Furniture Tenders

Furniture Tenders

Municipality Of Tuba, Benguet Tender

Others
Philippines
Closing Date26 Feb 2025
Tender AmountPHP 946.3 K (USD 16.3 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 Forty-six Thousand Three Hundred Sixteen Pesos (php946,316.00) 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 946,316.00 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 12, 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 26, 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 26, 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 30, 2025 Janet V. Mariano Bac Chairperson

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

BARANGAY MAGRAFIL GONZAGA, CAGAYAN Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
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.

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 ____________________________

Jetrichov Municipality Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
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).

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Machinery and Tools
United States
Closing Date3 Mar 2025
Tender AmountRefer Documents 
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With (iaw) The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. The Government Reserves The Right To Make No Award From This Solicitation.â â  this Is A Request For Quote (rfq),â and The Solicitation Number Isâ 36c25025q0329. The Government Anticipates Awarding A Firm-fixed Price Purchase Order Resulting From This Solicitation. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circulars 2025-01/02, Effective 02/18/2025. The Associated Naics Code Isâ 339112, Surgical And Medical Instrument Manufacturing. the Department Of Veterans Affairs, Network Contracting Office 10, Is Soliciting Quotes Fromâ allâ sources To Supply Theâ chalmers P. Wylie Va Ambulatory Care Center Ceiling Lifts. Respondents To This Solicitation Must Fully Demonstrate Their Capability By Supplying Detailed Quote Information, Along With Any Other Documents Necessary To Support The Requirements Below. This Is A Brand Name Only Requirement For Guldmann Gh3+ Ceiling Lifts. quotes Are To Be Provided Toâ gina P. Crank, Contracting Officer, Via Email Atâ gina.crank@va.gov, No Later Thanâ march 3, 2025, Byâ 5:00â pmâ est. No Telephone Calls Will Be Accepted. No Submission Received After The Above-mentioned Date And Time Will Be Accepted.â  item Information item Number description Of Supplies/services quantity unit unit Price amount 0001 3.00 ea $ $ gh3+ 825 Lbs. Hoist W/ Integrated Scale W Digital Hand Control And 2point-hanger Bar. Non Recessed 4mx4m Or Smaller Continuous Charge In-rail 'h' Track System ***eils 241,242,420*** ***marion,newark,delaware*** ***poc Duane Hart*** local Stock Number: Gh3+ 0002 3.00 ea $ $ stamped Engineered Drawings local Stock Number: Stamped Drawings grand Total $ statement Of Work 1. Program Requestor/manager). name: sherri Webb Bsn, Rn section: safe Patient Handling And Mobility Program Manager address: 420 N. James Rd. Columbus, Oh. 43219 phone Number: fax Number: e-mail Address: sherri.webb@va.gov 2. Contract Title. Cboc Patient Lifts 3. Background. The National Visn Sphm Directive 1611 States That All Staff Are To Use Sphm Equipment To Reduce The Potential For Risk Of Staff/veteran Injury. Sphm Requires Use Of Sph Technology To Mobilize Patients Over 35 Pounds. the Delaware/marion/zanesville Cbocs Which Are New Construction Will Each Need A New ceiling Lift Traverse H Track To Cover The Entire Procedure Room. The Lift Will Have A Maximum Weight Capacity Of 825 Pounds To Support The Bariatric Community. As Part Of Regular Work In The Patient Care Areas, If Patient Lift Equipment Was Not Available, Staff Would Have To Manually Lift Veterans Increasing The Risk Of Staff And Veteran Injury And Increased Healthcare Costs. The Columbus Va Main Facility Has Guldmann Gh3/gh3+ Ceiling Lifts Installed Throughout The Facility. 4. Scope. a. the Contractor Shall Provide A Technical And Cost Proposal For Turn-key Installation Services Including All Hardware, Labor, Training, And Testing (advanced Model With New-style 2-point Hanger Bar, Customizable Rail Design And Faster Speeds) To Install Patient Lift Systems In Accordance With This Scope Of Work. This Cost Proposal Shall Be For Providing Installation Of All New Lift System Equipment Including But Not Limited To; Slings, Lift Devices, Rails, Support Material, Bracing And All Other Associated Components Required For Complete, Functional Installation For Ceiling Lift In With Scale And Continuous Charge Ceiling Lift Systems. This Proposal Shall Also Be For Installation Of The Lift Systems Including But Not Limited To Any Required Plans, Engineering Details And Documents, Tools, Labor, Testing, Training, Cleaning Supplies, Containment Systems, Etc. All New Gh3+ Lift Systems Must Have A Lifting Capacity Of No Less Than 825 Lbs., Have Continuous Charge, Built To Avoid interference With Curtain Tracks. The Rail Systems Must Be Designed, Constructed, And Installed In A Traverse X-y ( H Track) Room-covering Design; In Such A Manner As To Allow For Maximum Utilization Of Patient Room Space. Operation Of The System Must Be Smooth With No Fast Or Jerky Starts And Stops. Operation Of The System Must Allow For Adequate Lifting Height Allowing For Multipurpose Functions Such As Patient Transfer, Floor Recovery, Repositioning, Procedural Assistance (e.g., Limb Holding), And Integrated Scale For Weighing The Patient. Track Systems Shall Be Self-supporting From The Ceiling. All Rails Will Be A Continuous Charge System. All Lift Systems Must Have The Availability To Weigh A Patient In Kilograms And Pounds. Existing Hangers, Unistrut, Or Other Support Components Shall Not Be Utilized To Support The Lift Tracks. No Existing Utility Systems Or Supports Shall Be Used For Support Or For Bracing Of The Lift System. All New Supports Must Be Connected Directly To Building Structural Components. b. This Sow Describes A Brand Name Requirement In Accordance With Far 11.104. 