Interior Tenders

Interior Tenders

Fortbildungsakademie Des Ministeriums Des Innern Des Landes Nordrhein Westfalen Tender

Germany
Details: Glass And Window Cleaning Includes The Cleaning Of Single, Double Or Multi-sided Glazing. Basically, Glass And Window Cleaning Is Carried Out On Two Sides. When Cleaning, The Use Of Property-related Supervisory Personnel (e.g. Foremen) Is Necessary To Ensure The Quality Of Cleaning. Defects In The Cleaning Services Must Be Corrected. Main Services Glass And Window Cleaning Includes The Services Defined In The Service Description (divided According To Service Types (la), Service Intervals And Cleaning Areas). All Services Must Be Carried Out In Close Coordination With The Client (ag) In Accordance With The Service Description And Documented In Relation To The Application. The Planned Execution Times Must Be Communicated To The Ag At Least One Week Before Cleaning Work. This Is Intended To Ensure That The Ag's Operations Can Run Smoothly. The Employee Must Ensure That The Staff Employed In And Around The Building Can Be Reached By Telephone During The Period During Which The Service Is Provided. Glass And Window Cleaning Without Frames The Glass And Window Surfaces, Including Glass Roofs From External Vestibules, Are Cleaned With A Suitable Cleaning Agent Additive. The Edges Of The Discs Should Be Brushed Off With The Leather, While The Corners Should Also Be Covered. Polishing May Be Required After Leathering. Glass And Window Surfaces On Which The Wiper Is Not Used (e.g. Corrugated Glass, Small Glass Surfaces, Light Domes) Are Treated With The Leather Using The Classic Glass And Window Cleaning Process. To Do This, The Glass And Window Surfaces Are Washed With A Clean Washing Cloth Or Washing Machine. In Contrast To Wiping Cleanly, Polishing With A Polishing Cloth Is Usually Necessary After The Leather Has Been Removed. Interior Glass Cleaning Also Includes The Removal Of Renovation Dirt. Glass And Window Cleaning Including Frames The Execution Of The Glass And Window Cleaning Including Frames Described In The Service Description Includes, In Addition To Processing The Above-mentioned Glass And Window Surfaces, Also Washing The Frames, Fittings, Hinges And Window Rebates. This Is Done With Appropriate Cloths And By Re-leathering All Frame Surfaces And Parts Without Streaks. The Complete Frame Cleaning Includes The Removal Of Stubborn Dirt. Additional Services The Following Services Are Considered General Additional Services Of The Service Described: • Collecting The Splash And Running Water • Disposal Of The Cleaning Water, If Required By The Responsible Environmental Office • Cornices, Platforms, Window/door Frames Of All Kinds, As Well As Metal And Pipe Structures Are Free From Dust And Others To Remove Contamination To The Extent That It Has Been Contaminated By The Provision Of The Service. • Cleaning The Space Between Box Windows. • Opening And Properly Closing Or Locking The Windows Etc. After The Cleaning Process • If Necessary, Plane Glass Surfaces With A Glass Plane (blade) So That The Stubborn Dirt Is Removed. • Clean The Frame Including Fittings, Hinges And Folds With Special Agents (sponge Or Brush) And Releather Without Streaks. The Execution Must Be Carried Out In Such A Way That The Surfaces To Be Cleaned And Other Components As Well As Other Surfaces Of The Room Furnishings And Furnishings Are Not Damaged Or Dirty. This Mainly Affects Internal And External Window Sills/sills. Window Sills In The Administration Area Are Cleared By The User Of The Room. The Glass And Window Cleaning Must Be Announced To The Ag Contact Person At Least One Week In Advance. If The Announced Date Is Not Adhered To, The Window Sills Will Have To Be Cleared Away For The Rescheduled Date At The Expense Of The Previous Date And The Previous Condition Will Have To Be Restored After Cleaning.
Closing Date12 Jan 2025
Tender AmountEUR 600 K (USD 617.7 K)

YOU ARE THE CITY OF SKVOREC Tender

Corrigendum : Closing Date Modified
Czech Republic
Details: The subject of the Public Contract is Construction Work and Related Supplies and Services Consisting of the Implementation of a New Building of a Civic Facilities Facility Serving Preschool Education in the Township of Škvorec in the Central Bohemian Region, on Plot No. 50/25 A 1389 in K.ú. Škvorec, Including the Necessary Preparation of Areas, Paved Areas, Terrain Improvements, Realization of Overlays, Construction of Connections and Engineering Networks, Construction Works and Technological Objects and Other Construction Components, Using the Design & Build Method. Therefore, Projection Work is also the subject of Public Procurement. The architectural and structural solution is described in more detail in the Architectural Study entitled: "Škvorec Kindergarten", which is part of this Tender Documentation. Part of the construction is the execution of clean floor surfaces, tiling and paving, but not the delivery of interior equipment and outdoor garden equipment. Indoor equipment and outdoor equipment of the garden will be part of a separate procurement procedure. Part of the Subject of Fulfillment of the Public Contract Is In particular: 1. Project Documentation, which will include the following parts: A. Documentation for the Construction Permit in the Planning Permit Procedure, B. Documentation for the Implementation of the Construction, C. Documentation of the Actual Implementation of the Construction Incl. Geometrical Plan and Focus of the Actual Construction, D. Operational Documentation, E. Documentation for the Needs of the Cadastral Office. 2. Provision of Engineering Services; 3. Construction of the New Building of the Civic Facilities Facility Serving Preschool Education in the Town of Škvorec, i.e. Execution of construction works and technological objects in accordance with this procurement documentation. The Project Documentation Listed in Point 1. Above Must Be Prepared in Compliance with the New Construction Act No. 283/2021 Coll., Construction Act, As Amended and According to the Relevant Implementing Legal Regulations, in particular with Decree No. 131/2024 Coll., Decree On Construction Documentation and Decree 146/2024 Coll., On Construction Requirements. Part of the provision of engineering services in point 2. It includes Also Legalization of Existing Wells Located at the Place of Fulfillment of the Public Contract, If This Is Necessary, Including Securing Permits for Water Absorption. In order to process the next stages of the project documentation, it is necessary to ensure the processing of the following surveys and studies, which are also part of the scope of the Public Contract: A. Lighting and Sunlight Studies, B. Acoustic Studies, C. Detailed Engineering-Geological Survey, D. Detailed Hydrogeological Survey , E. Determination of Radon Index of Land, F. Pumping Test and Laboratory Assessment of Water Quality of Existing Well and Including Its Use for Irrigation and/or Toilet Flushing (Primarily Water Should be Used for Toilet Flushing), G. Thermal Technical Construction Solution and Certificate Energy Requirements of Buildings. The contracting authority also requires that part of the subject of the performance of the public contract also includes the management of rainwater, including the construction of an accumulation or retention tank for the further use of this water, e.g. For Irrigation. More detailed information is provided in other parts of the Public Procurement Terms and Conditions, which are an integral part of the Tender Documentation of this Public Procurement, i.e. In the Architectural Study With the Title: "Škvorec Kindergarten", the Protocol and Certificate of the Energy Performance of the Building Pursuant to Decree No. 264/2020 Coll. With the Name: "Škvorec Kindergarten", Specification of Standards With the Name: "Škvorec Kindergarten" and a Binding Sample Contract.
Closing Date16 Jan 2025
Tender AmountRefer Documents 

