Furniture Tenders
Furniture Tenders
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:
BARANGAY MAGRAFIL GONZAGA, CAGAYAN Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 326.2 K (USD 5.6 K)
Details: Description Preface These Philippine Bidding Documents (pbds) For The Procurement Of Infrastructure Projects (hereinafter Referred To Also As The “works”) Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By All Branches, Agencies, Departments, Bureaus, Offices, Or Instrumentalities Of The Government, Including Government-owned And/or -controlled Corporations, Government Financial Institutions, State Universities And Colleges, Local Government Units, And Autonomous Regional Government. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. The Pbds Are Intended As A Model For Admeasurements (unit Prices Or Unit Rates In A Bill Of Quantities) Types Of Contract, Which Are The Most Common In Works Contracting. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Duration; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Works To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Infrastructure Projects. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Project. B. Specific Details, Such As The Continuation Of Peri- Meter Fence And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Note In Italics Included In The Invitation To Bid, Bds, General Conditions Of Contract, Special Conditions Of Contract, Specifications, Drawings, And Bill Of Quantities Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Names Of The Project, Contract, And Procuring Entity, In Addition To Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreignassisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 5 Section I. Invitation To Bid 7 Section Ii. Instructions To Bidders 10 1. Scope Of Bid 10 2. Funding Information 10 3. Bidding Requirements 11 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 11 5. Eligible Bidders 11 6. Origin Of Associated Goods 12 7. Subcontracts 12 8. Pre-bid Conference 13 9. Clarification And Amendment Of Bidding Documents 13 10. Documents Comprising The Bid: Eligibility And Technical Components 13 11. Documents Comprising The Bid: Financial Component 14 12. Alternative Bids 14 13. Bid Prices 14 14. Bid And Payment Currencies 14 15. Bid Security 15 16. Sealing And Marking Of Bids 15 17. Deadline For Submission Of Bids 15 18. Opening And Preliminary Examination Of Bids 15 19. Detailed Evaluation And Comparison Of Bids 16 20. Post Qualification 16 21. Signing Of The Contract 16 Section Iii. Bid Data Sheet 17 Section Iv. General Conditions Of Contract 18 1. Scope Of Contract 19 2. Sectional Completion Of Works 19 3. Possession Of Site 19 4. The Contractor’s Obligations 19 5. Performance Security 20 6. Site Investigation Reports 20 7. Warranty 20 8. Liability Of The Contractor 20 9. Termination For Other Causes 20 10. Dayworks 21 11. Program Of Work 21 12. Instructions, Inspections And Audits 21 13. Advance Payment 21 14. Progress Payments 21 15. Operating And Maintenance Manuals 22 Section V. Special Conditions Of Contract 23 Section Vi. Specifications 26 Section Vii. Drawings 28 Section Viii. Bill Of Quantities 29 Section Ix. Checklist Of Technical And Financial Documents 33 Glossary Of Terms, Abbreviations, And Acronyms Abc – Approved Budget For The Contract. Arcc – Allowable Range Of Contract Cost. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Cda – Cooperative Development Authority. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Contractor – Is A Natural Or Juridical Entity Whose Proposal Was Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. Contractor As Used In These Bidding Documents May Likewise Refer To A Supplier, Distributor, Manufacturer, Or Consultant. Cpi – Consumer Price Index. Dole – Department Of Labor And Employment. Dti – Department Of Trade And Industry. Foreign-funded Procurement Or Foreign-assisted Project – Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Pcab – Philippine Contractors Accreditation Board. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria. The Ib Should Be Incorporated Into The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Republic Of The Philippines Province Of Cagayan Municipality Of Gonzaga Barangay Magrafil Invitation To Bid For The Backfilling & Concreting Of Multi-purpose Gym At Magrafil, Gonzaga, Cagayan 1. The Backfilling & Concreting Of Multi-purpose Gym At Magrafil, Gonzaga, Cagayan, Through The Funding Intends To Apply The Sum Of Three Hundred Twenty Six Thousand Two Hundred Pesos (326,200.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Magrafil -infra-001-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 2. The Backfilling & Concreting Of Multi-purpose Gym Magrafil, Gonzaga, Cagayan. Completion Of The Works Is Required 30 Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information On The Backfilling & Concreting Of Multi-purpose Gym At Magrafil, Gonzaga, Cagayan. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20, 2025 From Given Address And Website/s Below {insert If Necessary: And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Via Email. 6. The Bac Will Hold A Pre-bid Conference On [january 28, 2025] At [lnb Hall Municipal Compound Barangay Magrafil, Gonzaga, Cagayan] {[insert If Applicable] And/or Through Videoconferencing/webcasting Via [insert Website, Application Or Technology To Be Used].}, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 28, 2025 At 9:14 Am At The Given Address At {lnb Hall, Municipal Compound Barangay Smart Gonzaga, Cagayan] And/or Through [insert Website, Application, Or Technology To Be Used].} Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Backfilling & Concreting Of Multi-purpose Gym Magrafil, Gonzaga, Cagayan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Flordelisa I. Javier Secretariat Bids And Awards Committee Barangay Hall Barangay Magrafil, Gonzaga, Cagayan Email: Lisaidmilao32@gmail.com 09999779655-09065742240 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [indicate Websites] [if Applicable] For Online Bid Submission: [indicate Website] January 16, 2025 ________________________________ Wilfrey Loy S. Idmilao Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1. Scope Of Bid The Procuring Entity, [barangay Magrafil, Gonzaga, Cagayan] Invites Bids For The Backfilling & Concreting Of Multi-purpose Gym Magrafil, Gonzaga, Cagayan, With Project Identification Number Magrafil-infra-001-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Three Hundred Twenty Six Thousand Two Hundred Pesos. 2.2. The Source Of Funding Is: [if An Early Procurement Activity, Select One And Delete Others:] A. Nga, The National Expenditure Program. B. Gocc And Gfis, The Proposed Corporate Operating Budget. C. Lgus, The Proposed Local Expenditure Program. [if Not An Early Procurement Activity, Select One And Delete Others:] A. Nga, The General Appropriations Act Or Special Appropriations. B. Gocc And Gfis, The Corporate Operating Budget. C. Lgus, The Annual Or Supplemental Budget, As Approved By The Sangguniang. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: [select One, Delete Other/s] A. Subcontracting Is Allowed. The Portions Of Project And The Maximum Percentage Allowed To Be Subcontracted Are Indicated In The Bds, Which Shall Not Exceed Fifty Percent (50%) Of The Contracted Works. B. Subcontracting Is Not Allowed. 7.1. [if Procuring Entity Has Determined That Subcontracting Is Allowed During The Bidding , State:] The Bidder Must Submit Together With Its Bid The Documentary Requirements Of The Subcontractor(s) Complying With The Eligibility Criterial Stated In Itb Clause 5 In Accordance With Section 23.4 Of The 2016 Revised Irr Of Ra No. 9184 Pursuant To Section 23.1 Thereof. 7.2. [if Subcontracting Is Allowed During The Contract Implementation Stage, State:] The Supplier May Identify Its Subcontractor During The Contract Implementation Stage. Subcontractors Identified During The Bidding May Be Changed During The Implementation Of This Contract. Subcontractors Must Submit The Documentary Requirements Under Section 23.1 Of The 2016 Revised Irr Of Ra No. 9184 And Comply With The Eligibility Criteria Specified In Itb Clause 5 To The Implementing Or End-user Unit. 7.3. Subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address {[insert If Applicable] And/or Through Videoconferencing/webcasting} As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3. A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: [select One, Delete Other/s] A. Philippine Pesos. B. [indicate Currency If Procurement Involves A Foreign-denominated Bid As Allowed By The Procuring Entity, Which Shall Be Tradeable Or Acceptable By The Bsp.] 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until [indicate Date]. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Notes On The Bid Data Sheet (bds) The Bid Data Sheet (bds) Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information, Or Requirements Included In The Itb Found In Section Ii, Which Are Specific To Each Procurement. This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing The Bds, The Following Aspects Should Be Checked: A. Information That Specifies And Complements Provisions Of The Itb Must Be Incorporated. B. Amendments And/or Supplements, If Any, To Provisions Of The Itb As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: [provide Description/clarification Of What Are Major Categories Of Work]. 7.1 [specify The Portions Of Works And The Maximum Percentage Allowed To Be Subcontracted, Which Shall Not Be Significant Or Material Components Of The Project As Determined By The Procuring Entity.] 10.3 [specify If Another Contractor License Or Permit Is Required. ] 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units 12 [insert Value Engineering Clause If Allowed.] 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than __________ [insert Two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less Than __________ [insert Five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.2 Partial Bids Are Allowed, As Follows: [insert Grouping Of Lots By Specifying The Items And The Quantity For Every Identified Lot.] 20 [list Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It, E.g. Environmental Compliance Certificate, Certification That The Project Site Is Not Within A Geohazard Zone, Etc.] 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And Scurve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling. Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The General Conditions Of Contract (gcc) In This Section, Read In Conjunction With The Special Conditions Of Contract In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. Matters Governing Performance Of The Contractor, Payments Under The Contract, Or Matters Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Included In The Gcc And Special Conditions Of Contract. Any Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Special Conditions Of Contract. 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Possession Of Site 4.1. The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 4.2. If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc Found In Section Iv. The Special Conditions Of Contract (scc) Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Works Procured. In Preparing This Section, The Following Aspects Should Be Checked: A. Information That Complements Provisions Of The Gcc Must Be Incorporated. B. Amendments And/or Supplements To Provisions Of The Gcc As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of The Gcc Should Be Incorporated Herein. Special Conditions Of Contract Gcc Clause 2 [if Different Dates Are Specified For Completion Of The Works By Section, I.e. “sectional Completion,” These Dates Should Be Listed Here.] 4.1 [specify The Schedule Of Delivery Of The Possession Of The Site To The Contractor, Whether Full Or In Part.] 6 The Site Investigation Reports Are: [list Here The Required Site Investigation Reports.] 7.2 [select One, Delete The Other.] [in Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures:] Fifteen (15) Years. [in Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures:] Five (5) Years. [in Case Of Other Structures, Such As Bailey And Wooden Bridges, Shallow Wells, Spring Developments, And Other Similar Structures:] Two (2) Years. 10 [select One, Delete The Other:] A. Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. B. No Dayworks Are Applicable To The Contract. 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within [insert Number] Days Of Delivery Of The Notice Of Award. 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is Three Hundred Six Thousand Pesos. 13 The Amount Of The Advance Payment Is [insert Amount As Percentage Of The Contract Price That Shall Not Exceed 15% Of The Total Contract Price And Schedule Of Payment]. 14 [if Allowed By The Procuring Entity, State:] Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Be Included For Payment. 15.1 The Date By Which Operating And Maintenance Manuals Are Required Is [date]. The Date By Which “as Built” Drawings Are Required Is [date]. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is [amount In Local Currency]. Section Vi. Specifications Notes On Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Or Conditioning Their Bids. In The Context Of International Competitive Bidding, The Specifications Must Be Drafted To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Economy, Efficiency, And Fairness In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation Facilitated. The Specifications Should Require That All Goods And Materials To Be Incorporated In The Works Be New, Unused, Of The Most Recent Or Current Models, And Incorporate All Recent Improvements In Design And Materials Unless Provided Otherwise In The Contract. Samples Of Specifications From Previous Similar Projects Are Useful In This Respect. The Use Of Metric Units Is Mandatory. Most Specifications Are Normally Written Specially By The Procuring Entity Or Its Representative To Suit The Works At Hand. There Is No Standard Set Of Specifications For Universal Application In All Sectors In All Regions, But There Are Established Principles And Practices, Which Are Reflected In These Pbds. There Are Considerable Advantages In Standardizing General Specifications For Repetitive Works In Recognized Public Sectors, Such As Highways, Ports, Railways, Urban Housing, Irrigation, And Water Supply, In The Same Country Or Region Where Similar Conditions Prevail. The General Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Construction, Although Not Necessarily To Be Used In A Particular Works Contract. Deletions Or Addenda Should Then Adapt The General Specifications To The Particular Works. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Goods, Materials, And Workmanship, Recognized International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Goods, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure Substantially Equal Or Higher Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Scc. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Contract To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished, And Work Performed Or Tested, The Provisions Of The Latest Current Edition Or Revision Of The Relevant Standards And Codes In Effect Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National, Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure A Substantially Equal Or Higher Quality Than The Standards And Codes Specified Will Be Accepted Subject To The Procuring Entity’s Representative’s Prior Review And Written Consent. Differences Between The Standards Specified And The Proposed Alternative Standards Shall Be Fully Described In Writing By The Contractor And Submitted To The Procuring Entity’s Representative At Least Twenty-eight (28) Days Prior To The Date When The Contractor Desires The Procuring Entity’s Representative’s Consent. In The Event The Procuring Entity’s Representative Determines That Such Proposed Deviations Do Not Ensure Substantially Equal Or Higher Quality, The Contractor Shall Comply With The Standards Specified In The Documents. These Notes Are Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Should Not Be Included In The Final Bidding Documents. Section Vii. Drawings Section Viii. Bill Of Quantities Notes On The Bill Of Quantities Objectives The Objectives Of The Bill Of Quantities Are: A. To Provide Sufficient Information On The Quantities Of Works To Be Performed To Enable Bids To Be Prepared Efficiently And Accurately; And B. When A Contract Has Been Entered Into, To Provide A Priced Bill Of Quantities For Use In The Periodic Valuation Of Works Executed. In Order To Attain These Objectives, Works Should Be Itemized In The Bill Of Quantities In Sufficient Detail To Distinguish Between The Different Classes Of Works, Or Between Works Of The Same Nature Carried Out In Different Locations Or In Other Circumstances Which May Give Rise To Different Considerations Of Cost. Consistent With These Requirements, The Layout And Content Of The Bill Of Quantities Should Be As Simple And Brief As Possible. Daywork Schedule A Daywork Schedule Should Be Included Only If The Probability Of Unforeseen Work, Outside The Items Included In The Bill Of Quantities, Is High. To Facilitate Checking By The Entity Of The Realism Of Rates Quoted By The Bidders, The Daywork Schedule Should Normally Comprise The Following: A. A List Of The Various Classes Of Labor, Materials, And Constructional Plant For Which Basic Daywork Rates Or Prices Are To Be Inserted By The Bidder, Together With A Statement Of The Conditions Under Which The Contractor Will Be Paid For Work Executed On A Daywork Basis. B. Nominal Quantities For Each Item Of Daywork, To Be Priced By Each Bidder At Daywork Rates As Bid. The Rate To Be Entered By The Bidder Against Each Basic Daywork Item Should Include The Contractor’s Profit, Overheads, Supervision, And Other Charges. Provisional Sums A General Provision For Physical Contingencies (quantity Overruns) May Be Made By Including A Provisional Sum In The Summary Bill Of Quantities. Similarly, A Contingency Allowance For Possible Price Increases Should Be Provided As A Provisional Sum In The Summary Bill Of Quantities. The Inclusion Of Such Provisional Sums Often Facilitates Budgetary Approval By Avoiding The Need To Request Periodic Supplementary Approvals As The Future Need Arises. Where Such Provisional Sums Or Contingency Allowances Are Used, The Scc Should State The Manner In Which They Will Be Used, And Under Whose Authority (usually The Procuring Entity’s Representative’s). The Estimated Cost Of Specialized Work To Be Carried Out, Or Of Special Goods To Be Supplied, By Other Contractors Should Be Indicated In The Relevant Part Of The Bill Of Quantities As A Particular Provisional Sum With An Appropriate Brief Description. A Separate Procurement Procedure Is Normally Carried Out By The Procuring Entity To Select Such Specialized Contractors. To Provide An Element Of Competition Among The Bidders In Respect Of Any Facilities, Amenities, Attendance, Etc., To Be Provided By The Successful Bidder As Prime Contractor For The Use And Convenience Of The Specialist Contractors, Each Related Provisional Sum Should Be Followed By An Item In The Bill Of Quantities Inviting The Bidder To Quote A Sum For Such Amenities, Facilities, Attendance, Etc. Signature Box A Signature Box Shall Be Added At The Bottom Of Each Page Of The Bill Of Quantities Where The Authorized Representative Of The Bidder Shall Affix His Signature. Failure Of The Authorized Representative To Sign Each And Every Page Of The Bill Of Quantities Shall Be A Cause For Rejection Of His Bid. These Notes For Preparing A Bill Of Quantities Are Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Should Not Be Included In The Final Documents. Section Ix. Checklist Of Technical And Financial Documents Notes On The Checklist Of Technical And Financial Documents The Prescribed Documents In The Checklist Are Mandatory To Be Submitted In The Bid, But Shall Be Subject To The Following: A. Gppb Resolution No. 09-2020 On The Efficient Procurement Measures During A State Of Calamity Or Other Similar Issuances That Shall Allow The Use Of Alternate Documents In Lieu Of The Mandated Requirements; Or B. Any Subsequent Gppb Issuances Adjusting The Documentary Requirements After The Effectivity Of The Adoption Of The Pbds. The Bac Shall Be Checking The Submitted Documents Of Each Bidder Against This Checklist To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion Pursuant To Section 30 Of The 2016 Revised Irr Of Ra No. 9184. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document; And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (e) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (f) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (g) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided Under The Rules; And ⬜ (h) Philippine Contractors Accreditation Board (pcab) License; Or Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (i) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And (j) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ C. List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (k) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (l) The Prospective Bidder’s Audited Financial Statements, Showing, Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (m) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (n) If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (o) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (p) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (q) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ (r) Cash Flow By Quarter.