5. Specific Tasks. a Ceiling Lift Is To Be Installed In Each Vhacos Cboc (delaware/marion/zanesville) For Multipurpose Functions (e.g., Floor Recovery, Limb Holding, Transferring Patient, Weighing patient, Repositioning Patient, Procedure Positioning). A Traverse X/y ( H ) Track Rail System To Be Used To Provide Coverage For Entire Room. all Installation Must Comply With Requirements Of Patient Safety Alert Al14-07, Including The Checklist For Installation And Relocation. The Installation Checklist Must Be Filled Out For Each Installed Lift, In Addition To Any Checklist Required By The Manufacturer, And Supplied To The Cor. The Checklist Is Included In The Solicitation As Attachment 1. contractor Shall Provide Personnel That Are Guldmann Authorized/ Certified Installers Of The Original Equipment Manufacturer (oem) Of The Provided Lifts And Rails, No Exceptions. Personnel That Are Not Certified/ Authorized Installers Of The Ceiling Lift Oem Are Not Permitted To Execute Ceiling Lift Installations (not Acceptable To Va). Installers Must Have Current Certification To Work On The Provided Overhead Lift And Rail Systems. Certifications Shall Be Provided As Part Of The Contractor S Quote. certifications Shall Be Provided By The Manufacturer Who Will Conduct Testing To Ensure That The Ceiling Lift And Charging System Are Safe And In Compliance With Iso 10535 & Ul 60601- 1. the Contractor Shall Perform Site Survey Of The Pre-existing Conditions And As-built Drawings Above And Below Finish Ceiling At The Installation Location To Confirm Existing Structural And Ceiling Conditions. Contractor Will Provide Evaluation Of Existing Structure Where Ceiling Lifts Are Needed And Submission Of Plans To Vhacos Engineering Service, To Assure That Workable Systems Are Installed And Comply With Va Design Requirements And Relevant Standards. Plans Shall Be Submitted After Contract Award. verify Minimum Clearances For Operation Are Compliant With Manufacturer Recommendations. (ensure Room Clearance And That The Ceiling Height Is Adequate For Lift usage.) Contractor Will Provide Information On Minimum Clearances For Operation Of Each Lift, To Be Presented With The Bid. g. Contractor Will Provide All Qualified Personnel, Materials, Equipment, And Services Necessary To Install Ceiling Lifts For All Cbocs Listed Including Lifts, Tracks, Spreader Bars, Attachment Hardware, And All Other Equipment Necessary For Safe Operation. h. Contractor Shall Complete Testing And Certification (weight/ Safety Testing) Of All Installed Ceiling Lifts Prior To Va Acceptance. Contractor Shall Be Able To Certify That All Ceiling Lifts Are Safe For Patient Use After The Completion Of Post-installation Testing/ Certification. Contractor Will Provide Evidence Of Testing Of All Provided/ Installed Ceiling Lift Systems Via A Written Report, According To Va Checklist Requirements. The Va Checklist Can Be Found In Attachment 1. 6. Performance Monitoring proposed Gh3+ Ceiling Lift Requirements contractor Shall Provide A Plan For Each Room Detailing Location Of Lift Rails, Support Structure Above, And Means Of Attachment. for Patient Safety Purposes, Guldmann Lifts Are Preferred. The Facility Wishes To Work With A Company That Has Been Manufacturing Ceiling Lift Systems For Upwards Of 40 Years And Has Had No Fda Recalls In Its History. Research Has Shown That Guldmann Is The Only Company That Can Meet Both These Criteria. Market Research Has Been Conducted Nationally On Each Available Ceiling Lift Vendor. Logistical Systems Are Already In Place To Maintain Guldmann Sling/parts/accessory Inventory; User Function, And Equipment Serviceability Require No Changes And Subsequently No Additional Costs. Education Requirements Are Already In Place For Staff And Training Is Standardized With These Lifts. The Cost For Guldmann Lifts Includes All Materials, Shipping Information, Additional Training If Required And Installation. all Lifts Shall Be Weight Tested Prior To Acceptance. Test Weight Shall Be 150% Of Rated Capacity And Shall Be Applied To All Points Of Suspension And Traverse Rail. Prior To Testing, Contractor Shall Submit Rail Deflection Testing Standards To The Va. Testing Shall Be Observed By The Va Cotr And A Written Report Shall Be Provided Following Each Test. The Report Shall Include Deflection Measurements Taken At Locations Of Maximum Deflection During The Weight Test. All Deflection Points Shall Be Within Defined Code Limitations. Contractor Will Provide All Travel, Labor, Parts, Test Equipment (to Include Weight Set), Tools, And Incidentals Necessary To Perform All Required Inspection Services. Any Overtime Needed That Would Cause An Increasing In Invoicing Must Receive Prior Approval By The Visn Contracting Officer, Through The Cor (or Designee). all Services For This Contract Must Meet Manufacturer's Performance And Technical Specifications, Federal Regulations, And Other Specifications That May Apply Such As National Electric Code (nec), Life Safety Code (lsc), Joint Commission (jc), And Va Regulations. final Equipment Certification Shall Be Provided In Writing Prior To Acceptance By The Va. contractor Shall Provide Personnel That Are Guldmann Authorized/ Certified Installers Of The Original Equipment Manufacturer (oem) Of The Provided Lifts, No Exceptions. personnel That Are Not Certified/ Authorized Installers Of The Ceiling Lift Oem Are Not Permitted To Execute Ceiling Lift Installations (not Acceptable To Va). Installers Must Have Current Certification To Work On The Provided Overhead Lift And Rail Systems. Certifications Shall Be Provided As Part Of The Contractor S Quote. certifications Shall Be Provided By The Manufacturer Who Will Conduct Testing To Ensure That The Ceiling Lift And Charging System Are Safe And In Compliance With Iso 10535 & Ul 60601-1. verify Minimum Clearances For Operation Are Compliant With Manufacturer Recommendations. (ensure Room Clearance And That The Ceiling Height Is Adequate For Lift Usage.) lifting Capacity: Proposed Ceiling Lifts (to Be Installed) Shall Have A Minimum Lifting Capacity Of 825 Lbs., With A Standard Carry Bar. emergency Stop Function: All Proposed