DEPARTMENT OF EDUCATION SCHOOLS DIVISION OF EASTERN SAMAR Tender

Education And Training Services
Philippines
Details: Description Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 12-cookery Support Service Area: Skills Development) 1. The Deped Schools Division Of Eastern Samar, Through The General Appropriation Act Of 2024 Intends To Apply The Sum Of ₱ 442,032.83 Being The Abc To Payments Under The Contract For Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 12-cookery Support Service Area: Skills Development) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Deped Schools Division Of Eastern Samar Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Prospective Bidders May Obtain Further Information From Deped Schools Division Office Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below During Monday-friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 500.00. It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped Schools Division Of Eastern Samar Will Hold A Pre-bid Conference On January 14, 2025, 10:00am At The Bac Office, Deped Schools Division Of Eastern Samar Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 28, 2025, 9:00am Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 28, 2025, 10:00am At The Given Address Below Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Only The Proprietor Or Authorized Representative May Be Allowed To Purchase Bidding Documents. Letter Of Intent (loi), Special Power Of Attorney (spa) (for Authorized Representative), And Drl (document Request List From Philgeps) Are Required Upon Purchase. 11. The Deped Schools Division Of Eastern Samar Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Items, Specifications, Quantity Of Delivery, And Abc: Chef’s Knife, Stainless Steel Chef Chopping Knife Household Kitchen Knife Size: 8 Inches Blade Material: 3cr14 High Carbon Stainless Steel Blade Handle: Pom Handle 5 Pieces Boning Knife, 6″ Boning Knife Chef’s Edge Handles Are Ergonomically Designed To Minimize Wrist Tension And Provide A Natural Fit. Heat Treatment Process Makes The Knives Extremely Sharp And Corrosion Resistance. Country Of Origin: Germany Blade Material: 3cr14 High Carbon Stainless Steel Blade Handle: Pom Handle 4 Pieces Oysters Knife, Material: Stainless Blade, Plastic Handle Size: 16 Cm Easily Pry Open Oyster/clam Shells Sharp, Beveled Blade 2 Pieces Cleaver Knife, Butcher Cleaver Knife With Ergonomic Design Highly Corrosion Resistant Stainless Steel Wooden Handle Handle Length Measures 5" Blade Length Measures 8" Long And 3.5" Wide Dishwasher-safe Blade Material: Stainless Steel Color: Stainless Steel Handle Material: Wood Blade Edge: Plain 2 Pieces Tenderizer (pin Tenderizer), Stainless-steel Prongs Break Down Tough Meat Fibers. Also Useful For Piercing Meats Before Marinating. Heavy-duty Spring-loaded Mechanism Controls Action Precisely. A Practical Solution For Turning A Tough Cut Of Meat Into A Delicious, Tender Piece Of Meat. Type: Meat Tenderizer Material: Stainless-steel, Abs Size: 5cm X 5.1cm X 19.4cm/1.97" X 2.01" X 7.64" (approx.) 2 Pieces Tenderizer (mallet Tenderizer), Material: Aluminum Weight:100g Size: Length: 19.5cm; Hammer: 4.5 * 4.5cm Integrated Aluminum Construction For Strength And Durability. There Are Two Sides. Use The Spiked Surface To Tenderize And The Flat Surface To Pound Meat. Ideal For Beef, Veal, Pork And Chicken, Etc. Package Content: 1x Two Side Meat Hammer 4 Pieces Skimmer, Fine, 6"x5"length Width 5" Handle: Length11 5/8 Material: Nickel-plated Stainless Steel Handle Material: Nickel Plated 4 Pieces Wire Skimmer, Small, 3" Diameter X 1"depth 13.75 Handle Length Material: Stainless Steel, Bamboo Handle 4 Pieces Skimmers, Spider, Mesh Basket Tool(5inches) Material:18/8 Stainless Steel, Style Stainless Steel Mesh, Asian, Color: Silver 4 Pieces Strainer, Small, Fine, Material: Stainless Steel Diameter: Approx. 8.5cm / 3.35 Inch Total Length: Approx. 22cm / 8.66 Inch Handle Length: Approx. 11.2cm / 4.41 Inch Color: Silver/golden/copper Plating (optional) Package Includes: 1 Piece Fine Mesh Stainless Steel Cocktail Strainer 4 Pieces Colander Strainer Type: Colanders & Strainers Item Type: Pearl Milk Tea Colander Material: 100% Food Grade Stainless Steel Temperature: -40f To +446f (-40c To +230c) Multiple Use Kitchen Gadgets: Kitchen Helper Feature: Made Of Premium Stainless Steel, No Toxic Chemicals, Lead Free, Pvc Free. The Versatile Design Will Fit Nearly All-round Pots, Pans And Bowls. Uses: For Hot Pot Eating, Soup Draining And Pearl Food Holding. 4 Pieces Siever,small, Stainless Steel Fine Mesh Strainer Material: Stainless Steel; Diameter: 12 Inches; Depth: 2 Inches To 2.5 Inches; Fine Mesh:0.025mm To 0.5mm; 4 Pieces Strainer,medium Fine, Strainer Type: Easy-grip Colander Medium:stainless Steel:item Dimensions:lxwxh: 8x4x0.2 Inches 8 Pieces Turner, 3” X 6”, Item Dimension: L40.1 Cm X W9.6 Cm X H13.4 Cm Item Weight: 0.3 Kg Material: 18/10 Stainless Steel Tool Head & High Impact Nsf Approved Polypropylene Textured Handles (pro-gourmet) Lightweight & Easy To Hold Accommodates Right- And Left-handed Users Use & Care Easy To Clean And Dishwasher Safe. 8 Pieces Spatula, Stainless Steel Teppanyaki Spatula L 14.8cmxw11.8cmxh 2cm 8 Pieces Wooden Spoon, Material: Beech Wood Color: Wood Color Size: 26.3cm X 6.3cm 8 Pieces Parisienne Scoop, Stainless Steel Baller Heads - 22mm Diameter And 25mm Diameter. Head Include Small Air Hole For Easy Release. Non-slip Handle Made From Fibrox - Tpe Plastic Able To Withstand Temperatures Of Up To 80°c - 110°c. Dishwasher Safe. 8 Pieces Zester, Durable And Rust Resistant Stainless Steel Material Five Sharp Zester Holes That Quickly And Easily Zest Lemons, Oranges, And Other Citrus Fruits Built-in Channel Knife That Peels Citrus Fruits To Make Beautiful Garnishing Easy To Grip Stainless Steel Handle For Steady Control When Testing With A Built-in Hole For Easy And Proper Storage Easy To Clean And Dishwasher Safe Dimensions: L16.3 X W2.4 X H16.3 Cm 8 Pieces Piping, Bag Size: Small: About 26cm Long, About 15cm Wide At The Opening, Medium: About 30cm Long, About 17cm Wide At The Opening, Large: About 34cm Long, About 21cm Wide At The Opening. Material: Silica Gel Package: 6 * Small Connectors 2 * 12-inch Bags 2 * 14-inch Bags 2 * 16-inch Bags 8 Sets Pastry Tubes, 8pcs/set Stainless Steel Pastry Piping Nozzles Size: Approx. 30cmx17.5cm; Material: Eva And 430 Stainless Steel 8 Pcs. Strainer Chinois,small, Commercial Grade Quality China Cap Strainer With Pot Ring Hang Hook Coarse Mesh - 10" Handle, 8" Diameter, 8" Deep", 18" Total Length Material:18/8 Stainless Steel Color:silver Item Dimensions: Lxwxh 17.13 X 8 X 7.75 Inches Item Weight:0.71 Lbs 3 Pieces Filling Funnel, Material:304 Stainless Steel Size Dimension:14x11cm 4 Pieces Measuring Spoon, Material: Stainless Steel , Weight:110g Size:1/8 Tsp-length: 4.25″,diameter: 0.59″ 1/4 Tsp-length: 4.33″,diameter: 0.71″ 1/2 Tsp-length: 4.45″,diameter: 0.91″ 1 Tsp-length: 4.60″,diameter: 1.10″ 1/2 Tbsp-length: 4.72″,diameter: 1.26″ 1 Tbsp-length: 4.92″,diameter: 1.57 6 Pieces Tongs, 9 Inches, Material: 304 Stainless Steel With Silicone Handle; Size:9 Inches; Feature: Ring Pull Locking System, Scalloped Heads 10 Pieces Tongs, 12 Inches, Material: 304 Stainless Steel With Silicone Handle; Size:12 Inches; Feature: Ring Pull Locking System, Scalloped Heads 8 Pieces Measuring Cup, Material: 304 Stainless Steel; Feature: 4cups/set. 100ml, 50ml, 15ml And 5ml Cup Sizes On A Storage Ring; 1 Set Measuring Urn, Specification: 500ml Colour: Silver Material: 304 Stainless Steel 1 Pc Ice Cream Scoop, Size: 18*4.2cm/18*4.8cm Color: Black/silver Material: Aluminum Alloy; Feature: Anti-freeze Ice Cream Scooper With Comfortable Handle 4 Pieces Cheese Cloth, *made Of Natural Cotton, Never Been Dyed Or Bleached. It's Safe And Healthy To Use And There Is No Color Will Dye Over The Cheese, Yogurt, Turkey Or Any Other Foods. *due To Tight-weave Mesh, It Can Filter More Impurities And Work Efficiently. *it Could Be Used For Making And Wrapping Homemade Cheese. It Is Used As Greek Yogurt Or Butter, Almond Milk Or Nut Milk, Fruit Juice. Furthermore, More Impurities Will Be Filtered Out When You Filter Cold Brew Coffee Or Homemade Beer Wort, Honey And Etc. Specification: *material:cotton *color:as Show *size:100 X 120 Cm/39.3 X 49.2 In 10 Pieces Serving Spoon, Material: 304 Stainless Steel Color: Silver Size: 24cm 24 Pieces Pepper And Salt Grinder, Size: 5.3cm/2.09"x 19cm/7.48"; Material: Stainless Steel Case Grinder With High Quality Glass Container 4 Set Weighing Scale, 5 Kgs, Type:hanging Scale Origin:cn(origin) Size:18.5*14*1.9cm Rated Load:other Display Type:lcd Digital Screen Power Supply:3*aaa Battery(not Included) Certification:ce Model Number:electric Scale Capacity:10kg/1g,3kg/5kg/0.1g Is Smart Device:no Color:black Unit:g, Lb, Oz Measuring Range:10kg/10g, 3kg/5kg/1g Material:new Abs Engineering Plastic + Stainless Steel Backlight:yes Ftion 1:kitchen Scales Ftion 2:jewelry Scales Ftion 3:electronic Scales Ftion 4:electronic Balance 2 Unit Core Seed Remover, Effortlessly Remove Cores From Fruit Simply Push The Stem Into The Core Of The Apple And Twist To Remove Ultra Stainless Steel Coring Blade Twist And Slide Body For Easy Core Removal Length: Approx. 180mm / 7inch Diameter Of The Core: Approx. 2cm / 0.8 Inch Material: 304 Stainless Steel 8 Pieces Wire Whisk,small, Material: Stainless Steel; Size: H01-8 Inch:21*5cm; 8 Pieces Wire Whisk, Medium, Material: Stainless Steel; Size: H02-10 Inch:26*6cm; 8 Pieces Wire Whisk, Heavy Duty, Material: Stainless Steel; Size: H03-12 Inch:29*6cm 2 Pieces Can Opener, Material: Stainless Steel + Pp Plastic Size: 19.5cm X 7.5cm Color: Silver + Black Features: 1. 100%brand New And High Quality 2. Ergonomic, Non-slip Grip, Comfortable And Safe In Operation. 3. High-quality Stainless Steel Material, Won't Break Or Bend, Corrosion Resistant, Smooth Felling And High Durability. 4. Rotating Handle And Precision Gears, Efficient And Labor Saving, Children, Adults And The Elderly Can Easily Work With. 5. It Combines 3 Functions In One Unit. This Versatile Can Opener Is Designed For Opening A Can Lid, Opening A Bottle Cap, Levering Or Loosening A Can Lid. 6. Easily Pierce And Open Various Types Of Cans, Like Tin Can, Oil Can, Milk Can, Cat Dog Food Can, Metal Can, Beer Can, Small Can, Large Can, Water Bottle, Jar Etc 7. High Quality Food-grade Material - The Sharp Cutting Disc Is Made Of Food-grade Material Especially The Metal Tooth Is Made Of Stainless Steel, Please Rest Assured Use. 8. No Dangerous Sharp Edges - Protect Yourself And Your Family With This Tin Opener That Leaves Edges Completely Smooth. Safely And Easily Opens Big And Small Cans In All Shapes And Sizes In Seconds. 9. Comfortable And Convenient For Storage - The Opener's Soft, Anti-slip Handles Are Easy To Grip - Which Is Especially Handy For Senior Citizens. You Can Store It In A Drawer Or Simply Hang It On A Hook In Your Kitchen. 1 Piece Multi-purpose Kitchen Scissors/shears, Material: Stainless Steel Size: 21 X 9 Cm; Features: Extra Sharp For Cutting Meat, Poultry Or Fish With Cracking And Bottle Opening Function 8 Pieces Soup Ladle, 4 Oz, Material: 18/10 Stainless Steel With Hole On Handle Serving. Size: Length 34cm*diameter 7.5cm 8 Pieces Soup Ladle, 6 Oz, Material: 18/10 Stainless Steel With Hole On Handle Capacity: 6 0z; Handle Length:3 Inches; Size: Length 34cm*diameter 9.5cm 8 Pieces Soup Ladle, 8 Oz, Color: Stainless Steel Material: Stainless Steel Style: 8 Oz Ladle Item Dimension Lxwxh: 14.6 X 2.5 X 3.9 3 Pieces Soup Ladle, 12 Oz, Soup Ladle Food Grade Rust-proof Stainless Steel Dishwasher Safe Hot Pot Soup Ladle Length: 18 Width: 4.6 Height: 2 Freezer Safe: Yes Type: Gravy / Sauce Ladles Dishwasher Safe: Yes Microwave Safe: No Capacity: 10.0-14.9oz Feature: Heavy Duty 2 Pieces Kitchen Spoon, Mirror Finished Durable Stainless Steel Material Dishwasher Safe Ss Dinner Spoon 4.0mm Thickness Length: 21cm Weight: 73gm 8 Pieces Kitchen Spoon, Slotted, Stainless Steel Slotted Spoon Is Ideal For Stirring And Straining Pasta Or Vegetables. The Soft, Non-slip Handle Cushions Your Hand During Use, And The Polished Stainless Steel Is Both Sleek And Durable. Dimensions: 2 X 2.75 X 12.4 Weight: 0.29 8 Pieces Kitchen Fork, Color: Silver Substance: 18/10 Stainless Steel Surface Finishing: Matt/polished Net Weight: 0.11 Kg Length: 33.40 Cm Width: 2.50 Cm Height: 1.90 Cm Handle Length: 12.50 Cm 4 Pieces Carving Fork, Package Dimensions: 13.07 X 1.42 X 0.87 Inches (33.2 X 3.6 X 2.2 Cm) Item Weight: 5.6 Ounces (158.76 Grams) Handle Material: Stainless, Stainless Steel, Abs, Plastic, Steel 3 Pieces Digital Kitchen Thermometer, Digital Kitchen Food Thermometer For Meat Cooking Water Milk Food Probe Temperature Temperature Range: -50°c To 300°c Or -58°f To 572°f Resolution: 0.1°c Or 0.1°f Accuracy: ± 1°c Or ± 1 °f Optional Temperature Unit: °c / °f Material: 304 Stainless Steel & Abs Plastic Buttons: On/off, °c/°f, Hold Power Supply: 1 X 1.5v Lr44/ag13 Battery (not Included) Power Saving: Auto Power Off After 10 Minutes Total Length: 24.6cm Probe Length: 14.5cm 3 Pieces Multi-function Vegetable Fruit Peeler Slicer Cutter Chopper, Stainless Steel Multifunction Fruit And Vegetable Peeler Slicer Shedder Peeler 5 Different Inserts With 11 Different Ways To Cut Cut Into Cubes Or Sticks In 3 Different Sizes Slices In 2 Different Thicknesses Cut In To Quarters, Eighths And Wedges Long- Lasting Super- Sharp Stainless Steel Blades Extra Sharp Grater Mandolin Slicer With Safety Food Holder 1 X Cutting Top With Integrated Stylus 1 X Cutting Base 1 X Transparent Collecting Container (capacity 1,500 Ml) 1 X Fresh Cover For Collecting Container 1 X Knife Insert (6 Mm X 6 Mm Or 12 Mm X 12 Mm) 1 X Knife Insert For Quarter Or Eighth 1 X Planer Insert With Blade Protection 1 X Food Holder With Guide 1 X Detachable Cutting Punch For Eighth 1 X Part Cover For All Knife Inserts 2 Set Stock Pot (big), Stainless Steel Large Stock Pots Casserole Stew Pan Type: Soup & Stock Pots Material: Metal Type: Stainless Steel Feature: Eco-friendly Applicable Stove: General Use For Gas And Induction Cooker Product Name: Soup Pot Usage: Soup, Milk, Noodle Pot, Cooking Pots Shape: Straight Material Type: Stainless Steel Diameter: 25 / 30 / 35/ 40 /45/ 50 Cm 2 Pieces Frying Pan, Small, Frying A Single Egg, Sausages, Seafood, Poultry, Burgers Or Vegetables, Toasting Pine Nuts Or Even Toasting Off Some Spices. Specification: Pot Diameter: 13cm Pot Height: 2.8cm Full Length Of Pot Body: 25cm Pot Bottom Diameter: 11.5cm Included: 1 X Mini Saucepan 12cm Small Nonstick Frying Pan For Household Fried Egg Pancakes Round Mini Saucepan 4 Pieces Frying Pan, Medium, Material: 304 Stainless Steel Size Diameter: 32cm Feature: New Technology Experience, New Design Suitable For: General Use For Gas And Induction Cooker Product Features: 1.13.4 Inch Stir Fry Pan Made Of Stainless Steel, Nonstick Cookware Interior Is Honeycomb Texture, Achieve Separation State Nonstick. 4 Pieces Frying Pan, Large, Material: Carbon Steel Wok Handle: 12cm Wood (beechwood) Diameter: 36cm Depth: 10.5cm Handle Socket: Welded Non-stick Pan, Perfect For Your Daily Home Cooking 2 Pieces Colander, Small, Ergonomic Design, Smooth Handle Grip. Top Hanging Ring Design, Free To Hang Up. Specification: Material: Stainless Steel Size: 32 * 10cm / 12.60 * 3.94" Color: As Shown Package Included: 1pc * Colander 3 Pieces Colander, Medium, Features And Usage: Good Quality Stainless Steel Material With Competitive Price Can Be Used For Strain Soup, Juice, Milk, Tea, And Other Liquids. Strong, Sturdy, And Durable. Made For Heavy Work. Rust, Crack, And Stain Resistant Easy To Clean And Carry High, The Goods Quality Support With Your Demand. The Long Handles Protect Your Hands From Hot Grease And Oils While Letting You Cook Your Favorite Foods Product Name: Stainless Kitchen Wire Skimmer/strainer/colander Material: Stainless Steel Size / Capacity: 22cm Color: Silver Shape, Round Type: Strainer Item Number: 22cm F/h Skimmer 2 Pieces Cutting Board, Packing: 1 X 1pcs Chopping Board Material: Bamboo Wood + Stainless Steel Color: Brown, Light Brown (random) Size: 34cmx 1.7cm X 24cm Design: Arc Corners Features: Made Of High-quality Bamboo Anti-mildew And Germ Proofing 100% Brand New And High Quality Easy To Clean And Very Affordable The Whole Bamboo Panel Has A Clear Bamboo Pattern. The Curved Design Of The Handle Makes It Easy To Hang. Thick, Extremely Durable, The Smooth Surface Also Prevents Your Knives From Dulling Too Quickly. 4 Pieces Fish Poacher, Medium, Stainless Steel Fish Streamer For Big Fish, Big Cooking Pot With Complete Accessories Pan Material: Stainless Steel Thickness: 0.7mm (+0.3mm) Dimensions (l X W X D): 18" X 5" X 6" (±0.5") Handle Material: Stainless Steel; With Two Side Handles Includes A Lid With Handle And A Perforated Rack Insert Dishwasher Safe 1 Piece Casserole, Small, Aluminum Casserole High Quality Aluminum Durable Handles & Knobs Size #14 (25cm Diameter, 15cm Height) Color: Aluminum Size: 35cm*28cm*20cm Weight: 0.7kg 6 Pieces Casserole, Medium, Heavy Gauge Aluminum Forged Base For Extreme Strength And Wrap Prevention Durable 3 Layer Blue Diamond Non-stick Coating Coating Lasts Longer Than Any Other Pan Works On All Stovetops: Induction, Gas, Electric, Ceramic, Etc. Heat Resistant Riveted Bakelite Handle And Knob Tempered Glass Lid Heats Up Quickly And Evenly Ideal For Healthy Cooking Easy-to-clean And Dishwasher Safe 4 Pieces Wok, Small, Material: Wok Is Made With Carbon Steel With Wooden Handle Available Size: 34cm Diameter Double Handle Suitable For Gas Stove And Induction Cooker Good Thermal Conductance For Even Cooking Of Vegetables And Meat 4 Pieces Wok, Medium, Features And Usage: Whether Stir-frying Veggies Eggs Meats Or More This Wok Distributes Heat Evenly And Wipes Clean When You’re Finished Riveted Acacia Wood Handles Make Flipping And Releasing Food Easy And Will Add A Touch Of Elegance To Your Kitchen Perfect For Veteran Chefs Or Others Simply Looking To Expand Their Culinary Palette This Wok Serves Up Delicious Results With Effortless Performance Color: Black Size: 14” Material: Carbon Steel Wok Non-stick Surface Healthier Cooking 1 Piece Double Boiler, Medium Specialty Pan Type: Egg Poacher/boiler Cookware Material: Stainless Steel Cookware Capacity: 1.1l - 2l Cookware Diameter (cm): 22 Model: Db22. Cookware Features: Includes Lid, Dishwasher Safe, Induction Safe, Helper Handle, Pfoa Free, Eco Friendly, Cover Included What’s In The Box: 1 X Double Boiler 22cm 1 Piece Paellera, Product Details: Made With Top Grade Carbon Steel, These Pans Conduct Heat Quickly And Evenly Throughout To Create The Perfect Paella. It’s Thin And Lightweight Material Makes This Pan Durable And Trustworthy. It’s Innovative Hammered Dimple Technology Makes The Bottoms Of The Pans Rigid And Perfect For Cooking Paellas Package Dimensions: 15.24 X 13.62 X 2.05 Inches (38.7 X 34.6 X 5.2 Cm) Item Weight: 2 Pounds (0.9 Kg) Material: Carbon Steel Item Diameter: 13 Inches (33 Cm) Color: Silver Capacity: 468 Cubic Inches (1188.7 Cm) 8 Pieces Glass Rack, Description: Product Category: Wine Glass Rack Color: Black Height: 5.5 Cm Width: 22.5 Cm3 5 Rows: 50cm In Length, Can Hold 10-15 Weight: 0.55kg For 5 Rows Application: 4cm- 9cm In Base Diameter, Less Than 3cm In Column Diameter, 10cm In Belly Diameter Of Glass. Material: Iron Product List:1* Wine Glass 2 Pieces Soup Cup Rack, Material: Plastic Color: Grey Shape: Square Length: 19.75" In Width: 19.75" In Height: 4" In Size: Compartment 4.375"l X 4.375"w X 4.25" Temperature Range: Up To 200°f Features: Dishwasher Safe 6 Pieces Plate Rack, Specification: Color: White, Green Material: Stainless Steel Dimension: W X L X H (25cm X 50cm X 43.5cm) Features: Stainless Steel Material, No Rusting, Long Lasting Durability. Saves Tons Of Space And Time By Making It Easier To Access Utensils And Supplies, Making Your Kitchen More Clean And Tidy. Dish Placement Area (16 Dishes) Cutting Board Placement Area (5cm/1.97in) Tool Placement Area: 3 Spaced Grids Hanging Spoon Placement Area: 4 Storage Hooks Bowl Placement Area: More Than 12 Bowls Removable Drain Board 2 Pieces Baking Tray, Small, 1pc Small Rectangular Baking Tray Measurement: 8x12 8x 12 Outside, 6.5x10 Inside Color: Black Made Of Carbon Steel Durable And Good Quality This Can Be Fit To Small Oven 8 Pieces Utility Tray, Stainless, Stainless Steel Food Measurement: 9" Length X 6.75" Width X 1" Height. Material: Stainless Steel. 