Municipality Of Tuba, Benguet Tender
Others
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 953 K (USD 16.4 K)
Details: Description Republic Of The Philippines Province Of Benguet Municipality Of Tuba Office Of The Municipal Mayor Bids And Awards Committee (bac) Invitation To Bid For Supply & Delivery Of Other Supplies And Materials Project Id No. 2025-01-010 1. The Municipality Of Tuba, Through The Budget For The Contract Approved By The Sangguniang Bayan Under Annual Budget Cy 2025 Intends To Apply The Sum Of Nine Hundred Fifty-three Thousand Sixty-six Pesos (php953,066.00) For Supply & Delivery Of Other Supplies & Materials Project Identification Number 2025-01-010 (goods) Being The Abc To Payments Under The Contract For One Lot. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. Specifications: Item No. Unit Description/specification Qty Unit Cost Total Cost Item No. Unit Office/description Qty Unit Cost Total Cost Pr No. 2024-1-1236 (mo) 1 Set Easy Squeeze Mop, Heavy Duty 8 750.00 6,000.00 2 Set Tornado Mop 360 With 3 Extra Mop Head, Heavy Duty 10 550.00 5,500.00 3 Pack Detergent Powder, Active Clean,1.1kg Per Pouch, Cherry Blossom 30 160.00 4,800.00 4 Pc Dishwashing Paste Kalamansi, Anti-bacterial, At Least 400g 30 75.00 2,250.00 5 Pc Dishwashing Liquid Kalamansi, 375ml 20 120.00 2,400.00 6 Pc Bathroom Deodorizer, 100g 200 80.00 16,000.00 7 Pc Anti-bacterial, Hand Soap, Pure White, 60g/sachet 30 30.00 900.00 8 Pc Anti-bacterial Liquid Hand Soap, Pure White, 420ml, Refill 40 175.00 7,000.00 9 Pack Trash Bag, Gusseted, Thick, Large, 10 Pcs Per Pack 80 80.00 6,400.00 10 Pack Trash Bag, Gusseted, Thick, Medium, 10pcs Per Pack 40 75.00 3,000.00 11 Pcs Empty Sacks, 50kls 20 30.00 600.00 12 Pc Braided Doormat, Rectangle 80 55.00 4,400.00 13 Bot Bleach Color Safe, 3600ml 40 180.00 7,200.00 14 Can Floorwax, Water Proof, 4l/ Can 10 500.00 5,000.00 15 Bot Ethyl Alcohol Spray With Moisturizer, Antiseptic 500ml 20 120.00 2,400.00 16 Pack Green Tea Scented Bathroom Tissue Rolls, 10 Pcs/pack, 180g 175 380.00 66,500.00 17 Pc Fabcon, Antibac Refill, 740ml 20 180.00 3,600.00 18 Bot Multi Purpose Stain Removal, Thick Bleach Cleaner, 750ml 35 180.00 6,300.00 19 Pc Sponge Scrub With Foam (green & Yellow), Lasts 2x Longer, Durable Twin Pack 10 130.00 1,300.00 20 Pack Rags, 6", Assorted Colors, 10pcs/pack 10 80.00 800.00 21 Pc Doorway Footmat / Entrance Outdoor Mats, 6ft X 3ft 2 2,700.00 5,400.00 22 Pack Black Rippled Cup, 8oz, 25 Pcs Per Pack 40 340.00 13,600.00 23 Pack Barako W/ Hazelnut, 1 Kg Per Pack In Ziplock 35 650.00 22,750.00 24 Can Evaporated Filled Milk In Can, 360ml, Expiry Date: At Least December 2025 30 80.00 2,400.00 25 Pc Brown Sugar, 1kg Per Pack 25 110.00 2,750.00 26 Bot Cooking Oil, 1l, Canola In Bottle 5 260.00 1,300.00 27 Pack Milk Powder For Adult, 1kg 5 350.00 1,750.00 28 Pack Disposable Silver Paper Plates, 9" Square, 100 Pcs/pack 2 350.00 700.00 29 Pack Disposable Silver Paper Plates, 5" X 5" Round/square, 100 Pcs/pack 2 250.00 500.00 30 Pc Multipurpose Rectangular Food Serving Tray, Dark Brown In Color, Durable, Size: At Least 41cm X 30cm 10 244.00 2,440.00 30 Pack Wooden Stirrer, Individually Wrapped, 100 Pcs Per Pack 3 120.00 360.00 31 Pack Sfork, Plastic, 25 Pcs Per Pack 10 70.00 700.00 Sub Total 207,000.00 Pr No. 2024-11-1237 (mo-it) 1 Can Insecticide Spray, Multi-insect Killer, 600 Ml 2 500.00 1,000.00 2 Pack Toilet Paper With Tea Extract, 10s/pack, 180g/roll/3ply, White 20 380.00 7,600.00 3 Set Rotary Mop Bucket Set 360˚ Stainless Steel Fiber Mop Floor 1 400.00 400.00 Sub Total 9,000.00 Pr No. 2024-11-1240 (mo-cas) 1 Pcs Alcohol Spray, Ethyl,w/ Moisturizer, 70%, 500ml 24 110.00 2,640.00 2 Pack Tissue Paper, W/ Tea Extract, 10s/pack, 180g/roll, 3 Ply 12 360.00 4,320.00 3 Pcs Lei With Lgu Tuba Logo 15 450.00 6,750.00 4 Pack Milk And Cereal Drink, Vanilla Flavor, 30 Grams/sachet, 10 Sachet/pack 6 150.00 900.00 5 Box Mangosteen Coffee Mix Low Acid Coffee, With Mangosteen Exocarp, With High Source Of Vitamin C And Calcium, Sugar Free, 10 Sachets (10 Grams/sachet) Box 6 250.00 1,500.00 6 Pcs Rechargeable Mosquito Swatter 2 450.00 900.00 Sub Total 17,010.00 Pr No. 2024-11-1250 (mo-peso) 1 Packs Tissue Paper, With Tea Extract, 180 Grams Per Roll, 3 Ply, 10 Rolls Per Pack 6 380.00 2,280.00 2 Pieces 30 X 50 Inches, Clear, Multipurpose Plastic Bag, Thick, 4xl 50 26.00 1,300.00 3 Pieces 20 X 30 Inches, Clear, Multipurpose Plastic Bag, Thick, Xl 59 15.00 885.00 4 Bottle Alcohol, Ethyl, 70% Solution, Antiseptic With Moisturizer 500 Ml, Spray 5 120.00 600.00 Sub Total 5,065.00 Pr No. 2024-11-1251 (meo) 1 Pc Alcohol, Isopropyl W/ Moisturizer, 70%, 500ml 15 120.00 1,800.00 2 Pack Garbage Bag, Large, Black, Plastic, Gusseted Type, 10 Pcs/pack 10 60.00 600.00 3 Pcs Multi Insect Killer, Spray, Anti-dengue, 500ml 3 450.00 1,350.00 4 Pc Plastic Vacuum Flask Thermos, 2.2 L 1 650.00 650.00 5 Pcs Powdered Milk Drink, Fortified,680 Grams 2 300.00 600.00 6 Pack Toilet Tissue W/ Tea Extract, White, 3 Ply, 10 Rolls/pack, 180 G Per Roll 40 360.00 14,400.00 Sub Total 19,400.00 Pr No. 202-11-1256 (masso) 1 Pack Bathroom Tissue W/ Tea Extract, White, 3 Ply, 10s/pack, 180g/roll 26 360.00 9,360.00 2 Sachet Milk Drink, 33 Grams, Powder 55 18.00 990.00 3 Pairs Latex Coated Cotton Hand Gloves, Durable, Washable, Medium Size 100 85.00 8,500.00 4 Bottle Dishwashing Soap, Liquid, Calamansi Or Lemon, 250ml 5 80.00 400.00 Sub Total 19,250.00 Pr No. 2024-11-1257 (mbo) 1 Bottle Alcohol, Ethyl, 70% Solution, Disinfectant, Antiseptic, 500 Ml 15 120.00 1,800.00 2 Pc Dishwashing Liquid, Concentrate, 250g, Antibacterial 7 120.00 840.00 3 Can Disinfectant Spray, 510g 5 600.00 3,000.00 4 Pc Hand Liquid Soap, Antibacterial, 225ml/bottle 15 120.00 1,800.00 5 Pc Insect Repellant Spray, Water Base, Odorless, 500ml 15 480.00 7,200.00 6 Box Instant Coffee, With Moringa And Mangosteen Sweetened By Stevia, 12 Sachet/box 20 200.00 4,000.00 7 Can Milk Evaporated, In Can, 370 Ml 20 90.00 1,800.00 8 Pack Tissue Paper, With Tea Extract, 180 Grams Per Roll, 3 Ply, White, 10 Rolls Per Pack 30 360.00 10,800.00 Sub Total 31,240.00 Pr No. 2024-11-1263 (mo-hrmo) 1 Bot Alcohol, Spray With Moisturizer, 70%, 300ml 12 120.00 1,440.00 2 Pack Tissue Paper W/ Tea Extract, 180 Grams Per Roll, Soft And Fit, 3 Ply 105mm X 140 Mm/sheet, 10’s Per Pack 24 380.00 9,120.00 3 Pc Paper Cup 12 Oz (rippled) 500 6.00 3,000.00 4 Kg Coffee, Ground, A Mixture Of Half Barako & Half Arabica), Medium Roasted 12 552.00 6,624.00 5 Can Milk, Evaporated For Coffee 375 Ml, Expiry Date 2026 100 98.00 9,800.00 6 Kg Sugar, Unrefined, Muscovado 12 480.00 5,760.00 7 Box Gloves, Disposable, Nitrile, Xl Size, 100 Pcs Per Box 4 345.00 1,380.00 Sub Total 37,124.00 Pr No. 2024-11-1272 (sbo) 1 Bottle Bleach, Multi-purpose, Lemon, 500 Ml/bottle 10 70.00 700.00 2 Pc Broom, Plastic, Broomstick W/ Soft Brush Bristles 10 250.00 2,500.00 3 Galloon Car Shampoo, Per Gallon 10 350.00 3,500.00 4 Roll Cling Wrap, Food Wrap, 12 Inches X 300m 3 550.00 1,650.00 5 Kg Coffee, Ground, Per Kg, (mix Of Arabica & Barako) 15 500.00 7,500.00 6 Kg Coffee, Ground, Per Kg, (mix Arabica & Hazelnut) 10 600.00 6,000.00 7 Box Coffee, Instant, Moringa Mangosteen Stevia Coffee, 12 Sachet/box, Expiry Date Cy 2026 6 250.00 1,500.00 8 Bottle Cooking Oil, Special Pure Palm Oil, 4l/bottle 4 650.00 2,600.00 9 Pack Detergent Powder, Anti Bac, 500g/pack 35 80.00 2,800.00 10 Bottle Dishwashing Liquid, Concentrate, 240ml, Antibacterial, Removes, 99.9% Germs 25 90.00 2,250.00 11 Bottle Dishwashing Liquid, Concentrate, 790ml, Antibacterial, Removes 99.9% Germs 3 400.00 1,200.00 12 Pc Dust Pan, Quality Plastic Made, Big Size 4 120.00 480.00 13 Pc Duster, Cotton,durable 20 45.00 900.00 14 Can Floor Wax, Red Dye Wax, Long-lasting, 900g/can 6 300.00 1,800.00 15 Floor Map, With Spinner/tornado, Stainless Steel Handle, 360 Rotating Mophead 2 700.00 1,400.00 16 Pc Fly Catcher Paper, Per Sheet 15 35.00 525.00 17 Pc Foot Rug, Oblong Shape, Per Piece 60 40.00 2,400.00 18 Bottle Furniture Enhancing Polish, 330ml, Shines And Protects Wood And More, Rain Shower 6 220.00 1,320.00 19 Bottle Hand Soap, Liquid, 225ml., Antibacterial, Lemon Fresh 10 130.00 1,300.00 20 Bottle Hand Towels, Cotton, Good Quality 40 40.00 1,600.00 21 Pc Kitchen Gloves, Medium, Rubberized, Heavy Duty, Set 12 140.00 1,680.00 22 Pc Kitchen Table Cover, Oval Shape, 60”x120”, Printed, Vinyl, Thick With Plastic Cover On Top 1 1,100.00 1,100.00 23 Pc Kitchen Table Napkins, 27cm X 16cm, 100 Pulls Per Roll, White 15 90.00 1,350.00 24 Can Milk, Evaporated Filled, Color Red, Can, Big, For Coffee, Expiry Date Cy 2025-2026 60 70.00 4,200.00 25 Can Multi-insect Killer, Odorless, 500ml/can 10 450.00 4,500.00 26 Multi-purpose Cleaner, Classic, For Toilet & Stain, Anti-microbial System, Sodium Hypochlorite, Kill Germ & Viruses, Lemon Fresh, 500ml/bottle 20 170.00 3,400.00 27 Can Pail, Stainless Steel, 16 Quarts, Plain 2 600.00 1,200.00 28 Pack Paper Cups, Disposable, 8oz, 50s/pack, Plain White 25 90.00 2,250.00 29 Pot Cleaner, Stainless Steel, Regular, 30g 12 130.00 1,560.00 30 Pc Rags, Cotton, Round, Per Kilo 10 90.00 900.00 31 Pair Rainboots, Black Color, Size 7, No Heels, Pair, For Men 1 550.00 550.00 32 Rice Cooker, 2.2 Liters, Heavy Duty 2 2,400.00 4,800.00 33 Pc Scrub Sponge Mini, Heavy Duty, 75 Mm X 75mm X 30mm 15 45.00 675.00 34 Kilo Sugar, Light Brown, Per Kilo 25 90.00 2,250.00 35 Box Tea, Black Tea, 50 Pcs/box, Yellow Label, Expiry Date Cy 2026 3 250.00 750.00 36 Packs Tissue Paper,w/ Green Tea Extract, White, 180g/roll, 105mmx140mm/sheet,3 Ply, 10 Roll/bag 69 380.00 26,220.00 37 Bottle Bathroom Deodorizer, Lemon & Strawberry Scent, 100g, With Holer 6 60.00 360.00 38 Bottle Bathroom Deodorizer, 10 Lemons, 5 Strawberry & 5 Sampaguita Scent, 100g, Without Holder/refill 20 55.00 1,100.00 39 Pc Mouse./ Rat Trap, Sticky 8 60.00 480.00 40 Pack Trash Bag, Plastic, Black (11”x11”x24), 10pcs/pack 60 40.00 2,400.00 41 Pc Walis Tingting, Regular Size 5 60.00 300.00 42 Pc Adaptor, Universal 20 60.00 1,200.00 Sub Total 107,150.00 Pr No. 2024-11-1280 (menro) 1 Gal Rubbing Alcohol, 70% Solution, Antiseptic, Disinfectant With Moisturizer, Scented, By Gallon 5 600.00 3,000.00 2 Bot Alcohol Spray Bottle/container Can Refill At Least 500ml 10 75.00 750.00 3 Roll Toilet Tissue Paper, 3 Ply, 10 Rolls/pack, Soft, White With Green Tea Scent, At Least 180g 18 380.00 6,840.00 4 Box Mangosteen Coffee, Sugarfree, 1 Dozen/box, At Least 180g/box 15 350.00 5,250.00 5 Pack Milk Powdered, Fortified 5 250.00 1,250.00 6 Bot Dishwashing Liquid, Lemon Scent, At Least 475ml, Antibacterial 4 200.00 800.00 7 Pc Wall Clock, 10” L X 40” W 1 500.00 500.00 8 Doz. Plate, Melamine, Round Type, 9”, 1 Doz./set, Durable 1 750.00 750.00 9 Doz. Bowl, Melamine, Round Type, 5” 1 Doz./set Durable 1 1,000.00 1,000.00 10 Doz. Spoon, Stainless Steel, 1 Doz./set, Thick 1 250.00 250.00 11 Doz Fork, Stainless Steel, 1 Doz./set, Thick 1 250.00 250.00 Sub Total 20,640.00 Pr No. 2024-11-1283 (pnp) 1 Can Air Freshner, Lemon Scent, Can 6 89.00 534.00 2 Bottle Toilet Bowl And Urinal Cleaner, Anti-microbial System 5 50.00 250.00 3 Pack Trash Bag, Plastic, Black 940mmx1016mm 20 130.00 2,600.00 4 Pack Bathroom Tissue, With Green Tea Extract, White Ply 10 345.00 3,450.00 5 Bottle Bleach 900ml 6 65.00 390.00 6 Gallon Alcohol, Gallon 6 364.00 2,184.00 7 Pcs Measuring Tape Heavy Duty 30m X 12.5mm 2 715.50 1,431.00 8 Pcs Police Line 3 200.00 600.00 9 Pcs Dishwashing Liquid/paste 15 100.00 1,500.00 10 Pcs Disinfectant Spray 10 145.00 1,450.00 Sub Total 14,389.00 Pr No. 2024-11-1292 (mo-osca) 1 Pack Adult Plus Powdered Milk, 15 Packs, 8 Pcs Per Pack 24 130.00 3,120.00 2 Pack Tissue Paper W/ Tea Extract, 180 Grams Per Roll, 3 Ply 10 Rolls Per Pack 3 380.00 1,140.00 3 Pc Ethyl Alcohol W/ Moisturizer, 70% Solution, 500 Ml 6 120.00 720.00 Sub Total 4,980.00 Pr No. 2024-11-1294 (mto) 1 Can Disinfectant Spray, Anti-dengue Mosquito Killer 34 400.00 13,600.00 2 Box Coffee 8 In 1 15 500.00 7,500.00 3 Pc Crates, Blue, Heavy-duty Length: 52cm/20.5 Inches Width: 36.5cm/14.5 Inches Height: 32 Cm/12.5 Inches 4 700.00 2,800.00 4 Pc Dishwashing Paste, 400 Grams 10 60.00 600.00 5 Can Evaporated Milk Per Can, 370 Ml, Red 20 80.00 1,600.00 6 Bottle Floor Cleaner Antibacterial Multi-purpose, 500 Ml 5 70.00 350.00 7 Box Gloves, Disposable, 100 Pcs Per Box, Standard Size 17 500.00 8,500.00 8 Box Incense Sticks, Citronella, 20 Sticks/box 34 70.00 2,380.00 9 Pc Kitchen Towel, Microfiber 24 30.00 720.00 10 Bottle Liquid Hand Soap, Lemon, 225 Ml 51 120.00 6,120.00 11 Pc Mugs, Ceramic, Pink 17 200.00 3,400.00 12 Pack Paper Cups, 50 Pcs/pack 25 85.00 2,125.00 13 Pc Plates, Melamine, 8 Inches, Round, Blue 24 30.00 720.00 14 Pack Sugar Brown, Refined, ½ Kilo/pack 25 100.00 2,500.00 15 Pack Toilet Paper W/ Tea Extract, 10s/pack, 180g/roll, 3 Ply, White 51 380.00 19,380.00 16 Pcs Traps, Glue Board Dual Sticky 27 35.00 945.00 17 Pack Trashbag, Plastic, Black, Large, 10pcs/pack 15 50.00 750.00 18 Pack Trashbag, Plastic,black, Xl 10 Pcs/pack 15 55.00 825.00 19 Pack Trashbag, Plastic, Black, Medium, 10pcs/pack 17 45.00 765.00 20 Pack Trashbag, Plastic, Black, Small, 10 Pcs/pack 34 40.00 1,360.00 21 Pack Brush, Paint, 4” 17 150.00 2,550.00 Sub Total 79,490.00 Pr No. 2024-11-1295 (mhso) 1 Pc Absorbent Cleaning/wash Cloth, 43x33 Cm 30 60.00 1,800.00 2 Pc Bathroom Deodorizer With Holder, 100 Grams, Lemon And Apple Flavor 200 100.00 20,000.00 3 Set Bed Sheet With Pillow Case, Fitted, Double Size, Plain Color/design Cotton 10 400.00 4,000.00 4 Bottle Declogging Solution For Sink Drain & Toilet Bowl, 500 Ml 20 150.00 3,000.00 5 Pc Detergent Bar Soap, Single Pack, 138 Grams 50 25.00 1,250.00 6 Pack Detergent Powder For Washing Machine, 2 Kg/pack, With Fabric Conditioner 15 350.00 5,250.00 7 Pc Dishwashing Foam, Heavy Duty Scrub Sponge 50 25.00 1,250.00 8 Cont. Dishwashing Liquid 475ml, Lemon Concentrate 20 150.00 3,000.00 9 Can Insecticide Spray For Mosquitoes And Other Insects, Odorless, 600ml/spray Can With Nozzle 10 500.00 5,000.00 10 Pc Floor Mop, Tornado Mop With Bucket/mop Stick Inclusion: 1 Pc Pole, 1 Pc 3 800.00 2,400.00 11 Unit Floor Sweeper, Hand Push, 60 Degrees Rotating Brush Spin, Stainless Steel Handle 4 500.00 2,000.00 12 Pc Heavy Duty Plastic Drum For Infectious Waste, With Airtight Cover, 45-60l Capacity 50 500.00 25,000.00 13 Can Disinfectant Spray, 500ml/container 30 600.00 18,000.00 14 Bottle Multipurpose Cleaner, 1l, Ceramic, Marble And Tiles, Lemon & Ocean Escape 10 190.00 1,900.00 15 Pc Multi-function Cleaning Trolley Linen Cart, Can Place Mops, Buckets, Detergents, Large Capacity/layered Tool Racks 2 3,000.00 6,000.00 16 Pc Plunger, High Pressure For Drain, Sink Or Toilet Bowl 4 180.00 720.00 17 Bot Toilet Bowl Cleaner Foaming Bleach Gel 500ml-citrus 30 150.00 4,500.00 18 Pack Toilet Tissue Paper,10 Rolls W/ Board Center Spoon Pack, 3 Ply 1000 Sheets, 105mmx140mm/sheet White, 180g/roll, Individually Packed Per Roll 20 450.00 9,000.00 19 Pack Trashbag, Plastic, Black, (m), 10 Rolls/pack 200 45.00 9,000.00 20 Pc Window Cleaner With 4 In 1 With Extension Telescopic Pole, Glass Wiper, Window Cleaning Scraper, Glass Brush 5 800.00 4,000.00 21 Pc 20l Foot Pedal Pressed Trash Can Wastebasket Garbage Container Side To Side 10 350.00 3,500.00 22 Pc Floor Polisher With Hard Brush, Heavy Duty 2 2,500.00 5,000.00 23 Pc High Quality Pillow Fiber Pillow 10 200.00 2,000.00 24 Pc Toilet Bowl Brush With Holder Hard Bristles Cleaning Bathroom Scrub With Handle 5 300.00 1,500.00 Sub Total 139,070.00 Pr No. 2024-11-1303 (macco) 1 Pack Bathroom Tissue, W/ Tea Extract, 180 Grams Per Roll, 3 Ply, 10 Rolls Per Pack 33 360.00 11,880.00 2 Set Electric Mosquito Swatter (heavy Duty, Good Quality) 2 430.00 860.00 3 Bottle Multi-insect Killer Spray-500ml, Odorless Spray, Water Based, Aqua-base Technology 1 335.00 335.00 4 Bottle Insect Repellant Lotion 100ml; Dermatologically Teste; Tropical Fresh Fragrance; Provides Continuous Protection Against Dengue- Carrying Mosquitoes 15 180.00 2,700.00 Sub Total 15,775.00 Pr No. 2024-11-1306 (mo-mdrrmo) 1 Pack Paper Cups (25pcs), 12oz 52 60.00 3,120.00 2 Pack Plastic Cups (12oz) 27 30.00 810.00 3 Pack Powdered Milk, 1 Kg 20 380.00 7,600.00 4 Pack Barako Coffee, 1 Kg 15 400.00 6,000.00 5 Pack Brown Sugar, 1 Kg 15 150.00 2,250.00 6 Pack Tissue Paper W/ Tea Extract, 180 Grams Per Roll, 3 Ply, 10 Rolls Per Pack 10 380.00 3,800.00 7 Roll Trashbag, Black, 940mmx1016mm 20 140.00 2,800.00 Sub Total 26,380.00 Pr No. 2024-11-1308 (bjmp- Tuba) 1 Bottle Toilet Bowl, Cleaner, 500 Ml 2 85.00 170.00 2 Piece Bathroom Soap 30 38.00 1,140.00 3 Cont. Dishwashing Paste, 400 Grams/container 12 48.00 576.00 4 Pouch Detergent Powder, 500g/pack 4 50.00 200.00 5 Piece Led Bulb (14watts) 10 170.00 1,700.00 6 Pack Bathroom Tissue Roll (10s Per Pack) 2 170.00 340.00 7 Kilo Brown Sugar 3 60.00 180.00 8 Kilo Barako W/ Hazelnut 3 400.00 1,200.00 9 Pack Trashbag, Black, (medium/large)10 Pcs/roll/pack 25 85.00 2,125.00 10 Box Mosquito Coil 12s 10 30.00 300.00 11 Gallon Bleach 4 200.00 800.00 12 Piece Toothpaste, 22g, Twin Pack Sachet 35 10.00 350.00 13 Piece Stan Fan, (standard) 1 1,600.00 1,600.00 14 Piece Led Sensor Lamp Mosquito Insect Killer Bt-10w 1 1,350.00 1,350.00 15 Piece Kitchen Exhaust Fan, 12 Inches 1 1,416.00 1,416.00 Sub Total 13,447.00 Pr No. 2024-11-1319 (mo-bac) 1 Bottle Alcohol, 70% Isopropyl, 500ml, Antiseptic With Moisturizer, Spray Type 30 130.00 3,900.00 2 Piece Dishwashing Paste, Anti-bacterial, With Sponge, 400 Grams 4 70.50 282.00 3 Bottle Disinfectant Spray Aerosol Type, 500 Grams 4 600.00 2,400.00 4 Can Insecticide Spray, Multi-insect Killer, 600ml 5 550.00 2,750.00 5 Pack Tissue, 10 Rolls/pack, With Green Tea Extract 6 380.00 2,280.00 6 Pack Trash Bag, Medium Size, 10pcs/pack 6 100.00 600.00 7 Pack Trash Bag, Large Size, 10pcs/pack 5 132.00 660.00 8 Bottle Liquid, Hand Soap, Antibacterial, 500ml/bottle 7 304.00 2,128.00 Sub Total 15,000.00 Pr No. 2024-11-1332 (mpdo) 1 Pieces Extension Cord, 6 Gang With Individual Switch, 5m Wire, Max. Capacity 2500w, With Voltage Surge Protector, 1 Circuit Breaker 4 1,500.00 6,000.00 2 Bottles Alcohol, Ethyl, 70%, Scented, 500ml, Antiseptic Ab Disinfectant, Sanitizing, With Moisturizer And Floral Scent, 300 Ml With Spray Bottle 33 110.00 3,630.00 3 Packs Bathroom Tissue, Green Tea,white, 3 Ply, 10s/pack, 180grams/roll 33 374.00 12,342.00 4 Pcs Brush, Soft Brush Multi-functional Soft Bristle Brush With Long Handle For Efficient Dusting Of Sofa, Furniture 3 250.00 750.00 5 Pcs Computer Cleaning Kit,multi-functional Cleaning Kit For Keyboard 7 350.00 2,450.00 6 Kg Coffee Grounds, Mixture Of Arabica And Hazelnut 5 650.00 3,250.00 7 Pcs Dishwashing Liquid, Concentrate, 250g, Antibacterial 3 120.00 360.00 8 Pcs Dishwashing Scrub With Foam, Sponge, Heavy Duty Sponge 3pcs/pack 2 150.00 300.00 9 Pcs Door Pvc Mat Rubberized, Non-skid, Non- Slip 5 100.00 500.00 10 Bottles Hand Soap, Liquid, Antibacterial, 250ml/bottle, Lavender Scented 3 120.00 360.00 11 Packs Garbage Bags- Medium/pack 5 120.00 600.00 12 Pieces Garbage Bins With Revolving/swing Top Lid 5 300.00 1,500.00 13 Boxes Instant Coffee, Moringa Mangosteen Stevia Coffee Sugar Free, (15g X 10 Sachets/box) 5 180.00 900.00 14 Boxes Instant Coffee,cafe Arabica, 12.1g, 100% Arabica, (12.1g X 10 Packet/box) 5 200.00 1,000.00 15 Packs Powdered Milk-33g Fortified Flavored Powdered Milk Drink, 10 Sachets/pack 5 150.00 750.00 16 Packs Kitchen Paper Towels, 2 Ply, 2 Rolls/pack 10 150.00 1,500.00 17 Pcs Broom And Dustpan 1 500.00 500.00 18 Bottles Multi Insect Killer/mosquito Repellant Spray 500ml 2 440.00 880.00 19 Pcs Background Cloth/bac Drop, Polyester Cloth 50ft X 10ft/piece: Colors: Black, Light Gray, Rust/beige 3 1,000.00 3,000.00 20 Pcs Artificial Flowers For Wal;l Decorations – Rose Vein Flowers With Green Leaves Hanging. Materials: Silk Flowers, Leaves, Plastic Vine, Approx. 