Ceiling Lifts Shall Have Both An Electrical And Mechanical Emergency Stop. Mechanical Emergency Stop Is Required To Be A Pull Cord Stopping Mechanism That May Be Reached From Standing Person S Height. all Proposed Ceiling Lifts Shall Have An Electronic Soft Start And Soft Stop Function. integrated Scale: Proposed Ceiling Lifts Shall Have A Fully Integrated Digital Scale (for Certain Designated Areas) That May Be Used To Weigh Patients. The Ceiling Lifts Shall Be Able To Zero And Display Patient Weight On A Display Screen. Scale Shall Be Able To Display Weights In Both Kilograms And Pounds. The Integrated Scale Accuracy Specification Shall Meet Or Exceed +/- 0.5% At Max Load. Integrated Scales Shall Be Class Iii Scales. Integrated Scale Shall Be Truly Integrated, I.e., Does Not Require Additional Attachment Pieces To Either The Lifting Bar, Lifting Strap/bar, Or Motor For Scale Functionality To Work. scales Must Have Digital Readout In The Hand Control And Must Not Decrease The Lifting Height Of The System. lifts Must Not Beep Or Flash During Normal Operation. emergency Lowering: All Proposed Ceiling Lifts Shall Have An Emergency Patient Lowering Option To Safely Lower Patients From A Standing Person S Height Without The Use Of Tools Or Ladders In The Event Of Lift Malfunction. all Proposed Ceiling Lifts Shall Be Motorized Units. current Limiter For Circuit Protection In Case Of Overload. cab: Vo Plastic Fire Retardant, Ul 94 vertical Movement-dc Motor the Life Cycle (number Of Charging Cycles) For Batteries Shall Be In Compliance With Iec 801-2. the Straps Shall Meet Iso En 10535 Safe Patient Handling Equipment hand Control/ Pendant: All Proposed Ceiling Lifts Shall Have An Integrated Hand Control Or Pendant That Allows End-users To Lift And Lower Patients. The Hand Control Units Shall Have An Lcd Display Screen. Hand Control Units Shall Have Wireless Option Availability. battery: Provided Batteries Shall Have A Life Expectancy Of At Least 5 Years (minimum Specification). Provided Batteries Shall Have A Maximum Charge Time No Greater Than 5 Hours. battery Charging: All Proposed Ceiling Lifts Shall Be Able To Charge The Batteries While The Lifting System Is Located At Any Point On The Rail (rail Charging). Ceiling Lifts Shall Re- Charge Automatically Without Prompt Or Action Required By End-users At Any Location Along The Rail System. The Max Charging Time To Recharge Battery Completely Shall Not Exceed 5 Hours. lifts Must Be Able To Lift A Full-capacity Load Of 200 Pounds At Least 35 Times On A Full, New Battery Charge. proposed Ceiling Lifts Shall Be Capable Of Lifting Patients Off The Floor. display Function: Ceiling Lifts Shall Be Able To Display The Following Data: Total Lift Count, Total Hours, Last/next Service (pm) Required. all Installations Are Completed By Factory Certified, Us Installers. available Ul Certification Of Entire Installation As Opposed To Ul Listing On The Transformer Only. provision Of System Approval On Room Covering According To Iso En 60601-1 Medical Equipment provision Of System Approval On Room Covering According To Iso En 10535 Safe Patient Handling Equipment inspection Of Equipment After Installation Is Required Prior To Use For Patient Movement. Inspection Shall Be In Accordance With Manufacturer S Installation Checklist And The Facilities Installation Checklist (patient Safety Alert Al14-07). installation Hardware Meets Ibc 2006 (international Building Code) Standards. certification Of Compliance With Va Requirements Shall Be Provided By An Independent Third Party, Inspector Of Record (ior), Who Will Observe Installation And Manufacturer S Testing To Ensure That The Ceiling Structure, Ceiling Lift, And Charging System Is Safe And Compliance With Shop Drawings, Structural Calculations, Specifications, Iso 10535 Requirements, And Code Requirements. Ior Shall Be A Registered Structural Engineer In The State Of Installation. lift Must Charge Anywhere On The Track Via Continuous Ac Charging. ii. Contractor Shall Provide Certified In-service Training For All Shifts Of Direct Patient Care Staff In Units Where Lifts Are Installed At No Additional Cost To The Government, For Any Equipment New To This Facility (up To 10 Sessions In Coordination With The Cor). This Training Must Include Hands-on Lift Use And Be Extensive Enough To Prepare Participants To Train Others. training Must Include Each New Type Of Equipment And Sling Used In An Area. contractor Shall Provide Certified In-service Training On Each Site, Multiple Times In A Day, For Healthcare Technology Management Staff In Coordination With The Cor. overload Protection: Proposed Ceiling Lifts Shall Have An Overload Protection Mechanism. the Lifts Shall Be Mounted (using Ceiling, Wall, Or Floor Support As Determined By Building Structure And Room Covering Layout Needs) To Provide Lifting Capability For The Maximum Area Possible Within Each Room Which Means Wall To Wall Not Just Over The Bed. the Lift Hand Control Must Be Attached To The Lift In A Way That Allows It Not To Be Lost. contractor Must Install Lifts Without Relocating Or Interfering With Operations Of Existing Sprinkler Heads, Lights, Hvac Grills, Curtain Tracks, Iv Tracks, Televisions, Permanent Furniture, Or Other Permanent Structure. Contractor Must Describe Any Such Fixtures That Must Be Moved During Contract Bid And Pre-construction Meetings. Installation May Be delayed, Canceled, Or Moved To A Mutually Acceptable Location If Building Changes Cannot Be Made In Ways That Allow Lift Installation. security Requirements Na government-furnished Equipment (gfe)/government-furnished Information (gfi) na other Pertinent Information Or Special Considerations. training: contractor Shall Provide Certified In-service Training For All Shifts Of Direct Patient Care And Htm Staff In Units Where Lifts Are Installed At No Additional Cost To The Government, For Any Equipment New To This Facility. This Training Must Include Hands-on Lift Use And Be Extensive Enough To Prepare Participants To Train Others. training Must Include Each New Type Of Equipment And Sling Used In An Area. training And