12 Pieces Roasting Pan, Material: Stainless Steel Color: Silver Size: 42*32*7cm Features: Easy To Clean Up. Big Enough For Whole Chicken Or Turkey. Very Convenient To Serve With Rack. Package Included: 1 X Pan (with A Rack) 4 Pieces Dishtowels, Material: Cotton/linen Blend With High Absorption Capacity. Color: Square Stripe/gray Beige Length: 70 Cm (28 ") Width: 50 Cm (20 ") Package Quantity: 2 Pieces 8 Pack Plastic “silverware” Or Real Silverware, Package Dimensions: 9.92 X 6.57 X 3.23 Inches (25.2 X 16.7 X 8.2 Cm) Item Weight: 7 Pounds (3.15 Kg) Material: Stainless Steel Finish Type: Polished Color: Silver Is Stain Resistant: Yes Is Dishwasher Safe: Yes Number Of Pieces: 60 2 Set Glasses, Capacity: 11.8 Ounces Color: Clear Item Weight: 14.4 Ounces Size: 2.91x5.83 In Product Detail: 11.8-ounce Highball Drinking Glass (set Of 6) With A Sleek Design And A Thick, Sturdy Base; Ideal For Serving Mixed Drinks, Beer, Soda, And Other Ice-cold Beverages Made Of All-purpose 100% Soda-lime Glass (not Tempered Glass); Odor-resistant, Stain-resistant, Shatter-resistant, And Cadmium- And Lead-free; Suitable For Residential And Restaurant Use Crystal-clear Glass Provides Exceptional Clarity For Nicely Highlighting Colorful Concoctions And Bubbly Beverages Residential And Commercial Dishwasher- And Microwave-safe Up To 95°f; Not Oven Safe; Accommodates Temperatures Ranging From 50°f To 212°f When Heated And Cooled Slowly; Do Not Put Hot Water In Freezing-cold Glass 6 Set Tea Cups, Bc Coffee Cup And Saucer- Black Piggy Pink, Bone Tea Cream, Candy Green 2 Pieces Small Plate/saucers, Material: Ceramic High Quality Can Be Use In Coffee Or Tea Cup Size H: 9.5cm W: 14.5cm Saucer Size H: 2cm W: 15.5cm 6 Pieces Per Set 6 Set Cabinet Dish Organizer Material: Plastic Dimension: L39cmxw35cmx122cm Colors Available: Green & Blue 1 Piece Sink, Surface Treatment: Brushed, Brushed Installation Type: Undermount Bowl Shape: Rectangular Number Of Holes: One Sink Style: Single Bowl Material: Stainless Steel 304-18/8 Dim (inch): 32"x19" Bowl Size (inch): 30"x17" Depth (inch): 10" Thickness (guage): 18 Usage: Kitchen Packing: Carton Box 1 Piece Sponge And Soap Holder For Kitchen Sink, Material: Stainless Steel Size: L X W X H (18.3cm X 10cm X 9cm) Color: Silver 3 Pieces Pots/pans, Product Description: Non-stick With Thermo-spot 9 Pieces Cooking Set Features & Details: Set Contains: ▫️stewpot: 22/24cm With Lids ▫️24cm Fry Pan ▫️28cm Wok Pan ▫️spatula ▫️spoon ▫️slotted Spoon Product Information: Package Dimension: 61.8 X 41.6 X 17.6 Cm Item Diameter: 28 Cm Item Weight: 6.7 Kgs Care Instruction: Dishwasher Safe No. Of Pcs: 9 Pcs 1 Set Cooking Utensils, Stainless Steel 25-piece Set Lids And Accessories Included Comes With 1- And 2-quart Saucepans, A 5-quart Dutch Oven, A 9.5” Skillet, An 8” Frying Pan, A 10” X 15” Cookie Sheet, A Storage Tub And 5 Round Glass Bowls The Stainless-steel Heating Surface Cooks Everything Evenly Made From A Single-ply Stainless Steel That’s Designed To Handle High Heats And Is Easy To Clean Each Piece Comes With A Cover To Keep In The Heat Set Includes 9 Nylon Cooking Tools Like Spatulas, Solid And Slotted Spoons And Turners, Ladle And More 1 Set Rotary Egg Beater, Stainless Steel Whisk Set Come In 2 Sizes. This Two-piece Stainless-steel Kitchen Utensil Set Will Blend In Well When You’re Trying To Outfit Your Kitchen With Everything You Need To Keep Your Chef At Home Happy As Can Be. High Quality Material Wear-resistant And Durable, Not Easy To Rust Size:16cm,21cm Material: Stainless Steel Package Includes: 2x Whisk Beater 2 Set Scraper, Made Of Silicone And Bpa Free, Flexible, Non-stick Nontoxic, Heat Resistance: -40 To + 230 Ergonomically Designed Long Handles And Being Perfectly Shaped With A Rounded Edge For Bowls And A Pointed Edge For Corners. Great Design, Easy To Clean Specification: Type: Cake Tools Material: Silicone Color: Orange, Purple, Green, Red, Yellow, Blue, Black Size: About 21x4.1cm Uses: Stirring, Baking, Scraping Noodles, Etc. Features: Integrated Design, High And Low Temperature Resistance Quantity: 1 Package Includes: 1x Scraper 3 Piece Gas Range And Oven, 3 Gas Burners, 1 Hot Plate Stainless Drip Tray Gas Thermostat Oven Electric Grill With Rotisserie Black Enameled Body 50x50cm Weight: 39.5 Kg Dimensions: 54 × 50 × 88 Cm 1 Piece Refrigerator, Height: 111.5 Cm Width: 51. Cm Length: 53.6 Cm Gross Weight: 34 Kg Refrigerator Type: Single Door Net Weight: 31 Kg Capacity: 5.6 Cu.ft Frost System: Semi-automatic Wattage: 75 Watts Warranty: 1 Year Of Parts And Labor; 5 Years Of Compressor Led Light Safety Glass Shelves Silver Finish 2 Piece Drawers, 3 Layered Drawer ½” Thick Plywood Captured Ceiling Panel ½” Thick Plywood End Panels ¾” Thick Plywood Full Depth Adjustable Shelves ½” Thick Plywood Panel ¾” Thick Full Overlay Doors And Drawer Fronts ½” Thick Plywood Captured Floor Panel ¾” Thick Solid Hardwood Face Frames ½” Thick Plywood Captured “i-beam” Braces ½” Thick Plywood End Panels ¾” Thick Plywood Full Depth Adjustable Shelves 5/8” Thick Solid Wood Dovetail Drawer Box With ¼” Thick Plywood Captured Floor ½” Thick Plywood Captured Floor Panel ¾” Thick Solid Hardwood Face Frames ½” Thick Plywood Captured Toe Kick 1 Piece Cupboards, Completely Made Of High-grade Stainless Steel. Professional Furnishing Systems That Meet The Highest Quality And Functional Standards. The Stainless-steel Furniture Made Of Stainless Steel Aisi 18/10/304 Is Primarily Made According To The Special Needs, The Available Rooms, And The Functional Requirements Of The Operator. All Edges Welded And Polished. Best Solutions In Quality And For Installation Flexibility. Project Solutions And Other Dimensions May Vary. Wall Cupboard With O Bottom Storage Shelf, Intermediate Bottom, O 2 Sliding Doors. Dimensions: Ca. 1500 X 400 X 600 Mm (l X D X H) Carrying Capacity: Max. 200 Kg Net Weight: Approx. 30 Kg. 1 Piece Brush, Feature: 100% Brand New And High Quality Non-toxic And Environmentally Friendly. Multipurpose Kitchen Utensil Tool. Suitable For Baking, Cooking, Bbq Basting. For Brushing Oil On Cookers When Making Cakes, Bread, Butter Or Barbecuing. Practical And Stylish Can Be Used Repeatedly Easy-to-clean And Good Temperature Resistance Material: Silicone Color: Blue, Orange, Red And Violet Size: 21 X 3.3 X 1.1cm Package Included 1 X Silicone Basting Brush 3 Piece Blender, Cord Length: 1.2m Power: 350w Voltage: 220-240v Frequency: 50/60hz Pulp Container: 500ml Blender Jar Capacity: 1l Integrated Cord Storage: Yes Speed Settings: 2 Safety Clamps: Yes Suction Feet: Yes Accessories: Blender, Chopper, Juice Jug, Mill Colors: Bright White With Silver Accents Housing And Clamps Material: Pp Lid Material: San Pusher Material: Pp Product Weight: 2.48kg Box Dimension (w X H X D): 232 X 330 X 470 Mm 1 Year Warranty 1 Piece Microwave Oven, 3-layer Porcelain Coated Metal Body Manual Rotary Control Defrost Function 20l Capacity Measurements: L45 X W34 X H26cm Output Power: 700w Input Power: 1200w 1 Year Warranty 100% Authentic Microwave Features: Stainless Steel Microwave Type: Countertop Inverter: Non-inverter 1 Piece Kitchen Scale, Features: Square And Round Plate Available Mechanical Dial With Zero Adjustment Knob It Includes Removable Pan Colors: Random Spring Kitchen Scale, Mechanical Kitchen Scale, Food Scale Suitable For Shopping E-commerce Sales, Kitchen Activities Dial Display With Clear Mark, Easy To Read And Comfortable. Square Shape, Drip-proof, Durable And Can Hold Things Weighed. Plastic Shell, Lightweight, Durable And Environment Friendly. No Need Electricity, Easy To Operate And Portable To Take And Store Quality Product With Precise Portion Easy To Use, Multi-function Home Scale Compact Scale 5 Kilos Capacity Size: Removable Pan: 15.5cm X 15 Cm X 5cm Kitchen Scale: 12 Cm X 12.5 Cm X 20 Cm Material: Plastic 2 Piece Measuring Spoons, Stainless Steel Measuring Spoons Set Of 7 Stackable Measure Spoon For Dry And Liquid Ingredients Etched Marked Baking Cooking Spoon With Detachable Ring Holder Convenient For Your Life. Stainless Steel Without Bpa And Could Be Used For Any Food, Rust Resistant, Will Not Be Polluted Or Eroded, Make Your Cooking Always Safe And Health. Conveniently Nests Inside One Another Design And One Steel D-ring Allowing You To Store Them In Any Drawer, Cabinet Or Cupboard. Easy To Clean, Simply Wash With Soap And Warm Water Or Load Them Into The Dishwasher For Fast Cleaning. Color: Silver Material: Stainless Steel Size: Length 12.6* Width 4* Height 2.2cm Package Contents: 7 * Measuring Spoons 1 * D-ring 3 Set Measuring Cups, Product Description: 3-piece Measuring Cup Set Includes One Each: 1-cup, 2-cup And 4-cup Measuring Cups Easy To Read Measurements In Cups, Ounces, And Milliliters. Features A Curved Spout For Precise Pouring And Easy-grip Handles For Comfort Durable High-quality Tempered Glass Is Dishwasher, Freezer, Microwave, And Preheated Oven Safe Nonporous Glass Won’t Absorb Food Odors, Flavors, Or Stains Bpa Free Secure-fit Plastic Lids Are Freezer, Microwave, And Top-rack Dishwasher Safe 1 Pcs. Kitchen Shears, Multifunction Comfortable Handle Kitchen Scissors Heavy Duty Food Shears For Chicken Meat, Vegetable Fish Heb, Poultry Stainless Steel Cooking Scissors Material:30cr13 Stainless Steel Highly Antagonistic And Very Sharp- Soft And Hard Double Plastic Handle Double-edged Blade Non-slip, Stable Removable Rivet Design Flexible Application, Easy To Clean Package Included:1 X Stainless Steel Kitchen Shears Color: Black + Silver Weight: 145g Size: 227 X 78 Mm 2 Pieces Potato Masher, Multifunctional Stainless Steel Potato Masher For Fruit, Vegetable Baby Food Supplement Mashed Potato Tool Selected Materials, Safe And Durable. Strong And Not Easy To Rust. Ergonomic Design, Easy To Use And Save Effort. Suitable For A Variety Of Foods. Material: 304 Stainless Steel 4mm Thickness One-piece Molding Size: 7 Cm X 7 Cm X 13.6 Cm Color: Silver 5 Piece Graters, Product Name: Tabletop Drum Grater High Quality: The 3 Different Rotary Ultra-sharp Cylinders Slicer Made Of Food Grade Stainless Steel. All Pieces Are Detachable For Easy To Clean, Dishwasher Safe Universal Fit: Rotary Drum Grater Is Great For Cheese, Vegetables, Potatoes, Coleslaw, Nuts, Hash Browns, Onions And More With This Hand-powered Rotary Grater Cooking Choice: Rotary Cheese Grater Package Includes 3 Different Interchangeable Rotary Ultra-sharp Cylinders Drums For Different Cooking Choice Features: The Drum Shredder With Suction Base Ensures Solid Grip And Stability On Flat Surface; Simple Hand Crank Turns Drum Creates Perfectly Grated Ingredients Type: Graters Use: Home Kitchen Material: Metal, Stainless Steel & Abs Plastic Blades: 3 Stainless Steel Feature: Kitchen Creative Tools Function: Shred A Wide Variety Of Fruit And Vegetables, As Well As Cheeses Accessories: Chopping / Mixing Blade, Shredding Disc, Slicing Disc Color: Green Size: 26 X 11.5 X 24 Cm Weight: 674g 5 Piece Funnels, Stainless Steel Piston Funnel With Holder For Cream Sauce Dosing Funnel For Sauce Style: Silver Material: Stainless Steel Size: Shelf Height Is About 17cm, Handheld Funnel Height Is 20cm 2 Piece Can Opener, Chef’s Classic Multi Can Opener Features: Durable And Easy To Clean. Material: Designed With High-grade Stainless Steel Size: 18/8 Stainless Steel Ergonomic Stainless-steel Handles Hygienic Design Ensures Easy Cleaning Of All Surfaces 5 Piece Cast Iron Pots And Pans, Pots And Pans Set Cast Iron Cookware Non-stick Wok Pan 316 Stainless Steel Household Frying Pan With Gas-fired Induction Cooker Diameter: 28cm Metal Type: Stainless Steel Wok Type: Non-coating Pans Type: Chef’s Pans Material: Stainless Steel Type: Pans Pot Cover Type: Glass Cover Capacity: 4-5l Applicable Stove: General Use For Gas And Induction Cooker Feature: Eco-friendly Pot Cover: Glass Cover Pot Cover: Glass Cover Product Categories: Wok Application Of The Stove: General-purpose Material:316 Stainless Steel Characteristics: Non-stick Pan Item:316 Xue Ping Guo The Bottom Of A Pan Material: Composite Multi-layer Base Packaging: Carton The Lid Type: The Glass Cover Product Quality Grade: Accepts Style: European 1 Piece Gas Burner, Double Top Gas Stove Automatic Ignition Removable Trivet With Drip Pan Stainless Top And Front Double Detachable Top Burner High Quality And Durable The Powder Coated Pan Support Provide Ample Support At The Base Of The Pan Such That They Maintain Their Balance On The Stove And The Utensils Do Not Fall Or Rattle While Stirring Your Food. Stainless Steel Body Facilitates Anti-rust Property Which Give Our Gas Stove Longevity And Durability. This Range Of Cooktop Comes With A Stainless-steel Body 650mm X390mm X 135mm 1 Piece Double Broiler Steamer, 2 Layer Stainless Steel Steamer Pot Large Capacity Soup Pot With Double Boilers Stockpot Cookware Cooking Tools Feature: Eco-friendly Model Number: Stainless Steel Thicken 2 Layer Steamer Pot Layers: Double Type: Double Boilers Sheet Size: 28cm Material: Stainless Steel Specification: Name: Steamer Pot Material: Stainless Steel Size: Thickened Double Steamer Pot-28cm/11.02inch Packing List: Steamer Pot*1 2 Piece Food Thermometer Weight: 80 G Dimensions: 218 X 34 X 20 Mm Operating Temperature: -20 To +50 °c Product-/housing Material: Abs Protection Class: Ip67 With Topsafe Product Colour: White Length Probe Shaft: 55 Mm Length Probe Shaft Tip: 17 Mm Diameter Probe Shaft: 3 Mm Diameter Probe Shaft Tip: 2.3 Mm Standards: En 13485 Battery Type: 3v Button Cell (cr 2032) Battery Life: 350 H Display Type: Lcd (liquid Crystal Display) Display Size: One-line Display Lighting: No Storage Temperature: -40 To +70 °c Temperature – Ntc Measuring Range: -50 To +275 °c Accuracy: ±1 % Of Mv (+100 To +275 °c) ±0.5 °c (-30 To +99.9 °c) ±1.0 °c (-50 To -30.1 °c) Resolution: 0.1 °c Reaction Time: T₉₉ = 10 S (measured In Moving Liquid) Measuring Rate: 0.5 S 1 Piece Kitchen Knife Set, 8 Pieces Kitchen Knife Set Chef Knives Fruit Stainless Steel Knife Sharpener Rod Peller Scissors Pairing Tools Specifications: Item Name: Kitchen Knife Set Main Material: 3cr13 Stainless Steel Quantity: 8pcs Note: Please Kindly Note That There Could Be A Few Deviations As The Result Of Manual Measurement. Thank You Package Information: Package Size: 31 * 28 * 2.5cm / 12.3 * 11.2 * 0.98in Package Weight: 700g Package List: 2 * Chef Knife 1 * Chopping Knife 1 * Knife Sharpener 2 * Fruit Knife 1 * Scissors 1 * Peeler 5 Piece Meat Slicer, Description: Meat Slicer Material: The Frozen Meat Slicer Is Made Of High-quality Stainless Steel, Which Is Easy To Clean And Has A Long Service Life. It Helps To Cut Frozen Meat Into Various Uses, Including Making Hot Pot, Sukiyaki, Pizza Toppings, Sandwiches Or Ginger. It Can Effectively Avoid The Vibration And Noise Of The Electric Tool During The Working Process, It Is Simple To Operate And Easy To Clean. The Thickness Of The Meat Can Be Adjusted From 0.3mm To 8mm, Just Turn The Knob Slightly. Handle And Suction Cup: Even If There Is Oil On The Hand, It Will Not Slide. The Rubber Suction Cup At The Bottom Is More Suitable For Flat Desktops, And Ceramic Tiles, Glass And Metal Desktops Are Easier To Hold. Specification: Handle Length: 43.5/17.10inch Size (l X W): About 33x17cm / 12.96x6.69inch Blade Length: About 20cm Material: Stainless Steel Package Includes: 1x Vegetable Cutting Machine 2 Piece Bread Toaster, 2 Bread Toaster Includes Removable Crumb Tray For Cleaning Cancel, Reheat, Defrost Button Includes Bun Burner Variable Heating Control 2 Piece Cookie Press, Decorative Tool Use, Press The Front End Of The Handle Button, Use The Above Operating Rod, The Extrusion Is Under Your Control. Features: 100% High Quality Type: Cookie Machine Material: Aluminum Alloy, Abs Plastic Size: Diameter:5.5cm,height:21cm Included: 1 X Cookie Machine 20 X Design Discs 4 X Icing Tips 10 Piece Cake Decorating, "26 Pcs "specifications: Color: Pink / Blue / White / Green Material: Silicone & Stainless Steel Cake Nozzle Size: Approx.1.8cm X 3.3cm Pastry Bag Size (length):approx.32cm X 17.5cm Material: Lfgb Food Grade Eva Material Purpose: Diy Necessary Utensils For Cake Cream Package Included: 24 X Cake Nozzles 1 X Pastry Bag 1 X Plastic Piping Converter 5 Set Serving Tray, Rectangular Brown Serving Tray/ Multi-purpose Utility Tray Non-skid Feature: Non-slip Material Heat Resistance Space Saving Wide Application Fine Workmanship Specification: Item Type: Round Serving Tray Material: Nonslip Rubber, Tempered Glass Fiber Color: Brown Package List: 1 X Round Serving Tray 6 Pieces Electric Oven, 30 Liter Capacity -mechanical Control -30 Minute Timer With Bell Ring -grill/broil Function -convection Function -upper Heating,lower Heating And Upper & Lower Heating Options -90-230 Degrees Centrigrate Tempreture Control -metal Body -keep Warm Function -stainless Steel Finish -timer Settings With Alarm -includes: 1 Food Tray 1 Grill Rack 1 Crumb Tray 1 Tray Handle 230v-60hz,1500 W -20.79 X 16.38 X 12.13 Inches 9 Piece Weighing Scale, Manual Weighing Scale; 10kg.,stainless Small Bowl, Heavy Duty 6 Piece Measuring Cup, 7 Pieces With A Convenient 1/8 Coffee Scoop; Complete Set Of 7with Pouring Lip, Sizes Include 1/8, 1/4, 1/3, 1/2, 2/3, 3/4 And 1 Cup, Food Grade Material Of Stainless Steel, Dishwasher Safe, 12 Set Measuring Spoon, Sizes: 1/8tsp (0.63ml),1/4tsp (1.25ml),1/2tsp (2.5ml), 1 Tsp(5ml), 1/2tbsp (7.5ml),1 Tbsp (15ml), High Quality Stainless Steel, Dishwasher Safe 14 Set Measuring Urn, Glass,capacity: 100 Ml. (with 10 Ml Increments),metric And English System Of Measurement; With Handle And Spout, Clear, Non-porous, Tempered Glass 6 Piece Mixing Bowl, Capacity:2.5l,high Quality,durable, Stain And Rust Resistant, Stainless Steel,diameter 22cm 15 Piece Baking Sheet, 13'x18', Tray Size 46x34cm, Aluminum 30 Piece Wire Whisk, 12inch, Heavy Duty, Stainless Steel, French Wire 9 Piece Muffin Pan, 12 Cups Muffin Bun Cupcake Bakewear Mold Material:carbon Steel With Non-stick Coating, Size:l:35cm X W:26cm X H:3.0cm Large Inner 7.0cm 42 Piece Rubber Scraper, Big Size Silicone Rubber Spatula/scraper, Material:plastic+silicone Rubber, Size 24cm X 5cm 5 Piece Hand Mixer, 5-speed Selection,175w Power Consumption, 1.7m Power Cord, Weight: 1.08g., Dimensions:9.3cm X 19.5cm X 15.1cm, 220-240v 3 Piece Supply And Delivery To Oras East District Sped Center, Oras, Eastern Samar Abc = 442,032.83
Closing Date28 Jan 2025
Tender AmountPHP 442 K (USD 7.5 K)