27.5” Length With Flowers Diameter Of 2.1”. With Flowers Colors: Pink, Red, White 20 100.00 2,000.00 Sub Total 42,572.00 Pr No. 2024-11-1335 (comelec) 1 Bottle Alcohol, Isopropyl, 70% Solution, Scented, 500 Ml 8 95.00 760.00 2 Pack Tissue, Toilet Paper With Tea Extract 3 Ply 10 Rolls/pack, 180g/roll 8 380.00 3,040.00 3 Pc Aerosol, Air Freshener, Spray, 320ml 2 300.00 600.00 4 Pack Trashbag, Gpp Specs, Black, 10 Pcs. Per Roll/pack, Large 5 145.00 725.00 5 Bottle Dishwashing Liquid, 250ml, With Anti-bac 4 165.00 660.00 Sub Total 5,785.00 Pr No. 2024-11-1338 (bplo) 1 Alcohol, Ethyl, 70% Solution, Disinfectant, Antiseptic, 500ml, Spray 40 150.00 6,000.00 2 Tissue, Bathroom, W/ Tea Extract, White, 3 Ply, 10s/pack 12 360.00 4,320.00 3 Garbage Bag, Large, 50pcs/pack, Durable And Safe, High Density Polyethylene, Harmless, Heavy Duty, No Smell, Tear Resistant, Extra Thick, Leak-proof, Puncture Resistant 5 400.00 2,000.00 4 Garbage Bag, X-large, 50pcs/pack, Durable And Safe, High Density Polyethylene, Harmless, Heavy Duty, No Smell, Tear Resistant, Extra Thick, Leak-proof, Puncture 5 400.00 2,000.00 5 Doormat, Outdoor, Durable, Non-slip Rubber, 55x35cm 6 200.00 1,200.00 6 Disinfectant Spray, Kills Over 100-illness Causing Germ, Kills 99.9 Of Fungi, Viruses, And Bacteria Including Viruses That Cause Cold And Flu & Covid-19 Virus In 10 Minutes, Kills & Control The Growth Of Mold & Mildew For Up To A Week, Eliminates Odors At The Source, 170g, Early Morning Breeze, Fresh Blossom, Circuit Meadows) 6 250.00 1,500.00 7 Insecticide Spray, Multi Insect Killer, Fragrance Free, Fast Acting Formula, Indoor And Outdoor Use, 700ml 6 496.50 2,979.00 Sub Total 19,999.00 Pr No. 2024-11-1343 (mcr) 1 Floor Mop With Squeezer And Water Bucket, Heavy Duty 1 1,800.00 1,800.00 2 5 In 1 Coffee, 12 Sachet/box 8 450.00 3,600.00 3 Alcohol, Ethyl, 70%, 500ml W/ Moisturizer 5 120.00 600.00 4 Garbage Bag, Xl, Black, 10 Per Pack/roll 1 116.00 116.00 5 Multi-insect Spray Killer, Water Based, 500ml 1 665.00 665.00 6 Toilet Tissue, Green Tea Bathroom Tissue, 3 Ply, 10 Roll/pack 105mm X 140mm/sheet/roll; Wt. 180g 18 380.00 6,840.00 Sub Total 13,621.00 Pr No. 2024-11-1347 (mo-tourism) 1 Bottles Alcohol, Ethyl With Moisturizer, 70% Spray Bottle, 500ml 6 145.00 870.00 2 Packs Tissue Paper W/ Tea Extract, 180g/roll, 3 Ply, 10s/pack 3 360.00 1,080.00 3 Pieces Milk Powdered Drink, Fortified, 33 Grams 75 15.00 1,125.00 4 Packs Cups, Paper, 8 Oz., 50pcs/pack 6 65.00 390.00 5 Packs Stirrer, Wooden Stirrer, Individually Wrapped, 5.5 Inches Deep, 100pcs/pack 2 55.00 110.00 Sub Total 3,575.00 Pr No. 2024-11-1350 (mo-ias) 1 Bottle Alcohol, 70% Solution, Spray Bottle, 500 Ml/bottle, With Moisturizer 10 120.00 1,200.00 2 Can Multi-insect Killer, Long Lasting Protection, 500 Ml Per Can 5 517.00 2,585.00 3 Pack Tissue Paper, With Tea Extract, At Least 180g Per Roll, 3 Ply, 10 Rolls Per Pack 6 380.00 2,280.00 Sub Total 6,065.00 Pr No. 2024-11-1358 (mo-vet) 1 Pc Alcohol Spray, 70% Ethyl, 500ml Bottle 40 120.00 4,800.00 2 Pack Tissue Paper, With Tea Extract, 180g, 3 Ply, 10rolls/pack 18 380.00 6,840.00 3 Pair Rubber Boot/rainboot, White, Size 8 7 490.00 3,430.00 4 Can Disinfectant Spray 12 700.00 8,400.00 Sub Total 23,470.00 Pr No. 2024-12-1374 (dilg) 1 Pack Tissue (toilet Paper With Tea Extract, 10s/pack, 180 G/roll, 3 Ply, White) 10 360.00 3,600.00 2 Bottles Alcohol 10 120.00 1,200.00 3 Can Insect Killer (500ml, Water-based, Fast Killing Power, Odorless) 3 400.00 1,200.00 Sub Total 6,000.00 Pr No. 2024-12-1379 (mswdo) 1 Packs Bathroom Tissue, W/ Tea Extract, White, 3 Ply, 10s/pack 24 380.00 9,120.00 2 Pieces Ethyl Alcohol With Moisturizer, 70% Solution, 500 Ml 12 120.00 1,440.00 3 Kg Brewed Coffee 1 600.00 600.00 4 Cans Evaporated Milk, 360g. 4 50.00 200.00 5 Packs Powdered Creamer 400g 2 200.00 400.00 6 Packs Drip Coffee, 10 Flavors In 1 Pack, Net Weight 150 Grams 2 250.00 500.00 7 Pieces Powdered Malt Drink 24g 30 14.00 420.00 8 Pieces Powdered Milk Drink, 33grams, Swack Pack 35 17.00 595.00 9 Pieces Disposable Paper Cup 10 Oz. 62 2.00 124.00 10 Bottles Dishwashing Liquid 2 150.00 300.00 11 Pieces Lotion Effective Protection From Dengue Mosquitoes 100 Ml. (expiration Of 2 Years) 9 230.00 2,070.00 12 Pieces Mosquito Mat Starter Pack (1 Heater + 5 Mats) Original 4 200.00 800.00 13 Pieces Black Plastic Garbage Bag, Large 50 4.60 230.00 14 Sets 10 Meter Extension Cord With Wheel, Max Load: 2,500 Watts, Voltage: 250v 2 2,590.00 5,180.00 15 Pieces Heavy Duty Stock Box With Wheels, Green Cover Extended Handle, Ergonomic Handles, 70 Liters 2 2,000.00 4,000.00 Sub Total 25,979.00 Pr No. 2025-01-026 (mago) 1 Packs Tissue Paper W/ Tea Extract, 180g/roll, 3 Ply, 10s/pack 27 380.00 10,260.00 2 Bots Soluble Coffee In Bottle, 50g 3 250.00 750.00 3 Packs Ground Coffee For Brewing, 1 Kilo/pack 3 600.00 1,800.00 4 Kgs Sugar, Brown, 1 Kilo 3 110.00 330.00 5 Pack Wooden Coffee Stirrer, 1000pcs/pack 1 250.00 250.00 6 Packs Milk Powder Drink, Fortified, 33gms, 10 Pieces/pack 10 150.00 1,500.00 7 Packs Coffee Creamer, Original, 5g, 12 Pcs/pack 10 80.00 800.00 8 Bags Ldpe Bag Transparent, 19x31 Inchers, .001 Thickness, 100pcs/bag 2 1,855.00 3,710.00 9 Packs Cups, Paper, 8oz., 25 Pcs/pack 30 65.00 1,950.00 10 Pcs Isopropyl Alcohol Scented, 70% With Moisturizer, With Sprayer, 500 Ml 27 120.00 3,240.00 Sub Total 24,590.00 Delivery: Should Be At Least 50% Within 15 Days & 100% Within 30 Days Grand Total 953,066.00 Note: Supplier Should Package And Label The Items To Be Delivered By Office Or As Grouped In The Specifications. 2. The Municipality Of Tuba Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Thirty (30) Calendar Days Upon Receipt Of The Notice To Proceed ( At Least 50% Within 15 Days & 100% Within 30 Days). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Municipality Of Tuba And Inspect The Bidding Documents At The Address Given Below During Office Hours (8:00 Am To 5:00 Pm, Monday To Friday Except Holidays). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025, At The Bac Office, Municipal Hall, Poblacion, Tuba, Benguet From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (php 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees [official Receipt And Order Payment). 6. The Municipality Of Tuba Through Bac Will Hold A Pre-bid Conference On February 5, 2025 At The Bac Office, Municipal Hall, Poblacion, Tuba, Benguet. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On Or Before February 19, 2025 At 8:30 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 Itb Clause 14. 9. Bid Opening Shall Be On February 19, 2025 At 9:00 A.m. At The Bac Office, Municipal Hall, Poblacion, Tuba, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. In Case There Will Be A Tie Between Bidders, All Those Who Have Passed Post-qualification And Offered The Same Financial Bid Price, A Tie-breaking Method Through “draw Lots” Will Be Used To Determine The Winning Bidder. 11. The Municipality Of Tuba Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Failure To Sign Each Page Of The Bid Form, Including The Attached Schedule Of Prices Shall Be A Ground For The Rejection Of The Bid. 13. For Further Information, Please Refer To: Arlene D. Bangit, Edith G. Labbot, Venus P. Rimando, Jennylyn T. Wakat , Helen M. Kimpa-oy And Kevin B. Yaris At The Municipal Hall, Poblacion, Tuba, Benguet From 8:00 Am To 5:00 Pm Only, Mondays To Fridays At Tel No. (074) 442-1267 And E-mail At Bac_lgutuba2020@yahoo.com. However, Any Queries Relative To The Contents Of The Bid Documents And The Project Requirements Can Only Be Made By Bidders Who Purchased The Bid Documents Not Later Than Ten (10) Days Prior To The Submission And Opening Of Bids And Have Viewed And Ordered Through Our Posting At Philgeps. 14. You May Visit The Following Website For Downloading Of Bidding Documents: Tuba.gov.ph Date Of Posting: January 27, 2025 Janet V. Mariano Bac Chairperson
Municipality Of Tuba, Benguet Tender
Others
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 839.1 K (USD 14.5 K)
Details: Description Republic Of The Philippines Province Of Benguet Municipality Of Tuba Office Of The Municipal Mayor Bids And Awards Committee (bac) Invitation To Bid For Supply & Delivery Of Other Supplies And Materials Project Id No. 2025-01-010 1. The Municipality Of Tuba, Through The Budget For The Contract Approved By The Sangguniang Bayan Under Annual Budget Cy 2025 Intends To Apply The Sum Of Eight Hundred Thirty-nine Thousand One Hundred Sixty-six Pesos (php839,166.00) For Supply & Delivery Of Other Supplies & Materials Project Identification Number 2025-01-010 (goods) Being The Abc To Payments Under The Contract For One Lot. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. Specifications: Item No. Unit Description/specification Qty Unit Cost Total Cost Item No. Unit Office/description Qty Unit Cost Total Cost Pr No. 2024-1-1236 (mo) 1 Set Easy Squeeze Mop, Heavy Duty 8 750.00 6,000.00 2 Set Tornado Mop 360 With 3 Extra Mop Head, Heavy Duty 10 550.00 5,500.00 3 Pack Detergent Powder, Active Clean,1.1kg Per Pouch, Cherry Blossom 30 160.00 4,800.00 4 Pc Dishwashing Paste Kalamansi, Anti-bacterial, At Least 400g 30 75.00 2,250.00 5 Pc Dishwashing Liquid Kalamansi, 375ml 20 120.00 2,400.00 6 Pc Bathroom Deodorizer, 100g 200 80.00 16,000.00 7 Pc Anti-bacterial, Hand Soap, Pure White, 60g/sachet 30 30.00 900.00 8 Pc Anti-bacterial Liquid Hand Soap, Pure White, 420ml, Refill 40 175.00 7,000.00 9 Pack Trash Bag, Gusseted, Thick, Large, 10 Pcs Per Pack 80 80.00 6,400.00 10 Pack Trash Bag, Gusseted, Thick, Medium, 10pcs Per Pack 40 75.00 3,000.00 11 Pcs Empty Sacks, 50kls 20 30.00 600.00 12 Pc Braided Doormat, Rectangle 80 55.00 4,400.00 13 Bot Bleach Color Safe, 3600ml 40 180.00 7,200.00 14 Can Floorwax, Water Proof, 4l/ Can 10 500.00 5,000.00 15 Bot Ethyl Alcohol Spray With Moisturizer, Antiseptic 500ml 20 120.00 2,400.00 16 Pack Green Tea Scented Bathroom Tissue Rolls, 10 Pcs/pack, 180g 175 380.00 66,500.00 17 Pc Fabcon, Antibac Refill, 740ml 20 180.00 3,600.00 18 Bot Multi Purpose Stain Removal, Thick Bleach Cleaner, 750ml 35 180.00 6,300.00 19 Pc Sponge Scrub With Foam (green & Yellow), Lasts 2x Longer, Durable Twin Pack 10 130.00 1,300.00 20 Pack Rags, 6", Assorted Colors, 10pcs/pack 10 80.00 800.00 21 Pc Doorway Footmat / Entrance Outdoor Mats, 6ft X 3ft 2 2,700.00 5,400.00 22 Pack Black Rippled Cup, 8oz, 25 Pcs Per Pack 40 340.00 13,600.00 23 Pack Barako W/ Hazelnut, 1 Kg Per Pack In Ziplock 35 650.00 22,750.00 24 Can Evaporated Filled Milk In Can, 360ml, Expiry Date: At Least December 2025 30 80.00 2,400.00 25 Pc Brown Sugar, 1kg Per Pack 25 110.00 2,750.00 26 Bot Cooking Oil, 1l, Canola In Bottle 5 260.00 1,300.00 27 Pack Milk Powder For Adult, 1kg 5 350.00 1,750.00 28 Pack Disposable Silver Paper Plates, 9" Square, 100 Pcs/pack 2 350.00 700.00 29 Pack Disposable Silver Paper Plates, 5" X 5" Round/square, 100 Pcs/pack 2 250.00 500.00 30 Pc Multipurpose Rectangular Food Serving Tray, Dark Brown In Color, Durable, Size: At Least 41cm X 30cm 10 244.00 2,440.00 30 Pack Wooden Stirrer, Individually Wrapped, 100 Pcs Per Pack 3 120.00 360.00 31 Pack Sfork, Plastic, 25 Pcs Per Pack 10 70.00 700.00 Sub Total 207,000.00 Pr No. 2024-11-1237 (mo-it) 1 Can Insecticide Spray, Multi-insect Killer, 600 Ml 2 500.00 1,000.00 2 Pack Toilet Paper With Tea Extract, 10s/pack, 180g/roll/3ply, White 20 380.00 7,600.00 3 Set Rotary Mop Bucket Set 360˚ Stainless Steel Fiber Mop Floor 1 400.00 400.00 Sub Total 9,000.00 Pr No. 2024-11-1240 (mo-cas) 1 Pcs Alcohol Spray, Ethyl,w/ Moisturizer, 70%, 500ml 24 110.00 2,640.00 2 Pack Tissue Paper, W/ Tea Extract, 10s/pack, 180g/roll, 3 Ply 12 360.00 4,320.00 3 Pack Milk And Cereal Drink, Vanilla Flavor, 30 Grams/sachet, 10 Sachet/pack 6 150.00 900.00 4 Box Mangosteen Coffee Mix Low Acid Coffee, With Mangosteen Exocarp, With High Source Of Vitamin C And Calcium, Sugar Free, 10 Sachets (10 Grams/sachet) Box 6 250.00 1,500.00 5 Pcs Rechargeable Mosquito Swatter 2 450.00 900.00 Sub Total 10,260.00 Pr No. 2024-11-1250 (mo-peso) 1 Packs Tissue Paper, With Tea Extract, 180 Grams Per Roll, 3 Ply, 10 Rolls Per Pack 6 380.00 2,280.00 2 Pieces 30 X 50 Inches, Clear, Multipurpose Plastic Bag, Thick, 4xl 50 26.00 1,300.00 3 Pieces 20 X 30 Inches, Clear, Multipurpose Plastic Bag, Thick, Xl 59 15.00 885.00 4 Bottle Alcohol, Ethyl, 70% Solution, Antiseptic With Moisturizer 500 Ml, Spray 5 120.00 600.00 Sub Total 5,065.00 Pr No. 2024-11-1251 (meo) 1 Pc Alcohol, Isopropyl W/ Moisturizer, 70%, 500ml 15 120.00 1,800.00 2 Pack Garbage Bag, Large, Black, Plastic, Gusseted Type, 10 Pcs/pack 10 60.00 600.00 3 Pcs Multi Insect Killer, Spray, Anti-dengue, 500ml 3 450.00 1,350.00 4 Pc Plastic Vacuum Flask Thermos, 2.2 L 1 650.00 650.00 5 Pcs Powdered Milk Drink, Fortified,680 Grams 2 300.00 600.00 6 Pack Toilet Tissue W/ Tea Extract, White, 3 Ply, 10 Rolls/pack, 180 G Per Roll 40 360.00 14,400.00 Sub Total 19,400.00 Pr No. 202-11-1256 (masso) 1 Pack Bathroom Tissue W/ Tea Extract, White, 3 Ply, 10s/pack, 180g/roll 26 360.00 9,360.00 2 Sachet Milk Drink, 33 Grams, Powder 55 18.00 990.00 3 Pairs Latex Coated Cotton Hand Gloves, Durable, Washable, Medium Size 100 85.00 8,500.00 4 Bottle Dishwashing Soap, Liquid, Calamansi Or Lemon, 250ml 5 80.00 400.00 Sub Total 19,250.00 Pr No. 2024-11-1257 (mbo) 1 Bottle Alcohol, Ethyl, 70% Solution, Disinfectant, Antiseptic, 500 Ml 15 120.00 1,800.00 2 Pc Dishwashing Liquid, Concentrate, 250g, Antibacterial 7 120.00 840.00 3 Can Disinfectant Spray, 510g 5 600.00 3,000.00 4 Pc Hand Liquid Soap, Antibacterial, 225ml/bottle 15 120.00 1,800.00 5 Pc Insect Repellant Spray, Water Base, Odorless, 500ml 15 480.00 7,200.00 6 Box Instant Coffee, With Moringa And Mangosteen Sweetened By Stevia, 12 Sachet/box 20 200.00 4,000.00 7 Can Milk Evaporated, In Can, 370 Ml 20 90.00 1,800.00 8 Pack Tissue Paper, With Tea Extract, 180 Grams Per Roll, 3 Ply, White, 10 Rolls Per Pack 30 360.00 10,800.00 Sub Total 31,240.00 Pr No. 2024-11-1263 (mo-hrmo) 1 Bot Alcohol, Spray With Moisturizer, 70%, 300ml 12 120.00 1,440.00 2 Pack Tissue Paper W/ Tea Extract, 180 Grams Per Roll, Soft And Fit, 3 Ply 105mm X 140 Mm/sheet, 10’s Per Pack 24 380.00 9,120.00 3 Pc Paper Cup 12 Oz (rippled) 500 6.00 3,000.00 4 Kg Coffee, Ground, A Mixture Of Half Barako & Half Arabica), Medium Roasted 12 552.00 6,624.00 5 Can Milk, Evaporated For Coffee 375 Ml, Expiry Date 2026 100 98.00 9,800.00 6 Kg Sugar, Unrefined, Muscovado 12 480.00 5,760.00 7 Box Gloves, Disposable, Nitrile, Xl Size, 100 Pcs Per Box 4 345.00 1,380.00 Sub Total 37,124.00 Pr No. 2024-11-1272 (sbo) 1 Bottle Bleach, Multi-purpose, Lemon, 500 Ml/bottle 10 70.00 700.00 2 Pc Broom, Plastic, Broomstick W/ Soft Brush Bristles 10 250.00 2,500.00 3 Galloon Car Shampoo, Per Gallon 10 350.00 3,500.00 4 Roll Cling Wrap, Food Wrap, 12 Inches X 300m 3 550.00 1,650.00 5 Kg Coffee, Ground, Per Kg, (mix Of Arabica & Barako) 15 500.00 7,500.00 6 Kg Coffee, Ground, Per Kg, (mix Arabica & Hazelnut) 10 600.00 6,000.00 7 Box Coffee, Instant, Moringa Mangosteen Stevia Coffee, 12 Sachet/box, Expiry Date Cy 2026 6 250.00 1,500.00 8 Bottle Cooking Oil, Special Pure Palm Oil, 4l/bottle 4 650.00 2,600.00 9 Pack Detergent Powder, Anti Bac, 500g/pack 35 80.00 2,800.00 10 Bottle Dishwashing Liquid, Concentrate, 240ml, Antibacterial, Removes, 99.9% Germs 25 90.00 2,250.00 11 Bottle Dishwashing Liquid, Concentrate, 790ml, Antibacterial, Removes 99.9% Germs 3 400.00 1,200.00 12 Pc Dust Pan, Quality Plastic Made, Big Size 4 120.00 480.00 13 Pc Duster, Cotton,durable 20 45.00 900.00 14 Can Floor Wax, Red Dye Wax, Long-lasting, 900g/can 6 300.00 1,800.00 15 Floor Map, With Spinner/tornado, Stainless Steel Handle, 360 Rotating Mophead 2 700.00 1,400.00 16 Pc Fly Catcher Paper, Per Sheet 15 35.00 525.00 17 Pc Foot Rug, Oblong Shape, Per Piece 60 40.00 2,400.00 18 Bottle Furniture Enhancing Polish, 330ml, Shines And Protects Wood And More, Rain Shower 6 220.00 1,320.00 19 Bottle Hand Soap, Liquid, 225ml., Antibacterial, Lemon Fresh 10 130.00 1,300.00 20 Bottle Hand Towels, Cotton, Good Quality 40 40.00 1,600.00 21 Pc Kitchen Gloves, Medium, Rubberized, Heavy Duty, Set 12 140.00 1,680.00 22 Pc Kitchen Table Cover, Oval Shape, 60”x120”, Printed, Vinyl, Thick With Plastic Cover On Top 1 1,100.00 1,100.00 23 Pc Kitchen Table Napkins, 27cm X 16cm, 100 Pulls Per Roll, White 15 90.00 1,350.00 24 Can Milk, Evaporated Filled, Color Red, Can, Big, For Coffee, Expiry Date Cy 2025-2026 60 70.00 4,200.00 25 Can Multi-insect Killer, Odorless, 500ml/can 10 450.00 4,500.00 26 Multi-purpose Cleaner, Classic, For Toilet & Stain, Anti-microbial System, Sodium Hypochlorite, Kill Germ & Viruses, Lemon Fresh, 500ml/bottle 20 170.00 3,400.00 27 Can Pail, Stainless Steel, 16 Quarts, Plain 2 600.00 1,200.00 28 Pack Paper Cups, Disposable, 8oz, 50s/pack, Plain White 25 90.00 2,250.00 29 Pot Cleaner, Stainless Steel, Regular, 30g 12 130.00 1,560.00 30 Pc Rags, Cotton, Round, Per Kilo 10 90.00 900.00 31 Pair Rainboots, Black Color, Size 7, No Heels, Pair, For Men 1 550.00 550.00 32 Rice Cooker, 2.2 Liters, Heavy Duty 2 2,400.00 4,800.00 33 Pc Scrub Sponge Mini, Heavy Duty, 75 Mm X 75mm X 30mm 15 45.00 675.00 34 Kilo Sugar, Light Brown, Per Kilo 25 90.00 2,250.00 35 Box Tea, Black Tea, 50 Pcs/box, Yellow Label, Expiry Date Cy 2026 3 250.00 750.00 36 Packs Tissue Paper,w/ Green Tea Extract, White, 180g/roll, 105mmx140mm/sheet,3 Ply, 10 Roll/bag 69 380.00 26,220.00 37 Bottle Bathroom Deodorizer, Lemon & Strawberry Scent, 100g, With Holer 6 60.00 360.00 38 Bottle Bathroom Deodorizer, 10 Lemons, 5 Strawberry & 5 Sampaguita Scent, 100g, Without Holder/refill 20 55.00 1,100.00 39 Pc Mouse./ Rat Trap, Sticky 8 60.00 480.00 40 Pack Trash Bag, Plastic, Black (11”x11”x24), 10pcs/pack 60 40.00 2,400.00 41 Pc Walis Tingting, Regular Size 5 60.00 300.00 42 Pc Adaptor, Universal 20 60.00 1,200.00 Sub Total 107,150.00 Pr No. 2024-11-1280 (menro) 1 Gal Rubbing Alcohol, 70% Solution, Antiseptic, Disinfectant With