Furniture Tenders
Furniture Tenders
CIVIL SERVICE COMMISSION ARMM Tender
Publishing and Printing
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 1
Details: Description Lot 1 - Alcohol Or Acetone Based Antiseptics Alcohol, Isopropyl, 500ml 447 Bottle Alcohol, Isopropyl, 1 Gallon 13 Bottle Total Of Lot 1: 58,920 Lot 2 - Arts And Crafts Equipment And Accessories And Supplies Eraser, Plastic/rubber 36 Piece Sign Pen, Extra Fine, Black, 0.5mm 379 Piece Sign Pen, Fine Tip, Black, 0.3mm 429 Piece Sign Pen, Medium Fine Tip, Black, 0.7mm 575 Piece Sign Pen, Extra Fine, Blue, 0.5mm 372 Piece Sign Pen, Fine Tip, Blue, 0.3mm 337 Piece Sign Pen, Medium Fine Tip, Blue, 0.7mm 493 Piece Sign Pen, Extra Fine, Red, 0.5mm 212 Piece Sign Pen, Fine Tip, Red, 0.3mm 138 Piece Sign Pen, Medium Fine Tip, Red, 0.7mm 268 Piece Sign Pen, Orange, Liquid/gel Ink, 0.5mm Needle Tip 10 Piece Sign Pen, Green, Liquid/gel Ink, 0.5mm Needle Tip 25 Piece Ballpen, Ballpoint Pen, 0.5mm, Black 1,881 Piece Ballpen, Ballpoint Pen, 0.5mm, Blue 40 Piece Ballpen, Ballpoint Pen, 0.5mm, Red 25 Piece Wrapping Paper 2 Pack Calligraphy Pen No. 2, Black 16 Piece Calligraphy Pen, Black, 0.7/1.0 27 Piece Total Of Lot 2: 219,500 Lot 3 - Audio And Visual Equipment And Supplies Document Camera 3 Unit Multimedia Projector, 4000 Or More Lumens (min.) 7 Unit Total Of Lot 3: 360,000 Lot 4 - Batteries And Cells And Accessories Battery, Dry Cell, Size Aa 74 Pack Battery, Dry Cell, Size Aaa 66 Pack Total Of Lot 4: 24,700 Lot 5 - Cleaning Equipment And Supplies Broom (walis Tambo) 11 Piece Broom (wallis Tingting) 11 Piece Cleaner, Toilet Bowl And Urinal, 900-1000ml Cap 47 Bottle Cleanser, Scouring Powder, 350grms/can 29 Can Detergent Powder, All Purpose, 1 Kilograms As Packed 76 Pouch Disinfectant Spray, Aerosol Type, 400-550 Grams Min. 90 Can Hand Soap, Liquid 75 Bottle Scouring Pad, Made Of Synthetic Nylon, 140 X 220mm 21 Pack Trashbag, Xxl Size 107 Pack/roll Trashbag, Large Size 94 Pack/roll Trashbag, Xl Size 126 Pack/roll Floor Squeegee Mop 2 Piece Disinfectant, Bleaching Solution, 1 Gallon 11 Gallon Mophandle, Heavy Duty 21 Piece Mophead, Made Of Rayon 19 Piece Insecticide Spray (not Water Based) 6 Can Total Of Lot 5: 161,370 Lot 7 - Consumer Electronics Digital Voice Recorder 5 Unit Total Of Lot 7: 13,000 Lot 8 - Face Mask Face Mask, 3 Ply, Fifty (50) Pieces Per Box 10 Box Total Of Lot 8: 1,200 Lot 9 - Fire Fighting Equipment Fire Extinguisher, Dry Chemical 15 Unit Total Of Lot 9: 75,000 Lot 10 - Flag Or Accessories Philippine National Flag, 100% Polyester 17 Piece Total Of Lot 10: 49,300 Lot 11 - Furniture And Furnishings Monobloc Chair, Beige 20 Piece Monobloc Chair, White 74 Piece Monobloc Table, Beige, 4 Seater Capacity 2 Unit Total Of Lot 11: 31,200 Lot 13 - Ict Equipment And Devices And Accessories Desktop, For Basic Users 4 Unit Desktop, For Mid-range Users 10 Unit External Hard Drive, 1tb, 2.5"hdd, Usb 3.0 29 Unit Laptop, For Mid-range Users 9 Unit Laptop, Lightweight 3 Unit Printer, Laser, Monochrome, Network-ready 6 Unit Multifunction Printer 11 Unit Inkjet Printer 1 Unit Scanner With Printer, Heavy Duty, Colored, Double Sided, Feeder Type 1 Unit Total Of Lot 13: 995,000 Lot 14 - Lightning And Fixtures And Accessories Light-emitting Diode (led) Light Bulb, 7 Watts 10 Piece Light-emitting Diode (led) Linear Tube, 18 Watts 20 Piece Fluorescent Lamp, Led, With Housing, Tubular, 36 Watts 1 Piece Total Of Lot 14: 7,500 Lot 15 - Manufacturing Components And Supplies Glue, All-purpose 321 Jar Staple Wire, Heavy Duty (binder Type), 23/13 20 Box Tape, Electrical 78 Roll Tape, Masking, 24mm, 50mm Meters Length 305 Roll Tape, Packaging, 48mm, 50 Meters Length 171 Roll Tape, Doubled Sided, 24mm, 50 Meters Length 242 Roll Double Sided Tape, With Foam, Width: 48mm 45 Roll Double Sided Tape, With Foam, Width: 24mm 20 Roll Total Of Lot 15: 99,560 Lot 17 -office Equipment And Accessories And Supplies Blade, For General Purpose Cutter/utility Knife 18 Tube Binding And Punching Machine 1 Unit Calculator, Compact, Electronic, 12 Digits Cap, 1 Unit In Individual Box 18 Unit Chalk, White Enamel 46 Box Clip, Backfold, 19mm 304 Box Clip, Backfold, 25mm 304 Box Clip, Backfold, 32mm 286 Box Clip, Backfold, 50mm 292 Box Cutter/utility Knife, For General Purpose 22 Piece Data File Box 143 Piece Dater Stamp 44 Piece Envelope, Expanding, Kraft 81 Box Envelope, Expanding, Plastic 88 Piece Envelope, Mailing 23 Box Envelope, Mailing, With Window 34 Box Fastener, Plastic 434 Box File Organizer, Expanding, Plastic, Legal 53 Piece File Tab Divider, A4 9 Pack File Tab Divider, Legal 11 Pack Folder, L-type, A4 13 Pack Folder, L-type, Legal 18 Pack Folder, Pressboard 4 Box Index Tab 2 Box Marker, Permanent, Black 560 Piece Marker, Permanent, Blue 235 Piece Marker, Permanent, Red 230 Piece Marker, Whiteboard, Black 172 Piece Marker, Whiteboard, Blue 140 Piece Marker, Whiteboard, Red 58 Piece Paper Clip, Vinyl/plastic Coated, 33mm 210 Box Paper Shredder 4 Unit Paper Trimmer/cutting Machine 4 Unit Rubber Band No. 18 49 Box Stamp Pad, Felt 324 Piece Stapler, Heavy Duty (binder) 19 Unit Tape Dispenser, Table Top 36 Piece Correction Tape Refill For Whiper Mr5 40 Piece Stamp Pad Ink, Black 14 Bottle Binder Clips, 1 5/8" (41mm) 3 Box Marker, Permanent, Broad, Black 5 Piece Push Pin, Flat Head Type, Assorted Colors, 100s/case 55 Case Metal Bookstand 10 Piece File Organizer Tray 8 Piece Documents Storage Box 6 Box Cork Board (3x5) 3 Piece White Board (3x5) 2 Piece Colored Plastic Envelope (half) 50 Piece Storage Box 170ltrs 10 Box Glue Stick (paste) 345 Piece Glue Stick (for Glue Gun) 27 Pack Quick Box, Kraft, With Lid, Heavy Duty 186 Box Total Of Lot 17: 573,300 Lot 18 - Paper Materials And Products Cartolina, Assorted Colors, 20 Pieces Per Pack 44 Pack Notepad, Stick-on, 50mm X 76mm, 2x3 257 Pad Notepad, Stick-on, 76mm X 100mm, 3x4 257 Pad Notepad, Stick-on, 76mm X 76mm, 3x3 242 Pad Steno Notebook 880 Piece Paper, Multicopy, Legal, 80gsm 342 Ream Paper, Multipurpose, A4, 70gsm 281 Ream Paper, Multipurpose, Legal, 70gsm 274 Ream Pad Paper, Ruled 11 Pad Tissue, Interfolded Paper Towel 400 Pack Sticker Paper, Glossy And/or Matte 70 Pack Photo Paper, Glossy 76 Pack Vellum Board Paper, 180gsm And/or 220gsm 135 Pack Manila Paper, 10 Sheets Per Pack 70 Pack Bondpaper, S16, Long, Blue 58 Ream Bondpaper, S16, Long, Green 45 Ream Paper, Short, S20 23 Ream Bondpaper, S16, Long, Pink 58 Ream Bondpaper, S16, Long, Yellow 58 Ream Plastic Sticky Tabs, Transparent (sign Here Tab) 64 Pad Bondpaper, S16, Long, White 10 Ream Tissue Pre-cut, 1000 Sheets Per Pack 1,000 Pack Colored Paper, Light Yellow 4 Ream Colored Paper, Light Green 4 Ream Total Of Lot 18: 545,700 Lot 20 - Pesticides Or Pest Repellents Insecticide, Aerosol Type 88 Can Total Of Lot 20: 44,000 Lot 21 - Printed Publications Handbook On Philippine Government Procurement - Ra 9184 2 Book Total Of Lot 21: 1,600 Lot 22 - Printer Or Facsimile Or Photocopier Supplies (consumables) Drum Cartridge, Brother Dr-3455, Black 14 Cart Ink Cartridge, Epson C13t664100 (t6641), Black 141 Cart Ink Cartridge, Epson C13t664100 (t6642), Cyan 92 Cart Ink Cartridge, Epson C13t664100 (t6643), Magenta 92 Cart Ink Cartridge, Epson C13t664100 (t6644), Yellow 92 Cart Ribbon Cartridge, Epson C13s015632, Black 5 Cart Toner Cartridge, Hp Cb435a (35a), Black 18 Cart Toner Cartridge, Hp Cf226a (hp26a), Black 6 Cart Ink - Brother Dcp-t720dw Btd60bk (black) 23 Bottle Ink - Brother Dcp-t720dw Bt5000m (magenta) 20 Bottle Ink - Brother Dcp-t720dw Bt5000c (cyan) 20 Bottle Ink - Brother Dcp-t720dw Bt5000y (yellow) 17 Bottle Epson 003, Black 75 Bottle Epson 003, Cyan 69 Bottle Epson 003, Yellow 67 Bottle Epson 003, Magenta 66 Bottle Epson 774 Black 73 Bottle Drum Cartridge(oliveth D-copia 5500 Ml) 3 Drum Toner Cartridge (oliveth D-copia 5500 Ml) 5 Cart Samsumg Toner Cart(mlt-d111s Black) 2 Cart Hp Gt52, Black 6 Bottle Hp Gt52, Cyan 6 Bottle Hp Gt52, Magenta 6 Bottle Hp Gt52, Yellow 6 Bottle Toner Cart, Hp Cf219a (hp19a) Black Laserjet 1 Bottle Total Of Lot 22: 748,200 For Futher Inquires, Please Do Not Hesitate To Contact Us Through This Email Po: Msdcscforbarmm@gmail.com Thank You.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Chemical Products
United States
Closing Date9 Jan 2025
Tender AmountRefer Documents
Details: Disclaimer: This Is A Sources Sought Notice Only. This Synopsis Is Not A Request For Quote, Proposal, Or Bid. This Notice Is Not A Solicitation As Defined By Far 2.101, Therefore It Shall Not Be Construed As A Commitment By The Government To Enter A Contract, Nor Does It Restrict The Government To An Acquisition Approach. All Information Contained In This Request For Information (rfi) Is Preliminary As Well As Subject To Amendment And Is In No Way Binding On The Government. Information Submitted In Response To This Notice Is Voluntary; The Government Will Not Pay For Information Requested Nor Will It Compensate Any Respondent For Any Cost Incurred In Developing Information Provided To The Government. The Government Is Requesting That Restrictive Or Proprietary Markings Not Be Used In Response To This Notice. If A Solicitation Is Released, It Will Be Synopsized In The Federal Contract Opportunities Website Or Gsa. It Is The Responsibility Of The Interested Parties To Monitor These Sites For Additional Information Pertaining To This Rfi. 1. Title: Surfacide Maintenance And Support 2. Purpose: The Purpose Of This Rfi Is To Identify Potential Sources Which Will Aid In Defining The Procurement Strategy (e.g., Set-aside, Sole Source, Unrestricted) For A Solicitation The Nco 16 On Behalf Of The Fayetteville, Arkansas Va Medical Center Intends On Issuing Shortly For The Following: the Anticipated Small Business Administration (sba) Size Standard For The North American Industry Classification System (naics) Code 811310 Is $12.5 Million. 3. Responses Requested: The Following Questions Must Be Answered In Response To This Rfi. Answers That Are Not Provided Shall Be Considered Non-responsive To The Rfi: a. Where Are The Requested Items/equipment Manufactured? vendor Must Attach Documentation Of This Information To Be Viewed By The Government To Be Considered As Part Of The Market Research And Responsiveness To This Sources Sought Notice b. Are The Requested Items/equipment Manufactured By A Small Or Large Business? Is The Potential Vendor In Compliance With The Non-manufacturer Rule (nmr)? vendor Must Attach Documentation Of This To Be Viewed By The Government To Be Considered As Part Of The Market Research And Responsiveness To This Sources Sought Notice c. Is The Vendor An Authorized Distributor With Access To Original Equipment Manufacturer (oem) Parts Which May Be Required In Performance Of This Requirement? If So, Please Provide Authorized Distributor Letter. the Va Does Not Accept Grey Market Items And Therefore The Vendor Must Attach Evidence Of This Access (authorized Distributor Letter) To Be Viewed By The Government To Be Considered As Part Of The Market Research And Responsiveness To This Sources Sought Notice. d. Name Of Potential Contractor That Possess The Capability To Fulfill This Requirement. Contractors Shall Also Provide The Following: point(s) Of Contact Name: _______________________________________________ Address: ___________________________________________________ Telephone Number: ___________________________________________ Email Address: _______________________________________________ company's Business Size: ________________________________________________
data Universal Numbering System (duns) #: _______________________________ e. Is Your Company Considered A Small Business Concern, Sb, Sdvosb, Vosb, Hubzone, Or 8a Concern, With The Requisite __________________ Naics Code? please Provide Proof Of Qualifications. F. Is Your Company Available Under Any Government Wide Agency Contract (gwac), General Services Administration (gsa) Schedule, Indefinite Delivery Indefinite Quantity (idiq), And/or Blanket Purchase Agreement (bpa)? If So, Please Identify The Contract Number For The Government To Review As Part Of This Market Research. 4. Opportunity/market Pricing: Fayetteville Va Medical Center Is Seeking Information From Potential Vendors On Their Ability To Provide The Required Items/equipment. This Is A Sources Sought Request For Information (rfi) Only. Small Business Concerns Are Encouraged To Provide Responses To This Rfi To Assist The Fayetteville Va Medical Center In Determining Potential Levels Of Competition And General Market Pricing Available In The Industry. Therefore, Vendors Are Requested To Submit Estimated Market Research Pricing Along With Their Responses To The Above. The Estimated Pricing Will Be Considered When Determining The Procurement Strategy For The Forthcoming Solicitation. 5. Instructions And Response Guidelines: rfi Responses Are Due By 5:00pm (cst), Friday, 01-09-2025; Size Is Limited To 8.5 X 11 Inches, 12-point Font, With 1-inch Margins In Microsoft Word Format Via Email To Caleb.parker@va.gov the Subject Line Shall Read: Fayetteville Va Medical Center no Solicitation Exists At This Time. There Is No Page Limitation On Subparagraphs 3(a) - 3(f). please Provide The Information You Deem Relevant In Order To Respond To The Specific Inquiries Of The Rfi. Information Provided Will Be Used Solely By The Fayetteville Va Medical Center As Market Research And Will Not Be Released Outside Of The Fayetteville Va Medical Center Purchasing And Contract Team. 7. Contact Information: Caleb Parker Caleb.parker@va.gov your Response To This Notice Is Greatly Appreciated! disclaimer This Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. statement Of Work
the Surfacideâ® Helios Multiple Emitter Disinfection System Is An Automated System Used In An Unoccupied Healthcare Environment To Disinfect A Variety Of Hard Surfaces Through Uv-c Exposure After Manually Cleaning Using Traditional Cleaning Procedures. The Use Of Uv-c Energy Is Well Established As An Effective Germicidal Agent And Has Been Tested Against Several Common Healthcare Associated Pathogens, Including C. Difficle (both Vegetative And Spore Forms), Vancomycin-resistant Enterococci (vre), Carbapenem-resistant Enterobacteriaceae (cre), Klebsiella Pneumoniae Carbapenemase (kpc), Acinetobacter, Pseudomonas, Methicillin-resistant Staphylococcus Aureus (mrsa), Candida Aurisas Well As The Mers-cov Virus. with The Current Focus On Coronaviruses And The Effectiveness Of Uv-c Energy Against It, Surfacide Is One Of The Few Companies That Has Documented Evidence On The Effectiveness Against Coronavirus From A Study Completed At The University Of Iowa And Published In 2016 In Infection Control & Hospital Epidemiology (kurt Bedell, Adam H. Buchaklian And Stanley Perlman (2016). Efficacy Of An Automated Multiple Emitter Whole-room Ultraviolet-c Disinfection System Against Coronaviruses Mhv And Mers-cov. Infection Control & Hospital Epidemiology,37, Pp 598-599 Doi:10.1017/ice.2015.348. This Study Showed Surfacide To Eradicate The Mers-cov Coronavirus By 99.999% In Only Five Minutes. The Mers-cov Virus Tested And The Sars-cov-2 Virus That Causes Covid-19 Are Very Similar In Structure And It Is Reasonable To Expect Very Similar Results Against The Current Strain Of Coronavirus.
