Standard Material : 25 Mm Tubing Approx., 0.8 Mm Thickness Board Size: 32 Inches (minimum ) Body Size :120 Cm X 30 Cm X 5 Cm Color : Any Comes With Box No Sharp Edges" 40 Pcs. "boots, Safety, Plastic Upper Material: Elastic Pvc Sizes: 7 Inches - 5pcs 8 Inches - 5pcs 9 Inches - 5pcs 10 Inches -5pcs 11 Inches - 5pcs Height: 13 To 14 Inches Plain Toe Type Of Boots: Unisex Rain Boots With Rugged Tractor Lug Outsole Packed With Carton Box Per Size" 20 Pcs. "brush, For Housekeeping Brush, Floor Scrubbing, Angled Long Handle Bristle Material : Plastic, Stiff Handle Material : Metal Tubular Corrosion Reistant, Overall Length : 120 Cm. (minimum) Bristle Length : 5 Cm (=/- 1cm) Scrubbing Surface : 25 X 6 Cm (+/-1 Cm) No Sharp Edges" 20 Pcs. "water Bucket Bucket Material : Hard Plastic, Round Body Capacity : 10 To 12 Liters Handle Material : Steel Smooth And Glossy Surface, No Sharp Edges" 4 Pcs. "caddy, Toilet Carrying Caddy For Toilet Cleaning Supplies Holds Spray Bottles And Other Cleaning Supplies, No. Of Compartments: 3 (minimum) Material :plastic Tray Depth: 11 Cm (approx.) Overall Dimension: 36 X 26 Cm (approx.) Smooth Surface, No Sharp Edges" 4 Pcs. "carpet Sweeper, Cordless Electric Motorized Single Brush Roll (removable) Body Material : Hard Plastic ,(abs) Or Its Equivalent, Any Color Equipped With Rechargeable Battery (16 Minutes Run Time On Carpet), Removable Dirt Box Sweep Width : 8 Inches (minimum) Capacity (volume) : 0.35 Lit.(minimum) Handle: Metal, Powder- Coated, With Plastic/rubber Grip, Swivel Steering Assembled Height: 44 Inches (minimum) Comes With Battery Charger 220/240vac, 50/60hz With Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) No Sharp Edges Includes User's Manual Which Contains Operation Procedure, Name Of Parts, Safety Precautions, Trouble Shooting" 4 Pcs. "housekeeping Cart Trolley Equipped With Three-shelves With Steel/laminated Panels Single Door, Top Layer With Divider, Bag Holder, And 4 Wheels Cart Frame: Steel, Powder Coated Wheels: 2non-swivel 2 Swivel, 6 Inch Diameter, Non-markings Overall Dimensions : Rectangular 90 X 48 X 1010 Cm (minimum) Comes With Accessory Linen Bag Smooth Surface, No Sharp Edges" 20 Pcs. "caution Sign, A Shape-2 Panel Self Standing, With D-handle, Collapsible For Easy Storage Material : High Impact Plastic, Panel Dimension : Rectangular (lxw) 55-65 Cm X 25 X 61 0m (minimum), Panel Depth : 2 Cm (minimum) Color : Yellow Print Description : ""caution: Wet Floor"" On One Side ""cleaning In Progress On The Other Side, Both Messages Provided With Graphics Printed In Black. Font Size: 100 -120 Mm X 50 -70 Mm, Arial Smooth Surface, No Sharp Edges" 40 Pcs. "lint Free Cleaning Cloths Material : Cotton Dimensions : Rectangular 16 X 26 Inch" 4 Pcs. "coffee Maker, Electric Material: Metal, Plastic, Glass Capacity: 6 Cups (minimum) Detachable Tank, With Water Level Indicator Non-stick Warming Plate : Removable And Washable Filter Non-drip Valve : Lighted On/off Switch Power Supply: 220 V -240 V Ac 50/60 Hz , 500w Minimum Comes With A Heat Resistant Glass Pitcher With A 1 Meter (minimum) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option) Smooth Surface, No Sharp Edges With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item Comes With English Manual That Contains: Users Guide, List Of Parts, Maintenance Guide, Safety Guide. 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines." 20 Pcs. "dust Pan, Upright Standing Material: Plastic Overall Length: 65 Cm (minimum) Pan: Round Back, 24 X 26 X 9 Cm (minimum) Smooth Surface, No Sharp Edges" 20 Pcs. "anti-static Duster Duster Material : Polypropylene Micro Fiber Duster: Length : 30 Cm (minimum), Overall Length: 50 Cm (minimum) Handle Material : Hard Plastic, No Sharp Edges" 12 Pcs. "stand Fan, Electric Material: Metal, Plastic Size/diameter: 18 Inches Power Rating: 70 Watts (minimum), 220 / 240 Vac, 50 / 60 Hz, Single Phase Rotation Angle: 90 Degrees Base: Stable, 16 Inches Diameter (approx.) Removable Metal Guard On Front And Rear 3-speed Settings Comes With 1.5 Meters Power Cord And With Molded Male Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) Smooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item 1 Year Warranty Parts And Service" 10 Pcs. "fire Extinguisher (with Contents) 1.for Type A, B, C Fire: Dry Chemicals (monoammonium Phosphate) 2.portable Type 3.capacity : 5 - 6 Kgs 4.rechargeable Cylinder Metal 5.working Pressure Of Cylinder : 400 Psi 6.brass Valve With Pressure Gage 7.with Rubberized Hose And Aluminum Nozzle Attached 8.with Squeeze Lever To Discharge And Safety Pin 10.painted With Metal Primer And Red Enamel Paint 11.includes With User's Guide In English That Contains: A. Operating Procedure On How To Use The Equipment B. Safety Precaution When Using The Equipment 12.1 Year Warranty Parts And Service 13.the Item Must Be Branded And Have Good Quality" 20 Pcs. "flashlight Led 1,000 Lumens (minimum), Color : White , Battery: Rechargeable, At Least 3,500 Mah , Can Be Used Also With 3 X Aaa Batteries; Body: Aluminum Alloy, No Sharp Edges Dimensions : 5 Inches X 1 Inch Diameter (minimum) Operating Duration Of Battery When Fully Charged : At Least 2 Hours; Includes 220/240vac, 50/60hz Power Adapter /charger And User's Manual In English Which Includes: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures Branded, With 1 Year Warranty " 4 Pcs. "clothes Flat Iron, Electric Material : Metal /plasic Body, Heat-resistant Plastic Handle, Aluminum Sole Overall Dimension : (l X W X H) 25 Cm X 12 Cm X 12 Cm (minimum) Power Rating : 220/240 Vac, 50/60 Hz; 1000 Watts (minimum) Equipped With Light Indicator, Variable Temperature Control, Overheat Protection, Power Cord And Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges, Comes With English Manual That Contains : Users Guide, List Of Parts, Maintenance Guide, Safety Guide. The Item Must Be Branded, With Dti-bps Certification 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines." 40 Pcs. "foam, Scrubbing 1. Material: Cellulose And A Scouring Pad On One Side 2. Dimension: Length : 140 - 180 Mm ; Width : 80 - 100 Mm ; Thickness : 12 - 20 Mm 3. The Item Must Be Of Good Quality" 8 Pcs. "garbage Receptacles 1.bucket / Tub Material : Hard Plastic, (ps) Polystyrene 2.bucket / Tub Color : Any Color 3.capacity (gallons) : 3 Gal. (minimum) Comes With A Cover 4.the Item Must Have Good Quality" 100 Pcs. "gloves, Rubber 1.heavy-duty Latex-free Vinyl Rubber Gloves 2.thickness : 4 Mil 3.color : Any Color 4.size : Medium 5.other Features: Acid/solvent Resistant. 6.the Item Must Be Of Good Quality" 60 Pcs. "safety Goggles, Clear Polycarbonate - One Piece Lens With 180° Panoramic View, Non-fog Size/dimension: L 17 - 18.5 Cm X W 8 Cm X D 5-7.5 Cm High Impact Resistant, Ansi ""z87"" Compliant Firm And Comfortable Seal Around Forehead, Cheeks, Nose And Temples Protects Against Splash, Chemicals, Dust Adjustable Head Strap Shall Bear Mark Z87 Embossed Or Engraved Or Etched On The Item. Smooth Surface, No Sharp Edges" 8 Pcs. "electric Hairdryer, With Concentrator Nozzle Two Heat Setting And 1 Speed (minimum) Rating : 220/240 Vac, 1200 W (minimum) Body Length Including Nozzle: 20 Cm Folding Handle Design, With Hanging Ring Smooth Surface, No Sharp Edges Branded, Brand Name And Electric Rating Permanently Mark On The Item, With Dti-bps Certification With User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance. With Service Centers Located In Major Cities In The Philippines. 1 Year Warranty(parts & Service)" 8 Pcs. "water Hose Material: Pvc Fiber Reinforced, Three (3) Layers; Any Color; Hose Length: 50 Feet; Hose Diameter: 5/8 Inches; Pressure Capacity: 200 Pounds Per Square Inch (minimum); Fitted With Male And Female Brass Couplers (nh, 11.5 Tpi) For Spray Nozzle No Sharp Edges" 8 Pcs. "electric Kettle Cordless (with Pouring Spout), Hinged Lid, Detachable From And Can Rotate On Its Corded Base Material : Round Stainless Body, Plastic Handle, Lid And Base Capacity : 1.5 To 2 Liter Automatic Shut - Off, With Power Indicator Light Power Rating: 220//240vac, 50/60hz, 1000 -1600 Watts Base With A 50 Cm (minimum) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges; Dti-bps Certified Comes With English Manual That Contains: Operation Procedure, Maintenance And Safety Guide. The Item Must Be Branded, Brand Name And Electrical Ratings Permanently Mark On The Item." 20 Pcs. "3 - Bag Laundry Sorter, With Wheels Bag: Polyester, Rectangular Shape, Detachable From Frame With Metal Handle And Hanging Hook Bag Dimensions : Rectangular 22 X 15 X 8 Inch (minimum) Frame Material : Corrosion Resistant Steel, Sturdy No Wobble Frame Overall Dimensions : Rectangular, 31 X 30 X15 Inch (minimum) With Four Casters, 2 Inch Diameter (minimum) Smooth Surface, No Sharp Edges" 8 Pcs. "emergency Light, 2 Heads Led Materials: Metal, Anti-rust Coated Duration Time (2 Heads): 5 Hours (minimum) Automatically Light Up During Power Outage Overcharge And Over- Discharge Protection Built - In Ac Charger, Power Cord Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option) Battery Test Switch - External Safety Fuse Head: White Led 1w (minimum) 3.5 "" Dome Reflector Power Rating: 220 -240 Vac , 50/60 Hz 20-24 Hours Charge Time Dimensions: Rectangular 27 X 7 X 27 Cm (approx.) Sooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures The Item Must Be Branded, Brand Name And Electrical Ratings Permanently Mark On The Item" 4 Pcs. "wall Mirror With Frame Flat Glass Mirror, 2 Mm Thick (minimum), Clear With No Distortion Frame: Wood Or Plastic Commercial Finish Rectangular Shape, 3600 Sq.cm (minimum) Includes Mounting Accessories Smooth Surface, No Sharp Edges" 21 Pcs. "mop, Handle And Mop Head Set, Refillable Head Handle: Aluminum Or Anti-rust Coated Steel, With Hard/stiff Plastic Mop Head Holder, Clip Type With Tightening Knob Overall Handle Dimension: 130 X 19 Cm (minimum) Mop Head: Cotton Thread/yarn, Sewn Tailband, L 34 X 16 X 4 Cm (minimum), White Handle: Plated Steel Tube Or Wood, Length : 40 (minimum), No Sharp Edges" 4 Pcs. "electric Floor Polisher With Accessories Material: Stainless Steel, Aluminum Alloy Handle: Stainless Tube, Adjustable Height 1 Meter Long (approximate), With Dual Switch Lever Size/capacity :13 Inch (minimum) Diameter Power Supply: 220/240 Vac, 50/60 Hz. Power: 1/3 Hp (minimum) Rotation Speed : 160 Rpm (minimum) Heavy Duty (royal) Power Cord Length : 12 Meters (minimum) With Type A Plug (or Providing 10a Plug Adapter Is An Option) With Pair Of Rubber Wheels, Smooth Surface, No Sharp Edges Comes With Pad Holder, 2 Pcs - Polishing Brush And 3 Pcs - Floor Polishing Pads Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures Branded, Brand Name And Electric Rating Permanently Mark On The Item, With 1 Year Warranty Parts And Service The Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market." 