Moisturizer, Scented, By Gallon 5 600.00 3,000.00 2 Bot Alcohol Spray Bottle/container Can Refill At Least 500ml 10 75.00 750.00 3 Roll Toilet Tissue Paper, 3 Ply, 10 Rolls/pack, Soft, White With Green Tea Scent, At Least 180g 18 380.00 6,840.00 4 Box Mangosteen Coffee, Sugarfree, 1 Dozen/box, At Least 180g/box 15 350.00 5,250.00 5 Pack Milk Powdered, Fortified 5 250.00 1,250.00 6 Bot Dishwashing Liquid, Lemon Scent, At Least 475ml, Antibacterial 4 200.00 800.00 7 Pc Wall Clock, 10” L X 40” W 1 500.00 500.00 8 Doz. Plate, Melamine, Round Type, 9”, 1 Doz./set, Durable 1 750.00 750.00 9 Doz. Bowl, Melamine, Round Type, 5” 1 Doz./set Durable 1 1,000.00 1,000.00 10 Doz. Spoon, Stainless Steel, 1 Doz./set, Thick 1 250.00 250.00 11 Doz Fork, Stainless Steel, 1 Doz./set, Thick 1 250.00 250.00 Sub Total 20,640.00 Pr No. 2024-11-1283 (pnp) 1 Can Air Freshner, Lemon Scent, Can 6 89.00 534.00 2 Bottle Toilet Bowl And Urinal Cleaner, Anti-microbial System 5 50.00 250.00 3 Pack Trash Bag, Plastic, Black 940mmx1016mm 20 130.00 2,600.00 4 Pack Bathroom Tissue, With Green Tea Extract, White Ply 10 345.00 3,450.00 5 Bottle Bleach 900ml 6 65.00 390.00 6 Gallon Alcohol, Gallon 6 364.00 2,184.00 7 Pcs Measuring Tape Heavy Duty 30m X 12.5mm 2 715.50 1,431.00 8 Pcs Police Line 3 200.00 600.00 9 Pcs Dishwashing Liquid/paste 15 100.00 1,500.00 10 Pcs Disinfectant Spray 10 145.00 1,450.00 Sub Total 14,389.00 Pr No. 2024-11-1292 (mo-osca) 1 Pack Adult Plus Powdered Milk, 15 Packs, 8 Pcs Per Pack 24 130.00 3,120.00 2 Pack Tissue Paper W/ Tea Extract, 180 Grams Per Roll, 3 Ply 10 Rolls Per Pack 3 380.00 1,140.00 3 Pc Ethyl Alcohol W/ Moisturizer, 70% Solution, 500 Ml 6 120.00 720.00 Sub Total 4,980.00 Pr No. 2024-11-1294 (mto) 1 Can Disinfectant Spray, Anti-dengue Mosquito Killer 34 400.00 13,600.00 2 Box Coffee 8 In 1 15 500.00 7,500.00 3 Pc Crates, Blue, Heavy-duty Length: 52cm/20.5 Inches Width: 36.5cm/14.5 Inches Height: 32 Cm/12.5 Inches 4 700.00 2,800.00 4 Pc Dishwashing Paste, 400 Grams 10 60.00 600.00 5 Can Evaporated Milk Per Can, 370 Ml, Red 20 80.00 1,600.00 6 Bottle Floor Cleaner Antibacterial Multi-purpose, 500 Ml 5 70.00 350.00 7 Box Gloves, Disposable, 100 Pcs Per Box, Standard Size 17 500.00 8,500.00 8 Box Incense Sticks, Citronella, 20 Sticks/box 34 70.00 2,380.00 9 Pc Kitchen Towel, Microfiber 24 30.00 720.00 10 Bottle Liquid Hand Soap, Lemon, 225 Ml 51 120.00 6,120.00 11 Pc Mugs, Ceramic, Pink 17 200.00 3,400.00 12 Pack Paper Cups, 50 Pcs/pack 25 85.00 2,125.00 13 Pc Plates, Melamine, 8 Inches, Round, Blue 24 30.00 720.00 14 Pack Sugar Brown, Refined, ½ Kilo/pack 25 100.00 2,500.00 15 Pack Toilet Paper W/ Tea Extract, 10s/pack, 180g/roll, 3 Ply, White 51 380.00 19,380.00 16 Pcs Traps, Glue Board Dual Sticky 27 35.00 945.00 17 Pack Trashbag, Plastic, Black, Large, 10pcs/pack 15 50.00 750.00 18 Pack Trashbag, Plastic,black, Xl 10 Pcs/pack 15 55.00 825.00 19 Pack Trashbag, Plastic, Black, Medium, 10pcs/pack 17 45.00 765.00 20 Pack Trashbag, Plastic, Black, Small, 10 Pcs/pack 34 40.00 1,360.00 21 Pack Brush, Paint, 4” 17 150.00 2,550.00 Sub Total 79,490.00 Pr No. 2024-11-1295 (mhso) 1 Pc Absorbent Cleaning/wash Cloth, 43x33 Cm 30 60.00 1,800.00 2 Pc Bathroom Deodorizer With Holder, 100 Grams, Lemon And Apple Flavor 200 100.00 20,000.00 3 Set Bed Sheet With Pillow Case, Fitted, Double Size, Plain Color/design Cotton 10 400.00 4,000.00 4 Bottle Declogging Solution For Sink Drain & Toilet Bowl, 500 Ml 20 150.00 3,000.00 5 Pc Detergent Bar Soap, Single Pack, 138 Grams 50 25.00 1,250.00 6 Pack Detergent Powder For Washing Machine, 2 Kg/pack, With Fabric Conditioner 15 350.00 5,250.00 7 Pc Dishwashing Foam, Heavy Duty Scrub Sponge 50 25.00 1,250.00 8 Cont. Dishwashing Liquid 475ml, Lemon Concentrate 20 150.00 3,000.00 9 Can Insecticide Spray For Mosquitoes And Other Insects, Odorless, 600ml/spray Can With Nozzle 10 500.00 5,000.00 10 Pc Floor Mop, Tornado Mop With Bucket/mop Stick Inclusion: 1 Pc Pole, 1 Pc 3 800.00 2,400.00 11 Unit Floor Sweeper, Hand Push, 60 Degrees Rotating Brush Spin, Stainless Steel Handle 4 500.00 2,000.00 12 Pc Heavy Duty Plastic Drum For Infectious Waste, With Airtight Cover, 45-60l Capacity 50 500.00 25,000.00 13 Can Disinfectant Spray, 500ml/container 30 600.00 18,000.00 14 Bottle Multipurpose Cleaner, 1l, Ceramic, Marble And Tiles, Lemon & Ocean Escape 10 190.00 1,900.00 15 Pc Multi-function Cleaning Trolley Linen Cart, Can Place Mops, Buckets, Detergents, Large Capacity/layered Tool Racks 2 3,000.00 6,000.00 16 Pc Plunger, High Pressure For Drain, Sink Or Toilet Bowl 4 180.00 720.00 17 Bot Toilet Bowl Cleaner Foaming Bleach Gel 500ml-citrus 30 150.00 4,500.00 18 Pack Toilet Tissue Paper,10 Rolls W/ Board Center Spoon Pack, 3 Ply 1000 Sheets, 105mmx140mm/sheet White, 180g/roll, Individually Packed Per Roll 20 450.00 9,000.00 19 Pack Trashbag, Plastic, Black, (m), 10 Rolls/pack 200 45.00 9,000.00 20 Pc Window Cleaner With 4 In 1 With Extension Telescopic Pole, Glass Wiper, Window Cleaning Scraper, Glass Brush 5 800.00 4,000.00 21 Pc 20l Foot Pedal Pressed Trash Can Wastebasket Garbage Container Side To Side 10 350.00 3,500.00 22 Pc Floor Polisher With Hard Brush, Heavy Duty 2 2,500.00 5,000.00 23 Pc High Quality Pillow Fiber Pillow 10 200.00 2,000.00 24 Pc Toilet Bowl Brush With Holder Hard Bristles Cleaning Bathroom Scrub With Handle 5 300.00 1,500.00 Sub Total 139,070.00 Pr No. 2024-11-1303 (macco) 1 Pack Bathroom Tissue, W/ Tea Extract, 180 Grams Per Roll, 3 Ply, 10 Rolls Per Pack 33 360.00 11,880.00 2 Set Electric Mosquito Swatter (heavy Duty, Good Quality) 2 430.00 860.00 3 Bottle Multi-insect Killer Spray-500ml, Odorless Spray, Water Based, Aqua-base Technology 1 335.00 335.00 4 Bottle Insect Repellant Lotion 100ml; Dermatologically Teste; Tropical Fresh Fragrance; Provides Continuous Protection Against Dengue- Carrying Mosquitoes 15 180.00 2,700.00 Sub Total 15,775.00 Pr No. 2024-11-1306 (mo-mdrrmo) 1 Pack Paper Cups (25pcs), 12oz 52 60.00 3,120.00 2 Pack Plastic Cups (12oz) 27 30.00 810.00 3 Pack Powdered Milk, 1 Kg 20 380.00 7,600.00 4 Pack Barako Coffee, 1 Kg 15 400.00 6,000.00 5 Pack Brown Sugar, 1 Kg 15 150.00 2,250.00 6 Pack Tissue Paper W/ Tea Extract, 180 Grams Per Roll, 3 Ply, 10 Rolls Per Pack 10 380.00 3,800.00 7 Roll Trashbag, Black, 940mmx1016mm 20 140.00 2,800.00 Sub Total 26,380.00 Pr No. 2024-11-1308 (bjmp- Tuba) 1 Bottle Toilet Bowl, Cleaner, 500 Ml 2 85.00 170.00 2 Piece Bathroom Soap 30 38.00 1,140.00 3 Cont. Dishwashing Paste, 400 Grams/container 12 48.00 576.00 4 Pouch Detergent Powder, 500g/pack 4 50.00 200.00 5 Piece Led Bulb (14watts) 10 170.00 1,700.00 6 Pack Bathroom Tissue Roll (10s Per Pack) 2 170.00 340.00 7 Kilo Brown Sugar 3 60.00 180.00 8 Kilo Barako W/ Hazelnut 3 400.00 1,200.00 9 Pack Trashbag, Black, (medium/large)10 Pcs/roll/pack 25 85.00 2,125.00 10 Box Mosquito Coil 12s 10 30.00 300.00 11 Gallon Bleach 4 200.00 800.00 12 Piece Toothpaste, 22g, Twin Pack Sachet 35 10.00 350.00 13 Piece Stan Fan, (standard) 1 1,600.00 1,600.00 14 Piece Led Sensor Lamp Mosquito Insect Killer Bt-10w 1 1,350.00 1,350.00 15 Piece Kitchen Exhaust Fan, 12 Inches 1 1,416.00 1,416.00 Sub Total 13,447.00 Pr No. 2024-11-1319 (mo-bac) 1 Bottle Alcohol, 70% Isopropyl, 500ml, Antiseptic With Moisturizer, Spray Type 30 130.00 3,900.00 2 Piece Dishwashing Paste, Anti-bacterial, With Sponge, 400 Grams 4 70.50 282.00 3 Bottle Disinfectant Spray Aerosol Type, 500 Grams 4 600.00 2,400.00 4 Can Insecticide Spray, Multi-insect Killer, 600ml 5 550.00 2,750.00 5 Pack Tissue, 10 Rolls/pack, With Green Tea Extract 6 380.00 2,280.00 6 Pack Trash Bag, Medium Size, 10pcs/pack 6 100.00 600.00 7 Pack Trash Bag, Large Size, 10pcs/pack 5 132.00 660.00 8 Bottle Liquid, Hand Soap, Antibacterial, 500ml/bottle 7 304.00 2,128.00 Sub Total 15,000.00 Pr No. 2024-11-1332 (mpdo) 1 Pieces Extension Cord, 6 Gang With Individual Switch, 5m Wire, Max. Capacity 2500w, With Voltage Surge Protector, 1 Circuit Breaker 4 1,500.00 6,000.00 2 Bottles Alcohol, Ethyl, 70%, Scented, 500ml, Antiseptic Ab Disinfectant, Sanitizing, With Moisturizer And Floral Scent, 300 Ml With Spray Bottle 33 110.00 3,630.00 3 Packs Bathroom Tissue, Green Tea,white, 3 Ply, 10s/pack, 180grams/roll 33 374.00 12,342.00 4 Pcs Brush, Soft Brush Multi-functional Soft Bristle Brush With Long Handle For Efficient Dusting Of Sofa, Furniture 3 250.00 750.00 5 Pcs Computer Cleaning Kit,multi-functional Cleaning Kit For Keyboard 7 350.00 2,450.00 6 Kg Coffee Grounds, Mixture Of Arabica And Hazelnut 5 650.00 3,250.00 7 Pcs Dishwashing Liquid, Concentrate, 250g, Antibacterial 3 120.00 360.00 8 Pcs Dishwashing Scrub With Foam, Sponge, Heavy Duty Sponge 3pcs/pack 2 150.00 300.00 9 Pcs Door Pvc Mat Rubberized, Non-skid, Non- Slip 5 100.00 500.00 10 Bottles Hand Soap, Liquid, Antibacterial, 250ml/bottle, Lavender Scented 3 120.00 360.00 11 Packs Garbage Bags- Medium/pack 5 120.00 600.00 12 Pieces Garbage Bins With Revolving/swing Top Lid 5 300.00 1,500.00 13 Boxes Instant Coffee, Moringa Mangosteen Stevia Coffee Sugar Free, (15g X 10 Sachets/box) 5 180.00 900.00 14 Boxes Instant Coffee,cafe Arabica, 12.1g, 100% Arabica, (12.1g X 10 Packet/box) 5 200.00 1,000.00 15 Packs Powdered Milk-33g Fortified Flavored Powdered Milk Drink, 10 Sachets/pack 5 150.00 750.00 16 Packs Kitchen Paper Towels, 2 Ply, 2 Rolls/pack 10 150.00 1,500.00 17 Pcs Broom And Dustpan 1 500.00 500.00 18 Bottles Multi Insect Killer/mosquito Repellant Spray 500ml 2 440.00 880.00 19 Pcs Background Cloth/bac Drop, Polyester Cloth 50ft X 10ft/piece: Colors: Black, Light Gray, Rust/beige 3 1,000.00 3,000.00 20 Pcs Artificial Flowers For Wal;l Decorations – Rose Vein Flowers With Green Leaves Hanging. Materials: Silk Flowers, Leaves, Plastic Vine, Approx. 27.5” Length With Flowers Diameter Of 2.1”. With Flowers Colors: Pink, Red, White 20 100.00 2,000.00 Sub Total 42,572.00 Pr No. 2024-11-1335 (comelec) 1 Bottle Alcohol, Isopropyl, 70% Solution, Scented, 500 Ml 8 95.00 760.00 2 Pack Tissue, Toilet Paper With Tea Extract 3 Ply 10 Rolls/pack, 180g/roll 8 380.00 3,040.00 3 Pc Aerosol, Air Freshener, Spray, 320ml 2 300.00 600.00 4 Pack Trashbag, Gpp Specs, Black, 10 Pcs. Per Roll/pack, Large 5 145.00 725.00 5 Bottle Dishwashing Liquid, 250ml, With Anti-bac 4 165.00 660.00 Sub Total 5,785.00 Pr No. 2024-11-1338 (bplo) 1 Bottle Alcohol, Ethyl, 70% Solution, Disinfectant, Antiseptic, 500ml, Spray 40 150.00 6,000.00 2 Pack Tissue, Bathroom, W/ Tea Extract, White, 3 Ply, 10s/pack 12 360.00 4,320.00 3 Pack Garbage Bag, Large, 50pcs/pack, Durable And Safe, High Density Polyethylene, Harmless, Heavy Duty, No Smell, Tear Resistant, Extra Thick, Leak-proof, Puncture Resistant 5 400.00 2,000.00 4 Pack Garbage Bag, X-large, 50pcs/pack, Durable And Safe, High Density Polyethylene, Harmless, Heavy Duty, No Smell, Tear Resistant, Extra Thick, Leak-proof, Puncture 5 400.00 2,000.00 5 Pcs Doormat, Outdoor, Durable, Non-slip Rubber, 55x35cm 6 200.00 1,200.00 6 Bottle Disinfectant Spray, Kills Over 100-illness Causing Germ, Kills 99.9 Of Fungi, Viruses, And Bacteria Including Viruses That Cause Cold And Flu & Covid-19 Virus In 10 Minutes, Kills & Control The Growth Of Mold & Mildew For Up To A Week, Eliminates Odors At The Source, 170g, Early Morning Breeze, Fresh Blossom, Circuit Meadows) 6 250.00 1,500.00 7 Bottle Insecticide Spray, Multi Insect Killer, Fragrance Free, Fast Acting Formula, Indoor And Outdoor Use, 700ml 6 496.50 2,979.00 Sub Total 19,999.00 Pr No. 2024-11-1343 (mcr) 1 Pcs Floor Mop With Squeezer And Water Bucket, Heavy Duty 1 1,800.00 1,800.00 2 Box 5 In 1 Coffee, 12 Sachet/box 8 450.00 3,600.00 3 Bottle Alcohol, Ethyl, 70%, 500ml W/ Moisturizer 5 120.00 600.00 4 Pack Garbage Bag, Xl, Black, 10 Per Pack/roll 1 116.00 116.00 5 Bottle Multi-insect Spray Killer, Water Based, 500ml 1 665.00 665.00 6 Pack Toilet Tissue, Green Tea Bathroom Tissue, 3 Ply, 10 Roll/pack 105mm X 140mm/sheet/roll; Wt. 180g 18 380.00 6,840.00 Sub Total 13,621.00 Pr No. 2024-11-1347 (mo-tourism) 1 Bottles Alcohol, Ethyl With Moisturizer, 70% Spray Bottle, 500ml 6 145.00 870.00 2 Packs Tissue Paper W/ Tea Extract, 180g/roll, 3 Ply, 10s/pack 3 360.00 1,080.00 3 Pieces Milk Powdered Drink, Fortified, 33 Grams 75 15.00 1,125.00 4 Packs Cups, Paper, 8 Oz., 50pcs/pack 6 65.00 390.00 5 Packs Stirrer, Wooden Stirrer, Individually Wrapped, 5.5 Inches Deep, 100pcs/pack 2 55.00 110.00 Sub Total 3,575.00 Pr No. 2024-11-1350 (mo-ias) 1 Bottle Alcohol, 70% Solution, Spray Bottle, 500 Ml/bottle, With Moisturizer 10 120.00 1,200.00 2 Can Multi-insect Killer, Long Lasting Protection, 500 Ml Per Can 5 517.00 2,585.00 3 Pack Tissue Paper, With Tea Extract, At Least 180g Per Roll, 3 Ply, 10 Rolls Per Pack 6 380.00 2,280.00 Sub Total 6,065.00 Pr No. 2024-11-1358 (mo-vet) 1 Pc Alcohol Spray, 70% Ethyl, 500ml Bottle 40 120.00 4,800.00 2 Pack Tissue Paper, With Tea Extract, 180g, 3 Ply, 10rolls/pack 18 380.00 6,840.00 3 Pair Rubber Boot/rainboot, White, Size 8 7 490.00 3,430.00 4 Can Disinfectant Spray 12 700.00 8,400.00 Sub Total 23,470.00 Pr No. 2024-12-1374 (dilg) 1 Pack Tissue (toilet Paper With Tea Extract, 10s/pack, 180 G/roll, 3 Ply, White) 10 360.00 3,600.00 2 Bottles Alcohol 10 120.00 1,200.00 3 Can Insect Killer (500ml, Water-based, Fast Killing Power, Odorless) 3 400.00 1,200.00 Sub Total 6,000.00 Pr No. 2024-12-1379 (mswdo) 1 Packs Bathroom Tissue, W/ Tea Extract, White, 3 Ply, 10s/pack 24 380.00 9,120.00 2 Pieces Ethyl Alcohol With Moisturizer, 70% Solution, 500 Ml 12 120.00 1,440.00 3 Kg Brewed Coffee 1 600.00 600.00 4 Cans Evaporated Milk, 360g. 4 50.00 200.00 5 Packs Powdered Creamer 400g 2 200.00 400.00 6 Packs Drip Coffee, 10 Flavors In 1 Pack, Net Weight 150 Grams 2 250.00 500.00 7 Pieces Powdered Malt Drink 24g 30 14.00 420.00 8 Pieces Powdered Milk Drink, 33grams, Swack Pack 35 17.00 595.00 9 Pieces Disposable Paper Cup 10 Oz. 62 2.00 124.00 10 Bottles Dishwashing Liquid 2 150.00 300.00 11 Pieces Lotion Effective Protection From Dengue Mosquitoes 100 Ml. (expiration Of 2 Years) 9 230.00 2,070.00 12 Pieces Mosquito Mat Starter Pack (1 Heater + 5 Mats) Original 4 200.00 800.00 13 Pieces Black Plastic Garbage Bag, Large 50 4.60 230.00 14 Sets 10 Meter Extension Cord With Wheel, Max Load: 2,500 Watts, Voltage: 250v 2 2,590.00 5,180.00 15 Pieces Heavy Duty Stock Box With Wheels, Green Cover Extended Handle, Ergonomic Handles, 70 Liters 2 2,000.00 4,000.00 Sub Total 25,979.00 Pr No. 2025-01-026 (mago) 1 Packs Tissue Paper W/ Tea Extract, 180g/roll, 3 Ply, 10s/pack 27 380.00 10,260.00 2 Bots Soluble Coffee In Bottle, 50g 3 250.00 750.00 3 Packs Ground Coffee For Brewing, 1 Kilo/pack 3 600.00 1,800.00 4 Kgs Sugar, Brown, 1 Kilo 3 110.00 330.00 5 Pack Wooden Coffee Stirrer, 1000pcs/pack 1 250.00 250.00 6 Packs Milk Powder Drink, Fortified, 33gms, 10 Pieces/pack 10 150.00 1,500.00 7 Packs Coffee Creamer, Original, 5g, 12 Pcs/pack 10 80.00 800.00 8 Bags Ldpe Bag Transparent, 19x31 Inchers, .001 Thickness, 100pcs/bag 2 1,855.00 3,710.00 9 Packs Cups, Paper, 8oz., 25 Pcs/pack 30 65.00 1,950.00 10 Pcs Isopropyl Alcohol Scented, 70% With Moisturizer, With Sprayer, 500 Ml 27 120.00 3,240.00 Sub Total 24,590.00 Delivery: Should Be At Least 50% Within 15 Days & 100% Within 30 Days Grand Total 839,166.00 Note: Supplier Should Package And Label The Items To Be Delivered By Office Or As Grouped In The Specifications. 2. The Municipality Of Tuba Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Thirty (30) Calendar Days Upon Receipt Of The Notice To Proceed ( At Least 50% Within 15 Days & 100% Within 30 Days). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Municipality Of Tuba And Inspect The Bidding Documents At The Address Given Below During Office Hours (8:00 Am To 5:00 Pm, Monday To Friday Except Holidays). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025, At The Bac Office, Municipal Hall, Poblacion, Tuba, Benguet From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (php 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees [official Receipt And Order Payment). 6. The Municipality Of Tuba Through Bac Will Hold A Pre-bid Conference On February 5, 2025 At The Bac Office, Municipal Hall, Poblacion, Tuba, Benguet. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On Or Before February 19, 2025 At 8:30 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 Itb Clause 14. 9. Bid Opening Shall Be On February 19, 2025 At 9:00 A.m. At The Bac Office, Municipal Hall, Poblacion, Tuba, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. In Case There Will Be A Tie Between Bidders, All Those Who Have Passed Post-qualification And Offered The Same Financial Bid Price, A Tie-breaking Method Through “draw Lots” Will Be Used To Determine The Winning Bidder. 11. The Municipality Of Tuba Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Failure To Sign Each Page Of The Bid Form, Including The Attached Schedule Of Prices Shall Be A Ground For The Rejection Of The Bid. 13. For Further Information, Please Refer To: Arlene D. Bangit, Edith G. Labbot, Venus P. Rimando, Jennylyn T. Wakat , Helen M. Kimpa-oy And Kevin B. Yaris At The Municipal Hall, Poblacion, Tuba, Benguet From 8:00 Am To 5:00 Pm Only, Mondays To Fridays At Tel No. (074) 442-1267 And E-mail At Bac_lgutuba2020@yahoo.com. However, Any Queries Relative To The Contents Of The Bid Documents And The Project Requirements Can Only Be Made By Bidders Who Purchased The Bid Documents Not Later Than Ten (10) Days Prior To The Submission And Opening Of Bids And Have Viewed And Ordered Through Our Posting At Philgeps. 14. You May Visit The Following Website For Downloading Of Bidding Documents: Tuba.gov.ph Date Of Posting: January 28, 2025 Janet V. Mariano Bac Chairperson
Jetrichov Municipality Tender
Civil And Construction...+1Civil Works Others
Czech Republic
Closing Date12 Feb 2025
Tender AmountCZK 19.6 Million (USD 814.5 K)
Details: The Subject of the Public Contract for Construction Works is the First Stage of Revitalization of the Surroundings of the Building, Which Serves as the Function of the Municipal Office, Elementary School and Kindergarten. The Area Under Construction Includes the Forecourt of the Existing Municipal Office Building, the Adjacent Area Leading to the Sports Fields. The Public Contract Includes Paved and Unpaved Areas, Garden Arrangements, Small Buildings Complementing the Function of the Public Space (Park Pergola, Water Features, Retaining Walls, Benches, Etc.) and the Distribution of Engineering Networks. This Public Contract Includes The Following Construction Objects: So 00 Rough Landscaping, Demolition, So 03 Pergola So 05 Water Feature So 08 Roads And Paved Areas So 10 Final Landscaping And Garden Landscaping So 11 Retaining Walls, Stairs And Furniture So 21.23.24 Water Supply And Sewerage So 31 Public Lighting Vrn Additional Budget Costs The Revitalization Of The Designated Territory Will Develop The Green-Blue Infrastructure Of The Municipality And Increase The Ecosystem Services Of The Residential Green Area, In Particular Then By Development, I.e. Expansion Of Public Space, Improvement Of The Microclimate Within The Newly Created Public Space And Retention Of Rainwater At The Place Of Fall. The Contracting Authority Further Requires That Access (Albeit Limited) And Supply Of Building No. 126, Where The School, Kindergarten And Municipal Office Are Located, Be Maintained As Part Of The Implementation Of The Subject Of The Contract. Therefore, The Contracting Authority Prefers The Works Associated With The Implementation Before This Object During The Summer Holidays Of 2025 (i.e. July And August). The Subject Of The Public Contract Is Described In Detail In The Call And Further In: -Project Documentation At The Construction Stage (dps) – See. Annex No. 6 Of The Call; -List Of Works, Supplies And Services With Addressed Statement Of Dimensions (Constitutes Annex No. 7 Of The Call).