Support To Be Ongoing For Users. manuals: Contractor Shall Provide Electronic Copies Of The User Manuals And Repair Manuals For Each Different Model Of Lift Installed Under This Order Or Contract At No Additional Cost To The Government. identification Of Possible Follow-on Work Na identification Of Potential Conflicts Of Interest Na (coi) identification Of Non-disclosure Requirements Na packaging, Packing And Shipping Instructions Na inspection And Acceptance Criteria Na risk Control Na 11. Place Of Performance. chalmers P. Wylie Ambulatory Care Center And Affiliated Outpatient Clinics period Of Performance. One Time Purchase delivery Schedule 30 Days Aro the 11 Federal Holidays Observed By The Federal Government Are: the President Of The United States Of America May Declare Additional Days As A Federal Holiday, And If So, This Holiday Will Automatically Be Added To The List Above. When A Holiday Falls On A Sunday, The Following Monday Shall Be Observed As A Federal Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Shall Be Observed As A Federal Holiday. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Items (sep 2023) far 52.212-3, Offerors Representations And Certifications Commercial Items (nov 2023) offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Items (nov 2023) addendum To Far 52.212-4 Contract Terms And Conditions Commercial Items clauses That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Following Clauses Are Incorporated Into 52.212-4 As An Addendum To This Contract: far 52.252-2 Clauses Incorporated By Reference (feb 1998) far 52.204-18 Commercial And Government Entity Code Maintenance (aug 2020) far 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (march 2023) vaar 852.212-70 Provisions And Clauses Applicable To Va Acquisition Of Commercial Items (apr 2020) 852.203-70, 852.232-72, 852,233-70, 852.233-71 852.246-71, 852.247-71, 852.270-1 vaar 852.212-71 Gray Market Language (feb 2023) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders (dec 2023) the Following Subparagraphs Of Far 52.212-5 Are Applicable: [52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-18, 52.232-19, And 52.232-33.] all Quoters Shall Submit The Following: A Completed Schedule With Pricing, Adequate Documentation Detailing The Capabilities Of The Product. all Quotes Shall Be Sent To The Electronically Via Email To Gina P. Crank @ Gina.crank@va.gov. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Award Will Be Made To The Response Most Advantageous To The Government. responses Should Contain Your Best Terms And Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. submission Of Your Response Shall Be Received Not Later Than March 3, 2025 By 5:00 Pm Est To Gina.crank@va.gov late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact gina P. Crank contracting Officer network Contract Office (nco) 10 office: 614-625-1236 email: Gina.crank@va.gov department Of Veterans Affairs justification For Single Source Awards Iaw Far 13.106-1 for over Micro-purchase Threshold But Not Exceeding The Sat ($250k) acquisition Plan Action Id: 36c250-25-ap-1996 contracting Activity: Department Of Veterans Affairs, Visn/nco 10, 2780 Airport Drive, Columbus Oh 43219 For The Delaware/zanesville/marion Cbocs. 2237 Number 757-25-2-096-0169. brief Description Of Supplies/ Services Required And The Intended Use/estimated Amount: The Safe Patient Handling And Mobility Program Is Requesting Sphm Equipment For The 3 Cbocs To Be In Compliance With The National Visn Sphm Directive 1611. Requesting New Ceiling Lifts For The New Construction Delaware/zanesville And Marion Cbocs. The Sphm Equipment Will Be Used For Safe Patient Handling To Reduce The Potential Risk For Injury To Staff And Veterans. this Acquisition Is For 3 New Ceiling Patient Lifts To Be Installed At The New Construction Delaware/zanesville And Marion Cbocs. Each Ceiling Lift Must Have A X-y Track System (room Covering Track System) In Which The Motor Is Mounted On A Perpendicular Moving Rail That Is Attached To Two Parallel Recessed Fixed Rails Allowing The Lift To Travel In Four Directions (side-to-side And Front-to-back). This Configuration Provides The Most Flexible Area Coverage For The Veterans Should They Need A Lateral Transfer, Procedure Or Floor Recovery. The Lift Must Charge Anywhere On The Track Via Continuous Ac Charging. The Lift Must Have Weight Capacity Of 825 Lbs., Hand Held Digital Remote With Internal Scale, Soft Start/stop Function With No Jerking, Maximum Battery Recharge Time Of No More Than 4 Hours, Number Of Lifts With Maximum Load Of 40, Iso 10535 Compliant, Have A 2 Point Hanger Bar, An Emergency Stop, Emergency Stop/lowering Cord, A 3 Year All Inclusive Warranty, 5 Year Battery Warranty And A Life Expectancy Of 15 Years. This Should Include Motors, Lift Rails, And Any Hardware Needed To Attach The Rails To Support Poles And Charge The Lift, As Well As Assembly And Initial Testing In Accordance With Va Ncps Patient Safety Alert Al14-07. unique Characteristics That Limit Availability To Only One Source, With The Reason No Other Supplies Or Services Can Be Used: The Guldmann Gh3 Overhead Lifts Now Have By Far The Longest Warranty And Expected Life In The Market. Their Default Lifespan Is 3 Years, But This Is Expanded To 10 Years If They Are Doing The Required Annual Preventive Maintenance. The Expected Life Of The Gh3 Lifts Is 15 Years With Unlimited Lift Cycles, And We Have Multiple Lifts Within The Main Facility That Are Still Running Well. By Contrast, No Other Lift Companies Set Their Expected Life Above 10 Years, And Many Have Their Expected Life At 7 Years Or 10,000 Lift Cycles Which In Practice Has Been Exceeded In Shorter Times Even In Outpatient Settings Without Constant Use. Guldmann Has Been Manufacturing Ceiling Lift Systems For Upwards Of 40 Years And Has Had No Fda Recalls In Its History. Research Has Shown That Guldmann Is The Only Company That Can Meet Both These Criteria. weight Readout On The Handheld Digital Screen Is Easier For Staff To Control And Read. Other Companies Do Not Offer An Internal Scale Of Weight Readout Of The