4 Pcs. "shelving, Open, Knockdown Type, Adjustable Shelves Metal Powder Coated Frame Number Of Shelves : 5 Overall Dimensions : 85 X 30 X 180 Cm(minimum) Sturdy Connection, No Wobble Smooth Surface, No Sharp Edges" 40 Pcs. "dish Sponge, Cellulose, Non-scratch Dimensions : 5 X 3 X 1 Inch (minimum) Branded" 23 Pcs. "barber/salon Spray Gun Material: Hdpe Transparent Plastic Capacity: 300 Ml.(minimum) Trigger Type Sprayer Dimension: Diameter :7 Cm. X Height: 16.3 Cm (minimum) Rotating Nozzle To Adjust Spray Patterns Smooth Surface, No Sharp Edges Must Be Branded" 8 Pcs. "squeegee, Short Handle Head/blade Material: Stainless, Rubber Handle: Plastic Or Stainless Steel Blade Length: 25 - 30 Cm Overall Length (handle And Head) 20 - 32 Cm No Sharp Edges " 8 Pcs. "mop Bucket With Squeezer/wringer And Wheels Hand Lever To Squeeze, Made Of Metal, With Hand Grip Material : Hard Plastic, (ps) Polystyrene Or Its Equivalent Capacity : 30 L (minimum) Overall Dimension (excluding Handle: ( L X W X H ) 40 X 27 X 57 Cm (minimum) Color : Yellow With 3 Inches Non-marking Rubber Casters ""caution"" Printed In Black On Both Sides Of The Mop Bucket Smooth Surface, No Sharp Edges" 4 Pcs. "step Ladder Material: Aluminum U Channel Capacity: 250 Lbs (minimum) Type: Flatform Type Number Of Step: 6 (including Top Step) Reach Height: 6 To 8 Feet(minimum) Width: 15 Inches Minimum Spread: 4 Feet (minimum) Twin Steps With Gripped Treads To Prevent Slipping Step Braces On Top And Bottom Step Heavy Duty Aluminum Foot Bracket With Slip-resistant Foot Pad With User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions, Branded" 4 Pcs. "electric Vacuum Cleaner, Wet And Dry Function, Sucks Even Screws, With 4 Swivel Caster Wheels Material : Hard Plastic, (abs) Or Rust Proof Body Equivalent Power Supply : 220/240vac, 50/60hz, 1000 Watts (minimum) Auto Shut Off Tank Capacity : 20 Liters (minimum) Equipped With Complete Accessories I.e., Detachable Vacuum Hose Assembly (flexible Non-kink), Extension Tubes/wands, Carpet (long Square) Brush Nozzle, Wet And Dry Floor Brush Nozzle, Crevice Nozzle, Hepa Filter, Sponge Filter/washable Cloth Bag. Comes With 4 Meters (minimum) Heavy Duty (royal) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges With User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance. The Item Must Be Branded, Brand Name And Electric Rating Permanently Mark On The Item. 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines. The Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market." 4 Pcs. "washer, Laundry 1. Front Load Electric Washer, Laundry 2. Electronic Control, Digital Indicator Display , Transparent Glass Door 3. Body Material : Steel, Powder Coated, Any Color 4. Dimensions (wxdxh): 590 Mm (minimum) X 490 Mm (minimum) X 820 Mm (minimum) 5. Drum Material : Stainless Steel 6. Capacity : 8 Kg (minimum) 7. Spin Speed : 1200 Rpm (minimum) 8. Power Rating: 220 /240vac, 50/60 Hz. 9. Comes With A 1 Meter (minimum) Heavy Duty Power Cord With Male Plug To Adapt Type A Outlet (or Providing 20a Plug Adapter Is An Option) 10. Smooth Surface, No Sharp Edges 11. With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item 9.includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures 12.the Item Must Be Branded, Dti-bps Certified, 1 Year Warranty Parts And Service 13. With Service Centers Located In Major Cities In The Philippines. 14.the Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market." 8 Pcs. "white Board, Floor Standing, Rolling Board: White Formica Laminated, Plane Will Not Deform. Board Size: Rectangular 1800mm W X 1000 To 1200mm H, Board Edges Secured With Aluminum Clip Edging 17 Mm (minimum) Wih Plastic Corner Caps Comes With Metal Tray For Marker And Eraser The Stand And Frame Are Constructed With Aluminum Or Powder Coated Steel 25mm Square Tube (minimum), Sturdy, No Wobble With 4 Lockable Hard Plastic Caster Wheels Overall Height From Floor: 210 To 214cm Smooth Surface, No Sharp Edges"
Closing Date31 Jan 2025
Tender AmountPHP 1.3 Million (USD 22.2 K)
Department Of Agriculture Tender
Automobiles and Auto Parts
Corrigendum : Tender Amount Updated
Philippines
Details: Description Invitation To Bid For The Procurement Of Supply And Delivery Of Various Machinery (by Lot) 1. The Department Of Agriculture-western Visayas, Through The National Expenditure Program 2025 (early Procurement Short Of Award) Intends To Apply The Sum Of Forty Three Million Five Hundred Ninety Five Thousand Pesos (php43,595,000.00) Being The Abc To Payments Under The Contract For Procurement Of Supply And Delivery Of Various Machinery (by Lot)/ib No. 2025-005 (amv). Description Abc Lot 1 ₱1,500,000.00 Lot 2 ₱1,600,000.00 Lot 3 ₱1,650,000.00 Lot 4 ₱1,485,000.00 Lot 5 ₱6,000,000.00 Lot 6 ₱1,250,000.00 Lot 7 ₱4,320,000.00 Lot 8 ₱14,000,000.00 Lot 9 ₱1,890,000.00 Lot 10 ₱4,500,000.00 Lot 11 ₱3,900,000.00 Lot 12 ₱1,500,000.00 Total ₱43,595,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-western Visayas Now Invites Bids For The Procurement Of Supply And Delivery Of Various Machinery (by Lot) With The Following Specifications: Lot 1 – 10 Units Hand Tractor • Brand New • Axle: Hexagonal Or Circular Plowing Capacity, Single Pass 1.0 Ha/day (minimum) Provision Of Earmuffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirements With Set Of Manufacturer’s Standard Tools Required For Maintenance Shall Conform To Pns/pabes 345:2022, Walking-type Agriculture Tractor (pull-type) • Prime Mover: Brand New 7.0 Hp (minimum), Water-cooled/air/cooled, Diesel/gasoline Engine, Direct-injection, Single-cylinder, Four-stroke Cycle Shall Conform To Paes 116:2001, Small Engine • With Implements One (1) Unit Each: Disc Plow (2 Disc), Minimum Comb Harrow Moldboard-type Side Plow Leveler • With Cage Wheel And Brand New Pneumatic Tires • With Trailer One (1) Ton Capacity With Leaf Spring/coil Spring Suspension And Brand New Tires • Additional Requirements: With Amtec Test Results For Hand Tractor And Engine With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter) Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6 Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board. Must Have A Valid Permit To Operate (pto) Must Have A Valid Certificate Of Conformity (cc) For The Engine Offered Lot 2 – 10 Units Floating Tiller • Brand New Width Of Rotary Tilling Wheel: 1.0 M (min.) Provision Of Ear Muffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirement Shall Conform To Paes 347:2022, Waking-type Agricultural Tractor- Specifications, Part 3: Float-assisted Tiller With Set Of Manufacturer’s Standard Tools Required For Maintenance • Engine (prime Mover): 9.0 Hp (min.) Air-cooled Gasoline/diesel Engine Shall Conform To Paes 116:2001, Small Engine • Additional Requirements: With Amtec Test Results For Floating Tiller And Engine With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter) Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6 Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board. Must Have A Valid Permit To Operate (pto) Must Have A Valid Certificate Of Conformity (cc) For The Unit And The Engine Offered Lot 3 4 Units Brand New Rice Thresher With Sifter And Fan Or Shaker 7 Units Brand New Rice Thresher Without Sifter And Fan • Performance/classification: Thrown-in, Axial Flow Type Threshing Cylinder: Type: Open Cylinder Peg Tooth Round/knife Bar Mild Steel Output Capacity: 1 Ton/h (minimum) Shall Conform To Paes 204:2015, Mechanical Rice Thresher With Set Of Manufacturer’s Standard Tools Required For Maintenance Provision Of Ear Muffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirement • Engine (prime Mover): Brand New 8 Hp, Minimum Air-cooled/water-cooled Gasoline Or Diesel Engine Shall Conform To Paes 116:2001, Small Engine • Additional Requirements: With Amtec Test Results For Thresher And Engine With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter) Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6 Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board. Must Have A Valid Permit To Operate (pto) Must Have A Valid Certificate Of Conformity (cc) For The Engine Offered Lot 4 – 9 Units Rice Reaper • Brand New • Prime Mover: 2.61 Kw (3.5 Ho), Minimum Gasoline Engine • Field Capacity: 2.0 Ha/day (minimum) • Performance/classification/other Features/accessories: Width Of Cut: 1.0, Minimum Adjustable Cutting Height Transmission System Must Be Directly Coupled To The Engine Gear Transmission With Gear Box Preferably With Safety Features Shall Conform To Paes 212:2015, Rice Reaper • Additional Parts: With Cage Wheel With Brand New Pneumatic Tires (2 Units) • Additional Requirements: With Complete Basic Tools And Accessories As Indicated In Paes With Brochure With Original Equipment Manufacturer Manual (oem) To Be Submitted During Delivery With Amtec Test Result Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter) Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6 Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board. Must Have A Valid Permit To Operate (pto) Lot 5 – 12 Units Corn Mill • Brand New Compact Type Input Capacity: 100kg/h (minimum) Provision Of Ear Muffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirement Shall Conform To Paes 251:2021, Corn Mill With Set Of Manufacturer’s Standard Tools Required For Maintenance With Steel Ladder Minimum Of 3 Steps • Engine (prime Mover): Brand New 9 Hp (minimum) Air-cooled/water-cooled