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 ____________________________
EQUAL EMPLOYMENT OPPORTUNITY COMMISSION Tender
Others
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation Part 12, Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Contracting Officer Is Utilizing Policies And Procedures Prescribed In Part 12, Acquisition Of Commercial Products And Commercial Services. Solicitation Number Rfq 45310025q0008 Is Issued As A Request For Quotation (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01 Effective On November 12, 2024. Convention Centers, Hotels, And Other Full Service Facilities That Can Satisfy The Requirements Listed Below Are Encouraged To Submit A Quotation. Quotations From Third-party Entities Will Not Be Considered. This Solicitation Is Considered An Unrestricted Procurement. the U.s. Equal Employment Opportunity Commission Office Of Field Programs, State, Local And Tribal Programs Has A Requirement For A Contractor To Provide Meeting Facilities, Rental Of Audio Visual Equipment/support Services, Food And Beverages, Business Services And Lodging To Conduct A Four-day Joint Fepa-tero Conference. The United States Equal Employment Opportunity Commission (eeoc) Is Conducting A Joint Training Conference For Fair Employment Practices Agencies (fepas) And Tribal Employment Rights Offices (teros). the Government Anticipates With A Minimum Of 225 Attendees And An Anticipated Maximum Of 250 Attendees. To Be Eligible For Consideration, The Contractor’s Proposed Facility For The Seminar Must Be Located In Downtown Phoenix, Arizona. the Government Contemplates The Award Of A Firm-fixed Price (ffp) Contract. the Quotation Package Shall Include The Following Line Items In A Written Quotation: (fy 2025): Contract Line Item Number: Clin 0001, Rental Of Conference Space – Quantity 4 Days Each (see Below List Of Conference Space Requirements), Unit Price $ , Total Clin 0001 $ ; clin 0002, Food And Beverage Services (see Below List Of Food And Beverage Requirements, Unit Price $ Per Person Rate Per Day, Unit Price $ , Total For Clin 0002, $ . clin 0003, Rental Of Audio Visual Equipment And Technical Support – Quantity 4 Days Each (see Below List Of Audio Visual Requirements), Unit Price $ , Total For Clin 0003 $ ; clin 0004, Business Services Expenses – 4 Days (see Below List Of Business Services Requirements), Unit Price $ ____, total For Base Period Clin 0004 $ . Total Price For Clins 0001 Through 0004: $ the Preferred Dates For Consideration In Order Of Preference June 1-june 5, 2025 (1st Choice), June 8-june 12, 2025, (2nd Choice), And July 13-july 17, 2025 (3rd Choice). please Indicate Availability For Each Date In The Technical Portion Of The Quotation. No Other Dates Or Combination Of Dates Will Be Considered By The Government. the Conference Provides For Meeting Space For Training Sessions, Along With Food And Beverage Service For Buffet Breakfast, Buffet Lunch, And Morning And Afternoon Breaks. Registration Starts Monday From 8:30am To 4:30pm Et. The Conference Starts Tuesday And Wednesday 7:30 Am To 6:00 Pm Et, Thursday, 7:30am To 1:30pm Et. a Contract Will Be Awarded To The Responsible Quoter Whose Quotation Represents The Best Value To The Government. The Prospective Contractor Must Be Registered In The System For Award Management (sam) Database At The Time The Quotation Is Submitted. Registration Is Free And Can Be Completed On-line At Http://www.sam.gov. Each Quotation Must Clearly Indicate The Capability Of The Quoter To Meet The Requirements Specified In This Combined Synopsis/solicitation. general Requirements: The Following Requirements For The Training Facility Are Specified In Terms Of Minimum Requirements. Accessibility: Americans With Disabilities Act (ada) Requirements: All Facilities, Including Training Rooms And Rest Rooms And Audio-visual Equipment, Must Be Fully Accessible To Individuals With Disabilities In Compliance With The Americans With Disabilities Act Amendments Act. Accommodations For Disabled Individuals May Include, But Are Not Limited To, Accessible Parking Spaces, Elevators, Adequate Sound Systems, Wide Aisles And Wheelchair Ramps. A Site Visit May Be Conducted By The Disability Business And Technical Assistance Centers (dbtac) Prior To The Award Of The Contract. Parking: There Must Be Adequate Free Or Low Cost On-site Parking For All Participants. Confirmation Policy: The Eeoc Anticipates The Need For Sleeping Rooms On Sunday Through Thursday. Eeoc Will Require The Hotel Contact Person To Provide A Listing Of Registered Participants With Reserved Sleeping Rooms Prior To The Lodging Date To Verify The Rooming List As It Develops. Amendments And/or Substitutions May Be Necessary. description Of Facility And Minimum Requirements the Following Requirements For Lodging And Conference Space Are Minimum Requirements: Lodging: Guest Rooms Shall Be Located Onsite. The Facility Shall Be Centrally Located Within No More Than Three Blocks Walking Distance Of Area Retail, Restaurants, And Attractions. The Contractor Shall Provide A List Of All Local Restaurants Within A Ten-minute Walk From The Contractor’s Facility. lodging Payment Arrangements: Participants Will Contact The Hotel Individually To Obtain Room Scheduling And Shall Be Responsible For Payment Of Individual Guest Rooms And All Incidental Charges Upon Checkout. Payment Amount For Lodging Cannot Exceed, On A Daily Basis, The Maximum Per Diem Rate In Effect In Accordance With The Federal Travel Regulations Including Taxes, Gratuities, And Other Costs. Charges For Incidental Expenses Such As Telephone Charges And Room Service Will Be The Responsibility Of Individual Guests. local Transportation: The Contractor Shall Also Provide A List Of Options For commuting From And To All Airports And Railroad Stations (if Applicable) Within The area. If The Contract Facility Provides Shuttle Service, Contractor Shall Indicate If the Service Is Free Or What The Fee Is For The Service. Also, Indicate If The Shuttle service Is Wheelchair Accessible. room Rate: The Contractor Shall Provide The Sleeping Rooms For Eeoc Staff And Presenters At Or Below The Federal Government’s Domestic Per Diem Rate Which Is Available On-line At Http:/www.gsa.gov. The Facility Will Not Require Advance Payment From Conference Participants Covering The First Night Of Lodging. Guest Rooms Shall Be Located Within The Same Building As The Meeting Rooms. guest Rooms: Individual Travelers Will Schedule And Pay For Their Guest Room Nights. The Schedule And Range Of Guest Rooms Anticipated For This Conference Are As Follows: sunday, 35 Sleeping Rooms monday, 250 Sleeping Rooms tuesday, 250 Sleeping Rooms wednesday, 250 Sleeping Rooms thursday, 65 Sleeping Rooms friday, 0 Sleeping Rooms clin 0001 – Conference Space – Meeting Facilities: All Meeting Rooms Shall Be Wheelchair Accessible. The Meeting Facility Shall Be Available For Consecutive Nights And Consecutive Days As Specified Below: conference Will Be Held Monday Through Thursday On The Dates Provided Previously. the Following Meeting Spaces/rooms Shall Be Available Throughout The Conference: registration Area: Registration Area Shall Be Near The Main Plenary Room(s) And Will Include Two Skirted Eight-foot Tables, Configured As Follows: Two Tables Next To Each Other To Accommodate Training Materials. The Facility Shall Provide Signage Identifying The Conference Location Within The Hotel. Set Up Shall Be Completed By 12:00 P.m. Et On Monday. The Registration Area Must Remain Set Up And Available Throughout The Duration Of The Conference. secured Office/working Room: A Secure Office Or Working Room Is Needed Where Conference Materials Can Be Assembled, Sorted, And Stored. This Will Also Be Used As A Work Area For Staff. The Room Must Include At Least Two Six-foot Tables And Trash Receptacles. Telecommunication Requirements Include Electrical Outlets And Internet Access. two Plenary Meeting Rooms: Large Plenary Meeting Room Shall Accommodate Up To 250 People Set In Classroom Style With No More Than Two People Per Six-foot Tables Or 3 People Per Eight-foot Tables Which Are Covered And Skirted. Spacing Between Rows Of Seating Shall Be sufficient For Easy Wheelchair Access. Two Six-foot, Covered And Skirted Head Tables On A Stage With Four Moveable Chairs And Podium With Microphone. The Stage Shall Have Steps With A Handrail On One Side And Shall Be Wheelchair Accessible With A Low To Moderate Incline. The Tables Shall Include Writing Paper, Pens, And Water With Glasses For The Participants At The Start Of The Morning And Refreshed For The Afternoon Sessions. There Shall Be Sufficient Space At The Back Of The Room To Place Additional Chairs, If Needed. Room Will Be Available Between 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday, And 7:30 Am – 1:30 Pm Et On Thursday. medium Plenary Meeting Room Shall Accommodate Up To 100 People Set In Classroom Style With No More Than Two People Per Six-foot Tables Or 3 People Per Eight-foot Tables Which Are Covered And Skirted. Spacing Between Rows Of Seating Shall Be Sufficient For Easy Wheelchair Access. two Six-foot, Covered And Skirted Head Tables On A Stage With Four Moveable Chairs And Podium With Microphone. The Stage Shall Have Steps With A Handrail On One Side And Shall Be Wheelchair Accessible With A Low To Moderate Incline. The Tables Shall Include Writing Paper, Pens, And Water With Glasses For The Participants At The Start Of The Morning And Refreshed For The Afternoon Sessions. There Shall Be Sufficient Space At The Back Of The Room To Place Additional Chairs, If Needed. Room Will Be Available Between 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday, And 7:30 Am – 1:30 Pm Et On Thursday. breakout Rooms: Four Breakout Rooms To Accommodate At Least 65 People Each, Set In Classroom Style With No More Than Two People Per Six-foot Table Or 3 People Per Eight-foot Table Which Are Covered And Skirted Or Round Tables Of 6-8 People Per Table. Each Table Shall Contain Writing Paper, Pens, Ice Water With Glasses, Candy Or Mints For Participants. Tables Shall Be Refreshed For Afternoon Sessions. All Chairs Shall Be In Working Order, Free From Soil And Able To Move Easily. There Shall Be Enough Space Between Tables To Maneuver A Wheelchair. The Hotel May Provide The Large Plenary Meeting Room And Medium Plenary Meeting Room As Two Of The Four Breakout Rooms. All Breakout Rooms Will Be Available 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday, And 7:30 Am – 1:30 Pm Et On Thursday. small Group Meeting Room: This Meeting Room Shall Accommodate Up To 30 People Set In A U-shape Style With Tables That Are Covered And Skirted. The Tables Shall Include Writing Paper, Pens, And Water With Glasses For The Participants At The Start Of The Morning And Refreshed For The Afternoon Sessions. There Shall Be Sufficient Space At The Back Of The Room To Place Additional Chairs, If Needed. Room Will Be Available 8:00 Am – 7:00 Pm Et On Monday; 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday; And 7:30 Am – 6:30 Pm Et On Thursday. all Meeting Rooms Must Have A Suitable Sound System So All Participants May Hear And Ask Questions Of The Speakers. Both Meeting Rooms Should Be Arranged Classroom Style With Chairs And Tables For Writing And Handouts. All Chairs And Tables Shall Be In Acceptable Condition (the Furniture Is Not Broken, Soiled, Rusted Or Damaged In Any Way That Would Injure The Individual Or Damage Clothing). Aisle Space, Including The Space Between Tables And Desk, Need To Be Accessible For Persons In A Wheelchair. Walls Should Be Constructed In Such A Manner That They Confine Inside Sound And Reduce Or Prevent The Transmission Of Extraneous Sound. Both Rooms (including Luncheon Area) Should Be Equipped With A Working Sound System Which May Be Controlled By The Speaker And Which Projects Equally To All Areas Of The Room. Rooms Should Be Configured To Allow Every Participant A Clear View Of The Speaker And All Visual Aids. Each participant Should Have A Clear View Of At Least One Of The Projection Screens In Use. Rooms Should Be Well Lit To Accommodate Extensive Reading And Writing And All Lighting Should Be Uniform And Should Not Produce A Glare. Heating And Air Conditioning Should Provide A Comfortable Level Of Air Quality And Room Temperature When Rooms Are At The Maximum Capacity. Rooms Should Be Refreshed After Each Session And Debris Removed. clin 0002 – Food And Beverage Service: Buffet Breakfast To Be Served On Tuesday, Wednesday, And Thursday Between [approximate Time Of Service: 7:30 A.m. And 9:00 A.m. Et] And To Include A Protein (such As Eggs And/or Meat), A Potato Dish, Assorted Pastries, Breakfast Breads, Bagels And Cream Cheese, Sliced Fresh Fruit And Yogurt, Freshly Brewed Coffee, Decaffeinated Coffee, Tea, Hot Water And Assorted Fruit Juices. morning Break To Be Served On Tuesday, Wednesday And Thursday Between [approximate Time Of Service: Tbd] And Shall Include, At A Minimum Refresher Of Coffee, Tea And Water. buffet Luncheon To Be Served On Tuesday And Wednesday Between [approximate Time Of Service: 11:45 A.m. And 1:15 P.m. Et]. Buffet Shall Be Set Up Outside The Large Plenary Meeting Room And Individuals Will Be Permitted To Bring Food Back Into The Large Plenary Meeting Room For Consumption. Typical Lunch Must Consist Of Chicken Or Comparable Entree, Seasonal Vegetables (an Offering Sufficient To Serve As Main Meal For Vegetarians And Vegans), A Starch, Bread Or Rolls/butter, Dessert, Juices, Coffee, Decaffeinated Coffee And Iced Tea. Please Provide Recommended Lunch Buffet Menus, With Prices Per Person Served With Regular And Decaffeinated Coffee, Water And Tea (iced Or Hot). afternoon Break Is To Be Served On Tuesday And Wednesday Between [approximate Time Of Service: Tbd] To Include Assorted Drinks, Bottled Water, Herbal Teas Along With A Snack That May Consist Of Cookies And/or Brownies, Whole Fruit, Or Chips. Provide Recommended List Of Beverages And Snacks And Their Related Prices. small Group Food And Beverage – Only Needed On Monday And Thursday Afternoon [approximate Time Of Service: Tbd]. The Estimated Number Of People Receiving This Service Is Up To 30 People And Is Subject To Change. small Group Breakfast To Be Served On Monday Between [approximate Time Of Service: 7:30 a.m. And 9:00 A.m. Et] And To Include A Protein (such As Eggs And/or Meat), A Potato Dish, Assorted Pastries, Breakfast Breads, Bagels And Cream Cheese, Sliced Fresh Fruit And Yogurt, Freshly Brewed Coffee, Decaffeinated Coffee, Tea, Hot Water And Assorted Fruit Juices. Please Provide Recommended Breakfast Menus, With Prices Per Person Served. small Group Luncheon To Be Served On Monday Between [approximate Time Of Service: 11:45 a.m. And 1:15 P.m. Et]. Typical Lunch Must Consist Of Chicken Or Comparable Entree, Seasonal Vegetables (an Offering Sufficient To Serve As Main Meal For Vegetarians And Vegans), A Starch, Bread Or Rolls/butter, Dessert, Brewed Coffee, Decaffeinated Coffee, Juices And Iced Tea. Please Provide Recommended Lunch Menus, With Prices Per Person Served. small Group Afternoon Break Is To Be Served On Monday [approximate Time Of Service: Tbd Et] To Include Assorted Drinks, Bottled Water, Herbal Teas Along With A Snack That May Consist Of Cookies And/or Brownies, Whole Fruit, Or Chips. Provide Recommended List Of Beverages And Snacks And Their Related Prices. small Group Afternoon Break Is To Be Served On Thursday [approximate Time Of Service: Tbd Et] To Include Assorted Drinks, Bottled Water, Herbal Teas Along With A Snack That May Consist Of Cookies And/or Brownies, Whole Fruit, Or Chips And A Hot Or Cold Food Item. Provide Recommended List Of Beverages, Snacks And Hot Or Cold Food Item And Their Related Prices. quoter Should Also Submit An All-day Food And Drink Package With A Per Person Rate Per Day. All Food And Beverage (f&b) Services Need To Be Located In Areas Accessible To Individuals With Disabilities. The Luncheon Should Be Arranged So That All Individuals Can Be Seated And Served Sufficiently. pricing For Food And Beverages Shall Include The Price For The Item(s), Plus The Gratuity (service Charge), And A Statement From The Contractor Indicating Whether The U.s. Government Is Exempt From State Tax, If Applicable. The Eeoc Is A Tax Exempt Federal Agency; Please Do Not Include Any Sales Tax In Quotations For Which The Federal Government Is Exempt. the Contracting Officer Representative (cor) Will Contact The Contractor Within 72 Hours Of The Event To Confirm The Number Of Participants. The Contractor Shall Provide Food And Beverage For A Minimum Of 250 Participants Each Day. The Contractor Shall Invoice The Eeoc At The Agreed Upon Rates For Meeting Room Rental, Audio Visual Equipment, Food And Beverages, And Business Services. Charges For Food And Beverage Service Shall Be Reflected On The Invoice As The Cost Incurred Per Person. clin 0003 – Rental Of Audio Visual Equipment And Technical Support: The Following Services And Audiovisual Equipment Will Be Required: large Plenary Meeting Room – Needed On Tuesday, Wednesday And Thursday. podium With Wired Microphone; Laptop Computer With Internet Connection [1 Each] hand-held Cordless Microphone [2 Each] table Top Microphone For Table Next To Podium [3 Each] mixer With Sufficient Tracks To Amplify Speech And Sound Audible To Entire Audience Gathered In The Meeting Room. projection Package Linked To Podium Laptop Computer. projection Screens Appropriate For Size Of Meeting Room [2 Each] av Package (movable Cart, Power Cord And Power Strip) technical Assistance In Setting Up All Equipment, Including Splitters In Order To Assure That All Registrants Can Hear And See All Presentations. equipment And Av Package Including A Technician To Enable Live Streaming Of Plenary Speaker(s) To Audience Participating Remotely. av Technician To Monitor And Maintain Speech And Sound At Audible Levels During Meetings Held In Meeting Space. medium Plenary Meeting Room – Needed On Tuesday, Wednesday And Thursday. podium With Wired Microphone; Laptop Computer With Internet Connection [1 Each] hand-held Cordless Microphone [2 Each] table Top Microphone For Table Next To Podium [3 Each] mixer With Sufficient Tracks To Amplify Speech And Sound Audible To Entire Audience Gathered In The Meeting Room. projection Package Linked To Podium Laptop Computer. projection Screens Appropriate For Size Of Meeting Room [2 Each] av Package (movable Cart, Power Cord And Power Strip) technical Assistance In Setting Up All Equipment, Including Splitters In Order To Assure That All Registrants Can Hear And See All Presentations. av Technician To Monitor And Maintain Speech And Sound At Audible Levels During Meetings Held In Meeting Space. breakout Room(s) – Needed On Tuesday, Wednesday And Thursday. If Hotel Only Provides Two Additional Breakout Rooms, Hotel Will Allow For Large Plenary And Medium Plenary Rooms To Be Repurposed For The Use Of Serving As Breakout Rooms. requirements For Room: podium With A Hand-held Wireless Microphone That Can Attach To The Podium. [1 Each] projection Screen Appropriate For Size Of Meeting Room [1 Each] av Package (movable Cart, Power Strip And Cord). small Group Meeting Room – Needed On Monday And Thursday. Requirements For Room: projection Screen Appropriate For Size Of Meeting Room [1 Each] projection And Av Package To Allow For Laptop To Be Connected And Projected On To Screen. the Contractor Must Submit A Detailed Pricelist For The Audio-visual Equipment And Technical Support, Including High Speed Wireless (wi-fi) Internet Access, And Electrical connections. Also, Include The Price For The Items, Inclusive Of An Hourly Rate And The Number Of Labor Hours With Breaks Included In A Day Rate For Audio Visual Support Services (if Needed), Plus The Gratuity/service Charge. clin 0004 – Business Services. Wi-fi Access For Presenters In Meeting Spaces: High Speed Wi-fi Connectivity For Presenters In All Meeting Spaces (large Plenary, Medium Plenary, Breakout Rooms, Small Group Meeting Room, Secured Office/working Room). business Center: Business Office Support (copying, Faxing, Etc.) May Be Required Throughout The Conference. Hotel Must Provide A Pricing List For Copying, Faxing, Shipping, And Receiving Charges For The Hotel To Include Any Surcharges And Taxes. receipt And Storing Of Materials: The Hotel Shall Have Procedures And Facilities In Place To Receive And Store All Conference Materials Shipped In Overnight Mail. Charges For This Service Shall Be Included In The Business Center Charges. pre-conference Meeting And Conditions: A Pre-conference Meeting Either Via Telephone, Zoom/teams, Or In-person To Be Held At The Contractor’s Facility To Discuss The Objectives Of The Conference, Meet Staff Responsible For Implementing The Contract And Address Any Questions Regarding Elements Of The Statement Of Work, Within A Mutually Agreed Upon Time Prior To The Start Of The Conference. signage: Signs And Floor Plans Directing Participants To The Meeting Rooms Shall Be Provided By The Facility. This Shall Include A Daily Electronic Announcement Board, Announcing The 2025 Joint Eeoc-fepa-tero Training Conference. The Electronic Board Shall Easily Be Visible To Participants And Identify Meeting Room Locations. other: It Is Anticipated That Some Additional And/or Miscellaneous Expenses Might Be Incurred During The Conference Such As Service And Set Up Charges, Electrical Hook-up Fees, And Other Necessary But Unpredictable Expenses Which May Arise During The Conference. All Anticipated Charges For Additional Work Or Deliveries Of Requirements Outside Of Those Stated In The Government Contract Must Be Approved By The Cor And Communicated To The Government’s Contracting Officer In Writing Prior To Acceptance Of The Related Invoice And Payment Processing. the Facility Shall Agree To Allow The Eeoc To Bring In Audio-visual And Other Equipment And Connect These To The Facility’s Audio Visual/public Address System, As Necessary. Reporting Requirements pre-award Reporting: In Their Quotation, The Quoter Must Submit A Detailed Breakdown Of All Cost To Include Lodging Rates, Meeting Space, Food And Beverage, Av Equipment, Labor And Service Costs, And Any Other Miscellaneous Charges, Which Are Necessary For The Success Of The Conference. Prior To Conference Reporting: The Contractor Will Provide The Designated Eeoc contact With Online Access To Hotel Reports With Information About Confirmed Room Reservations Or An Electronic List Of All Hotel Confirmation Numbers For All Participants, Staff And Presenters On A Weekly Basis Prior To The Conference. during Conference Reporting: In Addition To Pre-conference Meeting, There Will Be A Daily Reconciliation Of All Charges Incurred With The Eeoc Designated Representative. The Charges Will Include Food And Beverage, Av Equipment And Labor, Telecommunication And Business Center Charges. post Conference: The Contractor Shall Submit A Final Invoice Covering All Charges Within Five (5) Business Days After The Completion Of The Conference. The Contractor Shall Submit A Detailed Report With The Invoice That Consist Of The Following: Room Usage By Date And Attendee, Detailed Av Charges By Meeting Room And A Detailed Breakdown By Day For All Food And Beverage Charges And A Grand Total By Category For Reconciliations Of The Event. Period Of Performance period Of Performance-the Base Period Is From Date Of Award Through Execution Of The Fy 2025 Joint Fepa-tero Conference. contract Administration-inspection And Acceptance the Contracting Officer’s Representative (cor) Under The Resulting Contract Shall Be Designated At The Time Of The Contract Award. method Of Payment: The Preferred Payment Method Is Payment By Government-wide Commercial Purchase Card. The Contractor Is To Apply Charges To Government Purchase Card Only After Final Invoice Has Been Accepted And Reconciled By The Cor. cancellation: Should Eeoc Elect To Cancel This Contract, Eeoc Will Provide A Written Notification To The Contractor No Later Than Sixty (60) Calendar Days Prior To The Scheduled Event. By Receipt Of This Cancellation Notice, The Contractor Agrees To Release Eeoc From Any Cancellation Penalties Or Charges. If There Is A Cancellation Within Sixty (60) Calendar Days Of The Scheduled Event Date, Paragraph (l) Termination For The Government’s Convenience Or (m) Termination For Cause Of Far Clause 52.212-4, Contract Terms And Conditions - Commercial Items Will Govern. submission Of Quotation: All Interested Parties Shall Submit With Their Quotation A Detailed Breakdown Of All Costs To Include Conference Space, Rental Of Audiovisual Equipment And Technical Support, Food And Beverage Service, Business Services, And Any Other Miscellaneous Services And Equipment Which Are Necessary For The Success Of The Seminar. In Addition, A Price Quotation Utilizing Attachment 1, Quotation Response Form, Shall Be Included. Quotations Shall Be Submitted In Three (3) Separate Volumes As Follows: Volume 1 - Technical Capability; Volume 2 - Past Performance; And Volume 3 - Price. Pricing Must Be Submitted Using The Line Item Structure In The Above Schedule Of Supplies And Services Of This Rfq. A Separate Attachment May Be Included In Volume 3 For Pricing Information On Menu Items, Transportation, Parking, Applicable Tax Rates, And Sleeping Room Rates. Your Quotation In Response To Rfq 45310025q0008 Is Due January 17th, 2025 At 12:00 P.m. Et. Quotations Will Be Accepted Via E- Mail. If Electronic Copy Of The Quotation May Be Submitted Via E-mail, Addressed To Melisza.coates@eeoc.gov. questions: Questions Regarding This Request For Quotation Should Be Submitted To Melisza Coates, Contract Specialist Via E-mail At Melisza.coates@eeoc.gov. Telephone Inquiries Or Responses Are Not Acceptable. The Deadline For Submission Of Questions Regarding 45310025q0008 Is January 10, 2025, 12:00 P.m. Et. Any Questions Received After The Above Mentioned Date And Time Will Not Be Considered. The Government Will Not Reimburse Interested Parties For Any Cost Associated With Responding To This Business Opportunity. All Responsible Sources May Submit A Quotation Which Shall Be Considered By The Agency. The Anticipated Contract Award Date Is On Or Before February 28, 2025. basis For Award: The Government Intends To Award A Firm Fixed-price Contract To The Responsible Quoter Whose Quotation Is Responsive To The Solicitation And Is Determined To Be The Best Value To The Government, Using The Tradeoff Approach. Selection Of The Best Value To The government Will Be Achieved Through A Process Of Evaluating The Strengths And Weaknesses Of Each Quoter’s Quotation Against The Below Described Evaluation Criteria. In Determining The Best Value To The Government, The Technical Capability And Past Performance Evaluation Criteria, When Combined, Are More Important Than The Evaluated Price. The Government Is More Concerned About Obtaining A Superior Technical Capability Quotation Than Making An Award At The Lowest Evaluated Price. However, The Government Will Not Make An Award At A Price Premium It Considers Disproportionate To The Benefits Associated With The Evaluated Superiority Of One Technical And Management Quotation Over Another. Thus, To The Extent That Quoter’s Technical And Past Performance Quotations Are Evaluated As Close Or Similar In Merit, The Evaluated Price Is More Likely To Be A Determining Factor. evaluation Factors For Award: The Following Factors Shall Be Used To Evaluate Quotations. These Factors Are Listed In Their Relative Order Of Importance: Technical Capability, Past Performance, And Price. factor I – Technical Capability: contract Requirements quotations Will Be Evaluated On The Quoter’s Ability To Provide All The Contract Requirements Regarding Meeting Space, Food And Beverage, Audio-visual Equipment And Technical Support, Lodging, And Secured Storage. Quotations Must Address The Quoter’s Ability To Meet Ada Requirements For Accessibility As It Relates To Meeting Space, Lodging And Parking. Quotations Will Be Evaluated On The Quality Of The Customer Services Provided, The Layout Design And Quality Of The Facilities As Reflected By The Physical Layout And Atmosphere Of Meeting Space, Amenities Such As Free Wi-fi In The Conference Space, And Upkeep Of The Facilities. location. Quotations Will Be Evaluated On The Ability Of The Quoter To Provide A Facility In Downtown Phoenix, Arizona With Adequate Low Cost Or Free On-site Parking For Participants And Presenters. availability Of Dates. Quoters Will Be Evaluated On The Ability Of The Quoter To Provide The Required Services On The Dates Requested. Additional Consideration Will Be Given To Quoters Who Can Provide The Required Services On The Preferred (1st Choice) Dates. availability Of Government Rates: Quotations Will Be Evaluated On The Ability Of The Quoter To Provide The Required Lodging At Or Below The Government Rate Or Market Value For All Conference Participants And Presenters. meeting Space: Quotations Will Be Evaluated On The Ability Of The Quoter To Provide The Required Meeting Spaces Within The Statement Of Work. factor Ii – Past Performance: the Quoter Must Provide References For A Minimum Of Three (3) Government Or Non-government Contracts Which Provide The Same Or Similar Services; Contract Must Have Been Awarded Within The Past (3) Years. The Information For Each Reference Shall Include The Following: name And Address Of Government Agency And Other Non-government Client; name, Title, Email And Telephone Number Of Contracting Officer Or Other Point Of Contact; name, Title, Email And Telephone Number Of Client’s Program Manager, If Applicable; contract Number, Period Of Performance, And Total Dollar Value Of Contract; And description Of Services Provided. list Any Problems Encountered On Each Contract And The Contractor’s Corrective Actions. eeoc Will Evaluate Past Performance Based On Timeliness, Customer Service And Corrective Actions Taken (if Necessary). A Quoter Without A Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available Will Not Be Evaluated Favorably Or Unfavorably On Past Performance. factor Iii – Price: the Price Quotation Will Be Evaluated Against The Independent Government Price Estimate. Evaluation Of Quotations Will Consider The Following Pricing Information: Pricing Provided For All Line Items Listed In The Schedule Of Supplies And Services Of This Solicitation In The Units And Format Provided. supplemental Agreements – If Any Hotel Submitting A Quotation Has Any Supplemental Agreements, Those Agreements Must Be Submitted With Their Quotation. If The Hotel Requires Signature Of A Supplemental Agreement That Was Not Submitted With The Quotation, The Quotation Will Be Rejected. site Visits: The Eeoc Reserves The Right To Conduct A Site Visit Of All Quoters Who Are Rated To Be Technically Acceptable. The Site Visit Will Review And Evaluate The Same Technical Items Identified In The Technical Capabilities Portion Of The Technical Evaluation Factors. notice: The Government Intends To Evaluate Quotations And Make Award Without Discussions (except Clarifications As Described In Far 15.306(a)). Therefore, The Quoter’s Initial Quote Should Contain The Vendor’s Best Terms From A Price And Technical Standpoint. The Government Reserves The Right To Conduct Discussions, If The Contracting Officer Later Determines Them To Be Necessary. The Government Also Reserves The Right To Conduct A Site Visit Prior To Award. applicable Provisions And Clauses: The Provisions At 52.212-1, Instructions To Offerors – Commercial Products And Commercial Services Applies To This Acquisition. 52.212-2, Evaluation-commercial Products And Commercial Services, The Vendor Shall Include A Completed Copy Of The Provisions At 52.212-3, Offeror Representations And Certifications - Commercial Products And Commercial Services With Your Quote. The Clause 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services And Clause 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Order-commercial Products And Commercial Services, Clause 52.203.6, Restrictions On Subcontractor Sales To The Government, Clause 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreement Or Statement, Clause 52.204-23, Prohibition On Contracting For Hardware, Software And Services Developed Or Provided By Kaspersky Lab Covered Entities, Clause 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment, Clause 52.204-10 Reporting Executive Compensation And First –tier Subcontract Awards, Clause 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractor’s Debarred, Suspended, Or Proposed For Debarment, Clause 52.209.10, Prohibition On Contracting With Inverted Domestic Corporations, Clause 52.222- 3 Convict Labor, Clause 52.222-19 Child Labor – Cooperation With Authorities And Remedies, Clause 52.222-21, Prohibition Of Segregated Facilities, Clause 52.222-26 Equal Opportunity, Clause 52.222-35 Equal Opportunity For Veterans, Clause 52.222-36 Equal Opportunity For Workers With Disabilities, Clause 52.222-37 Employment Reports On Veterans, Clause 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act, Clause 52.222-41, Service Contract Labor Standards, Clause 52.222- 50 Combating Trafficking In Persons, Clause 52.222-52, Exemption From Application Of The Service Contract Labor Standard To Contracts For Certain Services-certification, Clause 52.226-8 Encouraging Contractor Policies To Ban Texting Messaging While Driving, Clause 52.225-13 Restrictions On Certain Foreign Purchases, Clause 52.232-33, Payment By Electronic Funds Transfer – System For Award Management Are Incorporated By Reference, Clause 52.232-40, Providing Accelerated Payments To Small Business Subcontractors. Clause 52.233-3 Protest After Award And Clause 52.233-4 Applicable Law For Breach Of Contract Claim. to Obtain The Above Provision/clauses In Full Text, Please Visit Https://www.acquisition.gov/far. Method Of Payment: Electronic Funds Transfer. rev. 004_10-01-2018
City of Pride Tender
Electrical and Electronics...+1Electrical Works
Czech Republic
Closing Date12 Feb 2025
Tender AmountCZK 7.5 Million (USD 310.1 K)
Details: General Definition of the Subject of the Public Contract The subject of the public contract is construction work on the improvement of the public space in the vicinity of building No. 118 in Příbor. The design of the new public space connects Freudovu and Nádražní streets, which involves the connection of the sidewalk and stairs to the connected streets, especially on Nádražní street. The space is designed as paved and is defined by the original position of the access gate between building No. 118 and the retaining stone wall, which serves as a fence between plots No. 111 and 112 in KU Příbor. It is further defined by the northeastern facade of building No. 118 and the retaining stone wall, which is parallel to Nádražní street. At the northeastern facade of building No. P. 118 A Bicycle Roof Is Designed. The Stone Retaining Wall, Which Lines Nádražní Street and Is In Unsatisfactory Condition, Will Be Replaced With A Monolithic Reinforced Concrete Core, The Stones From The Original Wall Will Be Used For The Exterior Walling. The Shape Of The Retaining Wall Will Be Preserved From The Street View. At The Connection Point On Nádražní Street (At Object No. 415), The Retaining Wall Will Be Demolished. Construction Objects of the Construction: - So 01 - Paved Areas - So 02 - Reconstruction of the “Station” Retaining Wall - So 03 - Roofing of the Cyclopoint - So 04 - Retention Tank - So 05 - Rainwater Sewerage - So 06 - Water Supply Connection - So 07 - Furniture, Greenery - So 08 - Finishing of Part of the Stone Wall Between Plots No. 111 and 112 Part of the Subject of the Public Contract Fulfillment Is the Delivery and Installation of a Design Drinking Fountain (see Budget So 07 - Items No. 39 and 40). The Specific Type of Drinking Fountain Was Approved by the State Monument Preservation Authority. The Delivery of the Drinking Fountain Will Be Provided by the Contracting Authority During the Construction. Suppliers in the Item Budget So 07 Will Value Item No. 40 at the Value of CZK 0. (This Value Is Already Prescribed In The Budget.) The Installation Of The Drinking Fountain, Including All Related Works, Will Be Provided By The Contractor (so 07 Item No. 39). The Documentation Of The Actual Construction Will Include, Among Other Things, The Survey And All Documents (In Appropriate Formats) Necessary For Insertion Into The Digital Technical Map Of The Moravian-Silesian Region (dtm Msk). More Details In The Project Documentation And The List Of Construction Works, Supplies And Services With A Statement Of Dimensions, Which Are An Integral Part Of The Tender Documentation.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents
Details: Sources Sought sources Sought Notice this Sources Sought Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation Or As An Obligation Or Commitment By The Government. This Notice Is Intended Strictly For Market Research. This Is A Sources Sought Request Only. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. the Department Of Veterans Affairs Visn 10 Network Contracting Office 10, Serving Indiana, Michigan, And Ohio Va Medical Centers, Is Conducting A Market Survey To Help Determine The Availability And Technical Capability Of Qualified Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, Small Businesses, And/or Hubzone Small Businesses Capable Of Serving The Needs Identified Below. This Sources Sought Notice Is For Open Market As Well As Federal Supply Schedule Services. the Purpose Of This Notice Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification/socioeconomic Status (service-disabled Veteran Owned Small Business, Veteran Owned Small Business, Women Owned Small Business, Hub Zone, 8(a), Small Business, Or Large Business), Relative To Naics 621320. Responses To This Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It Will Be Announced On The System For Award Management (sam) Federal Business Opportunities Website Https://sam.gov/content/home At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Announcement. your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. please Note That This Is Not A Request For Proposal; No Solicitation Exists At This Time. project Requirments: background the Visn 10 Va Medical Facilities Have A Need To Purchase Nonpersonal Services To Provide Optical Dispensing For The Va Medical Centers (vamc), Community Based Outpatient Clinics (cbocs), And Other Clinics Located Through The State Of Ohio And Its Surrounding States. the Visn 10 Va Medical Facilities Are Seeking To Procure Optical Dispensing Services That Can Meet Or Exceed Our Required Specifications. As A Result Of This Sources Sought And Market Research, A Solicitation Will Be Publicly Posted To Sam.gov As Well As Sent To Interested Vendors Regarding This Requirement. The Goal Of This Sources Sought Is To Establish If There May Be Any Small Business Vendors That Can Satisfy This Requirement. Please Advise If You Can Provide The Service. Please Submit All Information To Contract Specialist Thomas Bellamy Via E-mail At Thomas.bellamy@va.gov No Later Than 3:00 P.m. Eastern Daylight Time On Tuesday, January 28, 2025. anticipated Period Of Performance: March 26, 2025, Through March 25, 2026, With One (1) Option Year. the Intended Delivery Period Is To Be Determined. confidentiality Of Information in Accordance With Far 52.227-14(b), The Contractor Shall Guarantee Strict Confidentiality Of The Information/data That It Is Provided By The Government During The Performance Of The Contract. The Government Has Determined That The Information/data That The Contractor Will Be Provided During The Performance Of The Contract Is Of A Sensitive Nature And Cannot Be Disclosed In Any Manner. the Contractor, In Whole Or In Part, Can Only Make Disclosure Of The Information/data, After The Contractor Receives Prior Written Approval From The Contracting Officer. Whenever The Contractor Is Uncertain With Regard To The Proper Handling Of Information/data Under The Contract, The Contractor Shall Obtain A Written Determination From The Contracting Officer. interested Firms Responding To This Sources Sought Notice Must Adhere To The Following: (a) Provide A Capability Statement Demonstrating Relevant Experience, Skills, And Ability To Fulfill The Government's Requirements For The Above. The Capability Statement Should Contain Sufficient Detail For The Government To Make An Informed Decision Regarding Your Capabilities; However, The Statement Should Not Exceed 10 Pages. (b) The Capability Statement Must Identify The Responder's Business Type And Size. (c) The Capability Statement Must Provide Company Name And Address, Point Of Contact, Phone/fax/email And Naics Code(s). (d) All Capability Statements Must Be Submitted To Contract Specialist Thomas Bellamy Via E-mail At Thomas.bellamy@va.gov No Later Than 3:00 P.m. Eastern Daylight Time On Tuesday, January 28, 2025. this Notice Is Not A Request For Proposals. This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization S Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation May Be Published In Sam. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation. confidentiality: No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s). a Determination By The Government To Proceed With The Acquisition As A Set-aside Is Within The Discretion Of The Government. If Capability Statements Are Not Received From At Least Two Responsible Businesses By The Response Date Or If The Government Determines That No Small Business Concerns Are Capable Of Performing This Requirement Based Upon An Evaluation Of The Capability Statements Submitted, The Government May Proceed With A Full And Open Competition. ohio Optical Dispensing Services part 1 general Information general: this Is A Nonpersonal Services Contract To Provide Optical Dispensing Services For The Va Medical Centers (vamcs), Community Based Outpatient Clinics (cbocs), And Other Clinics Located Through The State Of Ohio And Its Surrounding States. The Government Shall Not Exercise Any Supervision Or Control Over The Personnel Performing The Services Described Herein. Such Personnel Shall Be Accountable Solely To The Contractor Who, In Turn, Is Responsible To The Government.
description Of Services/introduction: the Contractor Shall Provide All Personnel, Equipment, Supplies, Off-site Facilities, Transportation, Tools, Materials, Supervision, And Other Items And Nonpersonal Services Necessary To Fitting, Ordering, Adjusting, Conducting Minor Repairs, And Education For Dispensing Eyeglasses To Veterans In The Ohio Va Service Area, As Defined In This Performance Work Statement (pws), Except For Those Items Specified As Government-furnished Property And Services. The Government Will Provide Spaces For Performance, And Others Will Be Furnished By The Contractor (within 10 Miles And No Greater Than A 20-minute Drive From The Servicing Va Facility Address).
background: the Veterans Integrated Service Network (visn) 10 Prosthetics Program Fabricates Eyeglasses For The Visn 10 Vamcs And Their Supporting Cbocs And Clinics. While The Eyeglasses Are Manufactured At The Visn 10/12 Optical Lab, Visn 10 Requires On-site Dispensing Services Or, Where There Is A Lack Of Clinic Space, Requires Off-site Dispensing Services. These Dispensaries Will Serve Various Functions. The Contractor Shall Provide All Labor, Equipment, Materials, Supplies, And Supervision Necessary For Eyeglass Dispensary Services, To Include Functions Such As Fitting, Ordering, Adjusting, Dispensing, Repairing (minor), And Education Of Veterans.
1.3 Scope Summary:
the Government Intends To Enter Into One (or More) Indefinite Delivery Indefinite Quantity Contract(s) That Clearly Outline The Contractor S Obligations Regarding Ordering And Dispensing Eyewear To Veterans Within The Framework Of Established Va Guidelines And Practices. visn 10 Anticipates Awarding One (1) (or More) Firm-fixed Price Contract(s). The Awarded Contract(s) Will Contain One (1) Base Period And Two (2) Option Periods (see Price Schedule For Performance Periods).
the Sites Covered By This Requirement Shall Include Vamcs, Cbocs, And Clinics, As Detailed In Section 1.5.5 Below.
1.4 Period Of Performance:
to Be Determined.
1.5 General Information:
1.5.1 Quality Control: the Contractor Shall Develop And Maintain An Effective Performance Monitoring Plan To Ensure Services Are Performed In Accordance With This Pws. The Contractor Shall Develop And Implement Procedures To Identify, Prevent, And Ensure Non-recurrence Of Defective Services. 1.5.2 Quality Assurance:
the Government Shall Evaluate The Contractor S Performance Under This Contract In Accordance With The Quality Assurance Surveillance Plan (qasp). This Plan Is Primarily Focused On What The Government Must Do To Ensure That The Contractor Has Performed In Accordance With The Performance Standards. It Defines How The Performance Standards Will Be Applied, The Frequency Of Surveillance, And The Minimum Acceptable Defect Rates. 1.5.3 Recognized Holidays: new Year S Day Labor Day
martin Luther King Jr. S Birthday Columbus Day
president S Day Veteran S Day
memorial Day Thanksgiving Day
juneteenth Independence Day Christmas Day
independence Day **and Any Other Day Declared By The President Of The United States As A Federal Holiday** 1.5.4 Hours Of Operation:
the Schedule Of Days And Hours Of Operation Shall Be Mutually Agreed Upon Between Contractor And Government. Section 4.0.3 Of This Pws Establishes The Minimum Number Of Days Of Operation Per Week At Each Location; The Contractor Shall Provide These Services On Weekdays. On The Days The Contractor Provides Optician Services, Said Services Shall Be Available During The Same Hours The Site (i.e., Vamc, Cboc, Or Clinic) Is In Operation Or Open For Appointments. For Those Sites Where Optician Services Are Provided Five Days Per Week, Monday Through Friday, If The Contracting Officer S Representative (cor) Determines The Volume Of Optical Orders Warrants Additional Coverage, The Contractor Shall Be Responsible For Providing Optician Services On Saturdays As Well. For Locations That Are Open Fewer Than Five Days Per Week, The Contractor Shall Establish Consistent Days And Hours Of Operation. Additionally, During The Weekdays In Which An Optician Is Not On-site, The Contractor Shall Make An Alternative Ordering Location Available To Veterans. The Contractor Is Not Responsible For Conducting Business On The Recognized Holidays Listed In Section 1.5.3, Or When The Government Facility Is Closed Due To Local Or National Emergencies, Administrative Closures, Or Similar Government-directed Facility Closures Or Moves. The Contractor Must At All Times Maintain An Adequate Workforce For The Uninterrupted Performance Of All Tasks Defined Within This Pws When The Government Facility Is Not Closed For The Reasons Discussed In This Section. An Adequate Workforce Includes Operating Hours As Well As Staffing Levels To Support Workload Demand. When Hiring Personnel, The Contractor Shall Keep In Mind That The Stability And Continuity Of The Workforce Are Essential To Successful Performance.
1.5.5 Place Of Performance:
the Work To Be Performed Under This Contract Will Be Performed At/nearby*:
chillicothe Vamc
17273 State Route 104, Chillicothe, Oh 45601
athens Cboc
510 West Union Street, Athens, Oh 45701
cambridge Cboc
2146 Southgate Pkwy., Cambridge, Oh 43725
lancaster Cboc
1550 Sheridan Drive, Suite 100, Lancaster, Oh 43130
portsmouth Cboc
840 Gallia Street, Portsmouth, Oh 45662
marietta Cboc
418 Colgate Drive, Marietta, Oh 45750
wilmington Outreach Clinic
448 West Main Street, Wilmington, Oh 45177
â
â
cincinnati Vamc
2929 Highland Avenue, Cincinnati, Oh 45220
bellevue Cboc
103 Landmark Drive, Suite 300, Bellevue, Ky 41073
florence Cboc
7310 Turfway Road, Suite 540, Florence, Ky 41042
hamilton Cboc
1755-c South Eire Highway, Hamilton, Oh 45011
lawrenceburg Cboc
1600 Flossie Drive, Greendale, In 47025
clermont County Cboc
4600 Beechwood Road, Cincinnati, Oh 45244
georgetown Cboc
474 Home Street, Georgetown, Oh 45121
â
â
louis Stokes Cleveland Vamc
10701 E. Boulevard, Cleveland, Oh 44106
akron Cboc
55 W. Waterloo, Akron, Oh 44319
canton Cboc
733 Market Avenue South, Canton, Oh 44702
new Philadelphia Cboc
1260 Monroe Avenue - Suite 1a, New Philadelphia, Oh 44663
lake County Va Cboc
35000 Kaiser Court, Willoughby, Oh 44094
east Liverpool/calcutta Cboc
15655 State Route 170 - Suite A, Calcutta, Oh 43920
lorain Cboc
5275 North Abbe Road, Elyria, Oh 44035
sandusky Cboc
1912 Hayes Avenue, Sandusky, Oh 44870
mansfield Cboc
1025 South Trimble Road, Mansfield, Oh 44906
youngstown Cboc
1815 Belmont Avenue, Youngstown, Oh 44505
parma Cboc
8787 Brookpark Road, Parma, Oh 44141
ravenna Cboc
6751 N. Chestnut St, Ravenna, Oh 44266
warren Cboc
1460 Tod Ave Nw, Warren, Oh 44485 chalmers P. Wylie Ambulatory Care Center (acc)
420 N. James Road, Columbus, Oh 43219
newark Cboc
1855 W. Main Street, Newark, Oh 43055 grove City Cboc
5775 N. Meadows Drive, Grove City, Oh 43123 zanesville Cboc
2800 Maple Avenue, Zanesville, Oh 43701 marion Cboc
1203 Delaware Avenue, Marion, Oh 43224
â dayton Vamc
4100 W. Third Street, Dayton, Oh 45428
lima Cboc
1303 Bellefontaine Avenue, Lima, Oh 45804
richmond Cboc
1010 N. J Street, Richmond, In 47374
springfield Cboc
512 South Burnett Road, Springfield, Oh 45505
middletown Cboc
4337 North Union Road, Middletown, Oh 45005 *these Locations May Change Throughout The Life Of The Contract As The Needs Of The Va Change. This Contract Covers Any Site Moves Or Government-furnished Space Changes Deemed Fair And Reasonable By The Administrative Contracting Officer (co).
1.5.6 Type Of Contract:
the Government Intends To Award One (or More) Indefinite Delivery Indefinite Quantity Contract(s).
1.5.7 Security Requirement And Background Checks:
the Contractor Shall Be Given Beneficiary Information That May Include The Veteran S Name, Residential Address, Telephone Number, And Social Security Number. Beneficiary Information Is Confidential And Is Protected Under The Privacy Act Of 1974 And The Healthcare Insurance Portability And Accountability Act Of 1996 (hipaa). Any Individual Making Unauthorized Disclosures May Be Criminally Liable For Violations Under The Acts. The Contractor Shall Not Use Or Further Disclose Beneficiary Information In A Manner That Would Violate The Federal Privacy And Confidentiality Statutes. The Contractor Shall Receive Privacy Training Before Performance Begins On This Contract And Annually Thereafter Through The Va S Training Management System (tms). Completion Certificates Shall Be Faxed To The Cor. Any Electronic Communication That Includes Hipaa Information Shall Be Done Through Pki Encrypted E-mail.
once Tms Training Is Completed And Training Certificates For The Required Information Security And Privacy Training Courses Are Provided To The Cor, And The Visn 10 Unified Access Request Form Has Been Submitted By The Cor, The Contractor May Be Granted Access To The Veterans Health Information System Technology Architecture (vista) And/or Previous Prescription Data Needed For Prescriptions, Troubleshooting Fitting, Etc. The Appropriate Access Is Determined By The Cor.
the Contractor Shall Maintain Positive Control Over Any Government-issued Items, Including But Not Limited To The Following:
keys
government Computers
sample Eyeglass Frames
fax Machines (where Applicable) all Items And Government Areas Shall Be Secured When Not In Use. 1.5.8 Special Qualifications:
vendor Will Be Qualified To Educate And Assist The Veterans In The Proper Choice, Use, And Care Of Their Eyewear. In Addition To Frame Selection, The Vendor Will Be Responsible For All Measurements And Fitting Of Eyewear. Appropriate State Licensure/certifications Will Be Required If Deemed Necessary By The State Where The Vamc, Cboc, Or Clinic Is Located. Vendor Shall Provide Appropriate Professional Business License(s) Within The State Or States Required Per Each Facility Serviced. Vendor Shall Also Comply With Any Other Federal, State, And Local Law Applicable To The Industry. 1.5.9 Post Award Conference/periodic Progress Meetings:
the Contractor Agrees To Attend Any Post Award Conference Convened By The Contracting Activity, In Accordance With Federal Acquisition Regulation Subpart 42.5. The Co, Cor, And Other Government Personnel, As Appropriate, May Meet Periodically With The Contractor To Review The Contractor's Performance. At These Meetings, The Co Will Apprise The Contractor Of How The Government Views The Contractor's Performance And The Contractor Will Apprise The Government Of Problems, If Any, Being Experienced. Appropriate Action Shall Be Taken To Resolve Outstanding Issues. These Meetings Shall Be Attended At No Additional Cost To The Government. 1.5.10 Contracting Officer S Representative (cor):
the Cor Will Be Identified By Separate Letter. The Cor Monitors All Technical Aspects Of The Contract And Assists In Contract Administration. The Co Will Issue A Letter Of Delegation To The Cor And A Copy Will Be Provided To The Contractor. This Delegation Will State The Responsibilities And Limitations Of The Cor. The Cor Is Not Authorized To Change Any Of The Terms And Conditions Of The Contract.
1.5.11 Key Personnel: the Follow Personnel Are Considered Key Personnel By The Government:
contracting Officer
contracting Officer S Representative a Prosthetics And Sensory Aids Service (psas) Representative Will Be Located At Each Of The Vamc Facilities. The Contact Information For The Psas Representative Will Be Provided To The Contractor Upon Contract Award. A Psas Representative Has The Exclusive Responsibility For Determining Eligibility And Necessity For Va Prosthetic Goods And Services (e.g., Eyeglasses). The Psas Representative Also Coordinates And Resolves Problems Related To Such Goods And Services. Any Matter That Cannot Be Resolved By A Psas Representative Will Be Referred To The Cor. Any Matter Than Cannot Be Resolved By A Cor Will Be Referred To The Co. the Contractor Shall Provide A Contract Manager Who Shall Be Responsible For The Performance Of The Work. The Name Of This Person And An Alternate Who Shall Act For The Contractor When The Manager Is Absent Shall Be Designated In Writing To The Co. The Contract Manager Or Alternate Shall Have Full Authority To Act For The Contractor On All Contract Matters Relating To Daily Operation Of This Contract. The Contract Manager Or Alternate Shall Be Available During Regular Working Hours, Monday Through Friday (and Saturday, If Applicable At The Location) Except On The Recognized Holidays Listed In Section 1.5.3 Or When The Government Facility Is Closed Due To Local Or National Emergencies, Administrative Closures, Or Similar Government-directed Facility Closures Or Moves.