Urz D Miasta Milan Wka Tender

Electrical and Electronics...+1Electrical Works
Corrigendum : Closing Date Modified
Poland
Details: Prosecution Ofert. The Municipal Committee of Sp. Z O.o. W Tychach Przy Ul. Towarowej 1, 43-100 Tychy Zaprasza Do Zlement Oferty W Postępowanie O Udzielenie Zadzielenie Zawadenie Zawadenie Zawadenie Zawię Publicznego Wią Wią Komunikacji Miejskiej Spunikacji Zunikacji Oudzielenie Zadzielenie Zadzielenie Zadzielenie Zadzielenie Zawórów. 1. Zawarto W Załączniku Nr 1 Do Niego Zapytania Ofertowej. 2. Termination of the Order: Od 01.2023. R do 31.12.2023r. 3. Place of Realization: Teren Miasta Tychy Lub W Najbliżej Odległości (do 25 Km) 4. The Umowy is the Załącznik No. 3 5. The interior of the Oferta is to be placed in the Golden Forest of Poland (pln) with the exactness of Do Twoch Miejsc Po Przecinku. In total, Cena Oferty Musi Obe took over the whole Zakres Zajdanie, Określon W Zapytanie Ofertowy. In Cenie Tej, the Uwzględnić soże other Koszty O Ile Wykonaciel Je Przewiduje (e.g. the cost of Doang, Opłata, Ubezpieczenie Itp). 6. It belongs to the Polish language; all the Orders called Będa W Pln. 7. Winna Być Podpisana przez Osoby Upoważnione Do consists of the experiences of Woli W Imlenia Wykonawcy. In the Postaci Electroniczny, Kwalifikowany Podpisem Electronical Lub W Kopii Podwrota Odręcznie Documentu. 8. The Cenowa Wg Załącznik Nr 2 belongs to W Terminie Do Day 12.2022r. "Htps:///pkmtych". 9. Oceny Ofert: 100%. 10. Wadium (also Dotaczy Nie Dotyczyczyczyczyczyczyczy Nie Dotyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyne Wadium). 11. It is not a safeguard to the Umowy. 12. Warunki Płatności: 21 Dni Od Daty Prawidlovo Wystawionej Faktury Vat Za discussing the future. 13. All the Dokonys called Będa W Pln. 14. "Gwarancja I Rękojmia Nie Dotyczyczyczyczyczyczyczyczyna Gwarancja I Rękojmia Nie Dotyczyczyczyczyczyczyczyzna Nie Dotyczyczyczyczyczyczyczyczyczyczyczyczyczyczyna Gwarancja I Rękojmia Nie kojmia Nie Dotyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyzna Nie Dotyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyczyna Nie . 15: Exquerane Warunki Udziału W Postępowanie (Dotyczy Nie Dotyczyczyczyczyczyczy Nie Dotyczyczyczycz Nie Dotyczyczyczy Nie Dotyczyczyczyczy Nie Dotyczyczyczyczycz Nie Dotyczyczyczyczyczycz. 16. With the exception of the document: ". A) a. The full-power of the Ustanowione Do Represents the Confawcy/U runs/Snia O Udzielenie Zajenia, If Uprawnienienie Do Krajnik To Z Innych Dołączych Documentów; and the resolution of the Public Assembly If Uprawnienienienienienienienienienienienienienienienienienie Do Team of the Non-Donika To Z Innych Dołączed Documents; and Documents. B) Rejective Rejestru Lub Z Central Information I Information of Economic Action, If the Rescriptions of Do Rejestru Lub Ewidencja, W Celukonawcy - Nie previously 6 Miesięcy Prior to the Terminu Ząstru Lub Ewidencji. In the wake of the Ww. document, Zamawiać Pobierze Go Z, an online website: Ww. htps://ems.ms.gov.pl/krs/wyszukiowanie podmiotu Lub Htps:/prod.ceidg.gov.pl. 17: Termin Związek Oferta: 30 Dni Od Daty consists of Ofert *. 18. Additional information: 1) "Eyta Smuda E-mail Esmuda@pkmtychy.pl I Mariusz Jaworski Mjaworski@pkmtychy". 2) The Dopuszcza Responsions of the Negocjacja Zkonawkami, Którzy Zerty. 3) Musi Być Zrealized Oneorazowo/dopuszcza Się Realiz W Partach, according to Z Harmonogram Przekazany przez Zamawiający. *** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * 19th-century Computer Science Principles of Danch Osobowe I Polityka Prywatności are available Na Wwww.pkmtychy.pl. "W Zakładce Rodo".
Closing Date30 Jan 2025
Tender AmountRefer Documents 