Gasoline/diesel Engine Or 3 Hp (minimum) Electric Motor, Single Phase Shall Conform To Paes 116:2001, Small Engine • Additional Requirements: With Amtec Test Result For Corn Mill And Electric Motor Or Engine And Engine With Instruction/operations Manual For Both Corn Mill And Enine (to Be Submitted Upon Delivery) With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter) Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6 Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board. Must Have A Valid Permit To Operate (pto) Must Have A Valid Certificate Of Conformity (cc) For The Engine Offered Lot 6 – 5 Units Hammer Mill • Brand New • Input Capacity: 100kg/h (minimum) Type: Swinging Type Or Fic Hammer With Set Of Screens • Shall Conform To Paes 216:2004, Hammer Mill • Provision Of Ear Muffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirement • With Complete Basic Tools And Accessories As Indicated In Paes • With Steel Ladder Minimum Of 3 Steps • Engine (prime Mover): Brand New 7 Hp, Minimum Air-cooled/water-cooled Gasoline Or Diesel Engine Shall Conform To Paed 116:2001, Small Engine • Additional Requirements: With Amtec Test Results For Hammer Mill And Engine With Brochure With Instruction/operations Manual For Both Hammer Mill And Engine (to Be Submitted Upon Delivery) With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter) Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6 Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board. Must Have A Valid Permit To Operate (pto) Must Have A Valid Certificate Of Conformity (cc) For The Engine Offered Lot 7 – 16 Units Corn Sheller • Brand New Output Capacity: 2.0 Tons/h (minimum) Provision Of Ear Muffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirement Shall Conform To Paes 208:2000, Power-operated Corn Sheller With Brand New Pneumatic Tires With Set Of Manufacturer’s Standard Tools Required For Maintenance With Steel Ladder Minimum Of 3 Steps • Engine (prime Mover): Brand New 7 Hp, Minimum Air-cooled/water-cooled Gasoline Or Diesel Engine Shall Conform To Paes 116:2001, Small Engine • Additional Requirements: With Amtec Test Results For Corn Sheller And Engine With Brochure With Instruction/operations Manual For Both Hammer Mill And Engine (to Be Submitted Upon Delivery) With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter) Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6 Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board. Must Have A Valid Permit To Operate (pto) Must Have A Valid Certificate Of Conformity (cc) For The Engine Offered Lot 8 – 4 Units Re-circulating Dryer • Brand New • Type: Batch Type, Recirculating Stationary • With Programmable In-line Monitoring System For Moisture Content, Temperature And Can Control Heating System And Shutdown The Drying Operation When The Grain Is Already Dried • Material Of Construction: Parts Of The Dryer With Direct Contact With The Grains Shall Be Made By Non-corrosive And Food Grade Material • Power Requirements: Single-phase Electrical Connection, Maximum 5kw Rated Power Of All Electric Motors • Holding Capacity: 6 Tons, Minimum • With Provision Of Built-in Moisture Meter • With Provision Of Safety Features • With Pre-cleaner Capable Of Removing Large Impurities And Unthreshed Paddy With Compatible Electric Motor • With Provision Of Ducting To Divert Heat Source From Heating System 1 Or Heating System 2, Made Of Stainless Steel Or Primer Painted And Powder Coated B.i Or G.i Sheet • With Set Of Manufacturer’s Standard Tools Required For Maintenance • Shall Conform To Performance Requirement Paes 201:2015, Heated-air Mechanical Grain Dryer • Heating System Requirement: Heating System 1 (petroleum Based Fuel) Petroleum Based Fuel: Direct-fired With The Following Components And Accessories - Flame Sensor - Electronic Ignition System - Automatic Fuel Shut-off - Adjustable Fuel Vaporizer - Automatic Temperature Control - Elevated Non-corrosive Ad Heat-resistant Fuel Container At Least 200 Liters Capacity - Compatible Single-phase Electric Motor For The Heating System Heating System 2 (biomass Fuel) Biomass Fuel: Indirect-fired With The Following Components And Accessories: - With Heat Exchanger - Burning Chamber: Made Of Refractory Bricks Or Steel - Automatic Fuel Feeder: Auger/screw Type - Temperature Control - Compatible Electric Motor For The Heating System - Fuel Can Be Rice Hull Or Corn - With Dust Collection System • Accessories: Brand New Moisture Meter (digital Capacitance Type) Ash Box/cart Generator Set - Rated Power: 15kva, Minimum - Voltage Requirement Compatible To The System - Power Supply/generation System Should Be Brand New And Not Refurbished - Provided With Mechanical Transfer Switch (mts) - All Electrical Wires, Accessories, Piping To The Power Generating Unit To The Mts And The Dryer Control Panel/system Shall Be Provided - With Thermal, Insulation And Noise Suppressor - Noise Level; 92 Dba Maximum, If Exceeded Earmuffs Shall Be Provided - With Protection Or Cover Against Rat Entry (as Per Manufacturers Specification) Air Compressor For Cleaning, Heavy Duty At Least 120 Psi, 5m Air Hose One (1) Unit Fire Extinguisher, Dry Chemical, Stored Pressure Type, 6 Kg Minimum Automatic Portable Bag/sack Closer/sewer With Portable, Heavy Duty Weighing Scale, Minimum 150 Kg Weighing Capacity With Collapsible Cover (trapal), Thickness: S200 With Bagging Bin, Capacity Appropriate To The System • Additional Requirements: With Amtec Test Result (coupled System) (testing Material – Rice Or Corn) With Brochure With Original Equipment Manufacturer Manual (oem) To Be Submitted During Delivery With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter) For The Prescribed Part Od The Dryer And Generator Set Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6 Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board. Must Have A Valid Permit To Operate (pto) Must Have A Valid Certificate Of Conformity (cc) Lot 9 – 7 Unit Multi-cultivator • Brand New • Transmission: Gear Type • Powered By 9 Hp (minimum) Gasoline Engine • With Implements And Accessories: Steel Wheel Steel Blades For Trench Cutting, Row Forming, Ditch Digging • Dry Weight: 165kg (minimum) • Shall Conform For Paes 147:2010, Field Cultivator • With Set Of Manufacturer’s Standard Tools Required For Maintenance • Additional Requirements: With Amtec Test Result With Brochure With Instruction/operations Manual (to Be Submitted Upon Delivery) With Reflectorized Da Western Visayas – Amia Logo (minimum Of 6” Diameter) Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6 Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board. Must Have A Valid Permit To Operate (pto) Must Have A Valid Certificate Of Conformity (cc) Lot 10 – 2 Units Village Type Feed Mill • Brand New Components: A. Fabrication Of One (1) Unit Horizontal Mixer Mixing Rate: 800 Kg/h (minimum) Prime Mover: 3hp (min.) Single Phase Electric Motor B. Fabrication Of One (1) Unit Hammer Mill (swinging Type) Prime Mover: 12hp (min.) Gasoline/diesel Engine, Water-cooled/air-cooled Capacity: 600 Kg/h (min.) C. Fabrication Of One (1) Unit Micro-mixer Mixing Rate: 200 Kg/h (min.) Prime Mover: 2hp (min.), Single Phase, Electric Motor Made Of Stainless Casing D. Weighing Scale Capacity: 1000 Kg (min.) Platform Type E. Sack Sewing Machine Portable Type Single Thread Chain Stitch F. With Set Of Manufacturer’s Standard Tools Required For Maintenance • Additional Requirements: With Amtec Test Result With Instruction/operations Manual (to Be Submitted Upon Delivery) With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter) Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6 Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board. Must Have A Valid Permit To Operate (pto) Lot 11 – 13 Units Forage Chopper • Brand New Input Capacity: 300 Kg/h (minimum) Length Of Cut: 10mm – 50mm Discharge Mechanism: Throw-away Type Feeding Mechanism: Semi-precision Cut Mobility: With Wheels Shall Conform To Paes 218:2004, Forage Chopper With Set Of Manufacturer’s Standard Tools Required For Maintenance Provision Of Earmuffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirement • Engine (prime Mover): Brand New 8 Hp (min.), Water-cooled/air-cooled, Diesel/gasoline Engine, Direct-injection, Single-cylinder, Four-stroke Cycle Shall Conform To Paes 116:2001, Small Engine • Additional Requirements: With Amtec Test Result With Instruction/operations Manual (to Be Submitted Upon Delivery) With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter) Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6 Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board. Must Have A Valid Permit To Operate (pto) Must Have A Valid Certificate Of Conformity (cc) For The Engine Offered Lot 12 – 1 Unit Baler • Brand New Capacity: 70 Bale/h, Minimum Bale Shape: Square Bale Output Dimension (lxwxh) Mm: 750x450x350, Minimum Source Of Power: Tractor Pto Tractor Power Required: 40-55hp • Additional Requirements: With Amtec Test Result With Brochure With Original Equipment Manufacturer Manual (oem) To Be Submitted During Delivery Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter) Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6 Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board. Must Have A Valid Permit To Operate (pto) Delivery Of The Goods Is Required Within 45 Calendar Days From Receipt Of Notice To Proceed And To Be Delivered At The Attached Drop Off Points. Bidders Should Have Completed, Within Three (3) Years (2021-present) From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. The Prospective Bidder Must Be Registered In The Philgeps. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture - Visayas And Inspect The Bidding Documents At The Address Given Below During Office Hours, 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 30, 2024 – January 21, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Amount: Lot Cost Of Bidding Documents Lot 1 ₱5,000.00 Lot 2 ₱5,000.00 Lot 3 ₱5,000.00 Lot 4 ₱5,000.00 Lot 5 ₱10,000.00 Lot 6 ₱5,000.00 Lot 7 ₱5,000.00 Lot 8 ₱25,000.00 Lot 9 ₱5,000.00 Lot 10 ₱5,000.00 Lot 11 ₱5,000.00 Lot 12 ₱5,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. 