the Helios System Is Used To Disinfect Hard Surfaces And Equipment In The Direct Line-of-sight Of The Emitters In A Variety Of Healthcare Environments. The System Can Be Used To Disinfect An Entire Room (operating Suites, Patient Rooms, And Bathrooms, Including Furniture And Equipment In The Room) Or Can Be Used To Disinfect A Defined Area Within A Room Or Space, Such As Disinfection Of A Single Patient Bed Area In A Multi-bed Hospital Room. Finally, The System Can Be Used To Disinfect Multiple Pieces Of Equipment That Are Temporarily Placed In A Room Or Defined Area. The System Is Operated In Unoccupied Environments: When The Device Is In Use, No Persons Are In The Room Or Area Intended For Disinfection And Only The Inanimate Surfaces In The Room Or Defined Area Are Exposed To Uv-c Energy. Unlike Other Uv-c Disinfection Systems, The Surfacide System Utilizes Multiple Uv-c Emitters To Minimize The Effect Of Shadows Created By Objects Within The Target Area, Decrease The Distance Between The Emitter And Target Surfaces, And Increase The Efficiency Of The Labor Assigned To Operate The System. Shadows And Distance Have Historically Plagued Single-emitter Uv-c Systems Due To Fact That An Operator Would Need To Either Move The Emitter To Multiple Positions Within The Target Area Or Rely On Severely Weakened Reflected Uv Energy Which Is Required To Travel Excessive Distances To Compensate For Shadowed Areas. In Either Case, Use Of The Surfacide Multiple Emitter System Leads To Dramatically Shorter Cycle Times, And Decreased Labor/operating Costs.
we Anticipate The Surfacide System Being Used Throughout The Hospital In Areas Where Transmission Of Infection Causing Bacteria Is A Concern. Training And Certification Will Be Provided To All Assigned Users To Ensure Proper Operation And The Safety Of The Operator(s) And Surrounding Patients And Staff.
surfacide Specifications/salient Characteristics: 1. A Continuous 254nm Wavelength Uv-c Disinfection System. 2. The Disinfection System Shall Be Able To Combine Multiple Emitters Into One Single System, Operating Together Or As Single Emitters Operating Independently. This Is Beyond Just Having Multiple Emitters In One Room. The Disinfection System Shall Be Able To Maximize The Effectiveness Of Each Emitter To Significantly Reduce Shadows In A Single Operation. 3. The System Shall Be Able To Operate With Anywhere From 1-5 Emitters Paired Together Depending On The Requirement Of The Room Being Serviced
4. The System Shall Deliver At Least 1500mj For Total Delivered Energy During A Single Cycle Without The Need For Repositioning. No Staff Interaction Shall Be Required To Move Or Adjust Emitters Designed For Use With The Multiple Uv-c Emitters For Total Room Coverage In A Single Operation. The System Shall Be Capable Of Eliminating Shadows And Maximizing Proximity To All Surfaces. 5. The System Of Multiple Uv-c Emitters Shall Incorporate A Uv-c Concentrator For Increased Energy Dosage And Intensity. This Process Shall Be Controlled By The System And Not Have Any Staff Interaction. 6. The System Shall Be Able To Pause A Cycle During Normal Operation And Continue The Cycle Without Having To Start Over From The Beginning. 7. The System Shall Utilize Automated Laser Measurement And Validation Of Room Size To Determine And Ensure An Effective Dose Of Energy Has Been Delivered To All Surfaces In The Least Amount Of Time. 8. The System Shall Have The Ability To Validate Energy Output To Ensure Proper Uv-c Intensity During Each Disinfection Cycle Through Reports In The Disinfection System And Be Able To Save Those Files In The Cloud Or In The Control Unit. 9. The Uv-c System Shall Have A Feature To Apply "targeted And Limited" Range Disinfection With Safe Continuous Disinfection Delivered Unilaterally In A Single Direction From Multiple Emitters While Safely Ensuring That No Uv-c Radiation Is Delivered Outside Of The Chosen Disinfection Area. 10. The System Shall Incorporate A Process For Control Of Emitter S From Outside The Room When Starting The System For Employee Safety. This Control Shall Include Starting And Stopping The System And Reporting The Status And Operations Information. The Operator Shall Not Have To Enter The Room For Any Reason While The System Is Operating. All Functions Shall Be Controllable From The Control Device. 11. The System Shall Accomplish Unattended Total Room Disinfection In A Single, Uninterrupted Cycle Without A Need For Repositioning Or Movement Of The Emitters. 12. The System Shall Incorporate Multiple Motion Sensors Within A Single Room With Multiple Entry/exit Points For Added Safety. The System Shall Incorporate Dual Motion Sensors With Passive Infrared Motion Detection And Movement Detection By An Accelerometer/gravimeter In Order To Ensure Staff Safety And Avoiding False Starts Or Stops. 13. The System Shall Use Bluetooth Technology To Connect To The Tablet To Operate The Emitters Wirelessly. 14. The System Wi-fi Connectivity Allowing "cloud" Connectivity For Maintaining And Monitoring Performance, Archive Capability And Remote Accessibility. 15. Shall Include All Applicable Technical Specifications, Studies And White Papers As Evidence Of Meeting These Requirements. place Of Performance:
fayetteville Va Medical Center
1100 North College Avenue
fayetteville, Ar 72703-1944 period Of Performance:
base Period: February 15, 2025 February 14, 2026 authorized Government Representative
the Authorized Government Representative Will Be Responsible For Technical Monitoring Of The Contractor's Performance And Deliveries. The Authorized Government Representative And The Contractor's Representative Shall Work Together To Ensure That All Contractual Requirements Are Being Met. The Authorized Government Representative Will Interpret Specifications Or Technical Portions Of The Work. The Authorized Government Representative For This Contract Is: final Invoicing Instructions: It Is Your Firm S Responsibility To Submit A Completed And Signed Final Invoice Memo (see Attached Template) In Accordance With The Terms And Conditions Of This Contract. The Final Invoice Memo Must Be Signed And Attached To Your Firm S Submission Of The Final Invoice For Final Payment Or Within Seven (7) Calendar Days After The Period Of Performance Or Contract Expiration. If The Co Or Designated Representative Does Not Receive A Signed Copy Of The Final Invoice Memo With Your Firm S Final Invoice For Final Payment And/or If The Government Does Not Hear From Your Firm Via E-mail After Seven (7) Calendar Days, After The Period Of Performance Or Contract Expiration, The Government Will Accept That There Is Adequate Evidence That All Supplies And Services Have Been Delivered And Accepted, All Invoices Have Been Paid, And That There Are No Outstanding Invoices Or Issues Concerning This Contract; Thus, The Government Will Continue With A Unilateral De-obligation Of Any Remaining Funds And Issue The Signed Modification To All Parties. Further, Failure To Submit A Signed Final Invoice Memo Could Result In A Negative Cpars Entry As A Lack Of Business-like Concern For The Interest Of The Customer Which In This Case Is The Vamc. Notwithstanding The Claim Period Stated In Far 52.233-1, Disputes, And Pursuant To Far 33.206, Initiation Of A Claim, The Contractor Agrees To Submit Any Claim Related To This Contract Within 12 Months After Accrual.
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents
Details: Amendment 0001 - The Due Date For Qualifications Has Been Extended To Monday, January 13, 2025, 2:00pm Est. Government Responses To Rfi's Have Been Attached To This Notice. description: this Is A Request For Qualifications For Architect And Engineering (a&e) Services. This Request Is 100% Set-aside For Small Business’s Registered Under The Applicable Naics Code 541330 – Engineering Services, With A Size Standard Of $25,500,000. the National Institute Of Standards And Technology (nist), An Agency Of The U.s., Department Of Commerce, Intends To Award Multiple Indefinite Delivery Indefinite Quantity (idiq) Contract(s) For General Architectural And Engineering (a/e) Services For The Nist Gaithersburg Campus Located At 100 Bureau Drive, Gaithersburg, Md 20899. A/e Services Under The Contract May Include The Following: evaluation And Feasibility Studies To Include Engineering Modeling And Simulation demolition Of Nist Structures, Utilities, And Infrastructure repair And/or Repair By Replacement, Modification/reconfiguration, Building Additions, And Upgrades To Nist Facilities (e.g., Laboratories/scientific Research, Office, Industrial). Including But Not Limited To Architectural, Mechanical, Electrical, Communications, Structural, Fire Protection, And Building Enclosure (e.g., Roofs, Windows, Foundations). repair And/or Repair By Replacement, Modification/reconfiguration For Campus Utility Systems And Supporting Underground Structures comprehensive Historical Assessments For The Preservation, Rehabilitation, And Restoration Of Historic Property interior Design Services Consisting Of Programming And Space Assessment, Fit Plans, And Office Furniture To Enhance Aesthetics, Comfort, Efficiency, And Workplace Safety. cost Estimating For Different Levels (e.g., Concept, Detailed Program, Project) life Cycle Cost Analysis Identifying Cost Elements From Initial Concept Through Operations, Support, And Disposal. hazardous Material Survey And Risk Assessment (e.g., Asbestos, Mold, Lead Paint) roofing And Waterproofing Services Such As Visual Inspections And Existing Conditions Surveys, Failure Investigation, And Design For Repairs. commissioning Design Including Assistance Of Development Owner’s Project Requirements (opr), Design Document Reviews, Development Of Commissioning Specifications And Or Initial Commissioning Plan program Of Requirements (por) Development By Meeting With Campus Personnel And Confirming Design Intent For Building And/or Major Systems (e.g., Mechanical, Electrical, Plumbing, Structural, Controls, Security, Fire Alarm, Etc.) value Engineering Analysis To Achieve Design Goals While Lowering Life Cycle Costs And Maintaining The Required Performance, Quality, Reliability, And Maintainability. record Drawings Development From Compiled As-built Set. surveying (e.g., Alta/ascm, Boundary, Topographic, Construction, Site Planning) roads/sidewalks Repairs And Replacement evaluation Of Items Requiring Earthwork Such As Excavation, Grading, Ponds, Drainage, Foundation, And Footings landscaping Design gates, Fencing, And Related Engineering Necessary To Support A Campus Environment permit Applications Submission To Regulatory Authorities Based On Specific Project Requirements. To Be Coordinated With Cor And Or Ahj For Acceptance And Or Approval environmental Compliance (state Or Federal) Conforming To Laws, Regulations, Standards, And Other Requirements construction Quality Management To Include But Not Limited To Commissioning Services contract Information: the Period Of Performance Of The Idiq Contract(s) Shall Be Five (5) Years. Annual Fully Burdened Labor Rates Will Be Negotiated Prior To Award. All Services Will Be Ordered Via The Issuance Of Individually Negotiated Firm-fixed-price Or Notto-exceed Task Orders, Ranging In Value From $10,000 And $2,000,000. Each Idiq Contract Shall Include A Guaranteed Minimum Order Of $5,000. The Cumulative Amount Of All Task Orders Shall Not Exceed $9,800,000. the Government Anticipates Award Of Three (3) Or More Idiq Contracts; However, The Actual Number Of Awards Shall Be Made At The Discretion Of The Government. submission Requirements: consideration Will Be Limited To Professional A/e Firms Licensed And Registered In Maryland Who Provide A/e Services Primarily In The Disciplines Of Architectural, Civil, Structural, Mechanical, Electrical, And Environmental Engineering For Pre-design, Design, And Post-design Of Research Laboratory Facilities. firms Meeting The Above Requirements And Desiring Consideration Must Submit Their Qualifications By No Later