Province Of Ifugao Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee 3rd Floor Peo Bldg., Capitol Compound Lagawe, Ifugao Email Ad.: Bacgoodsifugao13@gmail.com Invitation To Bid Publication No. 06-2025-g (first Publication) For It And Office Equipment 1. The Provincial Government Of Ifugao, Through The General Fund Intends To Apply The Sum Of Five Million Four Hundred Seventy-four Thousand Two Hundred Eighteen Pesos And 94/100 Only (php5,474,218.94) Being The Abc To Payments Under The Contract For Publication No. 06-2025-g. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. (please See Attached “annex 1” For The Item/s To Be Bided). 2. The Provincial Government Of Ifugao Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Thirty (30) Calendar Days From Receipt By The Winning Bidder Of The Purchase Order. Bidders Should Have Completed, Within The Last 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 The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao And Inspect The Bidding Documents At The Address Given Below During 8:00 O’clock Am To 5:00 O’clock Pm. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao On February 06, 2025 To February 27, 2025 Upon Presenting A Proof Of Payment In Person, Of A Non-refundable Bidding Fee Of Ten Thousand Pesos (php 10,000.00). 6. The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao Will Hold A Pre-bid Conference On February 13 At 01:30 P.m.at The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao On Or Before 1:30 P.m. Basing On The Bac Office - Wall Clock Of February 27, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 27, 2025 At 2:00 In The Afternoon At The Address Stated Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Ifugao 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: The Secretariat On Goods Bids And Awards Committee Bacgoodsifugao13@gmail.com 0926-937-1170 Date Of Posting: February 06, 2025 Carmelita B. Buyuccan Bac Chairperson "annex 1" Item No. General Description Qty. Unit Of Issue Unit Cost Total Cost It Equipment 1 Branded Computer Set Tower + Monitor Bundle 2 Set 13th Gen Core I5-13400 Intel Uhd 730 Graphics 8-10 Gb Ram 256-260 Ssd 1-2tb Hdd Win11 Home Sl With Office For Home & Student 21.5-22" Monitor Keyboard Mouse Mousepad 2 Desktop 1 Set "13th Gen Core I7-13700 8-10gb 256gb-230gb Ssd 1tb Hdd Intel Uhd 770 Graphics For 13th Gen Win11 Home W/ Office For Home & Student With Input Vga Hdmi Monitor Black Inclusive Of 2 Desktop Stand" 3 Brand New Printer 1 Unit "specifications: Type: Print, Scan, Copy, Fax With Adf Paper Size: Legal, Indian-legal, 8.5x13""., Letter, A4, 16k, Envelopes Supported Os And Applications Windows Xp/vista" 4 Computer Set (complete Office Pc Set) 1 Set Intel Core 17-i9 13900h 10th/i5 10th Gen Processor, Intel Cooler 8 Gb/ 16gb Ddr4 Ram 500gb-1tb Sata Ssd H510m Lga 1200 Motherboard, Built In Intel Graphics 700-800w Power Supply, 500gb-1tb Hdd 27-30 Inches 1080p 75hz, Graphics Memory:2-4gb & Under 2-4gb,optical Disk Drive Operating System: Windows 10, System Memory:16gb Ports:hdmi, Processor Type: Intel Core 19 Display Size: 19222427, Graphic Card Series: Intel 5 Printer With Scanner 3 Unit Specs: Type- Ink Tank Printer Function - Print, Scan, Copy Print Speed (b&w) - 6.0ppm To 7.0 Ppm Color Lcd Automatic Duplex Printing Paper Size = A4, Letter, Legal Max Copying Speed - 10cpm To 12 Cpm Max Paper Input 250sheets Wifi Connect Scan Resolution - 1200x2400dpi To 1250x2500dpi, Flatbed Scanner. 6 Printer 3 Unit All-in One Printer (printer, Copy And Scan) High-speed Auto-duplex Printing Connectivity: Ethernet, Wifi Ieee 802.11b/g/n, Wifi Direct Usb 2.0 Maximum Print Resolution: 4800-4900 X 1200-1400 Dpi Maximum Paper Size:215.9-217mm X 6000-7000mm Number Of Paper Trays: 2(1 Front/1rear) Mac: Os Compatibility Print Speed: Draft, A4(black/color) To 34-36ppm Copy Speed: A4 Simplex- 22-24ipm Monochrome: Color 5.0sec/24ppm/7.5ipm Iso,a4 Simplex (black/color) - 25 Ipm/25ipm Standard Capacity Color:3000 Pages (black,cyan,magenta And Yellow) Standard Capacity: Black 1000 Pages Xl Black 7 Ups 5 Unit 800 Va-450w (bv8001-ms,4 Outlets, Avr/surge) 100% Genuine, Original And Brandnew Battery Back Up 8 Wireless: All In One Printer 1 Unit Specifications: Print Resolution: 4,800 X 1,200 Dpi Scan Resolution : 600 X 1,200 Dpi Print Speed: 10.1 To 11.6 Ipm (mono/color) Copy Speed: 2-3.2 Ipm Fax Resolution: 300 X 300 Dpi (extra Fine) Connectivity: Wi-fi, Airprint, Morpria, Direct Wireless, Usb Paper Handling: A4, Ltr, Lgl, 4 X 6", 5 X 7", 7 X 10", 8 X10", Square (89 X 89 Mm, 127 X 127mm), Card Size (91 X 55mm) Ink: G1-71 (pigment Ink/ Black), Dye-based Ink/ Cyan, Magenta, Yellow) Maintenance Cartridge: Mc-g04 Duty Cycle: 1,000-3,000 Pages/ Month Dimensions: 416 X 337 X 212 Mm (factory Configuration), 416 X 556 X 268 Mm (output/ Adf Trays Extended) Weight: 7.0-7.2 Kg. 9 Finger Biometrics: 500-1000 Finger Prints Capacity;50,000 Logs Capacity 2.8-5 Inches Tft Screen Display Usb Host/client 2 Unit 10 1.5hp Split Inverter Aircon; Dimension: 717x495x230-837x308x189 Size 1.5 Hp;cooling Capacity 12000(2729-12500); Color White; Control Type Remote;cooling Area (sq. Meters)15-23; Noise Level (indoor- High:40.6: Noise Level (indoor Low:31.8; Airflow Direction Control (up & Down: Remote Controoled; Airflow Direction Control(left & Right) Remote Controlled: Temperature Controll Remote Controll: Fun Speed( Low/mid/ High) 1 Unit 11 Photocopier Monochrome A4 Laser Multifunctional Ir 1643if Ii:[ront,copy, Scan,send And Fax, Ir1643i: Print, Copy, Scan, And Send. Control Panel 12.7 Cm Tft Lcd Wvga Colour Topuch Panel. Memory 1.0-2 Gb Ram. Storage 2 Gb-3gb. Paper Output Standard-150-300 Sheets. Paper Supply Standard Paper Cassette, 550-1000 Sheets, Multi Purpose Tray, 100-200 Sheets. Capacity Max: 2,300 Sheets (with Paper Feeder Pf-c1x3. Print Resolution (dpi) 600x600. Scan Speed (ipm) 1 Sided Scanning: 20, 2 Sided:34 (copy At 600 Dpi) 1 Sided. Bw/cl,a4 38/13 2 Sided, 70/26 (send At 300dpi). Scan Resolution Copy:upto 600x600 Send Push Up To 300x600, Pull Upto Dpi 600x600. Power Consumption Max: Approx 1420 W Or Less. Paper Feeder: Paer Capacity 550 Sheets (80gsm), Dimension (wxdxh) 480x464x842 Mm-490x465x845 Weight Approx 4.0 Kgs 1 Unit 12 Desktop With Printer: Cpu: I5-i7 12400, Motherboard: Gigabyte H610m K, Ram:udim D4 Heat Sink 3200mhz 8-16gb, 1tb Hdd & 1tb Ssd Chassis: Case Psu Hyperpower 80+ Bronze Hp 650 Pro, 21.5-22"display W/ Mouse And Keyboard, Usb Black 32 Gb, A4 Tech, Krs-8372a-shape With Mouse Usb Black, Printer Windows 11, Microsoft 21 3 Unit 13 Laptop I7-i9 Processor: 2.80 Ghz 2.80 Ghz, Installed Ram 16-32 Gb License Microsoft Windows 11, Usb, Mouse, Mouse Pad, Bag System Type 64 -bit Operating System,x64-based Processor 1 Unit 14 "laptop (high End) - Operating System: Windows 11 Home - Microsoft Office: Office Home And Student 2021 Installed (licensed) - Processor: Intel® Core™ I5-17 Generation Or Above - Graphics: Geforce Rtx™ 4050 - Display: 16” Wuxga 165hz Ips - Memory: 8gb - 16gb Ddr5 - Storage: 512gb To 1 Tb M.2 Pcie Nvme Ssd - Keyboard: 103-/104-/107-key Finetip Rgb-backlit Keyboard With Independent Standard Numeric Keypad, International Language Support - Speakers: Stereo Speakers, 2w X2, Optimized With Nahimic Gaming Audio Battery: 90 Wh 4 Or Abovecell Li-ion Battery With Laptop Accesories(bag, Mouse Etc.)" 1 Unit 15 "laptop - Operating System: Windows 11 Pro - Microsoft Office: Office Home 2021 Installed (licensed) - Processor: Intel® Core™ I5-i7 12 Generation - Graphics: Geforce Rtx™ 3050 - Display: 15.6” Or Above Full-hd 144hz Ips - Memory: 16gb To 32gb 3200mhz Ddr4 - Storage: 512gb To 1 Tb M.2 Pcie Nvme Ssd - Keyboard: Full-size Backlit Keyboard - Connectivity: Wi-fi 6 (802.11ax), Bluetooth 5.0 - Ports: Multiple Usb Ports (type-a And Type-c), Hdmi, Audio Jack - Audio: Built-in Stereo Speakers - Battery: Lithium-ion Battery - Additional Features: Built-in Webcam And Microphone, Advanced Cooling System - With Laptop Accesories(bag, Mouse Etc.)" 1 Unit 16 "desktop Computer - Intel Core I5-12400-i7 Lga1700 - Microsoft Office: Office Home 2021 Installed (licensed) - Motherboard: Gigabyte H610m - Ram: 8gb-16gb Ddr4 3200mhz - Storage: 256gb-1tb Ssd + 1 Tb Hdd-2tb - Casing: Core Elite - Psu: 700w - W/ Keyboard And Mouse " 1 Unit 17 "desktop Monitor - Response Time(ms): 1ms-2ms - Panel Type: Ips - Display Technology: Led - View Angle Horizontal(deg): 178 - View Angle Vertical(deg): 178 - Refresh Rate(hz): 100-150 - Screen Size(""): 24.50 - Hd Type: Fhd - Resolution: 1920x1080-higher" 1 Unit 18 "printer - A4 Print Speed Up To 17-18 Ipm(black)/16.5-17.5 Ipm(colour) - Wifi, Airprint, Mopria, Wifi Direct, Usb 2.0 - Auto 2 Sided(duplex) Printing, 20 Sheets Auto-document Feeder(adf), 1 Line Lcd - Full Ink Bottles Included. Yield Up To 7500/5000 Pages(black/colour) - Compatible With Mobile Connect App" 1 Unit 19 Camera Lens For Canon 1 Unit Apc-c F4.5-6.3 To F/32 16-29mm (full Frame Equivalent) Stm Stepping Af Motor 5-7 Blade Diaphram 6 Stops Of Image Stabilisation 0.5x Magnification 20 Camera Lens For Canon 1 Unit 24-240mm Focal Length Max Aperture: F/4-f/6.3 Full Frame With Nano Usm 10x Optical Zoom Lens Image Stabilisation 21 Camera Lens For Canon 1 Unit 600-800mm Focal Length Full Frame 4 Stops Of Image Stabilisation 22 Heavy-duty Fluid Head Tripod Kit 1 Unit Aluminum Tripod With Fluid Head System 13.2-14 Lb Load Capacity, Weighs 9 Lb 33.9 To 73.2" Height Adjustment 35-40" Folded Length, 75mm Ball Head Snap-on Quick Release Plate Tilt Damping, Fixed Counterbalance 1/4"-20 Anti-twist Accessory Threads 23 Battery Pack For Canon Camera 3 Unit Capacity Of 1040mah Output Voltage Of 7.2v Lithium-ion Weight: 43-45.5 Kg 24 Camera Backpack 1 Unit Interior Size: 34-35 X 22-23 X 49-50 Cm Weight: 1.58-1.60kg Divided Compartment Design Hps-eva Core Divider Protective System Tripod Carry System Water Repellent 25 Projector 1 Unit Rgb Liquid Crystal Shutter Projection System White And Colour Light Output At 5,000-6,000 Lamp Type Wireless Connection Multi-pc Projection 2 X Hdmi 26 Memory Card For Camera 2 Unit 128gb -256 Gb Storage Capacity Max Read Speed: 180-190 Mb/s Max Write Speed: 90-100 Mb/s Min Write Speed: 30-40 Mb/s 27 Laptop 1 Unit Amd Ryzen™ 5-7 5700u Processor 16-32 Gb Ram 512 Gb- 1 Tb Ssd 14-15.6" Full Hd 1920x 1080 Display Amd Radeon™ Graphics Windows 11 Home 28 Laptop 1 Unit Intel® Core™ I5-i7 13420h Processor 16 - 32 Gb Ram 512 Gb -1tb Nvme Ssd 14-15.6" Full Hd 1920 X 1080 Display Geforce Rtx™ 2050 Graphics Card Windows 11 Home 29 Laptop 1 Unit Intel® Core™ I5-i7 13620h Processor 16 Gb-32gb Ddr4 Ram 512 Gb-1tb Nvme Ssd 15-16'''wuxga 1920 X 1200 Display Windows 11 Home 30 Laptop Intel® Core™ Ultra 5-7 Processor 125h 1 Unit 16 -32gb Ddr5 Ram 512 Gb-1tb Nvme Ssd Intel Arc Graphics 13-14" Oled Display Windows 11 Home 31 Projector With Screen 1 Unit 3840-4800 Ansi Lumens Aspect Ratio 4:3-16:9 Projection Lens Focus:2.56-2.68 Projection Screen Size: 23-300" Projection Distance: 1.0-11.8m 32 Camera 1 Unit Compact Slr 18-24 Megapixel Aps-c 100-6400 Iso 2.4-2.7" Screen Size Cmos Sensor Type 33 Audio Recorder 1 Unit 32-64gb Storage 1400-1536 Kbps Dual-mic & Pcm Clear Capacity Of 1100 Mah 34 Laptop 1 Unit Amd Ryzen 5-7 7840hs Processor 16 Gb-32 Gb Lpddr5x Ram 512 Gb-1 Tb Ssd 15.6-6.16inches Full High Definition Display Geforce Rtx 4050graphics Card Wi-fi 6e Windows 11 Home 35 Laptop 1 Unit Intel Core Ultra 7-9 155h Processor 16 Gb-32gb Lpddr5x Ram 512gb-1 Tb Nvme Ssd Geforce Rtx 4060 Graphics Card 14.5-15" Wqxga + 3072 X 1920 Display Windows 11 Home 36 Desktop System Unit 1 Unit Intel Core I7-i9 14700 Lga 1700 Processor Wifi Socket Lga 1700 Ddr5 Motherboard 32gb-64gb Ddr5 Ram 1-2tb Gen 4 Nvme M.2 Ssd Geforce Rtx 4060 Graphics Card 650-1000 Watts Power Supply Tempered Glass Side Panel Gaming Pc Case White 37 Desktop Monitor 1 Unit Panel Size 5-6" Panel Type Hva, Curved Screen 1500r Resolution 1920x1080 Refresh Rate 165hz Display Ratio 16:09 Dot Pixel (h*v) 12125 X 0.36375 (hxv)mm Display Area (h*v) 4 (h)x392.85 (v)mm 38 Mechanical Rainbow Led Wired Keyboard And Mouse Bundle 1 Unit 39 Laptop 1 Unit Intel® Core™ Ultra 7-9 155h Processor 16 Gb-32 Gb Ddr5 Ram 512gb-1tb Ssd 14-15" Oled Display Intel® Arc™ Graphics Windows 11 Home 40 Laptop 1 Unit Amd Ryzen 7-9 8945hs Processor 32gb-64gb Lpddr5x Ram 1tb-2tb M.2 Nvme Pcie Ssd Geforce Rtx4060 Graphics Card 14-16" Oled Wqxga Display Wi-fi 6e + Bluetooth Wireless Card Windows 11 Home 41 Desktop Computer 2 Unit Intelcore I5-i7 13400 Processor 16-32gb Ddr4 Ram 256 Gb Ssd + 1 Tb Hdd Windows 11 Home Usb Wired Keyboard & Wired Mouse 7 Monitor 42 Back-ups 2 Unit Output Power Capacity: 360 Watts/650 Va-1000va Output Connections: (4) Nema 5-15r (battery Back-up) Nominal Output Voltage: 230-250v Nominal Input Voltage: 230-250v Input Connections: Nema 5-15p 43 Printer 6 Unit Print, Scan, Copy Print Speed (a4, Iso): 11/6 Ipm (mono/ Colour) Wifi, Airprint®, Mopria ® Print Service, Direct Wireless Recommended Monthly Print Volume: 150-1,500 Pages 2.5-2.7 Lcd Touchscreen And Colour Display Factory Configuration: 416 X 363 X212mm Output/adf Trays Extended 416x554x Weight: 7.5-8 Kg 44 Desktop Computer High-end 1 Unit Specs Display : 21.5-22inch Monitor Memory:8-16gb Ddr5-2666 Sdram (1x8gb) Storage: 1-3 Tb Hdd Storage; 256-512 Gb Ssd Storage. Processor: Core L5-10400f (2.9ghz Graphics Card: Nvidia(r) Geforceo Gt 1030 (2 Gb Gddrs Dedicated). Network Lnterface: Lntegrated 10/100/1000 Gbe Lan Dimensions: 15.54-16 X 30.3-31 X 33.73-34 Cm Weight: 5.96-6kg Keyboard: Usb Black Keyboard And Mouse Combo. 45 Laptop Computer High-end 2 Unit Specs,: Processor: Lntel Core I7-i9-125ooh A 2.0 To 4.5 Ghz Memory: 8-16 Gb Of Ddr5 3200 Mhz System Memory Storage: 512gb-1tb Nvme Ssd Display: 15.6-16in Display With Ips (ln-plane Switching) Full Hd 1920 X 1080 144h2 Graphics : Geforce R Rtx'" 3050ti Wlan: Killer Tm Wi-fi 6 Ax 1650i 802.11 A/b/g/n+acr2+ax Wireless Lan Dual Band (2.4 Ghz And 5 Ghz)2x2 Mu-mimo Technology Supports Bluetooth 5.1. Lan : Killertm Ethernet E26oo 10/100/1000 Mbps Lpv4 And Lpv6 Support. Operating System: Windows 11 Home Ports: Usb Type-? Port Supporting: Usb 3.2 Gen 2 (up To 10 Gbps), Display Port Over Usb-c Thunderbolt4 Usb Charging 5v;3a, Dc-in Port 20v;65w One Usb 3.2 Gen 2 Port Featuring Power-off Usb Charging Usb 3.2 Gen 2 Port Usb 3.2 Gen 1 Port Ethernet (rj-45) Port Hdmi 2.1 Port With Gdcp Support 3.5 Mm Head Phone/speaker Jack, Supporting Headsets With Built-in Microphone Dc-in Jack For Ac Adapter. Keyboard: 103-/l04-/lo7-key Fine Tip Rgb-backlit Keyboard With Independent Standard Numeric Keypad, International Language Support. Touch Pad: Multi-gesture Touchpad, Supportint Two- Finger Scroll; Pinch; Gestures To Open Cartona Action Center, Multitasking: Application Commands. Dimensions: 360.4-361 (w) X 271.09-272 (d) X 25.9-26/26.9-27 (h) Mm (14.19-15 X 10.67-11x 1.02-2/l.06-2 Inches) With Plastic A Cover. Weisht: 2.5kg (5.51 Lbs.) With 4-cell Battery Pack, Solid State Drive. 