Handheld Screen, Nor Does It Have A Digital Screen. Guldmann Offers The 3g Program Which Combines A Comprehensive Preventative Maintenance And Service Package For Up To 10 Years For New Systems. Guldmann Ceiling Lifts Have An Emergency Stop/lowering Pull Cord That Does Not Need A Step/ladder For Staff To Reach. description Of Market Research Conducted And Results Or Statement Why It Was Not Conducted: The Following Market Research Techniques Were Used But Not Limited To: Vetcert, Dsbs, Gsa And Internet. The Vetcert Search Using Naics 339112 Netted 668 Sd/vosb Vendors. The Dsbs Search Using The Same Naics Netted 4015 Vendors, Added Keywords, Ceiling Lifts Netted 4 Vendors. The Gsa Advantage And Scmc Search Netted Several Vendors. This Requirement Will Be Posted On Contract Opportunities As A Brand Name Requirement For Continuity Of Care And Safety Of Our Clinical Providers And Patients. In Addition, These Lifts Will Be Added To An Existing Service Agreement Along With All Of The Other Guldmann Lifts Within Our Facilities Which Meets The Manufacturer S Maintenance Requirements To Maintain The Warranty And Regulatory Compliance Standards. oem, Guldmann, Is A Small Business And Does Not Have Any Authorized Distributors. contracting Officer's Certification: Purchase Is Approved In Accordance With Far13.106-1(b). I Certify That The Foregoing Justification Is Accurate And Complete To The Best Of My Knowledge And Belief. ____________________________ ________________________ gina P. Crank Date contracting Officer

AGRICULTURAL TRAINING INSTITUTE REGION XI Tender

Food Products
Philippines
Closing Date3 Mar 2025
Tender AmountPHP 2.2 Million (USD 39.3 K)
Details: Description Philippine Bidding Documents Procurement Of Catering Services For The Conduct Of Trainings And Activities Under Regular And Cfdip For Fy 2025 1st Semester Government Of The Republic Of The Philippines Sixth Edition July 2020 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. 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 Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; 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 Goods 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 Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B.specific Details, Such As The “name Of The Procuring Entity” 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 Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications 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 Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The 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 Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..7 Section Ii. Instructions To Bidders…………………………………………...10 1. Scope Of Bid ………………………………………………………………………. 11 2. Funding Information………………………………………………………………. 11 3. Bidding Requirements ……………………………………………………………. 11 4. Corrupt, Fraudulent, Collusive, And Coercive Practices………………………….. 11 5. Eligible Bidders…………………………………………………………………… 11 6. Origin Of 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 …………………………... 13 12. Bid Prices …………………………………………………………………………. 14 13. Bid And Payment Currencies ……………………………………………………… 14 14. Bid Security ………………………………………………………………………. 15 15. Sealing And Marking Of Bids ……………………………………………………… 15 16. Deadline For Submission Of Bids …………………………………………………. 15 17. Opening And Preliminary Examination Of Bids ………………………………….. 15 18. Domestic Preference ……………………………………………………………… 16 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 16 20. Post-qualification ………………………………………………………………… 16 21. Signing Of The Contract …………………………………………………………… 17 Section Iii. Bid Data Sheet …………………………………………………..18 Section Iv. General Conditions Of Contract ……………………...………..20 1. Scope Of Contract ………………………………………………………………… 21 2. Advance Payment And Terms Of Payment ……………………………………….. 21 3. Performance Security ……………………………………………………………. 21 4. Inspection And Tests ……………………………………………………………… 22 5. Warranty …………………………………………………………………………. 22 6. Liability Of The Supplier ………………………………………………………….. 22 Section V. Special Conditions Of Contract ………………………………….23 Section Vi. Schedule Of Requirements ……………………………………....27 Section Vii. Technical Specifications …………………………………………31 Section Viii. Checklist Of Technical And Financial Documents …………..34 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 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 (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In 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. Invitation To Bid For The Catering Services For Various Trainings & Activities To Be Conducted At Ati-rtc Xi Under Regular And Cfidp Program For Fy 2025 1st Semester 1.the Agricultural Training Institute- Region Xi, Through The General Appropriations Act Of 2025 Intends To Apply The Sum Of Two Million Two Hundred Eighty-four Thousand Pesos Only (2,284,000.00) Being The Abc To Payments Under The Contract For Catering Services For Various Trainings & Activities To Be Conducted At Ati-rtc Xi Under Regular And Cfidp Program For Fy 2025 1st Semester With Purchase Request Nos. 250232 And 250233 . Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Agricultural Training Institute- Region Xi Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A.bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4.prospective Bidders May Obtain Further Information From Agricultural Training Institute-region Xi Office And Inspect The Bidding Documents At The Address Ati-rtc-xi, Brgy. Datu Abdul, Panabo City, Davao Del Norte During Monday-friday At 8:00 Am-5:00 Pm. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 19, 2025 At 8:00 Am 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 ₱5,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Issued By The Agricultural Training Institute – Region Xi Cashier. 6.the Agricultural Training Institute- Region Xi Will Hold A Pre-bid Conference[ ] On February 24, 2025, 1:00 Pm At Agricultural Training Institute-region Xi Function Hall, Datu Abdul, Panabo City, Davao Del Norte Which Shall Be Open To Prospective Bidders. 7.bid Opening Shall Be On March 10, 2025 At 1:00 Pm At The Given Address. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 8.bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address On Or Before March 10, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 9.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10.the Agricultural Training Institute- Region Xi Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Ms. Ma. Cristin Rosan T. Besario Bids And Awards Committee Secretary Agricultural Training Institute Region Xi Datu Abdul Dadia, Panabo City, Davao Del Norte 084-217-3433, 8105 0917-321-6134 Ati11bacsec@gmail.com February 18, 2025 Lucille B. Camarines 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, Agricultural Training Institute- Region Xi Wishes To Receive Bids For Catering Services For Various Trainings & Activities To Be Conducted At Ati-rtc Xi Under Regular And Cfidp Program For Fy 2025 1st Semester With Purchase Request Nos. 250232 And 250233. The Procurement Project Is Composed Of 3 Items, 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 Two Million Two Hundred Eighty-four Thousand Pesos Only (₱2,284,000.00). 2.2.the Source Of Funding Is: A.nga, The General Appropriations Act Or Special Appropriations. 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. 5.3. 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 Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: I.completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And Ii.the Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 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: 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 Twenty Percent (20%) Of The Contracted Goods. 7.2.the Bidder Must Submit Together With Its Bid The Documentary Requirements Of The Subcontractor(s) Complying With The Eligibility Criteria 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. 7.3.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. 7.4.subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Supplier’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 Agricultural Training Institute- Region Xi Function Hall, Datu Abdul Dadia, Panabo City, Davao Del Norte 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 Prior To The Deadline For The Submission And Receipt Of Bids. 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. 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 The Bds. 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 The Bds. 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 Tradable 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. 13.2.payment Of The Contract Price Shall Be Made In: A.philippine Peso 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 July 21, 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 The Specified Date And Time At Its Physical Address As Indicated In Paragraph 8 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 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 The 2016 Revised Irr Of Ra No. 9184. A.in The Case Of Single-year Framework Agreement, The Lowest Calculated Bid Shall Be Determined Outright After The Detailed Evaluation; 19.2.if The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3.the Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4.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 20.2. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, Or In The Case Of Multi-year Framework Agreement, That It Is One Of The Eligible Bidders Who Have Submitted Bids That Are Found To Be Technically And Financially Compliant, 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. If Framework Agreement Will Be Used: 21.2. At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Framework Agreement Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 21.3. Within Ten (10) Calendar Days From Receipt Of The Notice To Execute Framework Agreement With The Procuring Entity, The Successful Bidder Or Its Duly Authorized Representative Shall Formally Enter Into A Framework Agreement With The Procuring Entity For An Amount Of One Peso To Be Paid To The Procuring Entity As A Consideration For The Option Granted By The Procuring Entity To Procure The Items In The Framework Agreement List When The Need Arises. 21.4. The Procuring Entity Shall Enter Into A Framework Agreement With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 21.5. The Following Documents Shall Form Part Of The Framework Agreement: A.framework Agreement Form; B.bidding Documents; C.call-offs; D.winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; E.performance Security Or Performance Securing Declaration, As The Case May Be; F.notice To Execute Framework Agreement; And G. Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. Section Iii. Bid Data Sheet Notes On The Bid Data Sheet 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 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A.catering Services B.completed Within 5 Years Prior To The Deadline For The Submission And Receipt Of Bids, A Contract Similar To The Project. 8 The Procuring Entity Will Hold A Pre-bid Conference On February 24, 2025, 1:00 Pm At Ati-rtc Xi Function Hall, Which Shall Be Open To Prospective Bidders. 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 Forty-five Thousand Six Hundred Eighty Pesos (₱45,680.00) [two Percent (2%) Of Abc], 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 One Hundred Fourteen Thousand Two Hundred Pesos (₱114,200.00) [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 15 Each Bidder Shall Submit One (1) Original And Two (2) Duplicate Hard Copies Of The First And Second Components Of Its Bid. Bidder/s Shall Provide Ear-tag Codes Or Index Tabs On Both The Original Copy And Duplicate Copies. 16 Deadline Of Submission Of Bid Is On Or Before March 03, 2025 - 10:00 Am Only. 19.3 Not Applicable 20.2 Not Applicable 21.2 Not Applicable 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 Supplier, 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 Affectivity 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. [include The Following Clauses If Framework Agreement Will Be Used:] 2.3.for A Single-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier In Its Bid. 2.4.for Multi-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier During Conduct Of Mini-competition. 