Than The Date Specified In This Announcement Via Email To The Following Addresses Using The Email Subject Line “rfq Submission – General Ae Services Idiq Nb195000-25-00009”: Trent.stevens@nist.gov Guzel.gufranova@nist.gov Teresa.harris@nist.gov qualification Submissions Shall Include One (1) Original Electronic Copy In Adobe .pdf Format Of Their Standard Form 330 (sf-330) With Appropriate Data. Ae Firms Shall Include All Subcontractor's Resumes In Part 1 Of The Sf-330. Part 2 Of The Sf-330, General Qualifications, Should Also Be Submitted For Each Subcontractor Or Consultant. Indicate The Solicitation Number On All Documentation Submitted. along With The Sf-330, Offerors Shall Include: a Copy Of Your Current Registration In System For Award Management (sam); proof Of Small Business Status; a Cover Page That Provides: offeror’s Name And Address; offeror’s Uei Number; And, the Name, Title, Email, And Phone Number For The Authorized Representative Of The Offeror. submissions Will Be Evaluated By A Source Selection Evaluation Board (sseb) And Ranked Based On The Stated Evaluation Factors. The Government Will Then Establish A Competitive Range; Firms That Fall Within This Range Will Be Invited To Present Their Capabilities To The Sseb. Formal Solicitations Requesting Fee Proposals Will Be Issued To The Highest Qualified Firms As Determined By The Government. request For Information (rfi) questions And Rfi's Must Be Submitted No Later Than 1:00pm Et On 12/10/2024 Via Email To The Following Addresses Using The Subject Line “rfi - General Ae Services Idiq Nb195000-25-00009” : Trent.stevens@nist.gov Guzel.gufranova@nist.gov. the Contracting Officer Will Post Government Responses To Rfi’s On This Site As An Amendment To This Announcement. Firms Are Responsible For Monitoring This Site For Amendments To The Request For Qualifications. selection Criteria: all Work Performed Shall Be Under The Direct Control And Supervision Of A Professional And Experience Licensed Architect/engineer Employed By The Prime Contractor Assigned As The Responsible Party. part I: Evaluation Of Sf-330 prospective A-e Firms Will Be Evaluated Based On Their Demonstrated Competence And Qualifications For The Type Of Professional Services Required. The Agency Will Evaluate Each Potential A-e Firm In Terms Of This Announcement. The Selection Criteria Are Listed Below In Descending Order Of Importance: factor 1: Specialized Experience page Limit – 15 Pages firms Who Fail To Meet The Qualifications Of Factor 1 Will Not Be Evaluated On Subsequent Evaluation Factors And Will Not Be Considered For Award. offeror Shall Demonstrate The Specialized Experience And Technical Competence Of Its Firm And Its Proposed Subcontractors Performing A/e Services Meeting The Criteria Of This Solicitation Within The Past Sixty (60) Months By Providing At Least 3 But No More Than 5 Example Projects (sections F, G, And H Of The Sf330) Addressing Each Of The Subfactors Listed Below (1a, 1b, 1c, And 1d). Offeror Shall Provide At Least One Example For Subfactor 1d. All Designs Shall Be Completed At Time Of Request For Qualifications (rfq). For The Purposes Of This Evaluations, “completed” Projects Shall Mean Projects Where Final Work Was Submitted, Approved, And Accepted By The Project Owner. A. The Offeror Shall Describe Design For Renovations With Dates That Include Commercial Window Replacements, Masonry Repairs, And Roofing Repairs. Roofing Designs Are For Replacement Of An Existing Roofing System And Would Include Design And Specifications For New Built-up Roofs (at Least Three Ply) Of At Least 20,000 Sf Minimum, Including Drains, Coping And Flashing. Built Up Roofing Can Either Be Hot Or Cold Applied. B. The Offeror Shall Also Describe With Dates Laboratory Design For Renovations Of At Least 2,000 Sf Which Include Replacement Or New Fume Hood Installation Of A Fume Hood At Least Four Feet In Width, New Laboratory Grade Casework, New Seamless Flooring, And Plumbing That Includes Either Eye Wash Station Or Safety Showers. Laboratories Shall Be For Commercial Facilities, Federal And State Facilities, Hospitals, And College/universities. High School And Lower School Grade Laboratories Will Not Be Considered. C. The Offeror Shall Describe With Dates Designs That Include Laboratory Facility Mechanical, Plumbing, And Electrical Renovations, Upgrades And Alterations That Include Major Utility Systems, Facility Construction And Reconfiguration, Branch Circuits Of At Least 50 Amperes At 208v Or 480v, 3 Phase Power For Installation Of Specialized Scientific Tools, Equipment And Instrumentation (provide Amperage, Phases, And Voltages In Offer). The Contractor Shall Describe Distribution Of Manifold Specialty Gasses Utilizing At Least One Of The Following (nitrogen, Helium, Compressed Air, Or A Custom Blend) Within The Lab (note Which Gas Was In Manifold). D. The Offeror Shall Describe, With Dates, Life Safety And Code Compliance Of The Following: Ibc And Nfpa Analyses, Access And Egress Analyses, Fire Alarm Systems And Device Designs, Nfpa 13 Fire Suppression System Modification Calculations And New Installations, And Hazardous Detection Systems (radiological Or Toxic Gas Monitoring Systems). Note Which Detection System (radiological Or Toxic Gas Monitoring System) Is Being Referenced. factor 2: Professional Qualifications page Limit – 17 Pages the Offeror Shall Demonstrate The Technical Expertise And Professional Qualifications Of Its Proposed Team, Including Subcontractors And Consultants, To Perform The Required A/e Services By Providing Résumés (section E Of The Sf330) For All Of The Following Disciplines: principle senior Architect senior Cost Estimator senior Civil Engineer senior Electrical Engineer senior Fire Protection Engineer senior Geo-technical Engineer senior Laboratory Planner mechanical Engineer (piping) senior Mechanical Engineer (piping) senior Mechanical Engineer (hvac) senior Environmental Engineer senior Scheduler senior Surveyor senior Water Proofing Engineer senior Structural Engineer 2. Senior Positions Of Each Discipline Shall Have A Minimum Of Ten (10) Years Applicable Experience And Shall Be Licensed And/or Certified In Their Applicable Discipline. 3. The Offeror Shall Identify The Roles Of Its Key Personnel By Provide Resumes/sf 330s For Its Proposed Key Personnel That Include Credentials, Education, Registrations, Relevant Experience, And Their Role In Performing Requirements Outlined In Factor 1. 4. The Offeror Shall Submit An Organizational Chart Showing The Interrelations Of The Proposed Team Including All Subcontractors And Consultants. factor 3: Geographical Location page Limit – 1 offeror Shall Be Within 50 Miles Of The Nist Main Campus In Gaithersburg, Md. Nist Address Is 100 Bureau Drive, Gaithersburg, Md 20899. Offeror Shall Demonstrate This Distance By Submitting Information (driving) Via An Internet Mapping Program. The Driving Shall Begin At The Offeror’s Office To Nist. factor 4: Capacity page Limit – 2 Pages the Offeror Shall Describe Their Team, Including Subcontractors, Capability To Complete Simultaneous Tasks Within The Required Timeframe Based On Current And Planned Workload And Expected Backlog. the Offeror Shall Confirm That There Is Sufficient Capacity Within The Firm, Or That Additional Professional Capacity Can Be Increased As Needed In A Timely Manner To Deliver Projects That Meet The Government’s Specialized Requirements. factor 5: Past Performance page Limit – None offeror Shall Provide Past Performance Information For The Relevant Projects Identified In Their Factor 1 – Specialized Experience Submission In The Form Of Either A Contractor Performance Assessment Reporting System (cpars) Report Or The Provided Past Performance Questionnaires (ppqs). if The Project Was Completed For The Federal Government, The Offeror Shall Provide A Copy Of The Most Recently Completed Contractor Performance Assessment Reporting System (cpars) Report. if No Cpars Is Available, Offeror Shall Use The Provided Past Performance Questionnaire (ppq). Ppqs Shall Be Completed And Signed By The Customer Identified In The Relevant Project. Limit Of One Ppq Per Project. if An Offeror Submits Incomplete Past Performance Or Fails To Submit Any Past Performance Information, The Government May Evaluate Past Performance Based On The Information Obtained Concerning The Offerors’ Performance Relevant To Services Similar In Scope, Complexity, And Size For The Prime Contractor. Additionally, The Following Resources Will Be Used For Evaluation: contractor Performance Assessment Reporting Systems (cpars), Or Similar Systems Of Other Government Departments And Agencies, interviews Within Nist If Offeror Holds/held Previous Contracts, interviews With Program Managers And Contracting Officers, And; other Sources Known To The Government, Including Commercial Sources. in The Case Of An Offeror Without A Cpars Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available, The Offeror Shall Be Rated Neither Favorably Nor Unfavorably. part Ii: Oral Presentations in Accordance With Far 36.602-3, The Government Will Hold Discussions With At Least Three Of The Most Highly Qualified Firms (firms Within The Competitive Range). More Details Related To The Presentations Will Be Provide To The Firms That Are Selected To Move Forward. fee Proposal only Those Firms Selected For Award Will Be Invited To Provide A Fee Proposal. Firms Shall Submit Along With Their Fee Proposal A Copy Of Audited Overhead Rate Statement Prepared In Accordance With The Federal Acquisition Regulation (far), Part 31 For The Prime And Their Sub-consultants. The Audit Must Be From A Federal, State, Local Government Or An Independent Third-party Auditor In Accordance With Far 31. Audit Conducted In Accordance With Generally Accepted Accounting Principles (gaap) Will Not Be Accepted.
Municipality Of Brno, Brno Sever Tender
Others
Czech Republic
Closing Date27 Jan 2025
Tender AmountCZK 1.2 Million (USD 49.8 K)
Details: The subject of the performance is the provision of continuous cleaning in the territory of the urban part of Brno-sever in the period from 1.2.2024 to 31.12.2024, and in this scope: - every working day the monitoring of the entire territory of the urban part of Brno-sever (černá Pole, Husovice, Lesná, Soběšice, Zábrdovice) - Identified deficiencies (illegal landfills, dumped waste bins, damaged furniture in the Municipal Administration, poorly passable sections of sidewalks during the winter months) will be removed - Photo documentation of the condition before and after the intervention, handing over to the responsible person at Ožp Úmč Brno -sever - Implementation of Immediate Cleaning in an Urgent Case - Provision of a Service Telephone and a Car with Cargo Space Every Working Day Throughout Working Hours to a Person Carrying Out the Activities Described Above - Provision of a Person Who Will Carry Out the Activities Described Above
Gemeinde Wandlitz Tender
Civil And Construction...+1Building Construction
Germany
Closing Date6 Jan 2025
Tender AmountRefer Documents
Details: The municipality of Wandlitz intends to build a daycare center for 79 children. The building is designed as a wooden structure. In a new single-storey daycare center, a distribution kitchen will be set up on the ground floor to provide for 79 children and carers. The kitchen is divided into a serving kitchen, a dishwasher and an adjacent kitchen storage area. The serving kitchen has its own cooking appliances, such as a combi steamer and electric stove, a cooling table for storing chilled food and work lines with several work cabinets. Hand wash and sinks are available for hygiene purposes. The dishwasher includes a supply and drain table and a hood dishwasher, while the storage area contains commercial refrigerators, warming cabinets and a cleaning supplies cabinet. All refrigerated furniture is plug-in ready; there is no central refrigeration system. Several serving trolleys are also part of the kitchen equipment.