46 Biometric (see Attached Specification) 1 Unit Multi-bio Time Attendance Terminal Face Capacity: 1,000-1,500 Fingerprint Capacity: 1,500-2,000 Id Card Capacity: 1,500-2,000 Record Capacity: 80,000-100,000 Display:2.8-inch Tft Screen Communication: Tcp/ip, Usb-host, Wi-fi Power Supply: Dc 12v 1.5a Verification Speed: ≤ 1 Sec. Operating Temp: 0°-45° C Operating Humidity: 20%-80% Dimension: 200.25 X 148 X 33.04 Mm-221 X 150 X 34 Mm Net Weight: 380g-400g 47 Desktop Computer 2 Unit Operating System-windows 11 Home With Ms Office For Home And Student Processor-intel Core I5-1245 Oh Processor (4cores, 8 Threads 3.4ghz, 1.2mb Intel Smart Cache) Motherboard-intel" H600 Chipset Memory-8gb-16gb Ddr4 3200mhz Uddim, 32gb-33gb Of Dual-channel Ddr4 Hard Disk Drive-256 Gb-257gb, M.2.2280 Pci-e Ssd, 1tb 3.5inch-4inch 7200rpm-7300rpm Graphics-intel Uhd 730 Graphics For 13th Generation (better Performance Than Nvidia Gt730 2gb) Audio-integrated High Definition, 5.1 -channel Surround Sound Networking-wlan, 802.1 1ac/a/b/g/n Wireless Lan And Bluetooth 5.0, Lan-gigabit Ethernet Standard I/o Ports, Expansion Slot(s) Power Supply And Adapter-300w-320w Keyboard And Mouse-usb Wired Keyboard & Wired Mouse 48 Laptop Computer 1 Unit Processor: Intel Core Ultra7 155u Processor(e-cores To 3.80-3.85ghz,p-cores 4.80-4.85ghz) Operating System: Windows 11 Pro 64 Graphic Card: Integrated Intel Graphics Memory: 16gb-20gb Ddr5-5600mhz(sodimm)2 X 8 Gb) Storage: 512gb-600gb Ssd M.2 2242 Pcie Gen4 Tlc Opal Display:16"wuxga(1920 X 1200)ips,anti-glare,non Touch,45% Ntsc,300 Nits. 60hz Battery: 3-5 Cell Li-polymer 57-60wh Ac Adapter/power Supply:65-70w Fingerprint Reader:no Finger Print Reader Pointing Device:trackpad Keyboard:backlit,black With Number Pad-english(us) Wifi:intel@wi-fi 6e Ax211 2x2 Ax & Bluetooth@5.1(windows 10)-bluetooth@5.3(windows 11) One Port For Usb 3.2 Gen 1 Featuring Power Off Usb Charging Color: Graphite Black 49 Laptop 1 Unit Specifications: Cpu: Intel Core I7-i10-1255u Ram: 16-32gb Ddr4 Storage: 1-3tb Ssd Gpu: Nv1d1a Mx550 2-4gb Display: 15.6'' -20'' Os: Window 11-15 Home 50 Printer 1 Unit Specifications: Print, Scan, Copy Connectivity: Wifi, Usb, Wireless Direct Printing Speed - 17/16.5 Ipm - 18/17.5 (iso) Mono/color Diplex Printing Wifi- Direct And Highspeed Usb 2.0-4.0 Print Resolution - 1,200 X 6,000 Dpi-1300 X 7000 20-sheet Auto Document Feeder Paper Input Capacity 150-200 Sheets Multipurpose Tray 80-90 Sheets 1.8'' -2'' Tft Colour Lcd Mobile Print: Brother Iprints& Scan, Airprint & Mopria Cons: Bt-d60bk-7500-8500 Pages Bt5000cmy-5, 000-6000 Pages 51 Laptop With Projector 1 Unit Specifications: Operating System: Windows 11-12 Home Processor Family: Amd Ryzen 7-8 Processor Processor: Amd Ryzen 7 5825u ( Up To 4.5 Ghz Max Boost Clock, 16 Mb L3 Cache, 8 Cores, 16 Threads) Chipset:amd Integared Soc Sustainable Impact Specifications: Keyboard Keycaps Made With Post-consumer Recycled Plastic Security Management: Trusted Platform Module (firmware Tpm)support Memory:8-16gb Ddr4-3200 Mhz Ram (1 X 8 Gb) Memory Layout (slots & Size ) :1 X 8- Gb - 2x8gb Internal Storage: 512-600 Gb Pcle Nvme M.2 Ssd Cloud Service: 25-30gb Dropbox Storage For 12 Months Display: 39.6 -42cm (15.6'''') Diagonal, Fhd (1920 X 1080), Ips, Micro-edge, Anti-glare, 250-300 Nits, 45% Ntsc Display Size(diagonal): 39.6- 42cm (15.6'''') Graphics: Integrated Graphics:(integrated):amd Raeon Graphics Ports: 1 Superspeed Usb Type-c 5gbps Signaling Rate; 2 Superspeed Usb Type-a 5 Gbps Signaling Rate; 1 Hdmi 1.4b;1 Ac Smart Pin; 1 Headphone/microphone Combo Expansion Slots: 1 Multi-format Sd Media Card Reader Camera:hp True Vision 720-750p Hd Camera With Temporal Noise Reduction And Integrated Dual Array Digital Microphones Audio: Dual Speakers Pointing Device: Hp Imagepad With Multi-touch Gesture Support; Precision Touchpad Support Keyboard: Full-size, Natural Silver Keyboard With Numeric Keypad Wieless: Realtek Rtl**@@ce 802.11 A/b/g/n/ac (2x2) Wi-fi And Bluetooth 5-10 Combo Power Supply Type:45-50 Wh Li-ion Ecolables:epeat Registered Energy Star Certified: Energy Star Certified Product Design: Paint Finish Cover And Base, Vertical Brushed In-mould Roll Keyboard Frame Product Color: Natural Silver Minimum Dimensions(w X D X H): 35.85-36.86 X 24.2-25.3 X 1.79-2.5 Cm (dimensions Vary By Configuratiuon) Weight: 1.69-2kg Warranty: 1 Year, 10-15 Minutes Response Time For Service Projector With Screen Specifications: Projection System Dlp Projection Method: Front, Rear, Ceiling, Rear Ceiling Number Of Lamps: 1-3 Lamp Power:220-300 W Normal Mode Lamp Life: 6000-7000hour Economy Mode Lamp Life: 10000-11000hour Lens Type: Manual Zoom Manual Focus Minimum Lens Aperture: F/2.41-3-42-4 Maximum Lens Aperture: F/2.53-3-54-4 Minimum Focal Length: 21.85-23 Mm Maximum Focal Length: 24.01-25mm Minimum Diagonal Image Size: 584.20-600mm Maximum Diagonal Image Size: 7.62 -8m (300'') Minimum Projection Distance: 1-2m Maximum Projection Distance:11.80 -12m Optical Zoom: 1.1-2-2x Extremeeco Mode Lamp Life: 15000-16000hour 52 Desktop Medium End 1 Unit Specifications: Windows 11-15 Home Sl Intel Core I5-1335 Process-17-1500 Process 8-10gb (1x8gb) Of Ddr4 System Memory, Upgradable To 32-36gb Using Two So Dimm Modules 512-600 Gb, Pcle, Gen4, 16-32 Gb/s Nvme With Hdd Upgrade Kit 16.0''-32'' Display With Ips ( In-plane Switching) Technology, Wucxga 1920 X 1200, Acer Comfy View Led-backlit Tft Lcd 16;10 Aspect Ratio, Clor Gamut Ntsc 45% Wlan: Intel Wireless Wi-fi 6eax211 ,-802.11-803.12 A/b/g/n/ac/ax Wireless Lan Band: 2.4 Ghz, 5 Ghz And 6ghz-2x2 Mu_mimo Technology- Supports Bluetooth 5.1 Or Above-support Vpro/ Support Cnvi Interface-gigabit Ethernet Card Reader: Sd Card Reader T-type Hd Camera-streaming Webcams Compatible W/ Windows 1280 X 720 Resolution, -720p Hd Video At 30 Fps W/ Temporal Noise Reduction, Blue Glass Lens, -knowles Dual Mic (33 Mm + 33 Mm) 50 Wh 3-cell Li-ion Battery(- 10 Hours) 358.5 (w) X 260 (d) X 19.9/22.9 (h)mm (14.11 X 10.24 X 0.78/0.9 Inches) With Plastic A Cover Information Comm. Techno. Equip. 53 "desktop Pavilion All In One Pc Operating System: Windows 11 Processor: Intel Core I7-12700t-i9 Ram: 16gb - 18 Gb Storage: 512gb - 1tb Monitor Display:24""-26"" With Dvd/cd Written Accessories; Speaker And Webcam Os: Windows 11 Licensed Ms Office Licensed (excel, Word, Access, Powerpoint, Publisher) Warranty; 2 Years " 1 Set 54 Desktop Computer Inter Core I5 14th Generation - 4.70ghz Ram: 16gb-24gb Ssd:500gb To Itb Monitor Display:24"-26" With Dvd/cd Written Accessories; Speaker And Webcam Os: Windows 11 Licensed Ms Office Licensed (excel, Word, Access, Powerpoint, Publisher) Warranty; 2 Years 3 Set 55 Printer 4 Unit Print, Scan, Copy Print Speed (a4, Iso): 11/6 Ipm (mono/ Colour) Wifi, Airprint®, Mopria ® Print Service, Direct Wireless Recommended Monthly Print Volume: 150-1,500 Pages 56 Projector With Adaptive Color And Wireless Capability 1 Pc Brightness: 4800-5000 Ansi Lumens Standard: Compliant W/ Iso 21118-optical Z00m Ratio:1.1x-1.5x Projection Screen Size 58cm-762cm Projection Distance 3.3'-39.3' Audio 3w Speaker Dimensions: 313-314 X 240-245 X 113.7-114mm 57 Biometrics Attendance System: 500-1000 Finger Prints Capacity;50,000 Logs Capacity 2.8-5 Inches Tft Screen Display Usb Host/client 1 Unit 58 Computer Desktop Medium End 1 Unit Specifications; Cpu: Intel Core I7-i9 Ram: 8-16gb Storage: 1 Tb-2 Tb Monitor: 24" - 27" Keyboard And Mouse: Keyboard And Mouse Set 59 Dslr Camera 1 Unit Specification: Image Sensor Type: Cmos Sensor Aspect Ratio: 3:2-4:00 Effect Pixels: Approx. 24-24.1 Megapixels View Finder Type: Eye Level Penta Mirror Lcd Monitor Type: Tft Color Liquid-crystal Monitor Coverage: Vertical/ Horzontal Wifi: Built In Iso Range: 100-6400 Shutter Speed: 1/4000 Sec To 30 Sec Monitor Size & Dots: 7.5-8.5cm W/ Approx 920,000-950,000 Dots Image Type: Jpeg, Raw 14-16 Bit 60 Photocopier Machine 1 Unit Specifications: Machine Type: Monochrome A4 Laser Multifunctional Core Functions: Copy, Scan, Send And Fax Control Panel: 12.7 Cm-13 Cm Lcd Touch Memory: 1-2 Gb Ram Storage: 1-2gb Paper Output Capacity: 180-200 Sheets 61 Printer With Scanner 3 Set Printer Type: Prit, Scan, Copy, Fax W/ Adf Paper Sizes: A4, A5, A6, B5, Legal Scanner Type: Flatbed Colour Image Scanner Colour: 48 Bit-64 Input, 24-25 Output Paper Capacity: 30-35 Sheets (a4 Paper) 20 Sheets (legal) Usb: Usb 2.0-2.5 Network: Ethernet, Wifi, Ieee, Wifi Direct 62 Laptop And Printer 1 Set "processor Intel ® Core ᵀᴹ 7-9 150u (12 Mb Cache, 10 Cores, 12 Threads, 5 To 5.40 Ghz) Operating System Windows 11 Pro Ubuntu ® Linux ® 22.04 Lts, 64-bit Video Card Integrated: Intel ® Iris ® Xe Graphics Display 16-17 Fhd +1920x1200, 60hz, Wva, Non-touch, Anti-glare, 250 Nit, 45% Ntsc, 25ms, Memory* 32gb-128 Gb: 2 X 8 Gb, Ddr5, 5200 Mt/s, Dual-channel Storage 1tb-3tbhdd 512gb-1tb M.2 Pcie Nvme Solid State Drive Color: Anodized Ice Blue Dimensions & Weight Height: 19.05 Mm -200mm Width: 356.78 Mm-400mm Depth: 249.52 Mm -300mm Starting Weight:1.87 Kg (4.12 Lb) *mouse, Mouse Pad And Laptop Bag" "all In One Printer (print, Scan, Copy & Fax) Print Resolution: 4,800x1,200 Dpi Print Speed: 10.1 To 11.6 Ipm (mono/colr) Copy Speed: 2-3.2 Ipm Fax Resolution: 300x300 Dpi (extra Fine) Maintenance Cartridge: Mc-g04 Dimensions: 416 X 337 212 Mm (factory Configuration) Weight: 7.0-7.2 Kg" 63 Desktop Computer Set With Printer 1 Set "cpu Processor Intel Core I7-i9 Window 11 Pro Storage 2tb-3 Tb Ssd Memory -32-128 Gb-ddr-3200 Monitor: 27-30 Inches Led Leaven Mechanical Borad/ Mouse/ 6 Fans Rgb/ Mousepad" "all In One Printer (printer, Scan, Copy & Fax) Print Resolution: 4,800x1,200 Dpi Scan Resolution: 600x1,200 Dpi Print Speed: 10.1 To 11.6 Ipm (mono/colr) Copy Speed: 2-3.2 Ipm Fax Resolution: 300x300 Dpi (extra Fine) N Maintenance Cartridge: Mc-g04 Dimensions: 416x337x212 Mm (factory Configuration) Weiht: 7.0-7.2 Kg" 64 Fly Kit For Drone-dji Mavic 2 Pro 1 Set "(2) Intelligent Flight Battery (capacity-3,850 Mah (6-12 Pcs) Low Noise Propeller (1pc) Rc Cable Usb Type Connector 1 (pc)battery To Powerbank Adaptor (1pc) Battery Charging Hub (1pc) Car Charger" 65 Desktop Computer, High-end 2 Unit Specs: Display: 21.5-22 Inch Monitor Memory: 8-16gb Ddr5-2666 Sdram(1x8 Gb) Storage: 1tb-3tb Hdd Storage; 256-512 Gb Ssd Storage Processor: Core I7-i9 10400f(2.9ghz), I7-i9 Graphics Card: Nvidia®geforce Gt 1030(2gb Gddr5 Dedicated). Network Interface: Integrated 10/100/1000 Gbe Lan Dimensions: 15.54-16x30.3-31x33.73-34cm Weight: 5.96-6kg Keyboard:usb Black Keyboard And Mouse Combo 66 Laptop Computer High-end 1 Unit Specs: Processor: Intel Core I7-i9 12500ha 2.0 Up To 4.5 Ghz Memory: 8-16gb Of Ddr5 3200 Mhz System Memory Storage: 512gb-1tb Nvme Ssd Display: 15.6-17in. Display With Ips (in-plane Switching) Full Hd 1920-1930x1080-1090 144hz Graphics:geforce Rtx 3050ti Wlan:killer Tm Wi-fi 6 Ax 1650i 802.11 A/b/g/n+acr2+ax Wireless Lan Dual Band(2.4 Ghz And 5 Ghz) 2x2 Mu-mimo Technology Supports Bluetooth 5.1 Lan: Killertm Ethernet E2600 10/100/1000 Mbps Ipv6 Support Operating System: Windows 11home Speakers: Acer Purified, Voice Technology With Dual Buitl-in Microphones.range, Headphone-like Audio And Powerful Sound Camera: 1280-1290x720-730 Resolution 720p Hd Video At 30 Fps With Temporal Noise Reduction Blue Gass Lens Dual Mic(33mm+33mm). Ports: Usb Type-? Port Supporting:usb 3.2 Gen 2(up To 10 Gbps|), Display Port Over Usb-c Thunderbolt4, Usb Charging 5v;3a,dc-in Port 20v;65w One Usb 3.2 Gen 2 Port Featuring Power-off Usb Charging Usb 3.2 Gen 2 Port Usb Gen 1 Port Ethernet (rj-45)port Hdmi 2.1 Port With Gdcp Support 3.5 Mm Headphone/speacker Jack, Supporting Headsets With Built-in Microphone D-in Jack For Ac Adapter. Keyboard: 103-/104-/1-7-key Fine Ip Rgb- Backlit Keyboard With Independent Standard Numeric Keypad,international Language Support Touch Pad: Multi-gesture Touchpad,suporting Two-finger Scroll;pinch;gesture To Open Cortona Action Center,multitasking;application Commands. Dimensions: 360.4(w) X 271.09(d) X 25.9/26.9(h)mm(14.19 X 10.67 X 1.02/1.06 Inches) With Palstics A Cover. Weight: 2.5kg (5.51 Lbs) With 4-cell Battery Pack,solid State Drive. 67 Protector With White Screen & Tripod 1 Unit Specs: 3800-4500 Lumens Of Color And White Brightness Contrast Ration 16000:1 To 18000:1 Vertical/ Horizontal Keystone Hdmi Audio And Video Connection Wifi Connectivity Remote Control White Projector Screen 80 Inches- 100 Inches Tripod Stand Projector Rechargeable Wireless Powerpoint Present 68 Ups 1000 Kva-apc 2 Unit Output (on Battery) 220-240v Surge; 6005/9455 Battery Recharge Time: 4 Hours-5 Hours Recover To 90%-100% Capacity No. Of Outlets 3-4 Irc13 Product Warranty- 2 Years Parts & Services, 1 Year Battery 69 "avr Input Voltage 150-250v; Output Voltage 220v / 110v± 3%; Frequence 50/60 Hz; Response Time < 1s@ 10% Voltage Fluctuation; Control System: Servo-motor Control System; Operating Temp.- 10c To 40c With Humidity < 95%; Dimensions: 208x208x165mmfeatures" 3 Unit 70 Computer Printer, Continuous Ink, With Scanner 2 Unit 71 Uninterrupted Power Supply (ups)battery: 12 Volt 8ah (20 Hr) Heavy Duty, Battery Only 5 Unit 72 Uninterrupted Power Supply (ups), Power 5 Unit Rating: 2000va-3000va,220vac/230vac,50/60hz,ac Input:160vac-290vac, Voltage Range:140-300vac Capacity Voltage: 3kva-5000va Recharge Time: 9-10hrs, Heavy Duty, For Big Equipment 73 "paging System ""users 100 (up To 200), Max Concurent Calls: 30 (up To 60) Max Analog Ports: 8, Expanion Boards: 1*ex30/ex08+1*d30 External Storage: Usb, Hdd"" Call Recording,automatic Attendant, Mobile App, Web App Desktop App (softphone), Time Condition, Ring Group, Call Queue, Music On Hold, Call Transfer, External Storage: Usb. " 1 Set 4 Onboard Module Slots And 8 Interfaces On The Panel Unit "128*64px Backlit Lcd Screen 2 X 10/100 Mbps Ethernet Port 6 Way Conferencing 2 Sip Accounts Hd Voice Support Ri9 Headset Support Ri9 Headset Support Poe W/o Power Adapter" Set 1. 8 Sip Lines Set 2. Android System, 8g Flash , Wifi 3. Rtp Multicast Paging 4. Real-time Monitoring 5. Support Ftp Server, Usb Disk Music 6. 8.0-inch Touch Screen, 1280*800 Resolution 7. 2 Audio-in, 1 Audio-out 15w Sip Calling Speaker Sip-so1 Unit 1. Transmit Excellent Sound For Music And Anouncement 2. Poe Eliminates Need For Local Power Supply 3. 48k Opus Audio Codec Enables Excellent Sound Quality 4. Support Web Firmwareupgrade For Easy Maintenance 5. Standard Sip Protocol To Compatible With Other Sip Devices 6. Support Rtp Multicast As Altern Installation Fee And Materials Lot Utp Cable, Cat6e Pure Copper Outdoor Meters Utp Cable, Cat6e Pure Copper Indoor Meters 16-port 10/100m Poe + Switch Unitr Adds 2*fxo Ports (also Calledpstn/landline Pldt, Globe Etc.) Unit Fiber Optic Cable Rolls Media Converter Unut Data Cabinet 6u Unit D30 Active, Add100 Voip Users And 30 Concurrent Calls Unit 74 Computer Server 1 Unit Branded Full Tower Type (rack Mounted Convertible) Dual Quad Core Xeon Or Higher Processor 2ghz+ Processor Speed Or Higher, 8 Mb Cache Memory 32gb+ Ecc Sdram/ddr2, Dimm Type @ 8x 4096 Mb Per Module Hard Disk 3 Tb Hard Disk (min) 300gbx 10 Hot Pluggable Hard Disk With Raid 5 Configuration, Configured With Pci Ultra 2/3 Scsi Raid Controller Raid 5 Configuration Disk Drives: A. 8x Dvd Writer, Dual Layer, Double Layer Network: Four(4) Gigabit (10/100/1000 Mbps)lan; Add-on/built-in Usb/ps/2 Keyboard & Optical Mouse W/ Scroll Button W/ Pad 17-24” Lcd Color Monitor (meets Fcc Standards) Redundant Power Supply With Two(2) Usb 2.0 Ports In Front With Rack Railings For Rack Conversion Software: (w/ Original Installer And/or Recovery Cd And License): Original Installation Cd & Complete Original Users Manuals Of Windows Server 2012 W/ 25 Cal License Per Server With One (1) Year Warranty On Cd Against Media Defect Anti Virus Software Full Product One (1) Year Subscription On-site Delivery Of All Servers, Configured & Installed W/ 3 Kva Ups W/ Built-in Avr (one(1) Year Warranty) >must Provide Power Of Up To 15 Minutes Of Uptime In Case Of Power Interruption Three (3) Years Extended Warranty Both On Parts & On-site Services For All Components And Accessories Network Switch (24 Ports) Twenty Four(24) 10/100/1000 Mbps Switch Auto Negotiation & Auto Sensing Qos Traffic Prioritization Up To 1000mbps In Full Duplex Operation With Support For Half And Full Duplex Seeds Plug And Play Installation Can Be Wall Or Rack Mounted Power Saving Features With External Power Adapter 220 Vac With (1) One Year Warranty On Parts And Services Universal Input/output (i/o) Ports I/o Ports Must Comply With Cat6 Cable And Cat6 Patch Panel I/o Ports Faceplate Must Be Shattered Cat6 Cables And Cat6 Patch Panel Must Comply With Ansi Tia/eia-568-b.2-1 Backward Compatibility To Categories 5e, 5, And 3 Open Standard That Allows Products From Different Vendors To Work Together Open Standard That Allows Products From Different Vendors To Work Together Open Standard That Allows Products From Different Vendors To Work Together Plug And Jack Interoperability For Modular (rj-45 Type) Connections Full System Specification Including Testing Of Components, Patch Cords, Channels And Permanent Links Twice The Bandwidth Of Category 5e With Positive Power Sum Attenuation To Cross-talk Ration (psacr) Up To 200 Mhz All Specifications For Components And Cabling Are Tested To 250 Mhz (25% Higher Than 200 Mhz) Which Complies With Ieee With Installation Office Equipment 75 Computer Table 4 Unit Color: Black, Length: 60-70 Cm, Width: 40 Cm, Height: 112-115cm With Keyboard Drawer, Printer Stand, Metal Frame, Monitor Table 76 Stand Fan 2 Set L-64-65 X W-26-27 X H-53-54 (cm) 16-18 Inch Blade Diameter Inverter Dc Motor Transparent Black Pp Blade Over-voltage Protection Cabinet 1 Unit Wooden Cabinet W/ Glass Cover 3 Shelves L-35" W-15" H-50" 77 Airconditioning Unit 2 Unit Window Type- 1.5 Hp To 2.5 Cooling Capacity Full Dc Inverter 3 Fan Speed (low, Medium, High Coo) Auto Swing Removable And Washable Air Filter Remote Controller 78 Orbit Ceiling Fan 12 Unit Specs: 3-4 Blades, 18-19"metal Blade High Performance Motor 4 Speed Remote Switch With Termal Fuse Protection 79 Executive Swivel Chair 1 Unit With Arm Rest, Adjustable Gaslift, Polyurethane Finish Back And Seat, Powder Coated Pvc Starbase With Castor Wheels Note: Sample Attached 80 Computer Chair 1 Unit With Armrest, Black, Adjustable Seat 100kg-110kg Note: Sample Attached 81 Steel Cabinet 2 Pc Lateral 4-5 Drawers Anti-tilted Lock Steel Handle (goose Neck) 2 Pc. Plastic Divider Per Drawer Color: Gray/dirty White Size: Length: 900-1000mm, Width: 450-500mm, Height: 1328-1400mm 82 Steel Cabinet 1 Pc Vertical 4-6 Drawers (no Vault) Anti-tilted Lock Plastic Handle 2 Pc. Plastic Divider Per Drawer Color: Gray/dirty White Size: Length: 620-700mm, Width: 460-500mm, Height: 1332-1400mm 83 Top Chest Freezer/ Chiller 1 Unit Specifications: 18 Cu. Ft. To 20 Cu. Ft. Solid Chest Freezer Dual Function-freezer Or Chiller Fast Freezing Mode Frontal Drain 2 Key Locks 2 Grip Handle 2 Wire Basket 305w-320w Input Power Capacity, Freezer: 465-480 Liters Warranty: Compressor: 3 Yrs, Service: 1 Yr. 84 Washing Machine With Spinner 1 Unit Specifications: Washing Load Capacity: 10.01 Kg To 18 Kg Washing Features: Large Capacity Twin Tub 85 Metal Filling Cabinet 1 Unit 4-5 Layers H- 4.5-5 Ft, W- 1.6-2 Ft, L-2.2-3ft Preffered Color-green 86 Electric Fan (stand Fan) 3 Unit Size:18"-20" Metal Blade,3-5 Leaf High Performance Motor 87 Junior Executive Table 1 Unit L-36"x W-24" X H-30" 4-5 Drawers Melina Wood, Varnish Finish 88 Clerical Table 3 Unit L- 36"x W- 20" X H-30" 3-4 Drawes Melina Wood, Varnish Finish See Attach References 89 Office Chair: Swivel Chair 1 Unit Color-black, Adjustable Seat Height W/ Cushion, Armrest 90 Steel Cabinet 2 Pcs 3-4 Layer Vertical Cabinet ***nothing Follows*** Total 5,474,218.94 Prepared By: Eleanor A. Oyami Bac-secretariat Certified Correct: Arundale Gum-u I. Bunnag Bac-secretariat On Goods & Infrastructure
Closing Date27 Feb 2025
Tender AmountPHP 5.4 Million (USD 94.6 K)