6. The Department Of Agriculture-western Visayas Will Hold A Pre-bid Conference At 9:30 A.m. On January 7, 2025 At The Rcpc Library, Rcpc Building, Da Wesviarc Compound, Brgy. Buntatala, Jaro, Iloilo City, 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 9:30 A.m. On January 21, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In The Amount Of Any Of The Acceptable Forms And In The Amount: Lot Abc Bid Security Form Of Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit (2%) Form Of Surety Bond (5%) Lot 1 ₱1,500,000.00 ₱30,000.00 ₱75,000.00 Lot 2 ₱1,600,000.00 ₱32,000.00 ₱80,000.00 Lot 3 ₱1,650,000.00 ₱33,000.00 ₱82,500.00 Lot 4 ₱1,485,000.00 ₱29,700.00 ₱74,250.00 Lot 5 ₱6,000,000.00 ₱120,000.00 ₱300,000.00 Lot 6 ₱1,250,000.00 ₱25,000.00 ₱62,500.00 Lot 7 ₱4,320,000.00 ₱86,400.00 ₱216,000.00 Lot 8 ₱14,000,000.00 ₱280,000.00 ₱700,000.00 Lot 9 ₱1,890,000.00 ₱37,800.00 ₱94,500.00 Lot 10 ₱4,500,000.00 ₱90,000.00 ₱225,000.00 Lot 11 ₱3,900,000.00 ₱78,000.00 ₱195,000.00 Lot 12 ₱1,500,000.00 ₱30,000.00 ₱75,000.00 In Lieu Of A Bid Security, The Bidder May Submit A Duly Notarized Bid Securing Declaration That Is An Undertaking Which States, Among Others, That The Bidder Shall Enter Into Contract With The Procuring Entity And Furnish The Required Performance Security Within 10 Calendar Days From Receipt Of The Notice Of Award, And Committing To Pay The Corresponding Fine And Be Suspended For A Period Of Time From Being Qualified To Participate In Any Government Procurement Activity In The Event That It Violates Any Of The Conditions Stated Therein As Required In The Guidelines Issued By The Gppb. 9. Bid Opening Shall Be At 9:30 A.m. On January 21, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture-western Visayas Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. The Department Of Agriculture-western Visayas Does Not Condone Any Forms Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 12. For Further Information, Please Refer To: Zarlina B. Cuello Bac Chairperson Da-wesviarc Compound Brgy. Buntatala, Jaro, Iloilo City Tel. No. (033) 320-23-73 Www.westernvisayas.da.gov.ph Procurement@wv.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps December 30, 2024 Zarlina B. Cuello Bac Chairperson
Closing Date21 Jan 2025
Tender AmountPHP 43.5 Million (USD 744.3 K)
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: Modification #1
the Purpose Of This Modification Is Add The Complete Solicitation With The Clauses. Reference Attached File "1a 1305m325q0041 Prism With Clauses."
******
construction Project – Parking Lot Sealcoat Treatment And Striping In Accordance With The Statement Of Work.
total Small Business Set-aside Per Far Part 13 Under The Simplified Acquisition Threshold (sat). Firm Fixed-price Contract Will Be Awarded Per The Trade-off Criteria In Car 1352.213-70. See The Attached Full Sf 18 Construction Clauses And Provisions With All Terms And Conditions Which All Vendors Must Be In Compliance With To Be Eligible For Award. New Contract, No Incumbent.
bonding/loc Will Be Required Unless Your Quote Is Under $35k.
period Of Performance
work Completed No Later Than 240 Days Of Award, Quotes Must Provide Confirmation They Can Fulfill This Requirement.
place Of Performance:
pocatello, Id - 1945 Beechcraft Ave. Pocatello, Id 83204
las Vegas, Nv - 7851 Dean Martin Dr. Las Vegas, Nv 89139
the General Decision (gd) Id20240091, Posted On 02/16/2024 And Nv20240058, Posted On 09/20/2024 Will Be Incorporated And May Be Viewed At Www.sam.gov
see The Attached Sf 18 Construction Template With All Terms And Conditions Which All Vendors Must Be In Compliance With To Be Eligible For Award.
the Government Does Not Accept Responsibility For Non-receipt Of Quotes. It Is The Contractor’s Responsibility To Request And Receive A Confirmation Of The Quote Receipt.
construction Purchase Order Clauses
(fixed-price)
updated Through Fac 2025-02 (jan 2025)
far 36.204 Disclosure Of The Magnitude Of Construction Projects
the Magnitude Is Between $25,000 And $100,000.
utilization Of Fedconnect® For Contract Administration
the Department Of Commerce Will Utilize The Fedconnect® Web Portal In Administering This Award. The Contractor Must Be Registered In Fedconnect® And Have Access To The Fedconnect® Website Located At Https://www.fedconnect.net/fedconnect/. For Assistance In Registering Or For Other Fedconnect® Questions Please Call The Fedconnect® Help Desk At (800) 899-6665 Or Email At Support@fedconnect.net. There Is No Charge For Registration In Or Use Of Fedconnect®.
(end)
car 1352.215-72 Inquiries (apr 2010)
offerors Must Submit All Questions Concerning This Solicitation In Writing Via Email To Marilyn.herrera@noaa.gov. Questions Should Be Received No Later Than 4:00 P.m. On 01/17/2025. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract.
(end Of Clause)
far 52.236-27 Site Visit (construction) (feb 1995)
(a) The Clauses At 52.236-2, Differing Site Conditions, And 52.236-3, Site Investigations And Conditions Affecting The Work, Will Be Included In Any Contract Awarded As A Result Of This Solicitation. Accordingly, Offerors Or Quoters Are Urged And Expected To Inspect The Site Where The Work Will Be Performed.
(b) Site Visits May Be Arranged During Normal Duty Hours By Contacting:
name: Mike Kent
email: Mike.kent@noaa.gov
phone: 805-889-0645
(end Of Provision)
a Site Visit Is Highly Recommended But Not Required. Vendors Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award.
car 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (apr 2010)
the Government Intends To Award A Trade-off, Firm Fixed Price Purchase Order Resulting From This Request For Quotation To The Responsible Offeror Whose Quotation Results In The Best Value To The Government, Considering Both Price And Non-price Factors With Payment Terms Of Net 30.
the Evaluation Will Consider The Non-price Technical Solution (technical Approach, Capability, Experience And Past Performance) To Be Significantly More Important Than Price. However, As Quotes Are Determined To Be More Equal In The Non-price Evaluation Factors, Price Becomes More Important.
the Government Reserves The Right Not To Award A Purchase Order Depending On The Quality Of The Quote(s) Submitted And The Availability Of Funds.
the Government May Award To Other Than The Lowest-priced Vendor Or The Vendor With The Highest Technical Rating If The Contracting Officer Determines That To Do So Would Result In The Best Value To The Government. The Government Will Not Make An Award At A Significantly Higher Overall Price To Achieve Only Slightly Superior Performance Capability.
the Following Factors Are Listed In Order Of Importance And Will Be Used To Evaluate Quotations:
technical Approach And Capability.
the Offeror’s Overall Technical Approach Will Be Evaluated To Assess The Government's Level Of Confidence In The Offeror’s Understanding Of, Approach To, And Ability To Successfully Perform The Requirements As Described In The Statement Of Work. A Detailed Technical Approach Write-up Describing How The Offeror Will Perform This Service Is Required To Be Submitted With The Quote Regardless Of Whether A Site Visit Was Made Or Not. The Technical Approach Write-up Must Not Be A Reiteration Of The Statement Of Work, But How Your Company Plans On Performing The Tasks Listed In The Attached Statement Of Work. (i.e. Performance Checklists, Anticipated Number Of Employees, Anticipated Hours At The Facility And/or Confirmation Of Supplies Being Provided, Etc.)
experience.
the Offeror's Background, Experience, And Qualifications (relevant Past Projects Performing Similar Services, Certifications Related To Current Requirement, Etc.) Will Be Assessed To Determine The Likelihood That The Offeror Can Successfully Perform The Contract Requirements. Offeror Must Have Knowledge And Experience With Parking Lot Sealcoat Treatment And Striping.
past Performance.
quote Shall Include At Least Two References From At Least Two Separate Contracts For Similar And Relevant Services Including The Name, Phone Number, Full Address, And E-mail Address Of The Reference To Demonstrate The Offeror’s Capability To Successfully Perform The Services Listed In The Statement Of Work.
the Offeror Is Required To Fill Out Blocks 1-4 And Send The Attached Past Performance Questionnaire To The References Provided By The Offeror In Their Submission, And Email The Completed Survey Form Directly To (cs/co Email) By The Closing Date And Time Of This Solicitation. The Government Reserves The Right To Consider Past Performance Report Forms Received After The Due Date And Time Of The Solicitation, Past Performance Questionnaires Submitted From Previous Solicitations, And To Contact References For Verification Or Additional Information.
the Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine, As Appropriate, Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management, Communications Between Contracting Parties, Proactive Management And Customer Satisfaction. The Government Will Use Its Discretion To Determine The Sources Of Past Performance Information Used In The Evaluation, And The Information May Be Obtained From References Provided By The Offeror, The Agency’s Knowledge Of Offeror Performance, Other Government Agencies Or Commercial Entities, Or Past Performance Databases, And Will Be Based On Responsiveness, Quality, And Customer Services.
offerors Lacking Relevant Past Performance History, Or For Whom Past Performance Information Is Either Not Available Or Has Not Been Submitted To The Government, Will Receive A Neutral Rating For Past Performance.
price.
the Quoted Prices Will Be Evaluated But Not Scored. The Government Will Evaluate The Price Quote For Completeness And Reasonableness In Relation To The Rfq Requirements. Quoted Prices Must Be Entirely Compatible With The Non-price Technical Solution.
period Of Performance: Work Completed No Later Than 240 Days Of Award, Quotes Must Provide Confirmation They Can Fulfill This Requirement.
warranty In Writing For Parts And Labor.