Municipality Of Polillo, Quezon Tender
Others
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 857.3 K (USD 14.7 K)
Details: Description Republic Of The Philippines Province Of Quezon Municipality Of Polillo ***** Invitation To Bid For Supply And Delivery Of Office And Other Supplies For The 1st Quarter-lgu Polillo Quezon 1. The Municipality Of Polillo, Through The Approved Budget 2025, Approved By The Sangguniang Bayan Of Polillo Intends To Apply The Sum Of Eight Hundred Fifty-seven Thousand Three Twelve Pesos & 68/100 Only (php 857,312.68) Being The Abc To Payments Under The Contract For Supply And Delivery Of Office And Other Supplies For The 1st Quarter-lgu Polillo Quezon Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Polillo Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 30 Calendar Days. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Municipality Of Polillo And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 3-10, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos Only (php 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. Bids Must Be Duly Received By The Bac Secretariat Through: (i) Manual Submission At The Office Address Indicated Below Or (ii) Online Or Electronic Submission As Indicated Below On Or Before February 10, 2025 2:30pm. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On February 10, 2025 2:30pm At The Given Address Below And/or Messenger. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Municipality Of Polillo 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. 10. For Further Information, Please Refer To: Deborah B. Marasigan Bac Chairperson & Bac Secretariat Mabini St. Brgy. Poblacion, Polillo, Quezon, 4339 Bac.polillo@gmail.com Deborah B. Marasigan Bac Chairperson Office Supplies Anti-virus, Internet Security, Multi-device 3 Box Ballpen, Supergrip; Black; Rubbergrip, Retractable 12 Piece Ballpen, Supergrip; Black ; 12piece/box 8 Box Ballpen, Black, Gel Pen G2-05 86 Piece Ballpen, Pink, Gel Pen G2-07 5 Piece Ballpen, M&g Gelpen 0.5 (orange) 10 Piece Ballpen, Black,ballpoint Bps Fine 0.7mm 7 Piece Ballpen, Black 0.5mm/50pcs/box 3 Box Ballpen, Blue 0.5mm/50pcs/box 1 Box Ballpen, Signpen Black,hi-tech-point V7 Grip 7 Box Ballpen, Sign Pen, Blue Liquid/gel Ink,0.4mm 4 Piece Ballpen, Sign Pen, Black Liquid/gel Ink,0.7mm 47 Piece Ballpen, Sign Pen, Blue Liquid/gel Ink,0.7mm 6 Piece Ballpen, Signpen, 1pt. 25 Piece Ballpen, .5/50pcs Per Box 1 Box Ballpen, .5mm/50pcs Per Box, Black 4 Box Battery,aa, 2's/pack 24 Pack Battery, Aaa, 2's/pack 19 Pack Bond Paper, Short Subs. 24, (blue Cover) 35 Ream Bond Paper, Multi Purpose Legal 80 Gsm,(blue Cover) 20 Ream Bond Paper, A3 10 Ream Carbon Film, Legal, 10's 2 Pack Certificate Frame, A4 Size, Glass Cover, Wood Frame 2 Piece Certificate Frame, 8.5 X 11 Pvc Black 10 Piece Certificate Holder, A4 80 Piece Certificate Holder, Legal 50 Piece Clip Backfold, 1" Colored,25mm 12's 6 Box Clip Backfold, 1 1/4" Colored ,12's 4 Box Clip Backfold, 2" Colored 3 Box Clip Backfold, 19mm 3/4 Inch 45 Box Clip Backfold, 25mm 1inch 30 Box Clip Backfold, 32mm 1.25inch 30 Box Clip Backfold, 50mm ,2inch 18 Box Clipboard, Long With Cover With Clip 4 Piece Correction Tape, Refill; 2s/pack ,whiper Mr;wh-605 7 Piece Correction Tape, Refill; 2s/pack , Dong-a 6 Pack Correction Tape 5mm X 8m, Clear, Roller 46 Pack Correction Tape 5mm X 8m, Clear, Roller 19 Pack Data Folder, With Taglia Lock 12 Piece Double Adhesive 1/2" 27 Roll Double Adhesive 1" 39 Roll Double Adhesive 2" 6 Roll Double Adhesive 3/4 15 Roll Duct Tape 12 Roll Envelope, Plastic With Handle & Zipper 3 Piece Envelope, Documentary, For Legal Size, Brown 1 Pack Envelope, Expanding, With Garter, Legal 23 Piece Envelope,mailing 4 Box Envelop, Transparent Plastic, Long W/out Handle 11 Piece Electrical Tape, (flame Retardant, Pvc Electrical Isulating) 13 Roll Eraser, Plastic Or Rubber 2 Piece Expandable Folder, White, Long 55 Piece Fastener, 7cm -plastic 21 Box Fastener, Metal- 7cm 2 Box Flower Wrapper, 20pcs 58x58cm 2 Sided Color Lilac Purple And Nude Pink 2 Pack Flower Wrapper, 20pcs 58x58cm 3 Sided Color Cardamon Purple And Ash 1 Pack Folder, Long Tab 100pc/pack 7 Bundle Folder,expanding, Legal; For Thick Files 25 Piece Folder,expanding, Legal; For Thick Files (red) 20 Piece Folder,expanding, Legal; For Thick Files (blue) 20 Piece Folder,expanding, Legal; For Thick Files (green) 20 Piece Glue, 225 G 11 Bottle Guntacker Staple Wire, Tr45 3 Box Ink 001, Magenta 10 Bottle Ink 001, Yellow 8 Bottle Ink 001, Black 11 Bottle Ink 001, Cyan 10 Bottle Ink 003,black 57 Bottle Ink 003,cyan 31 Bottle Ink 003,magenta 29 Bottle Ink 003,yellow 31 Bottle Ink 680, Colored 1 Bottle Ink 680, Black 1 Bottle Ink, Btd60 Black 48 Bottle Ink, Bt5000 Cyan 27 Bottle Ink, Bt5000 Magenta 27 Bottle Ink, Bt5000 Yellow 27 Bottle Ink, Bt6000 Black 10 Bottle Ink, Bt6000 Cyan 6 Bottle Ink, Bt6000 Magenta 6 Bottle Ink, Bt6000 Yellow 6 Bottle Label Tape, Lk-wbvn 36mm Black & White 3 Roll Manila Paper 50 Piece Marker, Permanent, Fine , Black 13 Piece Marker, Permanent, Broad , Black 25 Piece Marker, Whiteboard Black 9 Piece Marker, Whiteboard Red 2 Piece Marker, Highlighter 6 Piece Marker, 3 Colors 6 Set Notepad, 3m, Assorted Colored 6 Pad Notepad, Stick On, 2 X 3" A03, 100 Sheets (76 X 76mm) 24 Pad Notepad, Stick On, 3 X 4" A04 100 Sheets (101 X 76mm) 13 Pad Notepad, Stick On, 3 X 3" 5 Pad Paper Clip, 33mm 100pcs/box, Vinyl Coated 39 Box Paper Clip, 55mm 100pcs/box, Vinyl Coated 38 Box Pencil, No.2, With Eraser ; 12s/box 8 Box Philippine National Flag 3 Piece Photopaper, 10's/pack , Glossy, A4 200 Gsm 19 Pack Photopaper, 10's/pack , Matte 32 Pack Plastic Ring Binder, 8mm 20 Piece Plastic Ring Binder, 10mm 20 Piece Plastic Ring Binder, 14mm 20 Piece Push Pins, 50pcs/pack 2 Box Record Book, 300 Pages, 2 Book Record Book, 150 Pages, 2 Book Rer 7 Pad Self-inking Stamp Ink, 28ml,black 1 Piece Signpen, G-tech, C-3, Black 16 Piece Signpen, G-tech, C-4, Black 29 Piece Signpen, G-tech, C-4, Red 4 Piece Signpen, G-tech, C-4, Blue 5 Piece Signpen, Hi-techpoint V5 Retractable, Green 3 Piece Signpen, Hi-techpoint V5 Retractable, Black 6 Piece Signpen, Hi-techpoint V10, Black (1.0mm) 11 Piece Signpen, .7 Black 85 Piece Signpen, .7 Blue 85 Piece Signpen Refill, C-4, Blue 8 Piece Signpen Refill, C-4, Black 17 Piece Specialty Board, 8.5 X 10 Thickness: 235gsm; Quantity 10pcs/pack 10 Pack Specialty Board, 8.5 X 13 Thickness: 200gsm; Quantity 100pcs/pack 6 Pack Specialty Paper, 200gsm, 8.5x13", 100 Sheets/pack 6 Pack Specialty Paper, 200gsm, Letter, 10 Sheets/pack 3 Pack Staple Wire, Standard 23 Box Stamp Pad 2 Piece Stamp Pad Ink, Black 4 Piece Sticker Paper, A4 Matte, 10 Sheets 29 Pack Sticker Paper, A4 Glossy Vinyl Sticker, 10 Packs 8 Pack Sticky Flag, Brialliant Adhesive/indexing Note (ai-5, 12's/pack.' 5 Colors 143 Pack Table Signage 7 Piece Tape Masking , 48mm 3 Roll Tape Masking , 24mm 3 Roll Tape Transparent 48mm 26 Roll Tape Transparent 24mm 22 Roll Toner Kit, Tk-6329 For Kyocera Taskalfa 5003i 3 Unit Other Supplies Alcohol, 500ml, 70% 50 Bottle Alcohol, 70% Ethyl/isopropyl, 4liters/gal 7 Gallon Airfreshner, Bathroom Deodorizer, Scented Gel 23 Piece Airfreshner, Bathroom Deodorizer, Scented Gel- Sakura & Water Lily 2 Piece Airfreshner, Automatic Spray Refill, Morning Freshness 20 Piece Airfreshner, Automatic Spray Refill, Lavander & Vanilla 3 Piece Airfreshner, Spray 58 Piece Airfreshner, Sport Car, Wild Berries Refill 9 Piece Antibac Fabric Conditioner 18 Pack Baby Wipes 5 Pack Bathroom Cleaner, 900 Ml, Thick Solution 28 Bottle Bathroom Tissue, 2 Ply, 12's/pack 15 Roll Bathroom Tissue, 3 Ply, 12's/pack 3 Roll Bleach, 1 Liter ; Color Safe 46 Bottle Bleach, 2 Liter ; Color Safe 11 Bottle Bleach, 1 Gallon 8 Bottle Bleach, 1 Liter, White 3 Bottle Broom, Tingting Kaong 11 Piece Broom, Soft ; Tambo 20 Piece Brush, Laudry 1 Piece Bulb, Led 18 Watts 20 Piece Cleaner, Scouring Powder 18 Can Deodorizer, For Toilet ; Sampaguita 3 Piece Deodorizer, For Toilet ; Lemon , Albatros 39 Piece Detergent Bar, 140g As Pack 12 Bar Detergent Powder, 1kg 30 Pack Disinfectant Spray, Aerosol 510g 21 Can Diswashing Liquid, Kalamansi, 250 Ml 44 Bottle Diswashing Liquid, 1 Gallon 15 Gallon Doormat, Clothe; Large 20 Piece Door Knob,finish: Satin Stainless Steel, Backset: 2 3 Piece Eco Lum, Led T8 Tube Box Type Set 3 Piece First Aid Kit, Medicine/first Aid Kit Cabinet With Contains Medicines 1 Set Floor Wax, Liquid, 900 Ml 12 Can Fragrance Oil, 100ml Okada Scent Scenssivity Corner 3 Bottle Fragrance Oil, 100ml Fresh Bambo Scenssivity Corner 2 Bottle Fragrance Oil, 100ml Espresso Scent Scenssivity Corner 3 Bottle Fragrance Oil, 100ml Merry Vanilla Scent Scenssivity Corner 3 Bottle Fragrance Oil, 100ml Sparkling Lemon Scent Scenssivity Corner 3 Bottle Furniture Polisher 1 Bottle Gasul Refill 16 Tank Glass Cleaner, Regular, 500 Ml 2 Bottle Hand Sanitizer, Scented Moisturizing Gel, 50ml 2 Bottle Hand Towel 2 Doz Insecticide, Big 31 Bottle Liquid Sosa, Clear Clogged Pipes, Sinks & Drains 6 Bottle Liquid Hand Sanitizer,500ml 12 Bottle Liquid Hand Soap, 500ml 2 Bottle Muriatic Acid, 1 Liter 20 Bottle Nylon Rope, Polythylene Rope No. 5 2.5m/ 200meter 1 Roll Pot Holder 9 Bundle Rags, All Cotton 28 Piece Raincoat, Pants & Jacket (large) 4 Piece Raincoat, Pants & Jacket (x-large) 4 Piece Sacks 4 Piece Scouring Pad With Foam 28 Piece Table Top Glass 1 Unit Tissue, 12 Rolls Per Pack 37 Pack Tissue, Interfolded Paper Towel 22 Pack Toilet Bowl Cleaner, 1 Liter 5 Bottle Toilet Brush, With Handle 6 Piece Trashbag, Medium 13 X 13x 32; 10 Pcs/pack 70 Piece Trashbag, Medium 15 X 15x 17; 10 Pcs/pack 24 Piece Trashbag, 940mm X 1016mmm 10pcs/roll/pack 32 Piece Trashbag, Plastic,transparent 32 Piece Wipes, 20sheets, Cooling Wipes 12 Pack Wipes, Disinfectant Multi-surface Wipes 4 Pack
Province Of Rizal Tender
Others
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 3.7 Million (USD 64.2 K)
Details: Description Republic Of The Philippines Rizal Provincial Government City Of Antipolo Province Of Rizal Invitation To Bid For The Supply And Delivery Of Office Supplies 1. The Rizal Provincial Government, Through The General Fund Intends To Apply The Sum Of 3,729,185.00 Being The Abc To Payments Under The Contract For 25-0027. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Rizal Provincial Government Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 30 Day Delivery Period. Bidders Should Have Completed, Within 3 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From Rizal Provincial Government And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025 From The Given Address Below. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Rizal Provincial Government Will Hold A Pre-bid Conference On February 07, 2025; 10:00 A.m. At Bidding Room 3/f Capitol Bldg. Ynares Center Complex, Antipolo City. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 20, 2025; 9:30 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Instruction To Bidders (itb) Clause 14. 9. Bid Opening Shall Be On February 20, 2025; 10:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Rizal Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ma. Teresa E. Lasquety Bac Secretary, Bidding Room 3/f, Rizal Provincial Government Ynares Center Complex, Antipolo City Rpgprocurement28@gmail.com 8256-3000 Local 4914 Http://rizalprovince.ph January 31, 2025 ______________________________________ Engr. Luisito G. Munsod Chairman Bids And Awards Committee 1 . 2 Roll Acetate, 50 Meters, Plastic Cover 3,000.00 2 . 30 Book Book, Engineer's Fieldbook 4,800.00 3 . 10 Pc Clear Book, 20 Transparent Pockets, Long 1,200.00 4 . 10 Pc Clear Book, 20 Transparent Pockets, Short 1,100.00 5 . 20 Pc Clear Book, Thick Type, Long, 20 Pockets 5,000.00 6 . 10 Pc Clear Book, Fillers, Long 1,000.00 7 . 35 Box Clip, Backfold, 19mm,12s 700.00 8 . 66 Box Clip, Backfold, 51mm,12s 5,280.00 9 . 800 Piece Correction Tape, 8 Meters 36,000.00 10 . 40 Piece Cutter/utility Knife, 18mm Blade For General Purpose 6,000.00 11 . 450 Piece Data File Box, With Closed End And Made Of Chipboard 157,500.00 12 . 160 Piece Data Folder, Made Of Chipboard, Taglia Lock 40,000.00 13 . 1 Box Envelope, Small #3, 500's 340.00 14 . 50 Box Envelope, Documentary, Legal, 500's 75,000.00 15 . 40 Box Envelope, Expanding, Kraft, Garterized, 100's 78,000.00 16 . 80 Box Envelope, Mailing, 500pcs/box 52,000.00 17 . 300 Box Fastener, Metal, 50s 30,000.00 18 . 200 Pack Folder, Legal, Tagboard, 100s/pack, White 130,000.00 19 . 20 Box Folder, Pressboard, 100pcs/box 48,000.00 20 . 100 Bottle Glue, All Purpose, 225 Grams 16,000.00 21 . 135 Pack Index Card, 5"x8", 100pcs/pack 12,150.00 22 . 25 Cart Ink Cartridge, Canon Cl-810, Original Black 33,750.00 23 . 20 Cart Ink Cartridge, Canon Cl-811, Original Black 35,000.00 24 . 13 Cart Ink Cartridge, Canon Pg-741, Original, Colored 20,150.00 25 . 30 Bottle Ink For Stamp Pad 50ml, Violet 900.00 26 . 10 Bottle Ink, For Stamp Pad 50ml, Black 300.00 27 . 160 Bottle Ink Refill, For Permanent Marker, 30 Ml, Black 24,000.00 28 . 80 Bottle Ink Refill, For Permanent Marker, 30ml, Blue 12,000.00 29 . 60 Bottle Ink Refill, For Permanent Marker, 30ml, Red 9,000.00 30 . 100 Bottle Iink Refill, For Whiteboard Marker, 30ml, Black 18,000.00 31 . 80 Bottle Ink Refill, For Whiteboard Marker, 30ml, Blue 14,400.00 32 . 60 Bottle Ink Refill, For Whiteboard Marker, 30 Ml, Red 10,800.00 33 . 3 Bottle Ink Refill, Canon Gl-790, Original, 70ml, Black 1,650.00 34 . 2 Bottle Ink Refill, Canon Gl-790, Original, 70ml, Cyan 1,100.00 35 . 2 Bottle Ink Refill, Canon Gl-790, Original, 70ml, Magenta 1,100.00 36 . 2 Bottle Ink Refill, Canon Gl-790, Original, 70ml, Yellow 1,100.00 37 . 160 Bottle Ink Refill, Epson C13t664100 (t6641), Original, Black 67,200.00 38 . 20 Bottle Ink Refill, Epson C13t664200 (t6642), Original, Cyan 8,400.00 39 . 20 Bottle Ink Refill, Epson C13t664300 (t6643), Original, Magenta 8,400.00 40 . 20 Bottle Ink Refill, Epson C13t664400 (t6644), Original, Yellow 8,400.00 41 . 160 Bottle Ink Refill, Epson Eco Tank 001, Black, Original 104,000.00 42 . 40 Bottle Ink Refill, Epson Eco Tank 001, Cyan, Original 20,000.00 43 . 40 Bottle Ink Refill, Epson Eco Tank 001, Magenta, Original 20,000.00 44 . 40 Bottle Ink Refill, Epson Eco Tank 001, Yellow, Original 20,000.00 45 . 