Bureau Of Corrections Muntinlupa City Metro Manila Tender

Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Philippine Bidding Documents Supply And Delivery Of Various Bucor Vehicles 2025 (procurement/contract No. 010) Sixth Edition July 2020 Bids And Awards Committee 2024 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 6 Section Iii. Bid Data Sheet 16 Section Iv. General Conditions Of Contract 19 Section V. Special Conditions Of Contract 22 Section Vi. Schedule Of Requirements 27 Section Vii. Technical Specifications 29 Section Viii. Bidding Forms 34 Section I. Invitation To Bid Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Invitation To Bid For Supply And Delivery Of Various Bucor Vehicles 2025 1. The Bureau Of Corrections, Through The National Expenditure Program Fy 2025 (capital Outlay) Intends To Apply The Sum Of Seventeen Million Three Hundred Thousand Pesos Only (₱17,300,000.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Various Bucor Vehicles 2025 With Identification Number __epa-010__. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Corrections Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within Thirty (30) Calendar Days. Bidders Should Have Completed, Within The Last Four (4) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Equivalent To At Least Fifty Percent (50%) 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 The Bureau Of Corrections 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 __december 29, 2024 (08:00am To 05:00pm) To January 20, 2025 (08:00am To 01:29pm)___ 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 Twenty-five (₱25,000.00) Thousand Pesos Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees And Presented In Person. 6. The Bureau Of Corrections Will Hold A Pre-bid Conference On __january 06, 2025 (01:30pm)____ At Bac Conference Room Nbp Reservation Muntinlupa City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before __january 20, 2025 (01:29pm)__. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On __january 20, 2025 (01:30pm)__ At The Given Address Below Bac Conference Room Nbp Reservation Muntinlupa City, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Schedule Of Bidding Activities Shall Be As Follows: Activites Date/time Venue 1. Sale And Issuance Of Bid Documents December 29, 2024 (08:00am To 05:00pm) To January 20, 2025 (08:00am To 01:29pm)_ Supply Division Bureau Of Corrections Muntinlupa City 2. Pre-bid Conference January 06, 2025 (01:30pm Bac Conference Room Bureau Of Corrections Muntinlupa City 3. Submission And Opening Of Bid Documents January 20, 2025 (01:30pm) Bac Conference Room Bureau Of Corrections Muntinlupa City 11. The Bureau Of Corrections 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: Maria Adoracion I. Viñas Office Of The Bac Secretariat Supply Office, Bureau Of Corrections, Muntinlupa City Tel # 02-8809-8587/02-8478-0907 Bacsec2022@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Bucor.gov.ph Date Of Issue: _______________ Ccsupt. Celso S. Bravo Chairperson, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Bureau Of Corrections Wishes To Receive Bids For The Supply And Delivery Of Various Bucor Vehicles 2025 {[insert, If Applicable:] Under A Framework Agreement}, With Identification Number [indicate Number]. [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 Supply And Delivery Of Various Bucor Vehicles 2025 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 National Expenditure Program Fy 2025 (capital Outlay) In The Amount Of Seventeen Million Three Hundred Thousand Pesos Only (₱17,300,000.00). 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. 5.2. [select One, Delete Other/s] A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. B. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must 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: A. Subcontracting Is Not Allowed. 7.2. [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 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. [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. 7.4. 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 Bac Conference Room Nbp Reservation, Poblacion, Muntinlupa, City 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 The Last Four (4) 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. [include If Framework Agreement Will Be Used:] 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). 12.2. [include If Framework Agreement Will Be Used:] For Framework Agreement, The Following Should Also Apply In Addition To Clause 12.1: A. For A Single Year Framework Agreement, The Prices Quoted By The Bidder Shall Be Fixed During The Bidder’s Performance Of The Contract And Not Subject To Variation Or Escalation On Any Account. Price Schedules Required Under Clause 12.1 Shall Be Submitted With The Bidding Documents. B. For A Multi-year Framework Agreement, The Prices Quoted By The Bidder During Submission Of Eligibility Documents Shall Be The Ceiling And The Price Quoted During Mini-competition Must Not Exceed The Initial Price Offer. The Price Quoted During Call For Mini-competition Shall Be Fixed During The Bidder’s Performance Of That Call-off And Not Subject To Variation Or Escalation On Any Account. Price Schedules Required Under Clause 12.1 Shall Be Submitted With The Bidding Documents. 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. 13.2. Payment Of The Contract Price Shall Be Made In: A. 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 [indicate Date]. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14.3. [include If Framework Agreement Will Be Used:] In The Case Of Framework Agreement, Other Than The Grounds For Forfeiture Under The 2016 Revised Irr, The Bid Security May Also Be Forfeited If The Successful Bidder Fails To Sign The Framework Agreement, Or Fails To Furnish The Performance Security Or Performance Securing Declaration. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Posting Of Performance Security Or Performance Securing Declaration, As The Case May Be, By The Winning Bidder Or Compliant Bidders And The Signing Of The Framework Agreement. 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 And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 16.2. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, The Submission Of Bids Shall Be For The Initial Evaluation Of Their Technical And Financial Eligibility. Thereafter, Those Declared Eligible During The Said Initial Eligibility Evaluation And Entered Into A Framework Agreement With The Procuring Entity Shall Submit Anew Their Best Financial Offer At The Address And On Or Before The Date And Time Indicated In The Call For Each Mini-competition. 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. 18.2. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, Determination Of Margin Of Preference Shall Be Conducted Every Call For Mini-competition. 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. [include The Following Options If Framework Agreement Will Be Used:] A. In The Case Of Single-year Framework Agreement, The Lowest Calculated Bid Shall Be Determined Outright After The Detailed Evaluation; B. For Multi-year Framework Agreement, The Determination Of The Eligibility And The Compliance Of Bidders With The Technical And Financial Aspects Of The Projects Shall Be Initially Made By The Bac, In Accordance With Item 7.4.2 Of The Guidelines On The Use Of Framework Agreement. 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 Follows: Option 1 – 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. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, All Bidders Initially Determined To Be Eligible And Financially Compliant Shall Be Subject To Initial Post-qualification. The Bac Shall Then Recommend The Execution Of A Framework Agreement Among All Eligible, Technically And Financially Compliant Bidders And The Procuring Entity And Shall Be Issued By Hope A Notice To Execute Framework Agreement. The Determination Of The Lowest Calculated Bid (lcb) Shall Not Be Performed By The Bac Until A Mini-competition Is Conducted Among The Bidders Who Executed A Framework Agreement. When A Call For Mini-competition Is Made, The Bac Shall Allow The Bidders To Submit Their Best Financial Proposals On Such Pre-scheduled Date, Time And Place To Determine The Bidder With The Lcb. 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, {[include If Framework Agreement Will Be Used:] 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. {[include If Framework Agreement Will Be Used:] For Every Mini-competition In Framework Agreement, The Lcb Shall Likewise Submit The Required Documents For Final Post Qualification.} 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. [include The Following Clauses 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 Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Motor Vehicle. B. Completed Within The Last Four (4) Years Equivalent To At Least Fifty Percent (50%) Of The Abc, Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed 12 The Price Of The Goods Shall Be Quoted Ddp Bureau Of Corrections Iwahig Prison And Penal Farm (ippf) Puerto Prinsesa City, Palawan Or The Applicable International Commercial Terms (incoterms) For This Project. 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 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 Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 19.3 One Project Having Several Items That Shall Be Awarded As One Contract. 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, 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. Certified True Copy Coming From The Issuing Agency Of 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. Audited Financial Statement 7. 2 Sets Photo Copy Of Eligibility And Financial Envelope Marked As “copy 1” And “copy 2” 21.2 No Additional Contract Documents. 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. [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 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.{[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 Iv (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 5.1 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 1 [list Here Any Additional Requirements For The Completion Of This Contract. The Following Requirements And The Corresponding Provisions May Be Deleted, Amended, Or Retained Depending On Its Applicability To This Contract:] 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: The Delivery Terms Applicable To This Contract Are Delivered To Bureau Of Corrections Iwahig Prison And Penal Farm (ippf) Puerto Prinsesa City, Palawan. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Acting Director, Directorate For Engineering Services. 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. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit 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. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: A. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And B. In The Event Of Termination Of Production Of The Spare Parts: I. Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii. Following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Cost Thereof Are Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of [indicate Here The Time Period Specified. If Not Used Indicate A Time Period Of Three Times The Warranty Period]. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within [insert Appropriate Time Period] Months Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 Not Applicable 4 The Inspections And Tests That Will Be Conducted Are: Partial/complete Goods Shall Be Inspected By The Tiac Technical Inspection And Acceptance Committee. Representative From Supply Division To Be Witnessed By: Coa Representative The Goods Shall Be Accepted By The End User After Passing The Inspection Of The Tiac (technical Inspection And Acceptance Committee). 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. Section Vi. Schedule Of Requirements Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Section Vi. Schedule Of Requirements Supply And Delivery Of Various Bucor Vehicles 2025 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Delivered, Weeks/months 1 Prison Van 6 30 Calendar Days 2 Staff Car 2 30 Calendar Days 3 Staff Car 4 30 Calendar Days I/we Hereby Commit To Comply And Deliver All The Requirement 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 Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 1 Prison Van Overall Dimensions L X W X H (mm): 4,600 X 1,695 X 1,955 Wheelbase: 2400 Seating Capacity: 3 Engine Type Type: 4ja1 Direct Injection Common Rail Displacement (cc):2499 Maximum Output (ps/rpm): 78 Hp @3900 Rpm Maximum Torque (nm/rpm): 176.5 Nm @ 1800 Rpm Fuel Type: Diesel Fuel Tank Capacity: 50 Liters Transmission: 5-speed Manual Brakes: Front: Ventilated Discs Rear: Drum. Leading & Trailing Tires: 195r 14c 8pr Wheels (size): 14 X 5.5jj (6 Studs) Color: Camouflage Safety And Security Blinker And Siren Comm. Sys. Basic Tools, Jack And Manual Others: Bucor Logo Registration: 3 Years Lto Registration 1 Year Gsis Comprehensive Insurance __________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 2 Staff Car Overall Dimensions L X W X H (mm): 4,735 X 1,830 X 1,795 Seating Capacity:8 Engine Type Type: 4-cylinder, In-line, 16-valve Double Overhead Camshaft (variable Nozzleturbo Charger W/ Intercooler) Engine Displacement (cc): 2755 Maximum Output (ps/rpm) 174 / 3,400 Maximum Torque (nm/rpm): 360 / 1,200 - 3,400 Fuel Type: Diesel 1 Gd - Ftv 6 - Speed At Multi - Reflector Halogen Black+silver Front Grille Function Fabric (black)* With Keyless Entry Eco+power Apple Carplay + Android Auto Safety And Security Driver + Front Passenger + Knee (d) With + Brake Assist + Ebd With Vehicle Stability Control ( Vsc) With Hill-start Assist Control (hsa) With Reverse Camera Other Modification: Color- Black Blinker And Siren Com. Sys. Basic Tools, Jack And Manual Others: Bucor Logo- Magnetic Type Registration: 3 Years Lto Registration 1 Year Gsis Comprehensive Insurance _________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 3 Staff Car Overall Dimensions L X W X H (mm): 4,395 X 1,730 X 1,690 Wheelbase(mm): 2750 Seating Capacity: 7 Engine Type Type: 4-cylinder, In-line, 16-valve Dohc With Duel Vvt-idisplacement (cc):1329 Maximum Output (ps/rpm) 98/6000 Maximum Torque (nm/rpm): 122/4200 Fuel Type: Gasoline Fuel Tank Capacity: 43l Chassis Drivetrain: Front Wheel Drive Cvt Transmission 1nr-ve Brakes: Front: Disc Rear: Drum Tires: 185/ 65 R15 Alloy 15" Alloy Wheels __________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 3 Continuation: Exterior Segment Lcd Mid Headlamps: Split Type Led Rear Combination: Led Lamp 2-tone Interior Function Key Start Digital Aircon Control Back Camera & Sensor 8" Audio Display With Apple Carplay And Android Auto Safety And Security Driver And Front Passenger Airbags Alarm+immobilizer+indicator Back Camera Color: Black Metallic 1 Blinker And Siren Comm. Sys. Basic Tools, Jack And Manual Others: Bucor Logo- Magnetic Type Registration: 3 Years Lto Registration 1 Year Gsis Comprehensive Insurance __________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Viii. Checklist Of Technical And Financial Documents Checklist Of Technical And Financial Documents I. Eligibility Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); 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 ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Bidders Should Have Completed, Within The Last Four (4) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Equivalent To At Least Fifty Percent (50%) Of The Abc, 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 ⬜ Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (g) 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 (h) Conformity With The Schedule Of Requirements; And ⬜ (i) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And A. Certificate Of Dealership B. List Of Service Centers Nationwide C. Certificate Of Availability Of Spare Parts D. Brochure And ⬜ (j) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate/board Resolution 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 ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc; Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation At Least Equal To Ten Percent (10%) Of The Abc. Class “b” Documents ⬜ (l) 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. Each Partner Of The Joint Venture Shall Submit Their Respective Philgeps Certificates Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Eligibility Documents By Any Of The Joint Venture Partners Constitutes Compliance: Provided, That The Partner Responsible To Submit The Nfcc Shall Likewise Submit The Statement Of All Of Its Ongoing Contracts And Audited Financial Statements Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Bidding Forms Company Letterhead Statement Of Ongoing Government & Private Contracts Supply And Delivery Of Various Bucor Vehicles 2025 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 Total Value Of Outstanding Contract: Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Statement Of Single Largest Completed Contract Supply And Delivery Of Various Bucor Vehicles 2025 Statement Of Single (1) Largest Completed Contract Of Similar In Nature Within The Last Four (4) 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 Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 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 And Delivery Of Various Bucor Vehicles 2025 Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: Bureau Of Corrections 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 Ten (10) 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. ____________ 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 And Delivery Of Various Bucor Vehicles 2025 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: A) 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 And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections, As Shown In The Attached Duly Notarized Special Power Of Attorney; B) 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 Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections, As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting ; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder]is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) 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 And Delivery Of Various Bucor Vehicles 2025. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory 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 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 And Delivery Of Various Bucor Vehicles 2025 Bid Form Date: Invitation To Bid No: [insert Reference Number] To: Bids And Awards Committee Bureau Of Corrections Nbp Reservation Muntinlupa City 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 And Delivery Of Various Bucor Vehicles 2025 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. We Agree To Abide By This Bid For The Bid Validity Period Specified In Bds Provision For Itb Clause 17.1 And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And You’re 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 As Per Itb Clause 5 Of The Bidding Documents. 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 And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections. [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter’s Behalf For Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 2025. [signature Over Printed Name] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of __________________________ Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Schedule Of Prices Supply And Delivery Of Various Bucor Vehicles 2025 Quantity Units Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat 6 Units Prison Van ₱8,700,000.00 2 Units Staff Car ₱3,600,000.00 4 Units Staff Car ₱5,000,000.00 Total: ₱17,300,000.00 Total Bid Price Inclusive Of Vat In Words [signature Over Printed Name] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of _______________________________ Sixth Edition July 2020 Bids And Awards Committee 2024
Closing Date20 Jan 2025
Tender AmountPHP 17.3 Million (USD 295.3 K)

State Bank Of India - SBI Tender

Works
Electrical Works...+1Electrical and Electronics
India
Tender Id: RBO2KKD/INTERIOR/2024-25/16 | Tender Notice For Ac Works Of Sbi Mongam Branch I
Closing Date14 Jan 2025
Tender AmountINR 168.1 K (USD 1.9 K)

State Bank Of India - SBI Tender

Works
Electrical Works
India
Tender Id: RBO2KKD/INTERIOR/2024-25/15 | Tender Notice For Electric At Works At New Premises
Closing Date14 Jan 2025
Tender AmountINR 1.2 Million (USD 14.5 K)

Public Clinical Hospital Of Prof W Orlovsky Medical Center Tender

Others
Corrigendum : Closing Date Modified
Poland
Details: Premio Postępowanie:: . Alkaiczne Duracell: - Aa - 2000 Szt. - Aaaa - 2000 Szt. The license covers the Exposition of the Interior of the Order of I Licytowana Kwota jest Wartość Nettonia. Oceny Ofert: Cena 100% Realization of the Order: Realization – 16.12.2022r. Dostawy: Dostawy: Railways Śląskie Sp. Z O.o. Raciborska 58 40-074 Katowic. "Dostawa Oneorazowa". Winna features the Dostawy I Rozładunku. The term is 14 Dni. Gwarancja - 24 Miesiczene. Wad Wad W Ramach Gwarancja - 14 Dninia Wuwania Wad Wad W Ramach. "Złoczony Zastrzega Sobie Law Niewybrania Nonej Zełoczonych Ofert Without Podawania". As a member of the Sobie Law of the Law of the Contribution of the Covenant. Dopuszcza Prze Introduction Negocja Z Wykonawkami W Zakresie Warunków Udzielenie, Zakresie Warunków Udzielenie, Zajenia, Z Wykonawami Z Wykonawami W Zakresie Warunków Udzielenie, Zajeń, Zakresie Warunków. With the shooting, Że Cena Uzyskana W Wyniku Licytacji is Niezmien. ================================================================================================================================================================================================================================================================ In order to negotiate the Wykonawcy, Którego Oferta O showed the Się Najkorzystowska W Wyniku Prowadzonu Licytacji Electroniczny. Na Realization of the Order of Nativity replaces Z Chwila Przesłania Zajdanie/zawarcia Umowy* Do Wykonawcy, O Którym Mowa WZdanie Ponim. Którego Oferta Okaże Się Najkorzystną Prześle Zamocą Zakładki "pytania/informacja" Formularz Oferty Opatrzony Podpisem/epuap, Electroniczny Podpis Kwalifikowany Lub Dołączy Skan Podwroty Własnoręcznie Oferty. ================================================================================================================================================================================================================================================================ "Informs, Że Postępowanie Prowadzone jest w Two Etapach::: W. A) a. I Etap - It consists of Ofert, - I Etap. B) Ii Etap - Licytacja Electroniczna - Licytacja Rozpocznie Się Automatyczny po Zakończowanie I Etapu I Potrwa 15 Minut Z U relativelynie Podetapurywki, Podeta Dogrywki, Pokończowanie I Etapu I Etapu I Potrwa 15 Minut Z U. To Podetap Ii Etapu, Których Warunki Dokładnie Opisono Wieniazenie Na Platformie Zakupowej. Each Dogrywka Trwa 3 Minuty - Uruchomia Się, If W Ciągu Lasts 3 Minut Postępowanie Zostan Złoowana Prawidłowo Another Oferta (in Polish). The executives, Którzy Na Etapie consisted of Ofert (i.e. Etap) Nie Złoży Prawidlovo Oferty, Zostana Automatyally Expanded with the Dal our Etaps. In order to negotiate the Wykonawcy, Którego Oferta O showed the Się Najkorzystowska W Wyniku Prowadzonu Licytacji Electroniczny. Na Realization of the Order of Nativity replaces Z Chwila Przesłania Za orderenia Do Wykonawcy, O Którym Mowa WZdanie Poprzednim. As a result, W Each time Upravated is Do Od Udzielenie. Publishers: Informs, Że Udział W Przedmiotego Postępowanie jest Eoznaczny ze Złożym Poniższe Oświęcie: Experience: Receivement: Examination: Exploration: Examination: Exceptual experience: Examination: Examination: Examination: Examinations: Examination: Examinations: Examination: Examinations: Examinations: Examinations: Examinations: Examinations: Examinations: Examinations: Examinations: The experience: The experience of the experience of the experience: The experience: The experience: The experience: The experience: The experience: The experience: The experience: The experience: The experience: The experience: The experience: The experience: The experience: The experience: The experience of the experience of the experience of the experience of the experience of the experience: The experience of the experience: The experience: The experience: The experience: The experience of the experience: The experience: The experience: The experience of the experience: The experience: The experience: The experience: The experience: The experience: The experience of the 1 Oświadczam, Że Wypełnienie Obowiązekcyjny Przewidziane W Art. 13 Lub Art. 14 Rodo*) Wobec Osób Fiztyczne, Od Których Dane Osobowe Bezpo Middleo Lub Pozyskał Wunia Sięunia Odzielenie Zadzielenie Zadzielenie Zadzielenie, Od Których Wtórych Nizhny Postępowe. *Distruction of the European Parliament I Council (ue) 2016/679 z dnia 27 Kwietnia 2016 R. In the case of the Protection of the Fiscal In the Union of the Distribution of Danch Osobowych I W Sprawie Swobodnego Przepływać 2. "Oświadczam, Że Wyrażam Zgodę Na Faceanie Moich Danch Osobowych Przekazanych przez Mnie Dobrowolnie Do Zamawiający". "Z Art. 13 Rodo" – It is located on the Eb2bbup web page. In the plant, the "unity of the Licytation" was added. 3. As a result, Że Oferta Cenowa Na Platformie Zakupowej Z put Osoba Umocowana Do presentnie Wykonawcy. 4. "Oświadczam, Że Wykonaciel Nie Podlega Wykluczowanie Z Postępowanie Z Postępowanie i Że Wykonaciel Nie Podlega Wykluczowanie Z Postępowanie Z Postępowanie z Z Postępowanie i Z Postępacji Z Postępowanie i Że Wykonaciela Nie Podlega Wykleja Wykluczacji Z Postępowanie Z Postępowanie z Postępowanie z Postępowanie z Z Postępowanie z Postępacji Z Postępowanie i Z Postępacji Z Postępacji Z Postępowanie i Z Postępowanie i Z Postępowanieacji Z Postępacji Z Postępowanie, Że wykonączacji Z Postępacji Z Postępowanie, Że wykonączacji Z Postępacji Z Postępowanie, Że Wykonatówączacji Z Postępowanie, Że, Że Wykonacielacji Z Postępowanie, Że Wykonacielowanie, Że Wykonacielacji Z Przekonacielacji Z Przekonacielacji Z Przekonacielacji Z Przekonacielacji Z Przekona Zakresie: "WWE 9 Ust. 17 Regulaminu Udzielania Zamów Sektorowych Na Dostawy, Usługi Lub Roboty Budowlane W Spółce Koleje Śląskie Sp. O.o. "W Art. 5k Rozporząd (ue) 833/2014 Dotyczącego Środków Ogranicznicznych w Ograniczoweniczniczniczniczowenych" (in Polish). In the Soviet Union, the Destabilis of the Soviet Union, the Soviet Union of Russia Destabilized the Treaty of Ukraine on 2022/576. "O Których Mowa W Art. 7 Ust. 1 Act 13 Kwietnia 2022 R. O particularly Rozwiązekeńch W Zakresie Against the Agresji Na Ukraina Protection of National Security". "Wszelkie Pytania Dotyczące Postępowanie Prosimy Kiercieć Zajowej". The technical aid of the Się W Stopce Na Dole website.
Closing Date24 Jan 2025
Tender AmountRefer Documents 