(end Of Provision)
car 1352.213-71 Instructions For Submitting Quotations Under The Simplified Acquisition Threshold—non-commercial (apr 2010)
(a) North American Industry Classification System (naics) Code And Small Business Size Standard. The Naics Code And Small Business Size Standard For This Acquisition Is 238990 And $19.0m.
(b) Submission Of Quotations. Submit Quotations To The Office Specified In This Solicitation At Or Before The Exact Time Specified In This Solicitation. At A Minimum, Quotations Must Show–
(1) The Solicitation Number;
(2) The Name, Address, And Telephone Number Of The Offeror;
(3) Acknowledgment Of Solicitation Amendments;
(4) A Technical Description Showing That The Offeror Can Supply The Requirements In The Specifications Or Statement Of Work In Sufficient Detail To Allow The Government To Evaluate The Quotation In Accordance With The Evaluation Factors Stated In The Solicitation.
(5) Past Performance Information, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Reference Information (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information).
(6) Price And Any Supporting Details For The Price, As Requested In The Solicitation.
(c) Offerors Are Responsible For Submitting Quotations And Any Modifications Thereto, So As To Reach The Government Office Designated In The Solicitation By The Time Specified. The Offeror's Initial Quotation Should Contain The Offeror's Best Terms From A Price And Technical Standpoint. The Government May Reject Any Or All Quotations If Such Action Is In The Public Interest; Accept Other Than The Lowest Quotation; And Waive Informalities And Minor Irregularities In Quotations Received.
(end Of Provision)
statement Of Work
parking Lot Sealcoat Treatment And Striping
background:
the National Weather Service (nws), Weather Forecast Office (wfo’s) In Pocatello, Id And Las Vegas, Nv Have Parking Lots That Have Not Been Resealed In 10-15 Years And Are In Severe Need Of Treatment. The Existing Surface Has Deteriorated With Large Cracks.
general Intention:
to Obtain The Services Of Crack Repair, Seal Coat And Re-striping Parking Stalls To Include One Handicap Stall With Handicap Symbol.
general Requirements:
the Contractor Shall Provide All Supervision, Labor, Tools, Materials And Equipment Necessary To Perform Work As Stated. All Work And Materials Supplied Shall Be In Accordance With These Instructions, Manufacturer’s Specification, All Applicable Federal, State, Local, Osha, Epa, Nec, Nfpa, Building And Facilities Codes And Criteria.
the Contractor Shall:
3.1. Provide, As Necessary, Sufficient Traffic Barricades While The Work Is In Progress To Restrict Access To The Work Area Until The Sealer Application And Re-striping Work Is Completed. Remove The Barricades Only After Notifying The Contracting Officer’s Representative (cor) That The Work Is Complete And Vehicle Access Is Authorized.
3.2. Contractor Shall Verify All Measurements Stated Below For Wfo Specifications.
Total Asphalt Area For Each Site Is Listed Below.
pocatello, Id - 14,350 Ft2
las Vegas, Nv - 14,500 Ft2
3.3. The Material Used Is Within Its Manufacturer Stated Shelf Life; Proof Of Shelf Life Shall Be Provided To The Cor.
3.4. Prior To Surface Cleaning, Clean Out All Cracks Using Compressed Air, And Seal All Cracks Between 1/8” To 2” In The Pavement Using An Approved Crack Sealant. The Crack Sealant Shall Be Compatible With The Surface Sealer Being Applied To The Asphalt Paved Areas Of This Project.
3.5. Repair Cracks That Are Larger Than 2” In Width By Saw Cutting. Remove 6” Of Old Material On Each Side Of The Crack (1 Foot In Total). Pack Removed Area With New Asphalt.
3.6. Before Applying The Sealer, All Foreign Material Shall Be Removed From The Surfaces To Be Treated Including Stall Striping Tape, Loose Material, Dirt, Clay, Oil And Grease Spots. Oil And Grease Spots Shall Be Cleaned And Spot Primed. After The Cleaning Operation And Prior To Application Of The Sealer, The Contractor Will Inspect The Area To Be Treated To Determine Its Ability To Receive The Sealer.
3.7. The Asphalt Sealer Shall Be Of A Type That Has Been Used Commercially In The Specified Areas For At Least The Past Three Years. The Sealer Shall Also Have A Proven Record Of Satisfactory Performance Based On The Ability Of The Material To Reduce The Rate Of Loss Of Fines And To Retard Crack Propagation Of The Pavement.
3.8. All Pavement Markings Which Existed Prior To The Application Of The Surface Sealer Shall Be Reestablished By The Contractor After The Manufacturer-recommended Curing Period. All Guidelines And Templates Shall Be Furnished By The Contractor. Finished Edges Of All Markings Shall Be Sharply Outlined. Paint Colors Shall Be Those As Specified By The American Association Of State Highway And Transportation Officials (aashto) For The Intended Use.
attachments
pocatello Wfo Drawing
las Vegas Wfo Drawing
submittal Requirements:
the Contractor Shall Provide Electronic Copy Of Each Required Submittal In Accordance With The Below Schedule:
deliverable
objective
due
deliver To
specification Sheets Describing In Detail The Marking Paint To Be Used For All Sites
determine Material To Be Used
within 10 Days Of Awarded Contract
cor
specification Sheets Describing In Detail The Crack Sealing Material To Be Used For All Sites
determine Material To Be Used
within 10 Days Of Awarded Contract
cor
specification Sheets Describing In Detail The Surface Sealing Material To Be Used For All Sites
determine Material To Be Used
within 10 Days Of Awarded Contract
cor
work Schedule, With Start And Completion Dates
coordinate Scheduling With Nws
within 3 Days Of Awarded Contract, Or Before Work Begins
cor
designation Of On-site, Job-site Supervisor And Contact Information
provide A Primary Point Of Contact (poc) To Nws
contract Award
cor
1-year Warranty Documentation
warranty Parts And Labor
upon Acceptance Of Work
contracting Officer (co)
sds (safety Data Sheet)
list Any Hazardous Material That Will Be Used In Performance Of This Contract. Ref. Far 52.223-3 And Fed-std-313e
within 3 Days Of Awarded Contract, Or Before Work Begins, Whichever Occurs First
co/cor
location:
project Is To Be Completed On The Below Premises.
pocatello, Id - 1945 Beechcraft Ave. Pocatello, Id 83204
las Vegas, Nv - 7851 Dean Martin Dr. Las Vegas, Nv 89139
period Of Performance:
work Must Begin Within Ten (10) Business Days Of Award Of The Purchase Order; “work” Includes Ordering Materials Not Already In Stock And Necessary To Perform The Work. On Site Work Shall Be Completed Within Two Hundred And Forty (240) Calendar Days Of Receipt Of All Necessary Materials.
definitions:
where “as Shown”, “as Indicated”, “as Detailed”, Or Words Of Similar Import Are Used, It Shall Be Understood That Reference To The Drawings Accompanying This Specification Is Made Unless Stated Otherwise.
where “as Directed”, “as Required”, “as Permitted”, “approved”, “acceptance”, Or Words Of Similar Import Are Used, It Shall Be Understood That The Direction, Requirements, Permission, Approval, Or Acceptance Of The Co Is Intended Unless Stated Otherwise.
as Used Herein, “provided” Shall Be Understood To Mean “provided Complete In Place”, That Is “furnished And Installed”.
regular Working Hours:
regular Working Hours Are From 0700 To 1600 Monday Through Friday Except Federal Holidays And Other Days Specifically Designated By The Designated Representative. “regular Working Hours” Means Hours A Contractor Can Expect To Be Allowed To Perform Work On Site, Or Be Able To Contact The Office. Anything Outside Regular Working Hours Must Be Done By Permission Of The Cor.
observance Of Legal Holidays And Site Closure Information
the Contractor Shall Observe Any Federal Holidays If The Holiday Falls Within The Period Of Performance Of This Contract.
when Any Holiday Falls On A Saturday, The Preceding Friday Is Observed; When Any Holiday Falls On A Sunday, The Following Monday Is Observed. All Personnel Assigned To This Contract Shall Limit Their Observation Of Holidays To Those Set Forth Above.
in Each Instance, The Contractor Agrees To Continue To Provide Sufficient Personnel To Perform Requirements Of Any Critical Tasks Already In Operation Or Scheduled, And Shall Be Guided By The Instructions Issued By The Cor. In The Event Of A Site Dismissal Or Closure Due To Weather, Emergency Or Other Circumstances, The Contractor Is Instructed To Contact The Cor.
2025 Holiday Schedule
date
holiday
wednesday, January 01
new Year’s Day
monday, January 20
birthday Of Martin Luther King, Jr.
monday, January 20*
inauguration Day
monday, February 17**
washington’s Birthday
monday, May 26
memorial Day
thursday, June 19
juneteenth National Independence Day
friday, July 04
independence Day
monday, September 01
labor Day
monday, October 13
columbus Day
tuesday, November 11
veterans Day
thursday, November 27
thanksgiving Day
thursday, December 25
christmas Day
*this Holiday Is Designated As "inauguration Day" In Section 6103(c) Of Title 5 Of The United States Code, Which Is The Law That Specifies Holidays For Federal Employees. Federal Employees In The Washington, Dc, Area Are Entitled To A Holiday On The Day A President Is Inaugurated On January 20th For Each Fourth Year After 1965.