160 Bottle Ink Refill, Epson Eco Tank 003, Black, Original 72,000.00 46 . 120 Bottle Ink Refill, Epson Eco Tank 003, Cyan, Original 54,000.00 47 . 120 Bottle Ink Refill, Epson Eco Tank 003, Magenta, Original 54,000.00 48 . 120 Bottle Ink Refill, Epson Eco Tank 003, Yellow, Original 54,000.00 49 . 3 Bottle Ink Refill, Universal, 1000 Ml, Black 750.00 50 . 80 Set Marker, Flourescent, 3 Color Per Set 12,800.00 51 . 180 Piece Marker, Permanent, Refillable, Bullet Type, Black 9,900.00 52 . 100 Piece Marker, Permanent, Refillable, Bullet Type, Blue 5,500.00 53 . 90 Piece Marker, Permanent, Refillable, Bullet Type, Red 4,950.00 54 . 150 Piece Marker, Whiteboard, Refillable, Black 12,750.00 55 . 50 Piece Marker, Whiteboard, Refillable, Blue 4,250.00 56 . 50 Piece Marker, Whiteboard, Refillable, Red 4,250.00 57 . 100 Pad Note Pad, Stick On 2"x3", 100 Sheets Per Pad 8,000.00 58 . 100 Pad Note Pad, Stick On 3"x4", 100 Sheets Per Pad 10,000.00 59 . 120 Box Paper Clip, Vinly/plastic Coated, 33mm 4,200.00 60 . 80 Box Paper Clip, Vinly/plastic Coated, 50mm 6,400.00 61 . 2100 Ream Paper, Multipurpose A4, 500 Sheets Per Ream,70 Gsm 756,000.00 62 . 2000 Ream Paper, Multipurpose Legal, 500 Sheets Per Ream, 70gsm 760,000.00 63 . 100 Pack Paper, Specialty Board, A4 Size, 180gsm, 10s/pack 8,000.00 64 . 60 Pack Paper, Specialty Board, Legal Size, 180gsm, 10s/pack 5,700.00 65 . 80 Pack Paper, Sticker, A4 Size, 10pcs/pack, Matte 6,800.00 66 . 800 Piece Pen, Ballpen, 0.7, Black 12,000.00 67 . 300 Piece Pen, Ballpen, 0.7, Blue 4,500.00 68 . 200 Piece Pen, Ballpen, 0.7, Red 3,000.00 69 . 12 Piece Pencil, F 600.00 70 . 12 Piece Pencil, Hb 600.00 71 . 60 Box Pencil, Lead/graphite, With Eraser, One (1) Dozen Per Box, #3 9,600.00 72 . 150 Book Record Book, 300 Pages, Size: 214mmx278mm 33,000.00 73 . 200 Book Record Book, 500 Pages, Size: 214mmx278mm 56,000.00 74 . 80 Cart Ribbon Cartridge, Epson Lq310 Printer-s15639, Original, Black 28,000.00 75 . 10 Box Rubber Band, Small, 350g 3,200.00 76 . 25 Box Rubber Band, No. 18 5,000.00 77 . 10 Piece Ruler, Plastic, 300mm 200.00 78 . 60 Pair Scissors, Symmetrical, 17cm 7,200.00 79 . 24 Piece Sign Pen, 1.0mm, Black 3,360.00 80 . 300 Piece Sign Pen, Gel Type, 0.7mm, Black 13,500.00 81 . 120 Piece Sign Pen, Gel Type, 0.7mm, Blue 5,400.00 82 . 50 Piece Sign Pen, Gel Type, 0.7mm, Red 2,250.00 83 . 25 Pack Specialty, Laid Paper, Cream, Short, 20's 2,000.00 84 . 25 Pack Specialty, Laid Paper, Cream, Long, 20's 2,250.00 85 . 35 Piece Stamp Pad, Felt 1,575.00 86 . 10 Piece Staple Remover, Plier Type 1,200.00 87 . 500 Box Staple Wire, Standard, 5000/box 32,500.00 88 . 100 Piece Stapler, Standard Type 19,500.00 89 . 20 Piece Tape Dispenser, Table Top 4,200.00 90 . 180 Roll Tape, Masking, 24mm X 30 Meters Long 14,400.00 91 . 120 Roll Tape, Masking, 48mm X 30 Meters Long 14,400.00 92 . 120 Roll Tape, Packaging, 48mm X 100 Meters Long 13,200.00 93 . 300 Roll Tape, Transparent, 24mm X 30 Meters Long 16,500.00 94 . 120 Roll Tape, Transparent, 48mm X 30 Meters Long 12,600.00 95 . 2 Cart Toner, Cartridge, Hp Cb435a, Black 10,800.00 96 . 40 Can Airfreshner, Aerosol Typle, 320ml, Lemon Scent 12,000.00 97 . 70 Gallon Alcohol, Isopropyl, 1 Gallon 41,300.00 98 . 15 Piece Battery, 9volts 3,750.00 99 . 100 Pack Battery, Dry Cell, Size Aa, Two (2) Pieces Per Blister Pack 10,000.00 100 . 200 Pack Battery, Dry Cell, Size Aaa, Two (2) Pieces Per Blister Pack 22,000.00 101 . 155 Piece Broom, Soft (walis Tambo) 43,400.00 102 . 120 Piece Broom, Stick (walis Ting-ting) 14,400.00 103 . 50 Can Cleaner, Toilet And Bowl, 900ml 12,500.00 104 . 50 Pouch Detergent Powder, All Purpose, 1kg 17,500.00 105 . 350 Piece Detergent Bar 125g 8,750.00 106 . 50 Can Disinfectant Spray, Aerosol Type, 400g 22,500.00 107 . 60 Piece Dust Pan, Heavy Duty, Metal 10,800.00 108 . 60 Gallon Fabric Conditioner 24,000.00 109 . 10 Can Furniture Cleaner, Aerosol Type, 330ml 3,500.00 110 . 50 Bottle Hand Soap, Liquid, Antibacterial 450ml 12,000.00 111 . 50 Can Insecticide, Aerosol Type, 600ml 22,500.00 112 . 60 Bundle Rags, All Cotton, 1 Kilo Per Bundle 7,800.00 113 . 60 Pack Scouring Pad, 5 Pieces Per Pack 7,800.00 114 . 30 Gallon Sodium Hypochlorite, 3.785 Liters 6,900.00 115 . 20 Roll Tape, Electrical, 4m 520.00 116 . 200 Roll Trashbag, Biodegradeable, 10pcs/roll, Black, Xxl 24,000.00 117 . 30 Pc Mophandle, Heavy Duty 4,500.00 118 . 92 Pc Mophead, Made Of Rayon 11,960.00 119 . 60 Pack Toilet Tissue Paper, 2-ply, 100% Recycled,12's 11,700.00 120 . 60 Pack Toilet Tissue Paper, Interfolded Paper Towel, 175 Pulls 3,600.00 121 . 400 Roll Twine, Plastic, 1 Kl Per Roll 40,000.00
Bureau Of The Treasury Tender
Manpower Supply
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 916.9 K (USD 15.8 K)
Details: Description Description : Supply Of Security Services Brief Description : Provision Of Personnel To Perform Security Services To Btr Regional Office Located At Pres. Corazon C. Aquino Regional Government Center, Balintawak, Pagadian City, Zamboanga Del Sur And To The Provincial Offices Of Zamboanga City, Zamboanga Del Norte And Basilan No. Of Days Work : 365 Days Duration Of The Contract : January 01, 2025 To September 30, 2025 Approved Budget For The Contract : Regional Office 2 P 40, 870.00 X 9 Months = P 367, 830.00 Po - Zamboanga City/ Sibugay 1 20,336.00 X 9 Months = 183, 024.00 Po - Zamboanga Del Norte 1 20,336.00 X 9 Months = 183, 024.00 Po - Basilan 1 20,336.00 X 9 Months = 183, 024.00 Total P 101,878.00 P 916,902.00 I. Scope Of Work And Services A. The Security Guard/s Shall Perform The Following: Regional Office - Each Of The Two (2) Security Guards Shall Perform Work Of Eight (8) Hours Per Day, Seven (7) Days A Week Inclusive Of Regular And Special Holidays. Zamboanga City/ Sibugay, Zamboanga Del Norte And Basilan Provincial Offices - Three (3) Security Guards For The Respective Provincial Offices To Perform Work Of (8) Hours Per Day, Seven (7) Days A Week Inclusive Of Regular And Special Holidays. 1. Safeguard The Btr Regional Office And Zamboanga City/ Sibugay, Zamboanga Del Norte And Basilan Provincial Offices, Their Attached Structures And Facilities From Fire, Criminal Infiltration, Economic Sabotage, Electronic Attack, Bomb Threats, Flood Damage, Vandalism, And Other Forms Of Physical Destruction. Term Of Reference: Security Agency For Cy 2025 Page 2 Of 9 2. Safeguard The Vehicles, Furniture And Other Materials Against Theft, Robbery, Fire, Arson And Other Form Of Crimes. 3. Safeguard The Btr Personnel, Clients And Visitors Against Harm Or Threats While Within The Offices’ Premises During Official Hours, Including Off-hours Whenever Their Access Are Authorized. 4. Promote And Maintain Peace And Order Within The Premises Of Btr Regional Office And Zamboanga City/ Sibugay, Zamboanga Del Norte And Basilan Provincial Offices, The Assigned Areas Of Responsibility Including, But Not Limited To, The Designated Restricted And High-risk Areas Within The Premises. 5. Expedite Any And All Activities In Support Of The Mission And Objectives Of The Btr Including All Legal And Lawful Instructions Handed Down By The Higher Authority. 6. Record And Document In The Security Guard’s Logbook Or Journal All Significant Events Occurring In His Area Of Responsibility And/or Report In Writing Any Incident Inimical To The Safety And Integrity Of The Btr Regional Office And Zamboanga City/ Sibugay, Zamboanga Del Norte And Basilan Provincial Offices. 7. Maintain Proper Decorum, Personal Discipline, Grooming, And Decent Uniform While On Duty And Refrain From Reading Newspapers, Using Cellular Phones And Gadgets, Drinking Alcoholic Beverages, Taking Prohibited Drugs, Or Any Other Activities That Will Cause Distraction In The Proper Performance Of His Duty. 8. Comply With Orders, Circulars, And Other Policies Of The Btr, Including Lawful Orders Of The Regional Director, The Heads Of Provincial Offices, Or Their Authorized Representatives. 9. To Strictly Comply With Republic Act No.5487, As Amended By P.d. 1919, Otherwise Known As The Private Security Law, And Its Implementing Rules And Regulations Issued By The Director General Of The Philippine National Police. Ii. Strategic Areas To Be Covered By Security Services A. Perimeter Area(s); B. All Floors From Ground Floor To Rooftop, Including The Garage And Utility Areas Of The Btr Regional Office And Zamboanga City/ Sibugay, Zamboanga Del Norte And Basilan Provincial Offices; C. All Property Of The Btr Regional Office And Zamboanga City/ Sibugay, Zamboanga Del Norte And Basilan Provincial Offices, Beginning From Ground Floor To Rooftop. Term Of Reference: Security Agency For Cy 2025 Page 3 Of 9 Iii. Schedule Of Requirements The Following Shall Be Provided By The Contractor: Item No. Qty. Description Bidder’s/supplier’s Compliance 1. *5 Sgs Security Guards Must Be: I. Filipino Male Citizen Ii. Preferably Those Who Have Completed 72 Units In College. Iii. Preferably With Experience In Guarding Government Facility Iv. Able To Communicate In Oral And Written English. V. Physical And Mentally Fit To Perform Security Duty. Vi. 25-45 Years Of Age. Vii. Minimum Height: 5 Ft. And 5 Inches Viii. Undergone Pre-licensing Training Administered Or Authorized By Pnpsosia. (provide Proof Of Training) Ix. Able To Prepare Investigation/spot Reports. X. Passed Np Evaluation And Drug Testing With Proof Of Compliance. Xi. Must Have Undergone Special Trainings On Anti-terrorism; Basic Fire Safety/prevention And Suppression; Basic First Aid And Self-defense Xii. Must Possess A Valid Security License As Of Bidding Date And During Tour Of Duty (submit Copy Of License). Xiii. Must Exhibit Good Moral Character, Honesty, Alertness. Xiv. Must Not Have Been Charged Nor Convicted Of Any Offense Involving Moral Turpitude (submit Appropriate Clearance, Barangay, Police And Nbi). 2 Materials/equipment/supplies To Be Provided By The Contractor, Per Sg: I. Prescribed Basic Uniforms Ii. Nightstick/baton Iii. Whistle Iv. Timepiece V. Writing Pen Term Of Reference: Security Agency For Cy 2025 Page 4 Of 9 Vi. Notebook And Duty Checklist (electronic Or Not) Vii. Flashlight Viii. First Aid Kit Ix. Service Firearms With Full Capacity Ammo. Load Plus Spare (subj. To Compliance With Pnp Guidelines On The Carrying Of Firearms And Ammunitions). X. Metal Detector Xi. Communication Radio (optional) Xii. Raincoat/pontio The Contractor Shall Provide The Abovementioned Security Personnel With Equipment That Should Be 100% Operational At All Times For The Duration Of The Contract. As To The Issued Firearms, They Must Be Of Genuine Brand Acquired From A Legitimate Source(s). No Paltiks Guns. Iv. Technical Specifications Technical Parameters Based On Gppb Circular No. 24-2007 Item No. Description Bidder’s/supplier’s Compliance 1. Stability Of The Company (a) Years Of Experience I. Has Been In The Business For At Least (3) Years; Ii. Has Experience In Providing Security Service (s) To Government Offices And Financial Institution; And, Iii. Bidders Shall Submit Certification Under Oath Of List Of Contracts Completed For The Past Three (3) Years. (b) Liquidity Of The Contractor Submit Audited Financial Statement For Cy 2020-2021 Duly Stamped By Bir Or Its Accredited And Authorized Institution. (c) Organizational Set-up Organizational Capability Of Any Agency Shall Be Based On Its Compliance With Organizational Structure Of Private Security Agencies Prescribed Under R.a. 5487 And Recent Irrs Implementing The Same. - Submission Of Organizational Chart Showing Key Management Personnel Are Themselves Term Of Reference: Security Agency For Cy 2025 Page 5 Of 9 Qualified And Licensed To Operate And Manage Security Business. - At Least (10%) Of Its Security Guard Force Are Currently Deployed On Important Posting Areas (e.g. Vital Installation, Airports, Power Plants, Banks And Similar Financial Institution And Government Offices). 2 Number Of Licensed Firearms - Agency Shall Have A Minimum Number Of Licensed And Serviceable Firearms (cal.38 Or 9mm For Handguns And/or 12 Gauge For Shotguns) Equivalent To 1/3 Of Their Total Number Of Security Guards; And, - Submit List Of Licensed Firearms 3 Other Factors (a) Recruitment And Selection Criteria - Show The Hiring Process For Security Guards And The Different Training Interventions Given To Security Personnel (b) Completeness Of Uniforms And Other Paraphernalia The Following Shall Comprise The Basic Equipment Of A Security Guard While On Duty: I. Prescribed Basic Uniform With Authorized Black Shoes Ii. Nightstick Or Baton Iii. Whistle Iv. Timepiece (synchronized To City Hall Time) V. Writing Pen Vi. Notebook And Duty Checklist (logbook Paginated And Smythe Sewn) Vii. List Of Emergency Numbers Viii. Flashlight Ix. First Aid Kit X. Service Firearms With Holster Xi. Handcuffs Xii. Communication Radio (optional) Xiii. Stun Devices (optional) Xiv. Raincoat/pontio Term Of Reference: Security Agency For Cy 2025 Page 6 Of 9 V. Other Responsibilities Of The Supplier/contractor A. The Supplier/contractor Shall Ensure That Their Assigned Security Guards To Btr Offices Are Physically And Mentally Fit For Duty During The Duration Of The Contract. Btr Reserves The Right To Require The Assigned Guards To Undergo Physical Fitness Test Before And During The Start Of The Contract. B. The Discipline And Administration Of The Security Guards Shall Conform To The Rules And Regulations Of The Contractor And The Btr. The Rules To Be Set By The Supplier/contractor Should Be Approved By Btr. C. The Supplier’s/contractor’s Personnel Rendering Unsatisfactory Performance, Questionable Actuations Or Behavior Including Repeated Violation Of Btr’s Internal Rules And Policies Shall Be Immediately Replaced Upon Receipt Of Written Memorandum From The Btr. On The Other Hand, The Supplier/contractor Shall Not Replace Security Guards To The Btr Without The Prior Approval From Its Management. D. The Supplier/contractor Shall Provide Its Security Personnel Stationed At The Client’s Offices With At Least (1) Unit License 9mm Handgun With Basic Ammunition Load Plus Extra Loaded Magazine; A Stand-by (1) Unit License 12 Gauge Shotgun To Be Issued Only During Extra-ordinary Situations, I.e., Like Existence Of Rebellion, Widespread Violence, Terroristic Attacks And Situations Calling