1.5.12 Identification Of Contractor Employees:
all Contract Personnel Attending Meetings, Answering Government Telephones, And Working In Other Situations Where Their Contractor Status Is Not Obvious To Third Parties Are Required To Identify Themselves As Such To Avoid Creating An Impression In The Minds Of Members Of The Public That They Are Government Officials. They Must Also Ensure That All Documents Or Reports Produced By Contractors Are Suitably Marked As Contractor Products Or That Contractor Participation Is Appropriately Disclosed. All Contract Personnel Shall Wear Identification On The Outside Of Their Attire While Under Performance Under This Contract. The Identification Tag Shall Indicate That He Or She Is A Contractor And Include His Or Her First And Last Name. These May Be Either Government (contractor Personal Identity Verification) Or Contractor-issued Identification Tags. 1.5.13 Contractor Required Dress Code:
all Employees Involved In The Performance Under This Contract Shall Dress In Accordance With The Policies Of The Vamc, Cboc, And/or Clinics At Which They Perform Under The Contract. part 2
definitions & Acronyms
2.0 Definitions And Acronyms
2.0.1 Definitions: acceptable Quality Level (aql). The Aql Expresses The Allowable Variation From The Standard That Will Result In An Acceptable Level Of Quality (100% Unless Otherwise Stated) That Is The Maximum Allowable Error Rate Or Variation From The Standard. contractor. A Supplier Or Vendor Awarded A Contract To Provide Specific Supplies Or Service To The Government. The Term Used In This Contract Refers To The Prime.
contracting Officer. A Person With Authority To Enter Into, Administer, And/or Terminate Contracts, And Make Related Determinations And Findings On Behalf Of The Government. The Co Is The Only Individual Who Can Legally Bind The Government.
contracting Officer S Representative (cor). An Employee Of The U.s. Government Appointed By The Co To Administer The Contract. Such Appointment Shall Be In Writing And Shall State The Scope Of Authority And Limitations. This Individual Has Authority To Provide Technical Direction To The Contractor As Long As That Direction Is Within The Scope Of The Contract, Does Not Constitute A Change, And Has No Funding Implications. This Individual Does Not Have Authority To Change The Terms And Conditions Of The Contract. dispensed: Prosthetic Devices Will Be Considered Dispensed When The Veteran Has Been Contacted For Pick-up Or The Device Has Been Mailed. If The Contractor Is Unable To Make Contact With The Veteran On The First Attempt, The Contractor Shall Make A Documented Second Attempt Within Five (5) Business Days. After Two Failed Attempts To Reach The Veteran Via Telephone, The Contractor Shall Send A Letter To The Veteran Informing Him Or Her The Eyeglasses Are Ready For Pickup.
defective Service. A Service Output That Does Not Meet The Standard Of Performance Associated With The Performance Work Statement.
key Personnel. Contractor Personnel That Are Evaluated In A Source Selection Process And That May Be Required To Be Used In The Performance Of A Contract By The Key Personnel Listed In The Pws. When Key Personnel Are Used As An Evaluation Factor In Best Value Procurement, An Offer Can Be Rejected If It Does Not Have A Firm Commitment From The Persons That Are Listed In The Proposal.
quality Assurance. The Government Procedures To Verify That Services Being Performed By The Contractor Are Performed According To Acceptable Standards.
quality Assurance Surveillance Plan (qasp). An Organized Written Document Specifying The Surveillance Methodology To Be Utilized By The Government For Surveillance Of Contractor Performance. quality Control. All Necessary Measures Taken By The Contractor To Assure That The Quality Of An End Product Or Service Shall Meet Contract Requirements.
shipped. For Items Shipped Directly To Veterans By The Va, Items Will Be Considered Shipped When The Contractor Receives The Shipping Manifest From The Va. For Items Shipped Directly To Veterans By The Contractor (i.e., Upgraded Eyeglasses), Items Will Be Considered Shipped When The Items Are Mailed Via The Postal/package Carrier (e.g., United Parcel Service (ups), Fedex, Or United States Postal Service (usps)).
subcontractor. One That Enters Into A Contract With A Prime Contractor. The Government Does Not Have Privity Of Contract With The Subcontractor.
workday. The Number Of Hours Per Day The Contractor Provides Services In Accordance With The Contract.
work Week. Monday Through Friday, Unless Otherwise Specified. 2.0.2 Acronyms/abbreviations: acc Ambulatory Care Center
aql Acceptable Quality Level
aus Acquisition And Utilization Specialist cboc Community Based Outpatient Clinic
co Contracting Officer cor Contracting Officer S Representative
hipaa Health Insurance Portability And Accountability Act Of 1996
psas Prosthetics And Sensory Aids Service
pws Performance Work Statement
qa Quality Assurance
qasp Quality Assurance Surveillance Plan
qc Quality Control
roe Remote Order Entry
tms Training Management System
vamc Veterans Affairs Medical Center
visn Veterans Integrated Service Network
vista Veterans Health Information System Technology Architecture
part 3
contractor-furnished Items And Services
3.0 Contractor-furnished Items And Responsibilities: 3.0.1 Services:
the Contractor Shall:
provide All Labor (complying With Service Contract Act Wage Determinations), Equipment, Materials, Supplies, And Supervision.
ensure All Of The Vendor S Employees Possess The Appropriate State Licensure/certifications Deemed Necessary By The Applicable State Law. provide Documentation Showing Initial Employee Orientation And On-going Training, Which Demonstrates The Employee S Knowledge, Experience, And Competence Are Appropriate For His/her Assigned Responsibilities. The Vendor Shall Document Assessment Of Employee Competency. As A Part Of The Employee S Initial Orientation, The Vendor Shall Provide An Orientation On The Va And On The Requirements Of This Contract. Training Topics Shall Cover All Aspects Of The Services Provided Under This Contract, Including Patient Confidentiality, Patient Safety And Risk Assessment, Hipaa, Remote Order Entry (roe), Vista, Communicating Safe Use And Care Of Equipment To Patients And Caregivers, And Infection Control Procedures. The Vendor Assures All Personnel Comply With All Current And Future Va Requirements Such As Safety, Ethics, And Hipaa, Required Of Business Associates, Which May Also Include Tms Training Assignments. ensure A High Degree Of Professionalism And Understanding Are Demonstrated When The Vendor S Employees Interact With Patients. The Vendor S Employees Are Expected To Be Discreet And Tactful And Demonstrate Concern, Compassion, And Patience. Some Patients Have Physical Disabilities Or Chronic Illnesses That Influence Their Behavior And Lifestyle. Verbal Or Physical Abuse, Or Unprofessional Behavior Or Conduct Toward A Patient And/or Caregiver, Will Not Be Tolerated. The Va Reserves The Right To Request The Removal Of Any Employee From Performance Of Services Under This Contract If His/her Behavior And/or Level Of Services Provided Are Not In Strict Accordance With The Requirements Of This Contract.
ensure Vendor S Employees Provide Superior Customer Service And Answer All Patient Or Va Staff Inquiries No Later Than 5:00 P.m. The Following Business Day.
make Employee Records, Including But Not Limited To Training Documentation, Available For Review By The Cor. This Request May Be Made During Visits To The Vendor S Facility, Or The Vendor May Be Requested To Submit The Documentation To The Cor S Location. The Vendor Shall Provide A List To The Cor That Identifies Employee S Location And The Type Of Services He/she Provides. The Initial List Shall Be Submitted 10 Days Prior To Performance Beginning Under The Contract. allow The Government To Perform Unannounced Site Visits To Any Vendor Facilities Or Off-site Locations At The Government S Discretion.
ensure Professional Business Certifications/licensure Within The State(s) Required Per Each Facility Serviced. All Applicable Documentation Shall Be Provided To The Cor Prior To Each Employee Initiating Work In Accordance With The Contract And Annually Thereafter. 3.0.2 Materials: unless Provided By The Government At A Government Facility, The Contractor Shall Provide The Following: Furniture; A Lensometer; And Basic Tools And Materials For Adjusting And Completing Simple Repairs (e.g., To Nose Pads Or Screws, And Adjustments) To Eyeglasses At All Dispensing Locations Appropriate To The Size Of The Location And Estimated Quantity Of Customers. The Contractor Is Responsible For Display Boards, Equipment, And Tools Required For The Display Of Frames. The Government Will Provide Fax Machine And/or Printers At All Government Facilities Where Required (including To Any Location Without Roe Capabilities). The Contractor Is Responsible For Providing Fax Machines And/or Printers At All Off-site Locations.
3.0.3 Facilities:
the Contractor Will Be Responsible For Providing Spaces/facilities To Perform Under The Contract For The Following Locations (within 10 Miles And No Greater Than A 20-minute Drive From The Servicing Va Facility Address):
main Vamc
location
chillicothe
athens Oh
chillicothe
cambridge Oh
chillicothe
lancaster Oh
chillicothe
marietta Oh
chillicothe
portsmouth Oh
cincinnati
greendale In
cincinnati
florence Ky
cincinnati bellevue Ky
cincinnati
clermont Oh
cincinnati
hamilton Oh
cincinnati
georgetown Oh
cleveland
new Philadelphia Oh
cleveland
sandusky Oh
cleveland
east Liverpool Oh
cleveland
warren Oh
cleveland
ravenna Oh
cleveland
lorain Oh
cleveland
mansfield Oh
columbus
newark Oh
columbus
grove City Oh
columbus
marion Oh
columbus
zanesville Oh
dayton
lima Oh
dayton
richmond In
dayton
springfield Oh
dayton
middletown Oh *these Locations May Change Throughout The Life Of The Contract As The Needs Of The Va Change. This Contract Covers Any Site Moves Or Government-furnished Space Changes Deemed Fair And Reasonable By The Administrative Contracting Officer.
**if Adequate Off-site Location Coverage Is Not Available, Vendor Is Responsible For Working With Cor To Determine Space And Needs Required To Perform Services On-site At Va Location. part 4
government-furnished Items And Services
4.0 Government-furnished Items And Responsibilities: 4.0.1 Equipment:
the Government Will Supply The Following Equipment For Use Under The Contract:
government Computer For Each Location
sample Eyeglass Frames For Each Location
fax Machines (as Needed) 4.0.2 Materials: the Government Shall Supply The Following Materials For Use Under The Contract:
frame Selection Kit For Each Location 4.0.3 Facilities: the Va Will Provide Space At The Following Locations. Each Government-provided Space Listed Below Will Include Lights, Telephone, Climate Control, Desk, Office Chair, Patient Chair, Adequate Storage, Computer, And Secured Area. location
estimate Of Total Number Of Eyeglasses For Ordering Period # 1 (base Year)
minimum Required Days Of Operation Per Week
akron Cboc
2,587
5 Daysâ
canton Cboc
2,587
5 Daysâ
lorain Cboc
1,360
2 Daysâ
mansfield Cboc
1,587
2 Daysâ
parma Cboc
2,668
5 Daysâ
youngstown Cboc
2,342
5 Daysâ
vamc Chillicothe
7,901*
5 Daysâ
vamc Cincinnati
9,730*
5 Daysâ
vamc Cleveland
9,168*
5 Daysâ
vamc Columbus
13,188*
5 Daysâ
vamc Dayton
10,390*
5 Daysâ
lake County Cboc
1,639
5 Daysâ
grove City Cboc
907
2 Daysâ
total Estimate For Ordering Period # 1 (base Year)
66,054 *denotes Locations Where Off-site Volume Was Included In Estimates
**these Locations And Days Of Operation Requirements May Change Throughout The Life Of The Contract As The Needs Of The Va Change. This Contract Covers Any Site Moves Or Government-furnished Space Changes Deemed Fair And Reasonable By The Administrative Contracting Officer.
part 5
specific Tasks
5.0 Specific Tasks: 5.0.1 Specific Task # 1:
the Contractor Shall Provide The Following Services When Fitting For Or Dispensing Eyeglasses:
vendor Shall Fit The Veteran With The Proper Frame Style For The Veteran And His/her Prescription.
vendor Shall Determine The Pupillary Distance, Segment Height, And/or Optical Center Height.
vendor Shall Troubleshoot Any Optical Issues Before Sending The Veteran Back To The Eye Clinic.
vendor Shall Fit And Adjust Glasses For The Veteran.
vendor Shall Perform Minor Repairs On Glasses (i.e., Adjust Nose Pads And Screws And Make Other Minor Adjustments).
vendor Shall Educate Veterans On The Advantages And Disadvantages Of Different Segment Styles.
vendor Shall Only Use Va Sample Frames As Sample/trial Frames. Sample Frames Shall Not To Be Sold Or Issued To Veterans Or Used For Repairs.
vendor Shall Wash/sanitize Hands And All Sample Frames And Surfaces Used Between Each Patient With Va-approved Sanitizer As Part Of Infection Control Requirements.
vendor Shall Be Required To Obtain Access To The Va S Roe And Enter Prescription And Patient Measurements Into The System. Vendor Shall Ensure That All Information Needed To Fabricate The Eyewear Is Included In The Roe.
vendor Shall Be Required To Maintain A High Level Of Accuracy When Entering Orders Into Roe. Frequent Optician Errors Shall Be Addressed By The Vendor And Additional Training Shall Be Documented.
vendor Shall Use The Va S Roe Unless It Is Not Available. For Off-site Vendors, The Off-site Vendor Shall Fax Orders To An On-site Vendor Location For Order Entry. Every Faxed Order Shall Include A Cover Sheet, Location, And Account Number If Not Using The Roe System. in The Event Roe Is Not Operational, The Vendor Shall Fax Orders To The Visnâ 10/12 Optical Lab Only On A Contingency Basis And Only With The Approval Of The Visn 10 Acquisition And Utilization Specialist (aus) Program Manager And/or Cor.
vendor Shall Be Required To Obtain Access To Vista And Add A Comment To Veteran S Electronic Consult Indicating When The Veteran Ordered Glasses.
as The Va S Electronic Health Record Program, Cerner, Is Implemented At Care Sites, Vendor Shall Be Required To Undergo Required Training To Gain Appropriate Access And Knowledge Of The System. During Training, The Optical Shop Hours May Be Reduced In Order To Fulfill Requirements For Go-live. once The Cerner System Is Implemented, The Vendor Shall Be Required To Maintain Appropriate Access And Follow Outlined Procedures To Ensure Accurate Eyeglass Processing. vendor May Not Batch Orders For More Than One Day. vendor Shall Respond To All Voicemail, My Healthevet Messages From Veterans, And Inquiries From Veterans, Family Members, Or Va Staff No Later Than 5:00 P.m. The Following Business Day.
vendor Shall Offer A Retail Selection Of Frames, Lenses, And Add-on Options For Veteran To Choose From At Their Own Expense. if A Veteran Is Eligible For Eyewear, He/she Should Choose From The Collection Provided From The Visn 10/12 Optical Lab. Vendor Shall Not Attempt To Upgrade Eyewear By Soliciting Add-ons; The Add-ons Must Solely Be At The Request Of The Veteran And May Be Provided By The Vendor. Any Add-on Orders And Agreements Are Between The Veteran And The Vendor, And The Vendor Will Manufacture/supply The Upgraded Eyewear. vendor Awarded This Contract Must Enter Into An Agreement With The Veteran Canteen Service For Sale Of Goods On Government Property. This Agreement Will Include A Commission Payment On Retail Sales To The Veteran Canteen Service. This Refers To The Eyeglasses Sold To The Veteran That Are Not Part Of The Va Benefits. The Agreement With The Veteran Canteen Service Is A Requirement For Any Goods Sold At Va Facilities. vendor Shall Ensure That The Dispensary Is Open And Staffed During The Same Hours As The Servicing Eye Clinic, And For The Minimum Number Of Days Per Week Established In Section 4.0.3 Of This Pws. Vendor Shall Also Ensure Vendor Is Capable Of Providing Services To Patients Commensurate With The Government-provided Estimates. Each Site Should Be Staffed With The Appropriate Number Of Qualified Personnel To Provide Adequate Services To The Estimated Number Of Customers As Provided By The Government For Each Site. Dispensing Sites That Have Two Or More Personnel Shall Be Open During Lunch Period. Locations That Have One Personnel May Be Closed To Meet Legal Requirements For Lunch And Breaks. 5.0.2 Specific Task # 2:
the Contractor Shall Conduct The Ordering, Delivery, And Inspection Functions Of The Eyeglasses In Accordance With The Following:
the Visn 10/12 Optical Lab Will Ship All Completed Eyeglasses To The Appropriate Location And Include Packing Slips For Verification. If Discrepancies Are Found, The Vendor Must Notify The Visnâ 10/12 Optical Lab Within 24 Hours After Discovery Of The Discrepancy.
the Va Reserves The Right To Ship Completed Eyeglasses Directly To The Veteran. Contractor Will Be Paid The Lower Rate When Eyeglasses Are Shipped Directly To The Veteran. vendor Will Notify The Veteran When Glasses Are Ready For Pick Up, No Later Than The Next Business Day After Delivery To The Dispensary.
vendor Will Fit And Adjust On Site (preferred Method) Or Mail Glasses To The Veteran S Home If The Veteran Requests Them To Be Mailed. Vendor Will Be Responsible For All Shipping/mailing Costs Associated With Eyeglasses That Are Not Shipped Directly To The Veteran By The Va. The Vendor Shall Have A Confirmation Of Delivery (i.e., Ups, Fedex With Tracking Number, Or Usps-certified Mail (no Signature Required)). Regardless Of The Dispensing Method Chosen By The Veteran, The Vendor Will Document The Dispensing Date Or If Mailed, The Shipping Date In Vista Or Comparable Va Software Program. The Vendor Is Responsible For Tracking All Packages Until Delivery. any Packages Left In Status Other Than Delivered Are The Responsibility Of The Vendor To Resolve Within Seven (7) Business Days Of The Expected Delivery Date.
vendor Will Provide The Local Prosthetic Service With A Copy Of The Visn 10/12 Optical Lab Invoice And An Invoice For Dispensing Fees. The Dispensing Fee Invoice Shall Be In Excel Format. The Invoice Must Be Typed And At Minimum, List The Veteran S Last Name, First Name, The Last Four Of His/her Social Security Number, Consult Number And The Date The Eyeglasses Were Dispensed To The Veteran Or Shipped. This Will Be Done For Each Individual Pair Of Eyeglasses Dispensed To The Veteran Or Shipped.
vendor Is Responsible For Shipments Sent To The Visn 10/12 Optical Lab Including Patient Owned Frames. All Shipments Will Be Sent Via A Carrier That Can Be Tracked And Must Include A Packing Slip With Patient S Name, Last 4, Optical Shop Account Number, And A Detailed Description Of Items In The Shipment. vendor Shall Ensure That All Information Needed To Fabricate The Eyewear Is Included On The Order Form Sent To The Visn 10/12 Optical Lab No Later Than 5:00â p.m. The Following Workday. vendor Will Bring Any Quality Issues To The Attention Of The Visn 10 Aus Program Manager And/or Cor Within 24 Hours Of Receipt Of The Eyewear.
vendor Will Receive The Prescription Consult From The Optometrist And Enter The Prescription And Patient Measurements Into The Roe System (where Available). Vendor Shall Ensure That All Information Needed To Fabricate The Eyeglasses Is Included In The Roe System. The Visn 10/12 Optical Lab Has Access To The Roe System. vendor Shall Use The Va S Roe System Unless It Is Not Available. Vendor S Third Party, Off-site Locations May Not Have Access To The Roe System. In Those Cases, The Third Party/off-site Vendor Shall Send Orders To The On-site Vendor S Location Of Choice And The On-site Vendor Will Be Responsible For Entering Into The Roe System.
roe System Will Allow The Optician To View The Status Of The Eyeglasses, Including Whether They Have Been Dispensed Or Shipped. Vendor Can Enter Notes, Including But Not Limited To Special Instructions To The Lab Using The Roe System. 5.0.3 Specific Task # 3: the Contractor Shall Provide To The Cor Or Designee The Following Monthly Reports, Submitted Via Email, No Later Than Five (5) Business Days Following The End Of The Previous Month:
patient Satisfaction Survey: A Survey Which The Contractor Is Required To Develop And Update As Needed. The Survey Will Be Approved By The Government Prior To Use. Contractor Shall Ensure A Minimum Of 50 Patients Per Month Complete The Survey At Each Location (vamc, Cbocs, And Clinics). timeliness Report: Measure Turnaround Times From Point Of Initial Contact (fitting) To Eyeglasses Being Dispensed. The Report Will Include At A Minimum The Following:
the Location, Date Of Fitting, Optical Lab Order Date, Receipt Date From Optical Lab, And Date Dispensed/mailed To Patient. quality Report: Evaluate Any Issues With Eyeglass Frames, Lenses And Document The Findings, Recommendations And Actions Taken (this Report Addresses Common Problems With Eyeglasses Received From The Lab). part 6
attachment/technical Exhibit Listing
6.0 Attachment/technical Exhibit List
6.0.1 Attachment/technical Exhibit List Performance Requirements Summary: performance Requirements Summary
performance Objective
standard
required Adherence Level
the Contractor Shall Provide Services When Fitting For Or Dispensing Eyeglasses.
all Customers Serviced (see Section 5.0.1 Of Pws)
100%
the Contractor Shall Order, Accept Delivery, And Inspect All Eyeglasses Upon Receipt. all Orders (see Section 5.0.2 Of Pws)
98%
the Contractor Shall Provide All Reports To The Government As Required.
all Reports Received Within Five Business Days Of The End Of The Previous Month (see Section 5.0.3 Of Pws)
95% the Contractor Shall Provide All Completed Orders To The Optical Lab No Later Than 5:00 P.m. The Following Business Day. all Orders (see Section 5.0.2 Of Pws)
99% the Contractor Shall Respond To All Voicemails, My Healthevet Messages, And Inquiries From Veterans, Family Members, Or Va Staff No Later Than 5:00 P.m. The Following Business Day.
all Customers Serviced (see Section 5.0.1 Of Pws) 100%
the Contractor Shall Monitor Staff Compliance To Ensure Limited Optician Errors. all Orders (see Section 5.0.1 Of Pws)
no More Than Two (2) Optician Errors Per Optician, Per Calendar Month disclaimer this Sources Sought Notice Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Sources Sought Notice That Is Marked As Proprietary Will Be Handled Accordingly. 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 Sources Sought Notice.