**this Holiday Is Designated As "washington's Birthday" In Section 6103(a) Of Title 5 Of The United States Code, Which Is The Law That Specifies Holidays For Federal Employees. Though Other Institutions Such As State And Local Governments And Private Businesses May Use Other Names, It Is Our Policy To Always Refer To Holidays By The Names Designated In The Law.
conduct Of Work
the Contractor Must Ensure Employees Are Physically Able To Accomplish The Work Specified Herein. All Such Employees Working On Government Premises Are Subject To All Applicable Federal Rules And Regulations With Regard To Entering And Leaving The Premises And Building(s). Any Contractor Employee Who Is Considered Incompetent, Careless, Insubordinate, Unsuitable, Or Otherwise Objectionable Or Whose Continued Employment Is Contrary To The Public Interest By The Government’s Designated Representative Will Be Promptly Removed From The Contract Work Upon Notification To The Contractor By The Contracting Officer That Such Conditions(s) Described Above Exist. Onlylegal Us Citizens And Immigrants Are Allowed To Work On Federal Government Construction Projects.
safety Requirements:
all Work Shall Be Conducted In A Safe Manner And Shall Comply With Station Regulations And Department Of Labor Standards. The Government Will Not Provide Safety Equipment To The Contractor. The Contractor’s Work Site May Be Inspected During Performance Of The Contract For Osha And Station Safety Violations. It Will Be The Contractor’s Responsibility To Rectify Any Violations Immediately.
the Contractor Shall Report Any Accidents That Occur During The Performance Of The Contract To The Co Or A Designated Representative, Within 24-hours Of An Occurrence.
provide And Maintain Fire Extinguishers In Construction Areas. Flammable And Combustible Liquids: Store, Dispense And Use Liquids In Accordance With 29 Cfr 1926, Nfpa 241 And Nfpa 30.
security Requirements:
all Personnel Performing Work Under This Contract Shall Be Legal Citizens Or Legal Immigrants Of The United States.
identification Of Contractor Vehicles:
each Contractor Provided Vehicle Shall Show The Contractor’s Name That Is Clearly Visible And Let The Administrative Assistant At The Front Desk Know What Vehicle Belongs To You As The Contractor. Display A Valid State License Plate And Safety Inspection Sticker, If Applicable. Contractor Vehicles Operated On Government Property Shall Be Maintained In Good Repair.
station Regulations:
the Contractor And His Employees Shall Become Acquainted With And Obey All Government Regulations As Posted, Or As Requested By The Cor.
government-furnished Equipment, Utilities, And Facilities:
a Designated Representative Will, Upon Request, Designate Specific Areas Adjacent To The Building And Within The Existing Parking Lot, Specific Areas For The Delivery And Lay-down Of Materials And Equipment To Be Used By The Contractor Specific To This Work. Utilities, Such As Electricity Specific To This Work Will Be Supplied By The Government.
cleanup:
the Premises Shall Be Kept Free At All Times From Accumulation Of Waste And/or Rubbish Resulting From The Work. Upon Completion Of The Work, All Debris, Tools And Surplus Materials Shall Be Removed And The Entire Area Shall Be Left In A Neat And Clean Condition. All Debris, Trash, Waste And Surplus Material Shall Be Properly Disposed Of Off-site.
points Of Contact:
to Be Provided At Time Of Award.
invoicing:
upon Completion And Acceptance Of The Work, The Invoice Shall Be Submitted Via The Invoice Processing Platform (ipp). The Nws Designated Representative To Certify For Payment Is To Be Provided At Time Of Award.
construction Order Certifications And Other Statements Of Offerors
(fixed-price)
***note: Offeror Must Complete And Return This Section With Quote.***
order/contract Number: 1305m325q0041
name Of Offeror: ____________________________________
asbestos-containing Materials Certification
the Offeror Hereby Certifies That No Asbestos-containing Materials, Products Or Supplies Will Be Delivered To The Work Site Or Utilized Or Installed During The Performance Of The Proposed Contract. The Offeror Also Certifies, That If Awarded The Contract, They Will Be Responsible For The Cost Of Removal Of All Asbestos-containing Materials, Products Or Supplies Delivered To The Work Site Or Utilized Or Installed During The Performance Of The Contract, And The Cost For Remediation Of Any Hazard Created.
offeror Name: ________________________________________
certifying Official (vendor Signs)
signature:
printed Name:
title:
date:
authorized Negotiator(s)
the Offeror Or Respondent Represents That The Following Persons Are Authorized To Negotiate On Its Behalf With The Government In Connection With This Request For Offer:
name
title
telephone Number
Closing Date21 Jan 2025
Tender AmountRefer Documents
Department Of Education Division Of Albay Tender
Manpower Supply
Philippines
Details: Description Invitation To Bid For Procurement Of Security Services 2025, Re-bid Project Identification No.: Pb-albaygoods-24-21 1. The Department Of Education, Schools Division Office Of Albay, Through The General Appropriations Act Of 2024 Intends To Apply The Sum Of Philippine Pesos One Million Two Hundred Thousand (php 1,200,000.00) Only Being The Abc As Payment For The Above-mentioned Contract. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Quantity Unit Of Measure Item Description Estimated Unit Cost (php) Estimated Cost (php) Procurement Of Security Services 2025, Re-bid 3 Guard Day Shift Security Guards From January – December 2025 (monday To Sunday) 17,550.00 631,800.00 2 Guard Day Shift Security Guards From January – December 2025 (saturday & Sunday) 4,160.00 99,840.00 2 Guard Night Shift Security Guards From January – December 2025 (monday To Sunday) 19,515.00 468,360.00 Total 1,200,000.00 Additional Information: Days Shift Sg Rate/month Months Per Year Weekdays Day 4 Php 14,000.00 12 Php 672,000.00 Night 2 Php 14,300.00 12 Php 343,200.00 Sat/sun/holidays Day 4 Php 15,300.00 2 Php 122,400.00 Night 2 Php 15,600.00 2 Php 62,400.00 Total Php 1,200,000.00 Note: The Number Of Guards For Every Shift Is Two (2) Guards. The Total Number Of Guards For All Shifts Is Six (6). Revised Security Plan Of The Schools Division Of Albay I. Rationale Article Ii, Section 18 Of The Constitution Of The Republic Of The Philippines States That, "the State Affirms Labor As A Primary Social Economic Force. It Shall Protect The Rights Of Workers And Promote Their Welfare." Chapter Ii, Article 168 Of The Labor Code Of The Philippines (as Amended), Also States, "the Secretary Of Labor And Employment Shall, By Appropriate Orders, Set And Enforce Mandatory Occupational Safety And Health Standards To Eliminate Or Reduce Occupational Safety And Health Hazards In All Workplaces Xxx." Section 2 Of Presidential Decree No. 1445 Otherwise Known As The State Auditing Code Of The Philippines States That "all Resources Of The Government Shall Be Managed, Expended Or Utilized In Accordance With Law, Rules And Regulations & Safeguarded Against Loss Or Wastage Xxx". The Responsibility To Take Care Of Such Policy Rests Directly With The Chief Or The Head Of The Government Agency Concerned. As A Government Workplace, It Is Therefore Inherent To Schools Division Of Albay To Have A Security Plan To Protect Not Just Its Employees And Properties But Its Clientele And Visitors As Well, Against Assault, Arson, Mischief, Pilferage, Robbery, Sabotage, Terrorism And Theft. It Should Also Provide Safety Measures And Response To Prevent And Minimize Loss Or Damage From Calamities And Civil Disturbance. Ii. Objectives ܀ To Undertake Security Measures For Total Protection Of The Schools Division Of Albay Personnel Which Might Endanger Their Lives And The Agency's Properties As Well ܀ To Undertake Security Operations Which Includes, But Not Limited To, Traffic/crowd Control And Emergency Response ܀to Enforce Sdo's Existing Rules & Regulations On The Security Of Personnel ܀ To Undertake Measures To Prevent Unauthorized Persons From Entering The Office Building ܀ To Perform Such Other Functions As May Deemed Necessary By The Schools Division Of Albay Iii. Scope This Plan Shall Be Implemented In The Schools Division Office, Ligñon Hill, Bogtong, Legazpi City, Albay. Iv. Definition Of Terms For Purposes Of This Plan The Following Terms Are Defined As Follows (reference: Dole Department Order No. 150-16, S. 2016): Principal - Refers To Any Individual, Company, Cooperative, Or Establishment, Including Government Agencies And Government - Owned And Controlled - Corporations, Who Or Which Puts Out Or Farms Out A Security And/or Detective Job, Service, Or Work To A Private Security Service Contractor. Security Guard - Refers To Any Person Who Offers To Renders Personal Service To Watch Or Secure A Residence, Business Establishment, Building, Compound, Any Other Area Or Property; Or Inspects, Monitors, Or Performs Body Checks Or Searches Of Individuals Or Baggage And Other Forms Of Security Inspection. Security Service Contractor (ssc) - Is Synonymous With Private Security Agency (psa) Which Refers To Any Person, Association, Partnership, Firm Or Private Corporation Engaged In Contracting, Recruitment, Training, Furnishing, Or Posting Of Security Guard And Other Private Security Personnel To Individuals, Corporations, Offices And Organizations, Whether Private Or Public, For Their Security Needs As The Philippine National Police (pnp) May Approve. Service Agreement – Refers To Contract Between The Principal And The Ssc/psa Containing The Terms And Conditions Governing The Performance Or Completion Of Security Service, Job, Or Work Being Farmed Out For A Definite Or Predetermined Period. Duty Detail Order – Refers To A Written Order/schedule/assignment Issued To A Security Guard And Other Private Security Personnel By A Superior Officer, Usually The Private Security Agency Or Branch Manage Or Operation’s Officer, For The Performance Of Security And/or Detective Service Duty/ies. V. Target Implementation A. Pre-deployment In Coordination With The Sdo-albay Management, Otherwise Known As The Principal, And The Outgoing Security Service Contractor (ssc), The Incoming Ssc Shall Organize An Advance Team Who Will Conduct A Pre-deployment Orientation Onsite. At The Expense Of The Winning Bidder, The Said Advance Team Will Render Duties Side By Side With The Personnel Of The Outgoing Security Provider At Least Two Days Before The Formal Assumption. B. Deployment A Minimum Of Eight (8) Hours Before Expiration Of The Security Contract Of The Outgoing Security Contractor, The Incoming Security Force Listed In The Manning Detail Order Must Attend A Briefing To Be Conducted By The Office Of The Administrative Officer V (general Services). Thereafter, They Shall Be Posted Alongside With The Outgoing Security Guards To Get Acquainted With The New Assignments. Authorized Representative Of