3.performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184.{[include If Framework Agreement Will Be Used:] In The Case Of Framework Agreement, The Bidder May Opt To Furnish The Performance Security Or A Performance Securing Declaration As Defined Under The Guidelines On The Use Of Framework Agreement.} 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 {[include If Framework Agreement Will Be Used:] Or Framework Agreement} Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5.warranty 5.1in 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. 5.2the 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 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 Goods Purchased. 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 1 Delivery And Documents For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: For Goods Supplied From Abroad: The Delivery Terms Applicable To The Contract Are Ddp Delivered Agricultural Training Institute- Region Xi, Datu Abdul, Panabo City, Davao Del Norte. In Accordance With Incoterms.” For Goods Supplied From Within The Philippines: The Delivery Terms Applicable To This Contract Are Delivered Agricultural Training Institute- Region Xi, Datu Abdul, Panabo City, Davao Del Norte. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Includes Ms. Ruby Jane P. Bentiroso, Mr. Ernie L. Malazarte, And Ms. Chonna Vae A. Cañete Who Serve As Inspectors. Additionally, The Project Officers Are Ms. Pauline Joy J. Reyes, Ms. Lucille B. Camarines, Ma. Cristin Rosan T. Besario, Ms. Ruby Jane P. Bentiroso, Mr. Omarbliss B. Dalam, Mr. Ariel D. Abastillas, Ms. Lynn A. Leopoldo, Ms. Ofelia A. Sanchez, Mr. Richel E. Zamora, Ms. Assel M. Mapayo, Mr. Ernie L. Malazarte, Mr. Rolls M. Rubis, Ms.chonna Vae A. Cañete, Ms. Olivia D. Gatus, Mr. Jerry C. Carpentero. Incidental Services The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A.performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And B.training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Packaging The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 The Terms Of Payment Shall Be: Progress Billing Every Month. It Shall Correspond To The Value Of Goods Delivered/rendered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. 4 The Inspections And Tests That Will Be Conducted Are: -catering Services, Based On The Technical Specifications. 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. Catering Services For Various Trainings/activities Under Regular Program Item Number Description Quantity Total Delivered, Weeks/months 1 Catering Services For The Conduct Of Oa Levelup: Capability Buidling For Local Government Units On Organic Agriculture (batch 2) On The Following Schedules: March 31 - April 3, 2025 (3meals And 2 Snacks Per Day) April 24, 2025 - (2 Meals And 2 Snacks) 35 164,500.00 March 31-april 4, 2025 2 Caterign Services With 2 Meals And 2 Snacks For The Conduct Of Hvc Week Celebration On April 11, 2025 100 70,000.00 April 11, 2025 3 Catering Services For The Conduct Of Trtaining On Gap On Vegetable Production And Post Harvest Handling And Marketing On The Following Schedules: April 21-24, 2025 - (3 Meals And 2 Snacks Per Day) April 25, 2025 - (2 Meals And 2 Snacks) 30 141,000.00 April 21-25, 2025 4 Catering Services For The Conduct Of Iso Internal Quality Audit On The Following Schedules: April 28-29, 2025 - (1 Meal And 2 Snacks Per Day) 40 40,000.00 April 28-29, 2025 5 Catering Services With 2 Meals And 2 Snacks For The Conduct Of Management Review On May 2, 2025 40 28,000.00 May 2, 2025 6 Catering Services For The Conduct Of Training On Testing And Performance Evaluation Of Various Rice Machinery On The Following Schedule : May 5-8, 2025 - (3 Meals And 2 Snacks Per Day ) May 9, 2025 - (2 Meals And 2 Snacks) 35 164,500.00 May 5-9, 2025 7 Catering Services With 2 Meals And 2 Snacks For The Conduct Of Tgp Meeting On May 7, 2025 30 21,000.00 May 7, 2025 8 Catering Services For The Conduct Of Training On Basic Hydrophonics (batch 1) On The Following Schedules: May 14-15, 2025 - (3 Meals And 2 Snacks Per Day) May 16, 2025 - (2 Meals And 2 Snacks) 30 81,000.00 May 14-16, 2025 9 Caterig Services With 3 Meals And 2 Snacks For The Conduct Of Halal Coordination On May 19, 2025 25 25,000.00 May 19, 2025 10 Catering Services For The Conduct Of Training On Basic Hydrophonics (batch 2) On The Following Schedules: May 21-22, 2025 - (3 Meals And 2 Snacks Per Day) May 23, 2025 - ( 2 Meals And 2 Snacks) 30 81,000.00 May 21-23, 2025 11 Catering Services For The Conduct Of Training On Meat Processing With Gmp On The Following Schedules: June 2 - 5, 2025 - (3 Meals And 2 Snacks Per Day) June 6, 2025 - (2 Meals And 2 Snacks) 30 141,000.00 June 2-6, 2025 12 Catering Services With 3 Meals And 2 Snacks For The Conduct Of 1st Semestral Meeting For 4h On June 9, 2025 15 15,000.00 June 9, 2025 13 Catering Services With 3 Meals And 2 Snacks For The Conduct Of 1st Semestral Meeting For Ms On June 10, 2025 15 15,000.00 June 10, 2025 14 Catering Services For The Conduct Of Training Of Trainers On Digital Farmers Program (dfp) On Cacao On The Following Schedules: June 11-12, 2025 - (3 Meals And 2 Snacks Per Day) June 13, 2025 - (2 Meals And 2 Snacks) 35 94,500.00 June 11-13, 2025 15 Catering Services For The Conduct Of Basic Agricultural Extension Course On The Following Shcedules: June 16-19, 2025 - (3 Meals And 2 Snacks Per Day) June 20, 2025 - (2 Meals And 2 Snacks) 30 141,000.00 June 16-20, 2025 16 Catering Services For The Conduct Of Training On Business / Enterprises On The Following Schedules: June 23-26, 2025 - (3 Meals And 2 Snackss Per Day) June 27, 2025 - (2 Meals And 2 Snacks ) 25 117,500.00 June 23-27, 2025 Catering Services For Various Trainings/activities Under Cfidp Program Item Number Description Quantity Total Delivered, Weeks/months 1 Catering Services For The Conduct Of Trainign Of Trainers On Farm Business School (fbs) On The Following Schedules: March 24 - April 03, 2025 - (3 