For A More Heightened Alert. E. The Security Guards Of The Supplier/contractor Shall Never Be Employees Of The Btr. Hence, The Latter Shall Not Be Held Responsible For Any Claims For Compensation In The Event Of Injuries And Death Sustained By The Security Guards Or By Any Third Persons In The Performance By The Latter Of Its Duty With Btr. F. The Supplier’s/contractor’s Security Guards Shall Not Be Allowed To Stay In The Building Premises When On “off-duty”, Except During Times Of Emergency Situations. G. The Supplier/contractor Shall Require Its Security Guards Assigned To Their Respective Stations To Render Services In Accordance With The Contract And This Terms Of Reference. Security Guards Are Expected To Be On The Regional Office’ And Provincial Offices’ Premises At Least (30) Minutes Before The Start Of Duty. H. The Supplier/contractor Shall Prepare At Least Two (2) Relievers To Immediately Assume The Duty From Regular Guards In Case Of Their Absence. I. The Supplier/contractor Shall Require Its Security Guards To Render Services Exceeding The Scheduled Working Hours In The Exigencies Of The Service And/or As The Need May Arise. Absent Security Guards Shall Immediately Be Replaced By Relievers. Term Of Reference: Security Agency For Cy 2025 Page 7 Of 9 J. The Supplier/contractor Shall Assume Full Responsibility For Any Liabilities, Cause/s Of Action Or Claims Which May Be Filed By Any Of The Security Guards Under Labor Laws, Employees Compensation Laws Or Other Special Laws, Rules And Regulations Currently Mandated/implemented By The Department Of Labor And Employment. By Virtue Thereof, The Supplier/contractor Shall Render Btr, Its Officers And Employees, Free And Harmless From Any Such Liabilities, Cause Of Action Or Claims. K. The Supplier/contractor Shall Be Responsible For The Loss, Damage Or Injury That May Be Suffered By Btr Or Its Clients, Personnel And Properties, During The Tour Of Duty Of The Assigned Security Guards. Btr Shall Inform The Supplier/contractor In Writing Within Twenty Four (24) Hours From Its Occurrence Or Discovery. It Is Understood That The Contractor Shall Not Be Liable For Loss/es Or Damage/s Incurred By Btr Due To Fortuitous Events Or Force Majeure, Unless Accompanied By Negligent Acts By The Security Guards Or Their Failure To Take Positive Measures To Prevent Such Loss/es Or Damage/s In Line With Established Contractor And Btr Rules And Policies. Further, The Supplier/contractor Guarantees The Full Compensation For Whatever Loss/es Or Damage/s Which Btr May Sustain On The Occasion Of The Fault And Negligence Of Its Security Guards After Due Investigation Is Conducted On The Matter. L. The Supplier Or Contractor Is Obligated To Submit Proof Of Remittance In Compliance With Various Statutory Social Legislation Measures, Including But Not Limited To Contributions To Sss, Pag-ibig, Philhealth, And Ecc, Retirement Benefits For The Retirement Plan Established Or Remittance To Any Institution Responsible For The Administration And Maintenance Of Such Fund. The Supplier/contractor Shall Also Submit The Monthly Proof Of Payment Of The Basic Pay And Other Benefits Paid Directly To The Guards. This Documentation Must Be Provided To The Bureau Of The Treasury (btr) Within Fifteen (15) Days Following The Conclusion Of Each Month. Failure To Submit The Required Proof Of Remittance Shall Be A Ground For The Suspension Of Contract Payments Until Compliance Is Achieved. Additionally, Any Infringement Of These Standards Or Labor Laws May Result And Constitute As A Ground For The Blacklisting Of The Supplier Or Contractor. M. The Supplier/contractor Shall Comply With Existing Labor Standard Laws And Regulations, Especially In The Payment Of Minimum Wage And Other Statutory Benefits Implemented By Dole, Padpao, And The Pnp. N. In Addition, The Supplier/contractor Shall Submit To Btr The Following Upon Submission Of Their Rfq/proposal: 1. Certification Of Good Standing From The Pnp-sosia (formerly Pnp-sagds) And The Philippine Association Of Detective And Protective Agency Operators (padpao). 2. A Certified Copy Of The License To Operate As A Security Agency From The Pnp Term Of Reference: Security Agency For Cy 2025 Page 8 Of 9 3. Business Permit, Philgeps Certificate, Certificate Of Registration (bir), Tax Clearance, Itr (income Tax Return) O. The Supplier Shall Submit The Cost Distribution Schedule Of Security Services Following The Herein Format. Any Other Benefits May Be Added As Long As The Required Items Specifically Listed Below Are Adhered And Compliant With The Approved Budget Contract. Agency Estimate For Security Guards Factor Days 1st Shift 2nd Shift 393.4 414 414 Estimated Equivalent Monthry Rate = Eemr Payable Directly To Security Guards 1.1 Basic Salary Rate ( Monthly ) Sub- Total 1.2 Night Shift Differential ( Note :only 1 Hour Is Alloted For Night Shift Since Duty Is Only Until 11:00 Pm 1.3 13th Month Pay- 1/12 Of Basic Pay 1.4 Service Incentive Leave Pay - 5 Days Per Year (sil) 1.5 Uniform Allowance 1.6 Retirement Benefit Per Month (eemr * 22.5/12) Sub-total (a) Government Payment 1.7 Sss Premium Er Share (based On Table) 1.8 Sss Ec Er Share (based On Table) 1.9 Philhealth Er Share (5% Total, Shared 50:50 By Ee And Er) 1.10 Sif- Er Share 1.11 Pag_ibig Er Share Sub-total (b) Total Payment To Guards + Gov't ( C) 0.00 0.00 Admin Fee (d)= C * ___% 0.00 0.00 Vat- 12% Of Admin Fee (e )= D *12% 0.00 0.00 Total Vat And Admin Fee 0.00 0.00 Total Contract Cost- Monthly (f )= C + D + E 0.00 0.00 Annual Cost (f * 12 Months) 0.00 0.00 Total Annual Cost To Guards [1st Shift: (h * 4 Guards)] Ro + Zambo. City + Zambo. Del Norte + Basilan 0.00 Total Annual Cost To Guards 2nd Shift Of Regional Office Guard With Night Salary Differential 0.00 Term Of Reference: Security Agency For Cy 2025 Page 9 Of 9 Total First And Second Shift 0.00 Vi. Reservation Clause The Btr Reserves The Right To: Reject Documents That Do Not Comply With The Requirements; To Waive Any Formalities And Documents Or Consider Any Submission Of Documents As Substantial Compliance; To Reject Any And All Bids; To Declare A Failure Of Bidding; To Annul The Bidding Process; Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Potential Supplier Or Bidder/s. This Also Includes The Changes In The Funds/allotment Releases For The Said Program/project/activity Affecting The Award Of Contract, Which Are Either Withheld Or Reduced, At No Fault Of The Btr. The Btr Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidder/s Or Potential Supplier/s For Any Expenses Incurred In The Preparation Of The Bid/proposal. Prepared By: Cesar M. Canoog Jr. Administrative Assistant Ii Approved: Albert Jonathan B. Paulino Director Ii Conformed: _________________________________ Signature Over Printed Nam
MUNICIPALITY OF LANTAPAN Tender
Others
Philippines
Closing Date2 Jan 2025
Tender AmountPHP 1.7 Million (USD 29.7 K)
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Procurement Of Office Supplies For All Offices Of Lgu-lantapan (1st Bid) 1. The Local Government Unit Of Lantapan, Through The General Fund Intends To Apply The Sum Of One Million Seven Hundred Twenty-one Thousand Seven Hundred Eight Pesos (php 1,721,708.00) Being The Abc To Payments Under The Contract Procurement Of Office Supplies For All Offices Of Lgu-lantapan Ib # 2024-12-079 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lantapan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Required Is 20 Calendar Days. Bidders Should Have Completed, 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 Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From The Local Government Unit Of Lantapan And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 11, 2024 To January 2, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Personally Its Proof Of Payment For The Fees. [note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots.] 6. The Local Government Unit Of Lantapan Will Hold A Pre-bid Conference On December 17, 2024 At Municipal Conference Room Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office 2nd Floor, Municipal Conference Room, Municipal Hall, Poblacion, Lantapan, Bukidnon, On Or Before 8:45 A.m (philippine Standard Time) On January 2, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 2, 2025 At 9:00 O’clock A.m At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Local Government Unit Of Lantapan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Jefer Mae B. Macana Bac Secretariat Bac Office, 2/f Municipal Hall Purok 6, Poblacion, Lantapan Bukidnon, Philippines Email Add: Lant.bacsec2024@gmail.com 13. You May Visit The Following Website/s: Lantapan.gov.ph For Downloading Of Bidding Documents: Www.philgeps.gov.ph Date Of Issue: December 11, 2024 Engr. Jessell S. Pacturan, C.e. Bac Chairperson Reference No.: Ib # 2024-12-079 Name Of Project: Procurement Of Office Supplies For All Offices Of Lgu-lantapan Location Of Delivery: Lgu-lantapan, Bukidnon Abc: Php 1,721,708.00 Item No. Item Description Unit Of Issue Quantity Abc Unit Price Amount 1 Air Freshner Can 41 7,380.00 2 Albatross Pcs 81 3,240.00 3 Alcohol 500ml Bot 202 20,200.00 4 Alcohol Gal 17 9,350.00 5 A4tech Anti-glare Webcam Pk635g Pcs 1 3,000.00 6 Ballpen Pilot Black Pcs 322 11,270.00 7 Ballpen Pilot Blue Pcs 30 1,050.00 8 Ballpen Faber Castel Red Pcs 92 1,472.00 9 Ballpen Black Ordinary Pcs 591 5,910.00 10 Book Paper A4 Rms 455 109,200.00 11 Book Paper Short Rms 158 34,760.00 12 Book Paper Long Rms 688 172,000.00 13 Book Paper Long 80gsm Rms 5 1,400.00 14 Brown Envelope Long Pcs 959 6,713.00 15 Brown Envelope Short Pcs 311 1,866.00 16 Battery Double Aa Pack 42 3,570.00 17 Battery Triple Aaa Pack 25 2,125.00 18 Baygon Insect Killer Can 54 9,720.00 19 Book Paper Short 80 Gsm Rsms 5 1,250.00 20 Book Paper A4 80gsm Rms 25 6,500.00 21 Brother Ink Btd 60 Black Bot 63 25,200.00 Item No. Item Description Unit Of Issue Quantity Abc Unit Price Amount 22 Brother Ink 5000 Magenta Bot 32 12,800.00 23 Brother Ink 5000 Cyan Bot 32 12,800.00 24 Brother Ink 5000 Yellow Bot 32 12,800.00 25 Binder Clip Small Bx 99 3,465.00 26 Binder Clip Big Bx 96 5,760.00 27 Bath Soap Pc 4 160.00 28 Bar Soap (long Bar) Bar 30 1,200.00 29 Battery Rechargeable Double Aa Pc 5 1,250.00 30 Ballpen Fiber Castel Black Pc 529 8,464.00 31 Broom Stick Pc 29 1,015.00 32 Battery Eneloop Rechargeable Aa Pc 10 3,500.00 33 Ballpen Blue Pc 10 100.00 34 Battery 12v 5ah (for Ups) Pc 10 18,000.00 35 Columnar Notebook 12 Cols Pc 23 1,265.00 36 Cartolina Green Pc 12 120.00 37 Computer Mouse Wrieless Pc 9 3,150.00 38 Cannon Ink 810 Black Pc 4 8,600.00 39 Cannon Ink 811 Colored Pc 2 4,700.00 40 Clear Folder A4 Pc 26 416.00 41 Clear Folder Long Pc 136 2,448.00 42 Clear Folder Short Pc 32 512.00 43 Correction Tape Pcs 235 8,225.00 44 Correction Pen Pcs 16 1,760.00 45 Cartolina Pc 25 250.00 Item No. Item Description Unit Of Issue Quantity Abc Unit Price Amount 46 Computer Keyboard Usb Type Pc 16 5,600.00 47 Computer Mouse Usb Type Bot 17 5,100.00 48 Construction Paper Rm 8 2,800.00 49 Columnar Notebook 24 Cols. Pc 77 6,545.00 50 Cork Board Pc 7 5,320.00 51 Computer Mouse Pad Bot 11 1,650.00 52 Certificate Holder Short Pc 25 2,250.00 53 Certificate Holder Long Pc 44 4,400.00 54 Calculator Ordinary Bot 15 11,250.00 55 Calculator Scienttific Bot 1 1,250.00 56 Cutter Big Pc 13 585.00 57 Cutter Small Pc 3 75.00 58 Carbon Paper Plastofoil Long Black Pc 3 2,940.00 59 Continuos Paper Short 2 Ply Pc 24 54,000.00 60 Clear Envelope Long With Handle Pc 25 625.00 61 Cutter Blade Pc 1 25.00 62 Dtr Pc 12731 12,731.00 63 Dishawshing Liquid/paste Pc 112 6,720.00 64 Downy Bot 19 4,275.00 65 Dipper Big Pc 4 240.00 66 Data Filer Small With Cover Bot 2 700.00 67 Data Filer Big With Cover Pcs 215 81,700.00 68 Data Filer Big Without Cover Pc 25 7,500.00 69 Duct Tape Pc 39 2,730.00 Item No. Item Description Unit Of Issue Quantity Abc Unit Price Amount 70 Dust Pan Pc 17 1,105.00 71 Dishwashi Ng Sponge Pc 28 560.00 72 Double Sided Tape Roll 65 9,750.00 73 Data Folder Hard 76mmx230mmx380mm Pack 15 2,925.00 74 External Hard Drive 1tb Pc 5 12,500.00 75 Epson Ink 003 Black Pc 174 69,600.00 76 Epson Ink 003 Magenta Pc 79 31,600.00 77 Epson Ink 003 Cyan Pc 78 31,200.00 78 Epson Ink 003 Yellow Pc 78 31,200.00 79 Expanded Brown Envelope Long Pcs 816 14,688.00 80 Expanded Folder Long Pc 429 7,722.00 81 Electric Fan Pc 2 5,000.00 82 Elmers Glue 118 Ml Bot 45 2,520.00 83 Epson Ink T6641 Black Bot 49 19,600.00 84 Epson Ink T6642 Magenta Bot 17 6,800.00 85 Epson Ink T6643 Cyan Bit 17 6,800.00 86 Epson Ink T6644 Yellow Bot 22 8,800.00 87 Expanded Folder Long Yellow Pcs 350 6,300.00 88 Expanded Folder Long Blue Pcs 480 8,640.00 89 Folder Long Blue Pcs 30 210.00 90 Folder Long White Pcs 910 6,370.00 91 Folder Short White Pcs 81 486.00 92 Feather Duster Pc 16 1,040.00 93 Filing Tray 3 Layers Pc 8 6,000.00 Item No. Item Description Unit Of Issue Quantity Abc Unit Price Amount 94 Frame A4 Pcs 23 3,450.00 95 Ballpen Faber Castel Blue Pcs 15 240.00 96 Cotton Balls Pack 5 500.00 97 Glass Cleaner Bot 44 7,700.00 98 Halk White Enamel 100 Pcs /bx Bx 6 300.00 99 Garbage Basket Ordinary Big Pcs 18 4,500.00 100 Garbage Basket Pedal Type Pc 6 2,100.00 101 Garbage Bag Large Pack 4 600.00 102 Glass Window Wifer Pc 4 1,400.00 103 Gun Tucker Wire Arrow Jt21 Bx 4 720.00 104 Gun Tucker Jt21 Pc 3 6,750.00 105 Heavy Duty Cellophane With Handle Pc 200 7,000.00 106 Highlighter(stabilo Boss) Pc 164 7,380.00 107 Hp Ink 678 Black Pc 15 10,500.00 108 Hp Ink 678 Colored Pc 10 7,000.00 109 Hand Liquid Soap Pc 25 3,125.00 110 Hd-12n /24 Clincher Pc 1 2,000.00 111 Id Sling Pc 60 900.00 112 Id Jacket Pc 60 1,200.00 113 Index Tab Pc 14 3,500.00 114 Linen Paper Long Ordinary Pack 2 110.00 115 Linen Paper Short Ordinary Pack 135 7,020.00 116 Linen Paper Long Board Pc 11 660.00 117 Linen Paper Short Board Pc 355 19,525.00 Item No. Item Description Unit Of Issue Quantity Abc Unit Price Amount 118 Lysol Spray Pc 10 7,500.00 119 Linen Paper Short Blue Pack 10 520.00 120 Memeo Ppaer Long Pc 3 600.00 121 Memeo Paper Short Pc 2 360.00 122 Mop Head Pc 13 1,950.00 123 Mop Head With Handle Pc 23 8,050.00 124 Mounting Tape Roll 28 7,000.00 125 Masking Tape 1" Pc 31 1,860.00 126 ,masking Tape 2" Roll 49 3,430.00 127 Mannual Binding Machine Pc 