The Outgoing Security Contractor Shall Be Required To Make Proper Endorsement Of Accountability To The Authorized Representative Of The Incoming Security Contractor In The Presence Of The Authorized Sdo-albay Representative Prior To Their Departure. A List Of Incoming Security Personnel Who Will Take-over Duties At The Sdo-albay Together With Their Individual Bio-data And Licenses And Mandatory Clearances Shall Be Submitted Five (5) Days Earlier To The Administrative Officer V (general Services) For Scrutiny, Including Training Certificate Which Show Proof That They Have Undergone Required Training For Security Guards And Must Have The Knowledge Of Pertinent Rules And Regulations. Guards To Be Posted Should All Be New, And No Retention Of Old Security Guards, Unless The Head Of The Agency Approves. During The Actual Takeover Of Duties At The Sdo-albay, The Security Guards Shall Be Accompanied And Closely Supervised By A Senior Official Of The Incoming Security Contractor (agency). All Incoming Security Personnel Who Will Assume To Take Over Duties Shall Report In Proper Uniform With Head Gears And Paraphernalia, Prescribed Equipment (as Prescribed In The Technical Proposal) And All Necessary Documents Such As Duty Detail Order, Guard’s License, Copy Of Firearm License, And Individual Company Id. Weekly Submission Of Incident Reports To The Office Of The Administrative Officer V (general Services) For Record Purposes, But Unusual/untoward Incidents Must Be Reported Immediately After Their Occurrence. C. Logistics Security Contractor Will Provide The Security Force With The Minimum Equipment Required Under The Bidding Rules Such As Firearms, Licensed Radio Communications Equipment And Other Equipment Deemed Necessary In The Effective Implementation Of Security Policies, Rules & Regulations Of Department Of Education, Schools Division Office Of Albay. Daily Time Record And Other Logistical Supplies Shall Also Be Provided By The Security Contractor. D. Administration 1. Organizational Structure Headquarters Security Agency/security Service Contractor (ssc) Security Coordinator 1st Shift 2nd Shift 3rd Shift Guard Guard Guard 2. Minimum Requirements A. Security Manpower A. Minimum Qualifications Of Security Officer/s And Security Guards A.1 The Security Guards Shall Have The Following Minimum Qualifications: A.1.i) Must Be At Least 25 Years Old. A.1.ii) At Least High School Graduate, As Indicated In The Private Security License Card A.1.iii) Has Undergone Pre-licensing Training Program For New Recruits, Or Refresher Training Program To Include Among Others, First-aid Administration, Fire-fighting Techniques, And For Security Guards With More Than One Year Experience, As Indicated In The Private Security License Card. A.1.iv) Physically And Mentally Fit, As Indicated In The Private Security License Card. A.1.v) Of Good Moral Character And Reputation Supported With Nbi Clearance. A.1.vi) Knows How To Deal Pleasantly And Courteously With Personnel, Clients And The General Public, Supported With A Certification From The Security Agency. A.1.vii) Proof Of Neuro-psychiatric And Drug Test Clearance From Any Accredited Drug Testing Laboratory A.2 Valid Private Security License Card And Nbi Clearance During The Opening Of Bids And Contract Signing And Implementation. B. Security Equipment Supplies/materials/equipment Unit/piece/set Required Operational, Functional And Well-maintained Firearms - 9mm Pistol With Valid License In The Name Of The Security Agency & One (1) Magazine. 2 Handheld Radio With Valid Ntc License 2 Pre-numbered Logbook 15 Flashlights 2 Big Umbrella 1 First Aid Kit 1 3. Guard Assignments/tour Of Duty No. Security Station Tour Of Duty No. Of Hours Days Of Duties Shift 1 1 Gate Guard (entrance) 0600h - 1400h 8 Monday - Sunday 2 Gate Guard (exit/roving) 0600h - 1400h 8 Monday - Sunday Shift 2 1 Gate Guard (entrance) 1400h – 2200h 8 Monday - Sunday 2 Gate Guard (exit/roving) 1400h – 2200h 8 Monday - Sunday Shift 3 1 Gate Guard (entrance) 2200h – 0600h 8 Monday - Sunday 2 Gate Guard (exit/roving) 2200h – 0600h 8 Monday - Sunday 4. Operating Policies & Procedures 4.a. Duties & Responsibilities Of The Security Agency And Security Guards 4.a.) Security Service Contractor (ssc)/security Agency Shall: 1. Provide The Principal (sdo-albay) With Qualified And Trained Security Guards And Security Officers To, At All Times, Maintain Security And Safeguard The Building, Offices And Properties Within The Premises Of The Sdo, As Well As To Provide Protection To Its Officials, Employees, Visitors, Guests And Transacting Public; 2. Ensure, On Its Account, All Equipment Necessary For The Performance Of Its Obligations Under The Contract, Including The Items Stated Under D.2.b (minimum Requirements For Security Equipment); 3. Be Liable And Answerable To The Principal, For Damages Or Losses Within Its Premises And For Such Actions Which Directly Prejudice The Integrity, Efficiency, And Effectiveness Of The Principal, Its Operations And Its Officials And Employees Caused By Or Due To The Negligence And/or Misdemeanor Of The Ssc Personnel, But Not For Any Loss Or Damage Or Harm Due To Any Fortuitous Event, Force Majeure Or Causes Beyond The Control Of Ssc Personnel; 4. Ensure The Adequacy Of The Compensation And Benefits Of Its Guards And Submit To The Principal Its Monthly Or Quarterly Remittances On Various Contributions In Support To The Claims For Payout; 5. Assign One Head Security Guard Or Security Coordinator Who Shall Exercise The Tasks As Enumerated Under 4.a.1; 6. Provide The Principal With The 201 Files Of The Security Guards; 7. Retain And Exercise The Sole, Exclusive And Absolute Right To Suspend, Lay-off, Terminate And/or Impose Disciplinary Measures, Direct And Control Its Personnel And To Assign, Rotate And Re-assign Security Guards, Subject To The Approval Of A Duty Detail/schedule By The Office Of The Superintendent, Provided, That No Security Guard Shall Be Removed, Changed Or Transferred To Any Place Of Assignment Without Sufficient Notice To The Principal. The Schools Division Superintendent Shall Have The Right To Select, Change Or Refuse Any Security Guard Assigned. Duty Detail Order Of Every Assigned Security Guard Shall Contain, Among Others, The Following Information (section 5,2 Dole Department Order No. 150-16, S. 2016): 1. Name, Address, Active Telephone/contact Number & Email Address Of The Agency; 2. Issue Serial Number And Date Of The Duty Detail Order; 3. Complete Name And Designation Of Grantee; 4. Purpose; 5. Inclusive Dates Of Retail; 6. Firearms Description & License Number; 7. Authorized Uniform To Be Used; 8. Other Specific Instructions Or Remarks; And 9. Signature And Designation Of The Issuing Officer. 8. Not Withdraw Or Replace Any Security Guard Involved In Any Violation Of The Sdo’s Policies, Rules And Regulations Or Involved In Any Administrative Case Against Sdo Officials And Employees Until After Proper Investigation And Resolution Of The Case Have Been Made By The Sdo And Other Authorities Concerned. 9. Act Upon The Referred Concerns And Complaints Within 24-hours To The Satisfaction Of The Principal; 10. Submit Directly To The Office Of The Superintendent Such Weekly/monthly Incident Reports And Other Reports As May Be Required From Time To Time By The Principal. 11. As Part Of Its Bid, The Security Agency, Shall Submit An Undertaking To Pay Their Security Guards The Prescribed Benefits (section 7.2 Dole Department No. 150-16, S. 2016). 4.a.1) Officer-in-charge/security Coordinator 1. Act As Liaison With Deped, Sdo-albay And The Security Agency. 2. Has Over-all Responsibility Of The Members Of The Security Force. 3. Provide Guidance & Assistance To The Members Of The Security Force Assigned At Sdo-albay. 4. Monitor The Daily Operations Of The Security Force At Sdo-albay Installations. 5. Provide Leadership And Direction For The Security Guards. 6. Responsible To The Sdo-albay Management For The Implementation Of All Rules Regulations Relevant To Security Matters. 7. Monitor The Performance And Efficiency Of The Guards And Recommend The Relief Of Misfits. 8. Prepare And Submit Special Report/s Of Unusual Incidents, As Well As Guard Detail Order And Monthly Security Report And Conditions Of Secured Properties. 9. Advise Sdo-albay Officials Concerned Regarding Measures To Be Undertaken To Improve The Security Of The Building Premises. 10. Conduct Troop Information And Education To All Guards On A Regular Basis Or As The Need Arises. 11. Perform Other Duties As Sdo-albay And/or The Security Agency May Direct. 4.a.2) Entrance/exit Gate/parking Guards 1. Screen Visitors With Utmost Courtesy And Guide Them To The Office They Desire To Transact Business. Also Notify By Two-way Radio The Official Or Employee To Be Visited. 2. Issue Visitor’s Pass In Exchange Of A Current And Valid Government Issued Identification Card. 3. Advise All Visitors And Employees To Pin Their Ids While Inside The Building. 4. Inspect Thoroughly (metal Detector) All Bags, Packages And Attaché Case Hand-carried By Visitors. 5. Maintain A Logbook For Visitors And A Separate Logbook For Office Personnel. 6. Control Flow Or Traffic And Direct Drivers To Park Vehicles Properly In Designated Parking Areas. 7. Safeguard And Protect Parked Vehicles From Pilferage Of Accessories And Other Attachments. 8. Not Allow Sdo Vehicles To Leave The Compound Without Necessary Trip Ticket Duly Signed By The Authorized Signatory. 9. Maintain The Logbook On The Arrival And Departure Of Sdo Vehicles. 10. Submit To The Management, Thru The Office Of The Administrative Officer V Or The Supply And Property Section A Monthly Report On The Movement Of The Service Vehicles. 11. Control The Parking Of Vehicles Of Visitors To The Designated Parking Area. Employee’s Vehicles Shall Be Allowed Entry And To Park In The Designated Area For Privately Owned Vehicles. When Departing However, Their Vehicles Shall Be Subjected To Inspection. 12. Enforce The Established System Control Over The Removal Of Property And Materials From The Compound, As May Be Applicable. 13. Respond To Suspicious Activities Of Lawless Elements. 14. Enforce All Existing Sdo Security Rules And Regulations (to Be Discussed By The Office Of The Administrative Officer V (general Services). 15. Submit Reports Of Any Unusual Incidents. 16. Perform Other Duties As The Sdo And/or Security Agency May Direct. 4.a.3) Roving Guards 1. All Roving Guards Must Politely Guide, Check And Observe Situations Of Visitors/within Area Of Responsibility. 2. Guide Visitors To Their Office Destination. 3. Check And Prevent Unauthorized Persons From Loitering In The Corridors Or Entering Offices Without Official Business Or Transactions. 4. Prohibit Vendors Or Solicitors From Entering The Office During Office Hours. 5. Observe And Patrol Designated Perimeters, Areas, Structures And Activities Of Security Interest. 