Meals And 2 Snacks Per Day) April 04, 2025 - (2 Meals And 2 Snacks) 30 291,000.00 March 24 - April 04, 2025 2 Catering Services For The Conduct Of Training On Institutional And Organization Management For Spf On The Following Schedules: April 23-24, 2025 - (3 Meals And 2 Snacks) April 25, 2025 - (2 Meals And 2 Snacks) 40 108,000.00 April 23-25, 2025 3 Caterign Services For The Conduct Of Dfp 101 And 102 For The Coconut On The Following Schedules: May 21-22, 2025 - (3 Meals And 2 Snacks Per Day) May 23, 2025 - (2 Meals And 2 Snacks) 40 108,000.00 May 21-23, 2025 4 Catering Services For The Conduct Of Training Enterprises Development For Cfidp- Spf On The Following Schedule: May 26-27, 2025 - (3 Meals And 2 Snacks Per Day) May 28, 2025 - (2 Meals And 2 Snacks) 40 108,000.00 May 26-28, 2025 5 Caterign Services For The Conduct Of Training On Basic Facilitation Skills And Effective Training Management For Lsas On The Following Schedules: June 2-5, 2025 - (3 Meals And 2 Snacks Per Day) June 6 , 2025 - (2 Meals And 2 Snacks) 40 188,000.00 June 2-6, 2025 7 Catering Services For The Conduct Of Training On Trainers In Gap For Coconut On The Following Schedules: June 16 - 19, 2025 - (3 Meals And 2 Snacks Per Day) June 20, 2025 - (2 Meals And 2 Snacks) 30 141,000.00 June 16-20, 2025 Section Vii. Technical Specifications Notes For Preparing The Technical 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 Their Bids. In The Context Of Competitive Bidding, The Specifications (e.g. Production/delivery Schedule, Manpower Requirements, And After-sales Service/parts, Descriptions Of The Lots Or Items) Must Be Prepared 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 Transparency, Equity, Efficiency, Fairness, And Economy In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation And Post-qualification Facilitated. The Specifications Should Require That All Items, Materials And Accessories To Be Included Or Incorporated In The Goods Be New, Unused, And Of The Most Recent Or Current Models, And That They Include Or Incorporate All Recent Improvements In Design And Materials Unless Otherwise Provided In The Contract. Samples Of Specifications From Previous Similar Procurements Are Useful In This Respect. The Use Of Metric Units Is Encouraged. Depending On The Complexity Of The Goods And The Repetitiveness Of The Type Of Procurement, It May Be Advantageous To Standardize The General Technical Specifications And Incorporate Them In A Separate Subsection. The General Technical Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Manufacturing Similar Goods. Deletions Or Addenda Should Then Adapt The General Technical Specifications To The Particular Procurement. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Equipment, Materials, And Workmanship, Recognized Philippine And 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 Equipment, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure At Least A Substantially Equal Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Special Conditions Of Contract Or The Technical Specifications. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Technical Specifications To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished Or Tested, The Provisions Of The Latest Edition Or Revision Of The Relevant Standards And Codes 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 Substantial Equivalence To The Standards And Codes Specified Will Be Acceptable. Reference To Brand Name And Catalogue Number Should Be Avoided As Far As Possible; Where Unavoidable They Should Always Be Followed By The Words “or At Least Equivalent.” References To Brand Names Cannot Be Used When The Funding Source Is The Gop. Where Appropriate, Drawings, Including Site Plans As Required, May Be Furnished By The Procuring Entity With The Bidding Documents. Similarly, The Supplier May Be Requested To Provide Drawings Or Samples Either With Its Bid Or For Prior Review By The Procuring Entity During Contract Execution. Bidders Are Also Required, As Part Of The Technical Specifications, To Complete Their Statement Of Compliance Demonstrating How The Items Comply With The Specification. In Case Of Renewal Of Regular And Recurring Services, The Procuring Entity Must Indicate Here The Technical Requirements For The Service Provider, Which Must Include The Set Criteria In The Conduct Of Its Performance Evaluation. Technical Specifications Item Specification Statement Of Compliance 1 Catering Services With 3 Meals And 2 Snacks For Various Trainings & Activities To Be Conducted At Ati-rtc Xi, With The Following Service Provisions: • With 3 Viands (2 Main Course With 1 Side Dish) Ex. – Beef, Fish, & Vegetable – Chicken, Pork, & Vegetable • With Soup • With Dessert • With Free Flowing Coffee, Milk, Milo & Sugar • Provide Healthy Drinks/fruit Shakes • With Pork Lechon During Graduation Day • 10 Heads Buffer For Every Meal Including Snacks • With Food Warmer • With Buffet Table Setting/ Decorations • Servers Have: Uniform With Hair Net, Apron, And Food/kitchen Mouth Mask • Minimal To No Use Of Disposable Utensils • Bring Your Own Water Dispenser And Mineral Water Note: Menu Will Be Forwarded By Project Officers Prior To The Scheduled Training. [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 2 Catering Services With 2 Meals (lunch & Dinner) And 2 Snacks For Various Trainings & Activities To Be Conducted At Ati-rtc Xi, With The Following Service Provisions: (same As Above) 3 Catering Services With 1 Meal (lunch) And 2 Snacks For Various Trainings & Activities To Be Conducted At Ati-rtc Xi, With The Following Service Provisions: (same As The Above Mention) Section Viii. 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) 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). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (k)[for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (l)certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.

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
Corrigendum : Closing Date Modified
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.
8801-8810 of 8820 archived Tenders