1 5,000.00 128 Mailing Envelope Long White Bx 12 3,600.00 129 Manila Paper Pc 160 1,600.00 130 Muriatic Acid Gal 11 3,850.00 131 Notebook Pc 34 680.00 132 Official Record Book 500pp Pc 25 4,500.00 133 Paper Clip Small Bx 71 3,195.00 134 Paper Clip Jumbo Bx 76 3,800.00 135 Paper Fastener Plastic Pc 32 1,600.00 136 Paper Fastener Metal Bx 26 3,120.00 137 Pencil Pc 193 1,930.00 138 Paper Sharpener Small Gal 6 120.00 139 Post It Note Pad 744 33,480.00 140 Pentel Pen Fineblack Pc 87 4,350.00 141 Pentel Pen Black Broad Pc 82 4,100.00 Item No. Item Description Unit Of Issue Quantity Abc Unit Price Amount 142 Pentel Pen Blue Pc 5 250.00 143 Pentel Pen Red Pc 1 50.00 144 Pentel Pen Green Pc 5 250.00 145 Pail Big Pc 6 2,400.00 146 Push Pin Pack 33 1,155.00 147 Puncher Pc 14 2,520.00 148 Powder Soap Kls 99 14,850.00 149 Paper Cutter Big Pc 3 7,500.00 150 Photo Paper A4 Pad 65 6,500.00 151 Pvc Cover A4 Bx 1 990.00 152 Packaging Tape 2" Roll 13 975.00 153 Pledge Furniture Polisher Can 9 1,620.00 154 Paper Towel Interfold Pad 19 2,850.00 155 Pvc Cover Long Bx 1 1,100.00 156 Plastic Spiral Coil Binder Plastic Ring A4 32mm Pc 2 300.00 157 Plasric Spiral Coil Binder Plastic Ring A4 25mm Pc 2 400.00 158 Plastic Spiral Ring Long Bx 1 250.00 159 Plastic Spiral Ring Short Bx 1 250.00 160 Philippinea Flag 3 X 5 Pcs 50 20,000.00 161 Philippine Flag 4 X 8 Pcs 10 7,500.00 162 Rain Coat Single Whole Pc 2 1,200.00 163 Rubber Boots Pair 1 750.00 164 Rubber Eareser Bx 1 15.00 165 Ribbon Lq 310- Cartridge Pc 6 1,500.00 Item No. Item Description Unit Of Issue Quantity Abc Unit Price Amount 166 Ring Binder 1/4 Pc 3 180.00 167 Ring Binder 1/2 Pc 8 680.00 168 Ring Binder 1 Pc 6 600.00 169 Ring Binder 2 Pc 6 720.00 170 Rer Pad 10 500.00 171 Rug Pc 24 2,400.00 172 Ruler Pc 32 320.00 173 Record Book 300 Pp Pc 55 4,950.00 174 Record Book 500pp Pc 21 2,310.00 175 Rubber Band No. 18 Bx 3 1,050.00 176 Rubber Bnd Hd 350 Gsm Bx 5 2,000.00 177 Rice Cooker Pc 2 5,000.00 178 Rain Coat With Pants Set 3 4,500.00 179 Stamp-certified True Copy Pc 2 300.00 180 Stamp Released Pc 2 300.00 181 Stamp Received Pc 1 150.00 182 Sticker Paper A4 Pack 34 4,080.00 183 Scoth Tape 1' Roll 118 5,900.00 184 Scoth Tape 2' Roll 102 7,650.00 185 Scoth Brite Pc 44 2,640.00 186 Steel Wall Pc 5 300.00 187 Sign Pen Black Pc 900 27,000.00 188 Sign Pen Pilot Black Pc 56 8,400.00 189 Scissor Big Pcs 54 3,510.00 Item No. Item Description Unit Of Issue Quantity Abc Unit Price Amount 190 Soft Broom Pc 46 5,520.00 191 Staple Wire Hd-3ls 10mm Bx 14 1,680.00 192 Stapler With Remover Pc 39 17,940.00 193 Stamp Pad Inlk Purple Bx 33 1,485.00 194 Stamp Pad Ink Black Pc 8 360.00 195 Storage Box 50 Ltrs Pc 4 7,200.00 196 Spin Mop Pc 12 15,000.00 197 Spoon Doz 2 200.00 198 Sign Pen Black Uni Ball Impact Pc 211 33,760.00 199 Steel Map Pc 1 1,500.00 200 Stamp Pad Pc 15 900.00 201 Sign Pen Blue Pc 5 150.00 202 Stapler Swingline Big Hd Pc 4 3,000.00 203 Stick Glue Pc 46 460.00 204 Stapler Hd21-(23/17/120 Sheets) Pc 2 5,000.00 205 Staple Remover Pc 8 1,200.00 206 Staple Wire 35 Bx 135 6,075.00 207 Sign Pen Green Pc 6 180.00 208 Specialty Paper Vellum Board 180gsm Pack 50 3,250.00 209 Stapler Wioth Remover Hd Pc 9 4,140.00 210 Tissue Paper Doz 90 13,500.00 211 Thick Plastic Folder Long Pc 265 6,625.00 212 Tape Despenser Pc 9 1,620.00 213 Toilet Bowl Brush Pc 13 1,950.00 Item No. Item Description Unit Of Issue Quantity Abc Unit Price Amount 214 Tape Measure 100 Mtrs. Pc 1 600.00 215 Ups Pc 3 7,500.00 216 Usb 64 Gig Pc 3 2,400.00 217 Usb 8 Gig Pc 14 5,600.00 218 Usb 16 Gig Pc 7 3,500.00 219 Usb 32gig Pc 5 3,500.00 220 Whyte Board Pen Black Pc 39 1,950.00 221 White Board 4 X8 Pc 5 15,000.00 222 White Board Eareser Pc 7 455.00 223 Working Gloves Pair 3 450.00 224 Wet Wipes Pack 12 1,200.00 225 Wall Clock Pc 2 1,160.00 226 Yellow Pad Pad 8 320.00 227 Zonrox Gal 40 8,000.00 228 Coconut Scub Pcs 6 360.00 229 Dishwashing Liquid Bot 5 375.00 230 Floor Wax White Can 3 1,260.00 231 Zonrox Color Safe Gal 10 2,000.00 232 Table Shar Pener Pc 1 500.00 233 Toilet Pump Pc 6 780.00 234 Sliding Folder White Long Pc 60 1,500.00 235 Plastic Cellophe Cover Thick Mtrs 20 1,700.00 236 Linen Paper Short Light Blue Pack 20 1,200.00 237 Linen Paper Light Green Pack 65 3,900.00 Item No. Item Description Unit Of Issue Quantity Abc Unit Price Amount 238 Cloth Geena Earth Mint Green Mtrs 50 2,250.00 239 Medal Ordinary B-l-g Pcs 3000 90,000.00 Total Bid Price In Figure: Total Bid Price In Words: Prepared And Submitted By:
Bureau Of Corrections leyte Regional Prison Abuyog Leyte Tender
Others
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 310 K (USD 5.2 K)
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Government Of The Republic Of The Philippines Sixth Edition January 2025 Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….2 Section I. Invitation To Bid……………………………………………………..5 Section Ii. Instructions To Bidders…………………………………………...8 1. Scope Of Bid ………………………………………………………………………. 9 2. Funding Information………………………………………………………………. 9 3. Bidding Requirements ……………………………………………………………. 9 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 9 5. Eligible Bidders…………………………………………………………………… 9 6. Origin Of Goods ………………………………………………………………….. 10 7. Subcontracts ……………………………………………………………………… 10 8. Pre-bid Conference ………………………………………………………………. 10 9. Clarification And Amendment Of Bidding Documents …………………………… 10 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 10 11. Documents Comprising The Bid: Financial Component …………………………... 11 12. Bid Prices …………………………………………………………………………. 11 13. Bid And Payment Currencies ……………………………………………………… 12 14. Bid Security ………………………………………………………………………. 12 15. Sealing And Marking Of Bids ……………………………………………………… 12 16. Deadline For Submission Of Bids …………………………………………………. 13 17. Opening And Preliminary Examination Of Bids ………………………………….. 13 18. Domestic Preference ……………………………………………………………… 13 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 13 20. Post-qualification ………………………………………………………………… 14 21. Signing Of The Contract …………………………………………………………… 14 Section Iii. Bid Data Sheet …………………………………………………..15 Section Iv. General Conditions Of Contract ……………………...………..17 1. Scope Of Contract ………………………………………………………………… 18 2. Advance Payment And Terms Of Payment ……………………………………….. 18 3. Performance Security ……………………………………………………………. 18 4. Inspection And Tests ……………………………………………………………… 18 5. Warranty …………………………………………………………………………. 18 6. Liability Of The Supplier ………………………………………………………….. 19 Section V. Special Conditions Of Contract ………………………………….20 Section Vi. Schedule Of Requirements ……………………………………....24 Section Vii. Technical Specifications …………………………………………25 Section Viii. Checklist Of Technical And Financial Documents …………..29 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Republic Of The Philippines Department Of Justice Bureau Of Corrections Leyte Regional Prison Abuyog, Leyte Invitation To Bid For The Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) 1. The Leyte Regional Prison, Through The General Appropriations Act (gaa) Of 2025 Intends To Apply The Sum Of Three Hundred Ten Thousand Pesos Only (₱310,000.00) Being The Abc To Payments Under The Contract For Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Leyte Regional Prison, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Until December 31, 2025 From The Receipt Of Notice To Proceed (ntp) And Contract Agreement. Bidders Should Have Completed, Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Equivalent To At Least Twenty-five Percent (25%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Leyte Regional Prison Bac Secretariat Using The Contact Below And Inspect The Bidding Documents At The Address Given Below During Monday To Friday From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 8:00am - 5:00pm To January 24, 2025 8:00am – 8:55pm From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos Only (₱500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees And Presented In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 24, 2025 @ 9:00am. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On January 24, 2025 @ 9:00am At The Lrp – Conference Room, Administration Building, Leyte Regional Prison. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. Schedule Of The Bidding Activities Shall Be As Follows: Activites Date/time Venue 1. Sale And Issuance Of Bid Documents January 17, 2025 8:00am To 5:00pm To January 24, 2025 8:00am To 8:55am Office Of The Bac/bac Secretariat, Leyte Regional Prison, Abuyog, Leyte 2. Submission And Opening Of Bid Documents January 24, 2025 @ 9:00am Conference Room, Admin Building, Lrp, Abuyog, Leyte 10. The Lrp Bac Shall Use Non-discretionary And Non-discriminatory Measure Based On Sheer Luck As A Tie-breaking Tool (draw Lots) In The Event That Two Or More Bidders Were Declared As Lcrb In-order To Determine The Final Lcrb Based On The Following: I. In Alphabetical Order, The Bidder Shall Pick One Rolled Paper Ii. The Lucky Bidder Who Would Pick A Paper With “congratulations” Remark Shall Be Declared As The Final Lcrb And Recommended For The Award Of The Contract. 11. The Leyte Regional Prison Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Jeruel Go Office Of The Bac Secretariat Leyte Regional Prison, Abuyog, Leyte Cp # 09455311532, Email: Leurejz@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.bucor.gov.ph/ Www.philgeps.gov.ph Date Of Issue: January 16, 2025 Mr. Tracy B. Soriano Bac Chairperson Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Leyte Regional Prison Wishes To Receive Bids For The Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) With Identification Number Bid 2024-05rb. The Procurement Project For Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Is Composed Of One (1) Lot, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Three Hundred Ten Thousand Pesos Only (₱310,000.00). A. The Source Of Funding Is National Expenditure Program. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address {[insert If Applicable] And/or Through Videoconferencing/webcasting} As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 11.5. Financial Proposals For Single Or Multi-year Framework Agreement Shall Be Submitted Before The Deadline Of Submission Of Bids As Prescribed In The Ib. For Multi-year Framework Agreement, Evaluation Of The Financial Proposal During This Stage Is For Purposes Of Determining Eligibility And Whether Or Not Such Financial Proposal Is Within The Abc. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. A. Payment Of The Contract Price Shall Be Made In Philippine Pesos 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until May 24, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On January 24, 2025 @ 9:00 Am At Lrp Administrative Building Conference Room As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As One Project Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.1. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Any Food Catering Services. B. Completed Within The Last Two (2) Years Equivalent To At Least Twenty-five Percent (25%) Of The Abc, Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed 12 No Further Instruction. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than ₱6,200.00, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than ₱15,500.00 If Bid Security Is In Surety Bond. 15 Electronic Copy/electronic Submission Is Not Allowed Each Bidder Shall Submit One (1) Original Copy And Three (3) Photocopies Of The First And Second Components Of Its Bid. 19.4 One Project Having Several Items That Shall Be Awarded As One Contract. 20.1 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its; 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) 2. Supporting Documents For The Slcc (sales Invoice Or Official Receipt Or End-users Acceptance) 3. Valid And Current Registration Certificate (sec Certificate Of Registration For Corporation Or Dti Certificate Of Registration For Sole Proprietorship Or Cda Certificate Of Registration For Cooperative) 4. Valid And Current Mayor’s Or Business Permit 5. Valid And Current Tax Clearance 6. Certificate Of Compliance Occupational Safety And Health Standards Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause Delivery And Documents – Delivery Of The Catering Services Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi. Schedule Of Requirements. Delivery Time Of The Food To Be Served As Follows: Am Snacks – Not Later Than 9:30 Am Lunch – Not Later Than 11:30 Am Pm Snacks – Not Later Than 2:30 Pm Upon Delivery Of The Catering Services To The Project Site, The Supplier Shall Notify The Procuring Entity And Present The Following Documents To The Procuring Entity: (i) Original And Four Copies Of The Supplier’s Invoice Showing Goods’ Description, Quantity, Unit Price, And Total Amount; (ii) Delivery Receipt Detailing Number And Description Of Items Received Signed By The Procuring Entity’s Representative At The Project Site; (iii)certificate Of Acceptance/inspection Report Signed By The Procuring Entity’s Representative At The Project Site; For Purposes Of This Clause, The Procuring Entity’s Representative At The Project Site Is The End-user, Or His Duly Authorized Representative. When A Seminar Has Been Rescheduled Or Cancelled, Leyte Regional Prison, Reserves The Right To Cancel The Catering Service Upon Formal Notice To The Caterer Two (2) Days Prior To The Start Of The Occassions. In Such Case, Leyte Regional Prison, Has No Obligation To Pay The Supplier The Amount Corresponding To The Cancelled Catering Service. Where There Is An Increase Or Decrease Of Participants, The End-user Shall Inform The Supplier Of The Same Three (3) Days Prior The Occasion Date. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Transportation – The Transport Of The Food To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. The Procuring Entity Accepts No Liability For The Damage/spoilage Of Food During Transit. The Contract Price For The Catering Service Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Amount Stipulated In The Purchase Request (pr). After Each Occasion, The Supplier Is Responsible For Sending To The Leyte Regional Prison, A Billing Or Final Invoice For The Costs Of The Catering Service For Every Occasion Completed. It Shall Also Turn Over To The Bureau Any Remains/left Over Of The Catering Services Every End Of The Day For Its Use. 2.2 Partial Payment Is Not Allowed Cost For E-vat And Other Governmental Costs Which Fall Equally On All Prospective Suppliers Are Presumed To Be Included In The Computation Of The Bid Price 4 The Inspections And Tests That Will Be Conducted Are: The Evaluation Activities That Will Be Conducted At The Leyte Regional Prison, Upon Delivery Are As Follows: (1) Food Tasting On A Sampling Basis To Determine The Quality Of Food Served. (2) Ocular Inspection To Determine The Quantity And Completeness Of The Food Delivered In Accordance To The Menu Set In The Schedule Of Requirements. (3) Observation Before, During And After The Training Schedule To Determine The Quality Of Service Given By The Supplier. (4) Surveys Among The Participants To Determine The Level Of Satisfaction Of The Participants To The Service Rendered By The Supplier 6 Liability Of The Supplier: A. To Provide Food And Services For The Number Of Participants On The Basis Of The Information Given By The Procuring Entity Thru Df Of Pr Signed By The End-user Or Authorized Representative, At Least Two (2) Days Prior To The Training Schedule. B. During The Training, To Increase/ Decrease The Number Of Meals/snacks To Be Served For The Remaining Days Of A Specific Training Schedule, To Take Effect On The Second Day, Provided That Written Notice Is Given By The Procuring Entity Signed By The End-user Or Authorized Representative, Not Later Than 3:00 Pm On The First Day Of The Training. C. During The Training, To Adjust On Any Specific Food/diet Restrictions (religion Or Health Reasons) Of Participants’ Meals To Be Served For The Remaining Days Of A Specific Training Schedule, To Take Effect On The Second Day Provided That Written Notice Is Given By The Procuring Entity Signed By The End-user Or Authorized Representative, Not Later Than 3:00 Pm On The First Day Of The Training D. To Substitute The Menu For A Specific Training Schedule Due To Justifiable Reasons (unavailability In The Market, Red Tide, Supply And Demand Forces, Tropical Depression, Advisory Of Nonslaughter, Etc.) Provided That Notice Is Given To The Procuring Entity At Least One (1) Day Prior To The Schedule. Provided Further That The Change In The Menu Will Not Change The Unit Cost. E. To Reschedule/cancel The Seminar Due To Fortuitous Event/instances Beyond The Control Of Leyte Regional Prison F. To Provide The Necessary Clean And/or Sterile Dining Utensils During The Training As Enumerated In But Not Limited To The Following: 1) Glasses; 2) Spoons; 3) Forks; 4) Serving Spoons; 5) Cups; 6) Bowls; 7) Knives; 8) Trays; 9) Pitchers; 10) Glass Rack; 11) Ice Bucket; 12) Food Warmers; 13) Toothpicks; And 14) Condiments. G. To Provide Clean Table Cloth, Seat Covers And Table Napkins In The Designated Dining Area. H. To Assign At Least Two (2) Waiters/ Waitresses In Clean Working Garments Per Class/seminar And Shall Secure An Updated Health Certification From The Medical Health/authorized Officer. I. To Maintain A High Standard Of Sanitation And Cleanliness Of The Dining Area And Its Immediate Surroundings At All Times Adopting The Policy Of “clean As You Go”. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. State “comply” Or “not Comply” To The Statement Of Compliance. Item No. Description Quantity Delivery Schedule 1 Meals: Breakfast 620 Pax From The Receipt Of Ntp Up To December 31, 2025 Lunch 620 Pax From The Receipt Of Ntp Up To December 31, 2025 Dinner 620 Pax From The Receipt Of Ntp Up To December 31, 2025 2 Snacks: Am Snacks 620 Pax From The Receipt Of Ntp Up To December 31, 2025 Pm Snacks 620 Pax From The Receipt Of Ntp Up To December 31, 2025 The Quantity/units Is For Bidding Purposes Only. In The Actual Implementation Of The Contract, The Quantity/units That May Be Required May Increase/decrease As The Need Arises. I/we Hereby Commit To Comply And Deliver All The Above Requirements In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Vii. Technical Specifications Republic Of The Philippines Department Of Justice Bureau Of Corrections Leyte Regional Prison Abuyog, Leyte Section Vii. Technical Specifications Item Specification Statement Of Compliance I The Catering Service Provider Shall Comply With The Government Regulations As Provided In Presidential Decree No. 856 Otherwise Known As “the Code On Sanitation Of The Philippines”. A. Sanitary Permit B. Health Certificate Of Food Handlers C. Quality And Protection Of Food Ii The Catering Service Provider Agrees: A. To Provide Food And Services For The Number Of Participants On The Basis Of The Information Given By The Procuring Entity Thru A Notice Signed By The Coordinator And Service Chief, Atfs Or Her Authorized Representative, At Least Two (2) Days Prior To The Training Schedule. B. During The Training, To Increase/ Decrease The Number Of Meals/ Snacks To Be Served For The Remaining Days Of A Specific Training Schedule, To Take Effect On The Second Day, Provided That Written Notice Is Given By The Procuring Entity Signed By The Coordinator And Service Chief, Atfs Or Her Authorized Representative, Not Later Than 3:00 Pm On The First Day Of The Training. C. During The Training, To Adjust On Any Specific Food/diet Restrictions (religion Or Health Reasons) Of Participants’ Meals To Be Served For The Remaining Days Of A Specific Training Schedule, To Take Effect On The Second Day Provided That Written Notice Is Given By The Procuring Entity Signed By The Coordinator And Service Chief, Atfs Or Her Authorized Representative, Not Later Than 3:00 Pm On The First Day Of The Training. D. To Substitute The Menu For A Specific Training Schedule Due To Justifiable Reasons (unavailability In The Market, Red Tide, Supply And Demand Forces, Tropical Depression, Advisory Of Nonslaughter, Etc.) Provided That Notice Is Given To The Procuring Entity At Least One (1) Day Prior To The Schedule. Provided Further That The Change In The Menu Will Not Change The Unit Cost. E. To Reschedule/cancel The Seminar Due To Fortuitous Event/instances Beyond The Control Of Leyte Regional Prison. F. To Provide The Necessary Clean And/or Sterile Dining Utensils During The Training As Enumerated In But Not Limited To The Following: 1) Glasses; 2) Spoons; 3) Forks; 4) Serving Spoons; 5) Cups; 6) Bowls; 7) Knives; 8) Trays; 9) Pitchers; 10) Glass Rack; 11) Ice Bucket; 12) Food Warmers; 13) Toothpicks; And 14) Condiments. G. To Provide Clean Table Cloth, Seat Covers And Table Napkins In The Designated Dining Area. H. To Assign At Least Two (2) Waiters/ Waitresses In Clean Working Garments Per Class/seminar And Shall Secure An Updated Health Certification From The Medical Health/authorized Officer. I. To Maintain A High Standard Of Sanitation And Cleanliness Of The Dining Area And Its Immediate Surroundings At All Times Adopting The Policy Of “clean As You Go”. Additional Requirements 1 The Lrp Shall Inform The Concessionaire Of The Total Number Of Actual Participants At Least Three (3) Days Before The Conduct Of The Training. 2 The Service Provider Shall Assure The Quality Of Food To Be Served Maintaining High Standards Of Sanitation. In The Event That That The Food Served Has Indication Of Spoilage, The Caterer Shall Be Allowed To Make Substitution Upon The Approval Of The Course Administrator. 3 The Service Provider Shall Submit Or Provide Menu Including Healthy Foods Such As Rice, Beef, Chicken, Pork, Seafoods, Vegetables, Dessert/fruits, Fruit Juice 4 The End User Can Request Specific Meals Or Snacks And Services They Prefer As Long As Requests Remain Within The Allocated Budget Per Meal, Snacks And Services 5 Subject To Increase/decrease Of Participants. 6 The Caterer Shall Serve Consumables Of One (1) Lunch And Two (2) Snacks Per Day Which Shall Be Ready For Inspection By 11:15am, Snacks By 8:45am And 2:30pm, Respectively. 7 The Service Provider Shall Not Require Advance Payment And Deposit To Guarantee Reservation. 8 The Concessionaire Shall Assign At Least Four (4) Waiters/waitresses In Clean Working Garments In Trainings With 50 Or More Participants And At Least 2-3 Waiters/waitresses For Trainings With Less Than Or Equal To 50 Participants. 9 The Lrp Reserves The Right To Cancel/reschedule The Delivery Of Catering Services In Case Of Major Institutional Mandates/changes, Calamities, Etc. Upon Formal Notice To The Caterer At Least Three (3) Days Prior To The Event. 10 The Lrp Shall Pay The Concessionaire At Least Five (5) Days After The Billing Statements Have Been Received By The Office. 11 The Lrp Reserves The Right To Substitute/reschedule Trainings. 12 The Service Provider Shall Provide At Least Two (2) Buffet Tables With Centerpiece For Trainings With Less Than Or Equal To Fifty (50) Participants And At Least Four (4) Buffet Tables Inside The Function Hall For Trainings With More Than Fifty (50) Participants. 13 The Lrp Reserves The Right To Substitute/reschedule Trainings. Rice: A Serving Must Be Provided With Each Meal Viand: Each Meal Should Include One Main Viand Vegetables: A Side Of Vegetables Should Accompany The Meal To Ensure Balanced Nutrition. Desserts Or Sweets: Each Meal Should Include A Dessert Or Any Sweet Treat. Beverage: Participants Should Be Offered Bottled Water/canned Juice/softdrinks. I Hereby Certify That The Statement Of Compliance To The Foregoing Technical Specifications Are True And Correct, Otherwise, If Found To Be False Either During Bid Evaluation Or Post- Qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid ___________________________________________ Name Of Company In Print ___________________________________________ Signature Over Printed Name Of Authorized Representative Section Viii. Checklist Of Technical And Financial Documents Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (d) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (e) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (h) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (i) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (j) Original Of Duly Signed And Accomplished Price Schedule(s). Ix. Bidding Forms Company Letterhead Statement Of Ongoing Government & Private Contracts Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Bid Reference No.: Bid2024-05rb Statement Of All Its Ongoing Government And Or Private Contracts Including Contracts Awarded But Not Yet Started, If Any Whether Similar Or Not Similar In Nature. Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Value Of Outstanding Contract Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Statement Of Single Largest Completed Contract Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Bid Reference No.: Bid2024-05rb Statement Of Single (1) Largest Completed Contract Of Similar In Nature Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids Amounting To At Least Fifty Percent (50%) Of The Approved Budget Of The Contract (abc) Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa’s Consumer Price Index, If Necessary Date Of Delivery End User’s Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Contract, (attached Copy) Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Bid Reference No.: Bid2024-05rb Certificate Of Net Financial Contracting Capacity ((please Show Figures At How You Arrived At The Nfcc) This Is To Certify That Our Net Financial Contracting Capacity (nfcc) Is _________________________(p____________) Which Is At Least Equal To The Total Ceiling Price We Are Bidding. The Amount Is Computed As Follows: (please Show Computation Of Nfcc) Nfcc = (ca-cl) (15) – C Where: Ca = Current Assets Cl = Current Liabilities C = Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Going Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project Note: The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Audited Financial Statement Submitted To The Bir. Issued This _______day Of __________2025 _______________________________________________ Name & Signature Of Authorized Representative ____________________ Position _______________ Date Company Letterhead Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Bid Reference No.: Bid2024-05rb Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: Leyte Regional Prison I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder’s Authorized Representative] [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Bid Reference No.: Bid2024-05rb Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Of The Leyte Regional Prison As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Of The Leyte Regional Prison, As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid). 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Bid Reference No.: Bid2024-05rb Bid Form Date: Invitation To Bid No: Bid 2024-05rb To: Mr. Tracy B. Soriano, Msca Bac Chairperson Leyte Regional Prison Abuyog, Leyte Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply & Deliver Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) In Conformity With The Said Bidding Documents For The Sum Of __________________________________________₱ ________ Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements Of The Bidding Documents. I/we Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert]: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Supply & Deliver Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid). We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 20______. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Republic Of The Philippines Department Of Justice Bureau Of Corrections Leyte Regional Prison Abuyog, Leyte Schedule Of Prices Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Qty. Unit Of Issue Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat Meals 620 Pax Breakfast ₱62,000.00 620 Pax Lunch ₱93,000.00 620 Pax Dinner ₱93,000.00 Snacks 620 Pax Am Snacks ₱31,000.00 620 Pax Pm Snacks ₱31,000.00 Total Bid Price Inclusive Of Vat In Words The Quantity And Unit Of Issue Is For Bidding Purposes Only. In The Actual Implementation Of The Contract, The Quantity That May Be Required May Increase/decrease As The Need Arises. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________
5421-5430 of 5437 archived Tenders