6. Apprehend Person Attempting Or Gaining Unauthorized Access To Restricted Areas And Those Committing Unlawful Acts. 7. Check Depositories, Rooms Or Buildings Of Security Interest Any Item, In Addition To The Normal Working Hours To Determine That They Are Properly Locked And Are Otherwise In Order. 8. Check All Office Equipment And Appliance Before Or After Office Hours. See To It That These Office Equipment And Appliances Are In Proper Places, And Then, Close/lock All Offices After Determining That Everything Is Secured. 9. Conduct Inventory Of Movable Equipment In The Office. 10. See To It That All Lights Are Switched Off And All Electrically Operated Equipment And Appliances Are Unplugged When Occupants Of An Office Are All Gone. 11. Impose All Existing Sdo Security Rules & Regulations. 12. Be Familiar With The Location Of The Fire-alarm System And Fire-fighting Equipment. Be Alert At All Times. 17. Submit Reports Of Any Unusual Incidents. 1. Perform Other Duties As The Sdo And/or Security Agency May Direct. 4.b. Compound/building Security Access System 4.b.1) Entry Of Packages 4.b.1.i) For Hand-carried Items: The Guard Shall: Monitor By Using Metal Detector And Frisk Suspicious Looking People Of Deadly Weapon, Explosives, Contraband Items, Prohibited Drugs And Other Harmful Substances. Inspect All Bags And Parcels To Ensure That No Deadly Paraphernalia Brought Inside The Compound. Inspect The Surroundings For Suspicious Objects Which Do Not Belong To The Ground. Require Individuals Possessing Firearms To Leave/deposit The Firearm To The Security Guard After Issuing A Deposit Slip. Turn Over To The Nearest Police Station Individuals Who Are Found Possessing Deadly Or Other Harmful Materials And/properties. Call The Recipient Of The Delivery Boxes To Confirm Whether Or Not He/she Is Expecting Delivery Boxes/properties. 4.b.1.ii) For Vehicles Of Visitors, Clients And Employees: The Guard Shall: Maintain A Record Of Departure And Arrival Of Vehicle Within Client Premises. The Record Will Indicate The Plate Number, Time-in And Out, The Name Of The Driver And Company. All Vehicles Entering The Compound Will Be Subject To Thorough Inspections. The Guard Will Require The Vehicle Owners To Open Its Compartment For Inspection, And If There Are Illegal Contraband Items On Board, Initiate Arrest. Direct The Inward And Outward Flow Of Traffic And Apply Existing Parking Regulations. Visitors Who Refuse To Subject His Vehicle For Inspection Shall Be Denied Entry. The Guard At The Entrance Gate Must Be Equipped With The Under-chassis Mirror For Inspection Under The Vehicle. 4.b.2) Record Of Entry Of Packages The Guard Shall: Maintain A Record Of Visitor’s Logbook Within Its Post. The Logbook Will Indicate The Name Of The Visitors, Company/residence Address, Purpose Of Visit, Signature And Time In/out. Verified With The Recipient Of The Delivered Boxes If He Is Expecting Any Delivery. 4.b.3) Safekeeping Of The Deadly Weapon Individuals Found In Possession Of Deadly Weapons Will Be Subject For Investigation. If He Is Authorized By Law, The Owner Will Deposit The Firearms/weapons To The Guard And The Duty Guard Will Issue A Deposit Slip Indicating The Name Of The Owner, Model, Type, Caliber Of Firearm, Date And Time In/out. When The Owner Needs To Leave The Compound He/she Must Surrender The Deposit Slip To The Guard To Retrieve His Weapons/firearms. Individual In Possession Of Deadly Weapons Who Are Found Unauthorized By Law Will Be Apprehended And Turned Over To The Nearest Police Station. 4.b.4) Exit Of Packages/equipment Hand-carried Deped, Sdo-albay Property Brought Out Of The Compound Shall Be Accompanied With Property Pass Slip Signed By The Sdo Property Officer. Guard Shall Deny The Pull-out Of The Sdo Property That Is Not Covered By Pass Slip. Guards Must Inspect And Ensure That The Property Being Brought Out Are Indicted In The Property Slip Or Gate Pass. They Will Record The Name/kind Of The Equipment Including The Serial Number, Person Responsible, Time And Date. Sealed Boxes Brought Outside The Building/compound Will Be Required For Inspection. 4.b.5) Exit Of Vehicles The Gate Guard Will Require The Owner Of Every Vehicle Intending To Leave The Area To Open Its Trunk Compartment. If Sdo Property Is Found On Board, Pass Slip Or Gate Pass Shall Be Required. 4.c. Maintain A List Of Sdo Officials Who Are Authorized To Issue Gate Pass (for Properties) 4.c.1) The Security Will Be Provided With A List Of Sdo Officials Who Are Authorized To Sign The Property Pass. The List Shall Contain The Signature Of The Authorized Individual Or His Duly Authorized Representative For Comparison With The Submitted Gate Pass Of The Concerned Party. 4.c.2) If The Gate Pass Is Found Suspicious, The Guard Shall Verify With The Signatory If He Issued Such Gate Pass To The Specified Person. 4.d Check Of Entry Of Individuals For Proper Indentification 4.d.1) Sdo Employees Shall Wear Their Ids All The Time. 4.d.2) Employees Without Id Cards Must Be Advised To Secure From The Office In-charge Of Id Printing. 4. D.3) Strict Implementation Of “no Id, No Entry” System On All Gates And Entrances Of The Sdo For Security Purposes Shall Be Imposed. 4.d.4) Visitors Are Required To Present/show Valid Identification, Such As School/office Id, Voter’s Id, Etc. Before Signing In On The Logbook. Then They Are Required To Leave Their Personal Id In Exchange Of Visitor’s Pass Which They Will Wear While Inside The Compound. 4.d.5) All Guards Shall Maintain A Logbook For Visitors. Logbook Must Be Kept In The Security Office, And Shall Be Made Available When Asked For Verification Purposes. 4.e Emergency Plan 4.e.1) Fire In Case Of Fire, Responding Guard Shall Use Fire Extinguisher To The Base Of The Fire Until It Is Totally Covered. If The Fire Cannot Be Stopped, The Guard Shall Immediately Initiate To Call The Nearest Fire Department. Secure All Entrances And Exit Doors And Allow No One To Enter The Building Except Those Authorized. All Emergency Exits Shall Be Opened. Identify And Prepare Safe Place For Evacuation And For Temporary Use By The Victims. Observe Any Suspicious Looking Individual Who Could Be A Possible Arson Suspect. Record The Event Of Fire From Time To Time To Help The Investigators In Locating Possible Evidences. 4.e.2) Bomb Threats In The Case Of Bomb Threat, The Following Shall Be Done By The Security Guards Assigned: Use Coded Messages, To Avoid Panic Among The Employees Inside The Building Coordinate With The Local Law Enforcement Authorities, Call The Bomb Disposal Units And Inform The Fire Department. Tighten Security Measures By Implementing Luggage Control And Body Frisking. Evacuate People In The Nearby Places That May Not Be Reached By The Explosion. If The Bomb Has Already Been Defused By The Experts, Search To Clear The Area Allowing Nobody To Enter The Place. 4.e.3) Typhoons Observe The Surroundings And Detect Possible Danger From Fall Branches Or Any Object Place On A Higher Ground. Check If The Water Reaches The Electric Outlets, If So, Inform The Administrative Officer V (general Services) For Appropriate Action. Prepare All Emergency Lights For Possible Power Cut-off. Monitor Radio News Report To Be Updated Of The Situation. After The Typhoon, Request The Maintenance Personnel To Inspect All Electrical Lines Especially Plugs In The Lower Level For Possible Danger. 4.e.4) Earthquake Guard On Post Must Immediately Assist To The Best Of His Ability To Protect And Evacuate To A Safer Area The Concerned Vips And Employees Of The Sdo. Send Immediately Those Employees Hurt In The Course Of The Quake To The Nearest Hospital. Search For Other Persons Left In The Building After Evacuation And Report All Damages In Properties And Injured Persons To The Drrm Coordinator.. Security Guards Shall Act As The First Responder For Basic Life Support And First Aid. 4.e.5) Theft/robbery Upon Receiving A Compliant For Loss Of Properties, The Guard On Post Shall Prepare An Incident Report. 5. Other Services To Be Provided By The Security Agency Additional Administrative Services To Be Provided To The Sdo Free Of Charge: 1. Nightly Inspection Of The Guards On Post By The Designated Agency Inspectors. 2. Investigate Report On Security Agency Personnel Irregularities In Connection With Their Service/work, Including Investigation Of Reported Losses. This Task Is Handed By Agency Investigator Duly Accredited By The Philippine National Police (pnp) - Civil Security Group. 3. Other Security Gadgets/equipment Which The Sdo May Require To Meet Possible Future Needs. 2. The Department Of Education, Schools Division Office Of Albay Now Invites Bids For The Above-cited Procurement Opportunity. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders In The Amount Of Php 5,000.00 Pursuant To The Latest Guidelines Issued By The Gppb. Delivery Of Services Is Required By January 1, 2025 To December 31, 2025. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Department Of Education, Schools Division Office Of Albay, Bids And Awards Committee Office, And Inspect The Bidding Documents At The Address Given Below From Monday To Friday During Office Hours (8:00 Am To 5:00 Pm). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 11 To January 3, 2024; 9:00 Am From The Address Below And Upon Payment Of Php 5,000.00 As The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. 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 (www.depedalbay.com) Starting December 11, 2024 Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Education, Schools Division Office Of Albay Will Hold A Pre-bid Conference On December 18, 2024; 9:00 Am At 2f Lobby, Deped Sdo Albay, Ligñon Hill, Bogtong, Legazpi City, Which Shall Be Opened To Qualified Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 3, 2024; 9:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Bid Opening Shall Be On January 3, 2024; 9:00 Am At 2f Lobby, Deped Sdo Albay, Ligñon Hill, Bogtong, Legazpi City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. Prospective Bidders Are Strongly Encouraged To Order Or Download The Electronic Copy Of The Bidding Documents From The Philgeps Website, For Them To Be Included In The Document Request List Of The Project. The Bidding Documents May Be Viewed Also At The Deped Sdo Albay Schools Division Office Website: Www.depedalbay.com. 9. The Department Of Education, Schools Division Office Of Albay Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Jade O. Alberto Education Program Supervisor Bac Secretariat Head-designate Office Of The Bids And Awards Committee 2nd Floor, Deped Sdo Albay, Ligñon Hill, Bogtong, Legazpi City Tel.no.: 052-204-8535 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.depedalbay.com December 10, 2024 (sgd.) Bernie C. Despabiladero, Edd Assistant Schools Division Superintendent Bac Chairperson For Goods And Consulting Services
Closing Date3 Jan 2025
Tender AmountPHP 1.2 Million (USD 20.7 K)
1421-1430 of 1435 archived Tenders