Department Of Agriculture Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 6.2 Million (USD 107.3 K)
Details: Description Invitation To Bid For The Supply And Delivery Of Various Common-used Office Supplies 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Six Million Two Hundred Ninety-four Thousand One Hundred Twenty-two Pesos And Fifty Centavos (php6,294,122.50) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Supply And Delivery Of Various Common-used Office Supplies With Project Identification Number Da-rfo 1-2025-goods-033. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above-mentioned Procurement Project With The Following Details And Minimum Specifications, To Wit: Item No. Specifications Qty. Unit Unit Cost Total Cost 1 Automatic Voltage Regulator (avr), 3000w 4 Unit 5,500.00 22,000.00 2 Battery Charger For Aa & Aaa, With Aa Rechargeable Battery 54 Pc 1,700.00 91,800.00 3 Battery, Aa, Alkaline, 4pcs/pack 132 Pack 90.00 11,880.00 4 Battery, Aa, Rechargeable 2pcs/pack (2450 Mah) 63 Pack 700.00 44,100.00 5 Battery, Aaa, Alkaline 4pcs/pack 141 Pack 120.00 16,920.00 6 Battery, Aaa, Rechargeable 2pcs/pack (800 Mah) 9 Pack 500.00 4,500.00 7 Cfl Bulb 18 Watts 59 Pc 200.00 11,800.00 8 Extension Outlet 4 Gang W/ Switch (1.5m) 18 Unit 950.00 17,100.00 9 Flashlight, Rechargeable 5 Pc 400.00 2,000.00 10 Laser Pointer Presenter 7 Pc 800.00 5,600.00 11 Led, Lightbulb (daylight 9 Watt) 70 Pc 200.00 14,000.00 12 Tape, Electrical, 19mm X 16mm 32 Pc 60.00 1,920.00 13 Universal Extension Wheel (10m) 12 Unit 2,200.00 26,400.00 14 Universal Outlet Extension Cord, 6 Gang W/ Switch, 2-3 Meters Cord Length 17 Unit 1,200.00 20,400.00 15 Alcohol (500ml, Isoprophyl 70%) 343 Bot 110.00 37,730.00 16 Alcohol (gal, Isoprophyl 70%) 46 Gal 600.00 27,600.00 17 Ballpen, 0.5mm, Fine Black 4193 Pc 10.00 41,930.00 18 Ballpen, 0.5mm, Fine Blue 2616 Pc 10.00 26,160.00 19 Ballpen, 0.5mm, Fine Red 139 Pc 10.00 1,390.00 20 Ballpen, 0.7mm, Fine, Black 1188 Pc 12.00 14,256.00 21 Ballpen, 0.7mm, Fine, Blue 1142 Pc 12.00 13,704.00 22 Ballpen, 0.7mm, Fine, Red 50 Pc 12.00 600.00 23 Ballpen, Bp-s Fine, Black 679 Pc 25.00 16,975.00 24 Ballpen, Bp-s Fine, Blue 406 Pc 25.00 10,150.00 25 Ballpen, Bp-s Fine, Red 174 Pc 25.00 4,350.00 26 Bank Envelope (11 X 7 Inch) 75 Pc 3.50 262.50 27 Bond Paper, (11"x17") Tabloid Size, Subs 24 / 80 Gsm 20 Ream 550.00 11,000.00 28 Bond Paper, (8.5x11) Letter, Subs 20 / 70 Gsm 78 Ream 280.00 21,840.00 29 Bond Paper, (8.5x11) Letter, Subs 24 / 80 Gsm 49 Ream 320.00 15,680.00 30 Bond Paper, (8.5x13) Legal, Subs 20 / 70 Gsm 686 Ream 300.00 205,800.00 31 Bond Paper, (8.5x13) Legal, Subs 24 / 80 Gsm 490 Ream 350.00 171,500.00 32 Bond Paper, A3, Subs. 20 / 70 Gsm 50 Ream 465.00 23,250.00 33 Bond Paper, A3, Subs. 24 / 80 Gsm 20 Ream 530.00 10,600.00 34 Bond Paper, A4, Subs 20 / 70 Gsm 904 Ream 290.00 262,160.00 35 Bond Paper, A4, Subs 24 / 80 Gsm 558 Ream 330.00 184,140.00 36 Book Ends, Metal 5 Pair 200.00 1,000.00 37 Carbon Paper, Long 2 Pack 195.00 390.00 38 Cartolina, White, 20pcs/pack 15 Pack 90.00 1,350.00 39 Certificate Holder, A4 Size W/ Plastic Cover 623 Pc 50.00 31,150.00 40 Clear Folder, Morocco Long, Blue 30 Book 22.00 660.00 41 Clear Folder, Morocco Short, Blue 10 Book 20.00 200.00 42 Clearbook Refil, 20 Holes, 10pcs/pack 10 Pack 50.00 500.00 43 Clip Board, Data Board. 8.5"x11" 22 Pc 90.00 1,980.00 44 Clip Board, Data Board. 8.5"x13" 148 Pc 100.00 14,800.00 45 Clip, Bulldog 2" 344 Pc 8.00 2,752.00 46 Clip, Bulldog 3'' 324 Pc 15.00 4,860.00 47 Colored Paper 8 1/2 X 11" 10's/pack 22 Pack 30.00 660.00 48 Colored Paper, A4, Light Blue 37 Ream 200.00 7,400.00 49 Columnar Notebook, 10 Cols 10 Pad 35.00 350.00 50 Columnar Notebook, 12 Cols 18 Pad 35.00 630.00 51 Construction Paper (assorted) 10 Sheets Per Pack 40 Pack 30.00 1,200.00 52 Corkboard, 2x3 Ft 2 Pc 900.00 1,800.00 53 Corkboard, 3ft X 4 Ft 1 Pc 2,000.00 2,000.00 54 Correction Pen 70 Pc 20.00 1,400.00 55 Correction Tape 5mm X 8m 562 Pc 30.00 16,860.00 56 Cotton (500 Grams) 1 Roll 150.00 150.00 57 Crayons, 8 Colors 12 Pack 20.00 240.00 58 Cutter Blade, Big 12 Box 30.00 360.00 59 Cutter, Heavy Duty 46 Pc 100.00 4,600.00 60 Dating And Stamping Machine, Self Inking (dated 2024 And Up) 42 Pc 500.00 21,000.00 61 Envelope, Ordinary, Long Brown 1525 Pc 4.00 6,100.00 62 Envelope, Ordinary, Short Brown 243 Pc 3.00 729.00 63 Eraser (for Pencil) 161 Pc 15.00 2,415.00 64 Expanding Envelope, Kraft, Legal Size 335 Pc 15.00 5,025.00 65 Expanding Envelope, Hard Plastic With Garter (pvc Type), Legal Size 76 Pc 90.00 6,840.00 66 Expanding Envelope, Plastic Long (thick) 230 Pc 35.00 8,050.00 67 Expanding Envelope, Plastic Long With Handle 355 Pc 90.00 31,950.00 68 File Box W/ Cover (blue) 233 Pc 410.00 95,530.00 69 File Box W/ Cover (red) 136 Pc 410.00 55,760.00 70 File Rack, 3 Layers, Heavy Duty 24 Pc 500.00 12,000.00 71 Film Index (with Sign Here Note) 219 Pack 55.00 12,045.00 72 Film Index Rainbow Color 158 Pack 45.00 7,110.00 73 Folder Expanding, Legal Size (green, Glossy) 1574 Pc 18.00 28,332.00 74 Folder Expanding, Short (green, Glossy) 50 Pc 15.00 750.00 75 Folder Long Ordinary, Kraft, Thick 1196 Pc 6.00 7,176.00 76 Folder Long Ordinary, White, Thick 3869 Pc 6.00 23,214.00 77 Folder Plastic Clear W/ Slide (a4) (thick Plastic) 66 Pc 35.00 2,310.00 78 Folder Plastic Clear W/ Slide (legal) (thick Plastic) 178 Pc 40.00 7,120.00 79 Folder, Morocco, Legal (blue) Not Glossy 140 Pc 25.00 3,500.00 80 Folder, Morocco, Legal (green) Not Glossy 92 Pc 25.00 2,300.00 81 Folder, Morocco, Short (blue) Not Glossy 107 Pc 18.00 1,926.00 82 Folder, Morocco, Short (green) Not Glossy 35 Pc 18.00 630.00 83 Glue Gun Heavy Duty Big 8 Pc 360.00 2,880.00 84 Glue Stick, Big 102 Pc 12.00 1,224.00 85 Glue, Multi-purpose 240 Grams 12 Bot 150.00 1,800.00 86 Highlighter, Blue 55 Pc 40.00 2,200.00 87 Highlighter, Green 95 Pc 40.00 3,800.00 88 Highlighter, Orange 83 Pc 40.00 3,320.00 89 Highlighter, Pink 78 Pc 40.00 3,120.00 90 Highlighter, Yellow 91 Pc 40.00 3,640.00 91 I.d. Holder W/ Lace 4"x6" 100 Pc 45.00 4,500.00 92 Illustration Board, 1 Whole 15 Pc 70.00 1,050.00 93 Index Card (3"x5") 50s/pack 24 Pack 45.00 1,080.00 94 Laminating Film A4 Size 100pcs/pack 250 Mic 34 Pack 1,200.00 40,800.00 95 Lead, For Mechanical Pencil 0.5mm 12pc/tube 2 Tube 30.00 60.00 96 Lever Arch File, Blue, File Top, Size: Approx. (11 X 13.5 X 2.5 Inches) 20 Pc 195.00 3,900.00 97 Lever Arch File, Blue, Landscape, Size: Approx. (11 X 13.5 X 2.5 Inches) 40 Pc 195.00 7,800.00 98 Lever Arch File, Blue, Size: Approx. (15.5 X 9.5 X 3 Inches) 45 Pc 195.00 8,775.00 99 Magazine File Box (5"x9"x15-3/4") 60 Pc 110.00 6,600.00 100 Mailing Envelope, White, 500pcs/box 18 B0x 290.00 5,220.00 101 Manila Paper 1 Whole 276 Sheet 5.00 1,380.00 102 Marker Permanent Ink Refill 30ml, Black (pilot) 36 Bot 110.00 3,960.00 103 Marker Permanent Ink Refill 30ml, Blue (pilot) 32 Bot 110.00 3,520.00 104 Notebook (80 Leaves) 1040 Pc 45.00 46,800.00 105 Official Record Book (300 Pages) Aprox. Size: (8.5 X 11) 73 Book 250.00 18,250.00 106 Official Record Book (500 Pages) Aprox. Size: (8.5 X 11) 100 Book 280.00 28,000.00 107 Paper Cutter With Board, Wood Base, 12x15 3 Unit 1,200.00 3,600.00 108 Paper Cutter,steel Base W/ Ruler & Presser 15'x12' 1 Unit 2,000.00 2,000.00 109 Paper Fastener (plastic) 100 Box 40.00 4,000.00 110 Paper Fastener, (metal) 207 Box 70.00 14,490.00 111 Paper, Ruled Pad, 90 Leaves (yellow Pad) 35 Pad 45.00 1,575.00 112 Parchment Paper, Long, 10sheets/pack (cream) 48 Pack 35.00 1,680.00 113 Parchment Paper, Short, 10sheets/pack (cream) 58 Pack 30.00 1,740.00 114 Paste With Applicator, 200 Grams 4 Jar 80.00 320.00 115 Pencil With Eraser No.2 (12pcs/box) 212 Box 72.00 15,264.00 116 Pencil, Mechanical, 0.5mm Lead 56 Pc 47.75 2,674.00 117 Permanent Marker (black) (bullet Type) (super Color Marker) 225 Pc 45.00 10,125.00 118 Permanent Marker (black) (chisel Type) (super Color Marker) 174 Pc 55.00 9,570.00 119 Permanent Marker (blue) (bullet Type) (super Color Marker) 195 Pc 45.00 8,775.00 120 Permanent Marker (blue) (chisel Type) (super Color Marker) 117 Pc 55.00 6,435.00 121 Permanent Marker (red) (bullet Type) (super Color Marker) 57 Pc 45.00 2,565.00 122 Permanent Marker (red) (chisel Type) (super Color Marker) 70 Pc 55.00 3,850.00 123 Philippine National Flag, Size: 90cm X 150cm 12 Pc 102.00 1,224.00 124 Photo Paper, Glossy, A4, 20pcs/pack 67 Pack 150.00 10,050.00 125 Plastic Twine, One Kilo Per Roll 18 Roll 80.00 1,440.00 126 Puncher, Heavy Duty, 2 Holes 12 Unit 200.00 2,400.00 127 Push Pin, Hammer Head Type, Assorted Colors, 100s/box 13 Box 50.00 650.00 128 Ring Binder, 1" 5 Pc 45.00 225.00 129 Ring Binder, 1/2 " 5 Pc 20.00 100.00 130 Rotary Pencil Sharpener 2 Pc 300.00 600.00 131 Rubber Band, Large Size 15 Box 150.00 2,250.00 132 Ruler Metal 12 Inch 9 Pc 50.00 450.00 133 Ruler Plastic 12 Inch 5 Pc 20.00 100.00 134 Scissors Heavy Duty Big 8" (stainless) 63 Pair 120.00 7,560.00 135 Screw Fastener 3" 438 Pc 10.00 4,380.00 136 Screw Fastener 4" 357 Pc 12.00 4,284.00 137 Sign Pen V5, Black 415 Pc 55.00 22,825.00 138 Sign Pen V5, Blue 387 Pc 55.00 21,285.00 139 Sign Pen V5, Green 55 Pc 55.00 3,025.00 140 Sign Pen, 1.0mm, Black 177 Pc 75.00 13,275.00 141 Sign Pen, 1.0mm, Blue 146 Pc 75.00 10,950.00 142 Sign Pen, Black Pentel Gel Type 0.5 539 Pc 95.00 51,205.00 143 Sign Pen, Blue Pentel Gel Type 0.5 400 Pc 95.00 38,000.00 144 Specialty Board, Cream, 8.5x11, 10pcs/pack (b-board) 673 Pack 35.00 23,555.00 145 Specialty Board, Cream, 8.5x13, 10pcs/pack (b-board) 648 Pack 40.00 25,920.00 146 Specialty Board, White, 8.5x11, 10pcs/pack (b-board) 225 Pack 35.00 7,875.00 147 Specialty Board, White, 8.5x13, 10pcs/pack (b-board) 408 Pack 40.00 16,320.00 148 Stamp Pad Ink Black 50ml 13 Pc 45.00 585.00 149 Stamp Pad Ink Red 50ml 4 Pc 45.00 180.00 150 Stamp Pad Ink Violet 50ml 23 Pc 45.00 1,035.00 151 Stamp Pad Standard Size Black 7 Pc 40.00 280.00 152 Stamp Pad Standard Size Violet 4 Pc 40.00 160.00 153 Staple Wire #35 297 Box 40.00 11,880.00 154 Stapler, #35 Heavy Duty With Staple Remover 57 Unit 400.00 22,800.00 155 Stapler, Long Reach Heavy Duty 3 Unit 500.00 1,500.00 156 Sticker Paper (high Gloss, Inkjet Friendly 10sheets/pack) A4size 75 Pack 95.00 7,125.00 157 Sticker Paper (high Gloss, Inkjet Friendly 10sheets/pack), Long 123 Pack 100.00 12,300.00 158 Sticker Paper (high Gloss, Inkjet Friendly 10sheets/pack), Short 55 Pack 90.00 4,950.00 159 Sticky Notes (2"x1.5") 100 Sheets/pad 126 Pad 25.00 3,150.00 160 Sticky Notes (2"x2"), 100 Sheets/pad 141 Pad 30.00 4,230.00 161 Sticky Notes (3"x2"), 100 Sheets/pad 127 Pad 40.00 5,080.00 162 Sticky Notes (3"x3"), 100 Sheets/pad 222 Pad 40.00 8,880.00 163 Sticky Notes (3"x4), 100 Sheets/pad 158 Pad 50.00 7,900.00 164 Sticky Notes (3"x5"), 100 Sheets/pad 215 Pad 50.00 10,750.00 165 Super Glue / Shoe Glue 3 Grams 6 Pc 50.00 300.00 166 Super Permanent Marker, Fine Black (industrial) (sharpie) 35 Pc 90.00 3,150.00 167 Tape Dispenser, Heavy Duty (1") 9 Pc 150.00 1,350.00 168 Tape Double Sided Thin 24mm White 95 Pc 40.00 3,800.00 169 Tape Double Sided Adhesive W/ Foam Green, 2" 94 Roll 230.00 21,620.00 170 Tape Double Sided Adhesive W/ Foam Green, 1" 84 Roll 150.00 12,600.00 171 Tape Duct, Color Blue 2" 62 Roll 110.00 6,820.00 172 Tape Duct, Color Grey 2" 78 Roll 110.00 8,580.00 173 Tape, Masking, 1/2" 47 Roll 21.00 987.00 174 Tape, Masking, 24mm, 1", 100m 95 Roll 35.00 3,325.00 175 Tape, Masking, 48mm, 2", 100m 301 Roll 70.00 21,070.00 176 Tape, Packaging, 48mm, 2", 100m 88 Roll 55.00 4,840.00 177 Tape, Transparent, 24mm, 1", 100m 170 Roll 30.00 5,100.00 178 Tape, Transparent, 48mm, 2", 100m 126 Roll 52.00 6,552.00 179 Tracing Paper, Per Cut, 20x30, 8085 Thick 2 Pc 20.00 40.00 180 Whiteboard, 3ft X 4ft 7 Pc 2,000.00 14,000.00 181 Whiteboard, 5ft X 3ft 6 Pc 2,800.00 16,800.00 182 Air Freshener, 280ml (lemon Fresh) 163 Can 240.00 39,120.00 183 Air Freshener, Scented Gel, 180 Grams 98 Pc 220.00 21,560.00 184 Bathroom Cleaner (approx. 900ml) 29 Bot 300.00 8,700.00 185 Bathroom Soap, 90 Grams 16 Pc 50.00 800.00 186 Bleach Colored 1 Ltr 62 Bot 130.00 8,060.00 187 Bleach White 1 Ltr 63 Bot 100.00 6,300.00 188 Broom, Ceiling, Bamboo 23 Pc 170.00 3,910.00 189 Broom, Soft 5 Pc 170.00 850.00 190 Broom, Stick 14 Pc 40.00 560.00 191 Car Freshener 42 Grams, Organic Canister, Assorted Scent 63 Can 240.00 15,120.00 192 Detergent Bar, Long 12 Bar 80.00 960.00 193 Detergent Powder, W/ Fabric Conditioner 1kg 43 Pack 150.00 6,450.00 194 Dishwashing Liquid (250ml) 402 Bot 70.00 28,140.00 195 Disinfectant Spray, 170g 89 Can 280.00 24,920.00 196 Door Mat, Cloth Rectangle 105 Pc 60.00 6,300.00 197 Dust Pan, Plastic Big 2 Pc 80.00 160.00 198 Fabric Conditioner 800 Ml 14 Bot 250.00 3,500.00 199 Face Towel (cotton), Good Morning 159 Pc 30.00 4,770.00 200 Floor Mop With Bucket (360degrees Rotating Micro Fiber Head) 3 Set 1,500.00 4,500.00 201 Furniture Cleaner, 300ml 32 Can 300.00 9,600.00 202 Garbage Bag, Black, Gusseted Type Thick Plastic, 10's/roll, (small) 55 Roll 70.00 3,850.00 203 Garbage Bag, Black, Thick Plastic, 10's/pack, (large), Heavy Duty 145 Pack 100.00 14,500.00 204 Garbage Bag, Black, Thick Plastic, 10's/pack, (xl) Heavy Duty 37 Pack 130.00 4,810.00 205 Garbage Bag, Black, Thick Plastic, 10's/pack, (xxl) Heavy Duty 239 Pack 150.00 35,850.00 206 Garbage Bag, Black, Thick Platic, 10's/pack, (medium), Heavy Duty 168 Pack 80.00 13,440.00 207 Glass Cleaner, Big Sprayer Type 7 Bot 197.00 1,379.00 208 Glass Squeezer W/ Handle 1 Pc 125.00 125.00 209 Hand Sanitizing Gel, 60ml 15 Bot 60.00 900.00 210 Insecticide Spray (aerosol) 400ml 73 Can 350.00 25,550.00 211 Laundry Brush 4 Pc 30.00 120.00 212 Laundry Gloves (medium) 1 Pc 200.00 200.00 213 Liquid Handwash (antibacterial) 400ml 123 Bot 140.00 17,220.00 214 Microfiber, Cleaning Cloth 35cm X 35cm 47 Pc 60.00 2,820.00 215 Mop W/ Squeezer (squeez Mop) 26 Pc 350.00 9,100.00 216 Pail W/ Cover (16l) 18 Pc 200.00 3,600.00 217 Paper Towel, Interfold 144 Pack 120.00 17,280.00 218 Push Brush (floor Brush) 20 Pc 130.00 2,600.00 219 Scrub Sponge, Heavy Duty 116 Pc 60.00 6,960.00 220 Scrubbing Pads, Heavy Duty 25 Pc 40.00 1,000.00 221 Table Napkin, Pre Folded 13 Pack 100.00 1,300.00 222 Tissue Paper, 2-ply, 12 Rolls/pack 422 Pack 180.00 75,960.00 223 Tissue Paper, 3-ply, @ 4rolls/pack 213 Pack 160.00 34,080.00 224 Toilet Bowl Brush W/ Box 57 Pc 92.00 5,244.00 225 Toilet Bowl Pump 2 Pc 60.00 120.00 226 Toilet Deodorant Cake, 50 Grams 108 Pc 50.00 5,400.00 227 Trash Bin, Plastic W/ Cover, 11l Capacity 6 Pc 150.00 900.00 228 Trash Bin, Plastic W/ Cover, 25l Capacity 1 Pc 250.00 250.00 229 White Facial Tissue (200mmx200mm)2ply 210 Box 110.00 23,100.00 230 Cd Rewritable, 700mb 80min. W/ Case 603 Pc 50.00 30,150.00 231 Dvd-rewritable W/ Case 6 Pc 90.00 540.00 232 External Hard Drive (1 Tb) Usb 3.0 27 Unit 4,700.00 126,900.00 233 External Hard Drive, Ssd (1 Tb) Usb 3.0/type C 15 Unit 6,000.00 90,000.00 234 Flash Drive , Usb 16gb, Plug In Play 3 Pc 490.00 1,470.00 235 Flash Drive, 32gb Ultra Usb Driver (otg); Micro-usb & Usb Connectors 42 Pc 1,300.00 54,600.00 236 Flash Drive, Usb 32 Gb 31 Pc 1,000.00 31,000.00 237 Flash Drive, Usb 64 Gb 119 Pc 1,500.00 178,500.00 238 Hdmi Cable, 10m 5 Pc 600.00 3,000.00 239 Hdmi Cable, 5m 3 Pc 300.00 900.00 240 Keyboard, Usb Type 36 Pc 450.00 16,200.00 241 Keyboard, Wireless 5 Pc 600.00 3,000.00 242 Microsd Memory Card, 32gb 1 Pc 1,000.00 1,000.00 243 Microsd Memory Card, 64gb 2 Pc 1,800.00 3,600.00 244 Mouse Optical, (usb) 15 Pc 300.00 4,500.00 245 Mouse For Laptop, Optical 50 Pc 440.00 22,000.00 246 Mouse Optical, Wireless 21 Pc 630.00 13,230.00 247 Mouse Pad 119 Pc 30.00 3,570.00 248 Powerbank 10000mah 5 Pc 1,500.00 7,500.00 249 Powerbank 20000mah 50 Pc 2,500.00 125,000.00 250 Uninterruptible Power Supply (ups), 500va - 600va 12 Pc 4,500.00 54,000.00 251 Usb Hub, 3.0, 4 Port 5 Pc 500.00 2,500.00 252 Usb Lan Wireless Adapter 8 Unit 1,000.00 8,000.00 253 Wireless Usb Presenter 2 Unit 2,200.00 4,400.00 254 Ink Brother, Bt5000m, Magenta 36 Bottle 490.00 17,640.00 255 Ink Brother, Bt5000m, Yellow 36 Bottle 490.00 17,640.00 256 Ink Brother, Bt5000m, Cyan 41 Bottle 490.00 20,090.00 257 Ink Brother, Bt6000m, Black 30 Bottle 490.00 14,700.00 258 Ink Cartridge, Canon Cl-36, Colored (for Canon Mobile Printer) 13 Cart 1,600.00 20,800.00 259 Ink Cartridge, Canon Cl-811 Colored 3 Cart 2,000.00 6,000.00 260 Ink Cartridge, Canon Pg-35, Black (for Canon Mobile Printer) 10 Cart 1,100.00 11,000.00 261 Ink Cartridge, Canon Pg-810 (canon) 3 Cart 1,900.00 5,700.00 262 Ink Cartridge, Hp62, Black (hp Office Jet 200 Mobile Printer) 5 Cart 1,500.00 7,500.00 263 Ink Cartridge, Hp62, Tricolor (hp Office Jet 200 Mobile Printer) 5 Cart 1,800.00 9,000.00 264 Ink, Hp Gt 51 Black 2 Bottle 400.00 800.00 265 Ink, Hp Gt 52 Cyan 2 Bottle 400.00 800.00 266 Ink, Hp Gt 52 Magenta 2 Bottle 400.00 800.00 267 Ink, Hp Gt 52 Yellow 2 Bottle 400.00 800.00 268 Ink Epson T6731 Black (epson) 6 Bottle 800.00 4,800.00 269 Ink Epson T6732 Cyan (epson) 6 Bottle 800.00 4,800.00 270 Ink Epson T6733 Magenta (epson) 6 Bottle 800.00 4,800.00 271 Ink Epson T6734 Yellow (epson) 6 Bottle 800.00 4,800.00 272 Ink Epson T6735, Light Cyan (epson) 3 Bottle 800.00 2,400.00 273 Ink Epson T6736, Light Magenta (epson) 3 Bottle 800.00 2,400.00 274 Ink Epson, T6641, Black 70ml 22 Bottle 450.00 9,900.00 275 Ink Epson, T6642, Cyan 70ml 9 Bottle 450.00 4,050.00 276 Ink Epson, T6643, Magenta 70ml 13 Bottle 450.00 5,850.00 277 Ink Epson, T6644, Yellow 70ml 14 Bottle 450.00 6,300.00 278 Ink Epson, 001, Black 179 Bottle 700.00 125,300.00 279 Ink Epson, 001, Cyan 138 Bottle 600.00 82,800.00 280 Ink Epson, 001, Magenta 138 Bottle 600.00 82,800.00 281 Ink Epson, 001, Yellow 137 Bottle 600.00 82,200.00 282 Ink Epson, 003, Black 679 Bottle 500.00 339,500.00 283 Ink Epson, 003, Cyan 465 Bottle 500.00 232500 284 Ink Epson, 003, Magenta 483 Bottle 500.00 241,500.00 285 Ink Epson, 003, Yellow 451 Bottle 500.00 225500 286 Ink Epson, 008, Black 37 Bottle 1,200.00 44,400.00 287 Ink Epson, 008, Cyan 28 Bottle 900.00 25,200.00 288 Ink Epson, 008, Magenta 29 Bottle 900.00 26,100.00 289 Ink Epson, 008, Yellow 29 Bottle 900.00 26,100.00 290 Toner Cartridge, Fuji Xerox S1810/s2010/s2220/s2420 (ct201911) 3 Cart 5,400.00 16,200.00 291 Toner Cartridge, Fuji Xerox S2011/s2320/s2520 (ct202384) 1 Cart 5,400.00 5,400.00 292 Toner Cartridge, Hp Laserjet P1102, Ce285a (85a) 25 Cart 5,000.00 125,000.00 293 Toner Cartridge, Kyocera (tk 1175) Monochrome 4 Cart 9,500.00 38,000.00 294 Toner Cartridge, Sharp Ar-6026n (mx-238ft) 5 Cart 9,500.00 47,500.00 295 Toner Cartridge, Lexmark (mx321) 2 Cart 10,000.00 20,000.00 296 Hp Color Laserjet Toner 206a, Black 7 Cart 9,500.00 66,500.00 297 Hp Color Laserjet Toner 206a, Cyan 1 Cart 9,500.00 9,500.00 298 Hp Color Laserjet Toner 206a, Magenta 1 Cart 9,500.00 9,500.00 299 Hp Color Laserjet Toner 206a, Yellow 1 Cart 9,500.00 9,500.00 300 Ink Brother Btd60bk 8 Bottle 510.00 4,080.00 301 Certificate Holder, Legal Size W/ Plastic Cover 400 Pc 60.00 24,000.00 302 Specialty Board, Cream, A4 8.2x11.7, 10pcs/pack (b-board) 300 Pack 30.00 9,000.00 303 Specialty Board, White, A4 8.2x11.7, 10pcs/pack (b-board) 105 Pack 30.00 3,150.00 304 Ink Cartridge, Hp 682, Black 3 Cart 550.00 1,650.00 305 Ink Cartridge, Hp 682, Tri-color 3 Cart 550.00 1,650.00 306 Index Card (5"x8") 50s/pack 3 Pack 65.00 195.00 307 Screw Fastener 1" 200 Pc 7.00 1,400.00 308 Screw Fastener 2" 198 Pc 8.00 1,584.00 309 Plastic Fastener (5 Pcs/pack) Double Lock 220 Pack 25.00 5,500.00 310 Notebook, A6 Size, 200 Pages 115 Pc 60.00 6,900.00 311 Notebook, A7 Size, 200 Pages 100 Pc 50.00 5,000.00 312 Usb 3.1 Otg Flashdrive, Type C, 128 Gb 51 Pc 3,000.00 153,000.00 313 Notebook, A5 Size, Soft Leather Cover, 200 Sheets 80 Pc 200.00 16,000.00 314 Gel Ink Sign Pen, 0.4 100 Pc 90.00 9,000.00 315 Gel Ink Sign Pen, 0.3 100 Pc 90.00 9,000.00 316 Toner Cartridge, Fujifilm Apeos 2150 Nda 5 Cart 3,500.00 17,500.00 317 Whiteboard 2ft X 2 Ft 2 Piece 2,000.00 4,000.00 318 Clamp - Stapler Remover 5 Pcs 30.00 150.00 319 Portable Bluetooth/wireless Speaker With Trolley (free Microphone) 1 Unit 6,695.00 6,695.00 320 Dishwashing Liquid Diy Kit, Lemon Scent (for 15-16 Liters Output) 25 Set 400.00 10,000.00 321 Fabric Conditioner Diy Kit, Sunrise Fresh Scent (for 20 Liters Output) 25 Set 450.00 11,250.00 322 Liquid Handsoap Diy Kit, Antibac Scent (for 15-16 Liters Output) 25 Set 400.00 10,000.00 323 Sack For 50kls Capacity (size: 64cm X 104cm) 76 Pc 15.00 1,140.00 324 Printer Ribbon, Epson Lq 310 2 Cart 250.00 500.00 325 Stackable Storage Box With Cover And Wheels (155l) 3 Pcs 1,100.00 3,300.00 Total 6,294,122.50 Delivery Schedule: Delivery Schedule: Sixty (60) Working Days From Receipt Of Ntp Drop-off Point: Da-rfo 1, City Of San Fernando, La Union Delivery Of The Goods Is Required Within Sixty (60) Working Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 7-27, 2025 From The Address Given And Websites 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 Php10,000.00. 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. The Da-rfo 1 Will Hold A Pre-bid Conference On 14 January 2025, 3:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 27 January 2025, 3:00 Pm. 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 27 January 2025, 3:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa. C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Eligibility Requirements Can Be Fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 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 Section 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: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No. :(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo 1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 6, 2025 Approved: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-goods-033
7501-7510 of 7515 archived Tenders