Bureau Of Corrections Muntinlupa City Metro Manila Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Philippine Bidding Documents Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) (procurement/contract No. 009) Sixth Edition July 2020 Bids And Awards Committee 202 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 6 Section Iii. Bid Data Sheet 13 Section Iv. General Conditions Of Contract 19 Section V. Special Conditions Of Contract 24 Section Vi. Specifications 26 Section Vii. Drawings 59 Section Viii. Bill Of Quantities 60 Section Ix. Checklist Of Technical And Financial Documents 61 Section I. Invitation To Bid Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Invitation To Bid Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) 1. The Bureau Of Corrections, Through The National Expenditure Program (nep) Of 2025 Capital Outlay, Intends To Apply The Sum Of Three Hundred Million Pesos Only (₱300,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) With Identification Number _epa-009__. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Corrections Now Invites Bids For Provision Of A Detailed Preliminary Architectural And Engineering Design, Detailed Engineering Requirements And Actual Construction Of The Bureau Of Corrections Super Maximum Security Facility, Based On The Final Detailed Architectural And Engineering Design, To Be Approved By The Head Of Procuring Entity Or Its Duly Authorized Representative Conformably With The Minimum Standards Set Forth In The (1) Presidential Decree (pd) No. 1096, National Building Code Of The Philippines (2) Batas Pambansa (bp)blg. 344, An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Public Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices (3) National Structural Code Of The Philippines (nscp), Volume I, 2010 (4) Philippine Electrical Code (pec), 2009 (5) Revised Plumbing Code Of The Philippines (6) Revised Irr Of Ra 10575 (7) Republic Act (ra) No. 9514, Revised Fire Code Of The Philippines And (8) Applicable Local Regulations And Ordinances. Completion Of The Works Is Required Within Three Hundred Sixty-five (365) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Amounting To At Least Fifty Percent (50%) Of The Abc Within The Last Six (6) Years. 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bureau Of Corrections And Inspect The Bidding Documents At The Address Given Below From Monday To Friday From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On _december 28, 2024 (08:00am To 05:00pm) To January 20, 2025 (01:29 Pm)_____ From The Given Address And Website(s) Below. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity Bucor.gov.ph, Provided That Bidders Shall Pay The Applicable Fee Of Fifty Thousand (₱50,000.00) Pesos Only For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or By Facsimile. 6. The Bureau Of Corrections Will Hold A Pre-bid Conference On _january 06, 2025 (01:30pm)__ At Bac Conference Room Nbp Reservation Muntinlupa City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before __january 20, 2025 (01:30pm)_____. 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 15. 9. Bid Opening Shall Be On __january 20, 2025 (01:30pm)____ At The Bac Conference Room Nbp Reservation Muntinlupa City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Bureau Of Corrections 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. 11. For Further Information, Please Refer To: Ma. Adoracion I. Viñas Office Of The Bac Secretariat Supply Office, Bureau Of Corrections, Muntinlupa City Tel # 02-8809-8587/02-8478-0907 Bacsec2022@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Bucor.gov.ph Date Of Issue: _______________ Ccsupt Celso S Bravo Chairperson, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Bureau Of Corrections Invites Bids For The Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf), With Project Identification Number__________________. [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 Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) 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 Million Pesos Only (₱300,000,000.00). 2.2. The Source Of Funding Is: Nga, The 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 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: A. 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 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. 7.2. [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 At Bac Conference Room Nbp Reservation Muntinlupa City 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 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. 14.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 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 One Hundred Twenty (120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 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 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: Architectural, Engineering Design, Detailed Engineering Requirements And Construction Of Building With Concreting Works. 7.1 Subcontracting Is Not Allowed 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. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: For Design Personnel: Key Personnel General Experience Relevant Experience Principal Architect The Principal Architect Must Be Duly-licensed With At Least Ten (10) Years’ Experience Experience In The Design Of Residential, Government Offices Or Institutional Facilities, And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Structural Engineer The Structural Engineer Must Be A Duly-licensed Civil Engineer With At Least Ten (10) Years’ Experience. Experience In Structural Design And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Professional Electrical Engineer The Electrical Engineer Must Be A Registered Professional Electrical Engineer With At Least Five (5) Years’ Experience. Experience In The Design Of Lighting, Power Distribution, Communication Systems (specifically Structured And Local Area Network Cabling, Pabx), Building Management Systems And Preferably Knowledgeable In Developments In Emergent Efficient Lighting Technologies And Energy Management. Professional Mechanical Engineer The Mechanical Engineer Must Be A Professional Mechanical Engineer With At Least Five (5) Years’ Experience. Experience In Hvac And Fire Protection Systems And Preferably Knowledgeable In Emergent, Alternative Energy- Efficient Hvac Technologies. Electronics And Communications Engineer The Electronics And Communications Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In The Design Of Communications Systems, And Preferably Knowledgeable In The Application Of Building Automation And Surveillance Systems. Sanitary Engineer The Sanitary Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In The Design Of Building Water Supply And Distribution, Plumbing, And Preferably Knowledgeable In Waste Water Management/treatment, And Emergent, Alternative Effluent Collection And Treatment System. The Design & Build Contractor May, As Needed And At Its Own Expense, Add Additional Professionals And/or Support Personnel For The Optimal Performance Of All Architectural And Engineering Design Services, As Stipulated In These Terms Of Reference, For The Project. Prospective Bidders Shall Attach Each Individual’s Resume And Prc License Of The (professional) Staff. Design Personnel May Also Be Utilized For The Construction Phase Provided That The Same Meet The Minimum Number Of Years Of Experience In The Construction Of Similar Projects. For Construction Personnel: Key Personnel General Experience Relevant Experience Project Manager The Project Manager Shall Be A Licensed Architect Or Engineer With At Least Eight (8) Years Relevant Experience. Relevant Experience On Similar And Comparable Projects In Different Locations. The Project Manager Should Have A Proven Record Or Managerial Capability Through The Directing/managing Of Major Civil Engineering Works, Including Projects Of A Similar Magnitude. Project Architect/engineer The Project Architect/engineer Shall Be A Licensed Architect Or Engineer With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Materials Engineer (m.e. I) The Materials Engineer Must Be Duly Accredited With The Dpwh And With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Electrical Engineer The Electrical Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects In The Installation Of Lighting, Power Distribution, Communication Systems (specifically Structured And Local Area Network Cabling, Pabx), Building Management Systems. Mechanical Engineer The Mechanical Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects In The Installation Of Hvac And Fire Protection. Sanitary Engineer The Sanitary Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects In The Installation Of Building Water Supply And Distribution, Plumbing. Foreman The Foreman Must Have At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Safety Officer The Sanitary Officer Must Have At Least Two (2) Years’ Experience. Must Be An Accredited Safety Practitioner By The Department Of Labor And Employment (dole) And Must Have Undergone The Prescribed Forty (40) Hour Construction Safety And Health Training (cosh) 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Backhoe At Least 38hp With 0.055 To 0.160 M3 Bucket Capacity 1 Pay Loader At Least 2.5 To 9.5 M3 Bucket Capacity 1 Dump Truck At Least 10 Cu.m. 2 Generator 50kva 1 Concrete Mixers 1 Bagger 4 Welding Machines 300amp Heavy Duty 4 Submersible Dredging Pump At Least 1hp And 2” Output 1 Prospective Bidders Shall Attach The 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. 12 No Further Instructions. 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 2% Of The 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 5% Of The Abc, If Bid Security Is In Surety Bond. 19.2 No Further Instructions. 20 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 (notice Of Award And/or Notice To Proceed And Project Owner’s Certificate Of Final Acceptance Issued By The Owner Other Than The Contractor Or The Constructors Performance Evaluation System (cpes) Final Rating, Which Must Be At Least Satisfactory. In Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted) 3. Certified True Copy Coming From The Issuing Agency Of 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. Valid And Current Pcab License And Registration 7. Audited Financial Statement 8. Three (3) Sets Photocopy Of Eligibility And Financial Envelope Duly Marked As “copy No.1”, “copy No.2” And “copy No.3” 21 No Further Instructions. 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. 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 3.1 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. 3.2 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 Special Conditions Of Contract Gcc Clause 2 Sectional Completion Is Not Applicable The Intended Completion Date Is Three Hundred Sixty-five (365) Calendar Days From The Date Of Receipt Of The Ntp. 4.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor From The Date Of The Receipt Of Notice To Proceed (ntp). 6 No Further Instructions. 7.2 Fifteen (15) Years. 10 No Dayworks Are Applicable To The Contract. 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within Fourteen (14) Calendar Days After The Issuance Of The Notice To Proceed (ntp) 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is One Tenth Of One Percent Of The Total Contract Price. 13 The Amount Of The Advance Payment Is Fifteen Percent (15%) Of The Contract Price Upon Submission To And Acceptance By The Bureau Of Corrections Of An Irrevocable Standby Letter Of Credit Of Equivalent Value From A Commercial Bank, A Bank Guarantee Or A Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Licensed By The Insurance Commission And Confirmed By The Bureau Of Corrections. 14 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. Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15.1 The Date By Which “as Built” Drawings Are Required Is Upon Actual Completion Of The Project. 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 Equivalent To Five Percent (5%) Of The Contract Price. Section Vi. Specifications Terms Of Reference Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) Sablayan Prison And Penal Farm, Occidental Mindoro 1. Project Information 1.1 Project Description The Mission Of The Bucor Is To Protect Society By Confining Offenders In The Controlled Environments Of Prisons And Community-based Facilities That Are Safe, Humane, Cost-efficient, And Appropriately Secure, And That Provide Self-improvement Opportunities To Assist Offenders In Becoming Law-abiding Citizens. The Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) Shall Be Conducive To The Reformation And Rehabilitation Of Inmates That Will Bring Them Back Into The Mainstream Of Society As Useful Citizens Of The Country. The Contract Will Involve The Design And Build Scheme Leading To The Construction Of The Bureau Of Corrections Super Maximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm, Sablayan, Occidental Mindoro. The Plans And Designs Shall Be In Accordance With The Plan Of The Said Structures As Conceptualized By The Bucor Planning And Design Division Or As Conceptualized By The Winning Bidder If The Latter Is Found To Be Superior (as Defined In Section 3.1.1 Of This Tor). Contractors Shall Be Required To Conduct A Bucor Led Site Inspection And Evaluation To Enable The Contractors To Develop Their Proposals Accordingly. The Bureau Of Corrections Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Out Of Any Data Presented By The Contractor. The Bucor Super Maximum Prison Facility (phase 2) Shall Be Constructed As Per Approved Drawings, Specifications, Bill Of Materials, Scope Of Works And The General Contract Conditions Following The Guidelines As Per Annex G Of Irr Of Ra 9184. This Project Aims To Be Completed Within A Year, Aligning With Our Decongestion Program. This Expedited Timeline Underscores Our Commitment To Addressing Urgent Needs Within The Correctional System And Providing Timely Solutions For The High Risk Committed Pdl. The Plans And Designs Shall Be In Accordance With The Plan Of The Said Structures As Conceptualized By The Planning And Design Division (pdd) Under. Contractors Shall Be Required To Conduct A Bucor Led Site Inspection And Evaluation To Enable The Contractors To Develop Their Proposals Accordingly. The Bucor Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Out Of Any Data Presented By The Contractor. The Construction Of Super Maximum-security Facility Shall Be Constructed As Per Approved Drawings, Specifications, Bill Of Materials, Scope Of Works And The General Contract Conditions Following The Guidelines As Per Annex G Of Irr Of Ra 9184. The Project Shall Have The Following Basic Components: A. Complete Detailed Architectural And Engineering Design Plans, Technical Specifications, And Design Calculations For The Construction Of The Project. Such Plans, Designs, And Technical Specifications Shall Be Subject For Review And Approval By The Bucor Pdd. The Design Development And The Contract Documents Phases Of The Design Shall Continue After The Bid Is Awarded. It Shall Likewise Be Subject For Review And Approval By The Director Of Directorate For Engineering Services (des). B. The Bid Shall Be Based On The Conceptual/schematic Design Drawings Prepared By The Bucor Pdd Or That Submitted By The Winning Bidder As Defined In Section 3.1.1 Of This Tor. C. The Contractor Shall Complete The Construction Of The Following Facility Component: I. One (1) Unit 2-storey“type B” Pdl Dormitory At Least 3190 Sq.m (gross Area) Polished Flooring And Sandwich Panel Roofing With The Capacity Of Atleast 340 Pdl, 2 Pdl Per Cell With Double Deck Bunk Bed (160 Cells), 1 Pdl Per Cell With Single Bed (20 Cells). The Dormitory To Include Complete Utilities, Power Supply, Cctv, Water Supply, Fire Protection; • Electrical System: Three-phase Power Line Supply, Connected From The Local Electric Utility (from Main Road/ Source To The Compound. The Power Line Shall Be Used For The Future Development Of The 50 Ha Facility. • Electrical System: Backup Power (three-phase Genset) Supply System With Capacity Not Less Than Total Computed Mva Load, Without Demand Factor (designed To Supply The Dormitory), And To Include Capacitor Bank, If Necessary; • Sewerage And Drainage Systems(pipelines To Cover From Project Site To Nearest Tapping Point); • Water Supply System With Sufficient Pressure To Provide The Water Requirement Of The Psdl. The System Is Oncomposed Of A Cistern Tank, Pumps, And An Overhead Water Storage Tank. Deep Well Source Water System (intake Box, Transmission Pipelines, Pressure Break Tanks, Chlorinator With Tanks And Accessories, Etc.) Whichever Is Deemed Most Suitable For The Facility And Is Authorized By The Lgu. • Fire Protection System (fire & Jockey Pump, Pump House), Fire Detection Alarm System And Fire Suppression Equipment Included In Dormitory. • Cctv Systems: To Install Cctv At Perimeter Fence To Monitor The Inside Compound And Dormitory To Monitor The Hallways And Blind Spots. Ii. 3 Meters Height Concrete Perimeter Security Fence With Concertina Above, To Cover 50 Hectares Area (plastered And Painted Finish); Iii. Primary And Secondary Fence For 1.8 Hectares Compound Including Gates, Catwalk And Post Towers (with Cr And Water Supply) (r.a. 10575 Rule 7). • 4 Meters Height Concrete Primary Perimeter Fence (with Catwalks, Concertina Wirings, Post Tower (with Cr And Water Supply) And Solar Lightings, (ra10575). • Secondary Perimeter Fence (3 Layer Concertina, Steel Mesh) With 300w Integrated Solar Light Every 3 Bays And (to Include Post Towers And Gates); Iv. Road Networks And Culverts • All Entry And Exit Point Of Any Bodies Of Water E.g. Creeks, Canals Shall Be Fenced Culvert By Metal Grills (non-corrosive); • The Project Has An Allocated Budget Sufficient To Cover At Least 1440 Sqm Of Road Construction Within The Prison Facility. While This Budget Allows For Road Development, Prioritization Shall Be Given To The Construction Of Culverts, Both Fenced And Road Culverts, To Ensure Adequate Drainage And Prevent Flooding. These Culverts Are Critical For The Road Leading From The Main Road To The Site, As Well As Along The Perimeter Of The Facility. To Accurately Assess The Project Scope And Design, Bidders Are Required To Conduct A Thorough Site Inspection To Identify And Evaluate All Necessary Culverts." 1.2 Contractual Framework The Contractual Arrangement To Be Used For The Project Is The Design-and-build (db) Scheme. Under This Scheme The Procuring Entity Awards A Single Contract For The Architectural/engineering Design And Construction To A Single Firm, Partnership, Corporation, Joint Venture Or Consortium. The Winning Contractor Shall Consult And Collaborate With The Bucor Pdd For The Preparation Of The Detailed Architectural Design Of The Project. The Detailed Architectural And Engineering Design Shall Be Subject For The Review And Approval By The Bucor Pdd. Contractors Shall Be Required To Conduct A Bucor Led Site Inspection And Evaluation To Enable The Contractors To Develop Their Proposals Accordingly. The Bucor Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Out Of Any Data Presented By The Contractor. The Obligations And Liabilities Of The Contractor And Its Architect Shall Be Joint And Solidary For Purposes Of The Detailed Architectural Design Of The Project In Accordance With Article 1723 Of The Civil Code Of The Philippines And Other Pertinent Laws. The Db Scheme Of Procurement Was Recommended, Endorsed, And Adopted Pursuant To The Annex G Of Irr Of Ra 9184. 2. Scope Of Contract 2.1 Obligations Of The Winning Bidder/contractor A. Render Architectural And Allied Engineering Design Services Including Final Schematic Design Necessary For The Implementation Of The Project. The Allied Engineering Design Services Shall Include, But Shall Not Be Limited To, Design For Architectural, Civil, Structural, Electrical, Mechanical, Plumbing, And Electromechanical. All Drawings Shall Be Generated Using Modern Modeling/drafting Software And Printed On High Quality 20” X 30” Blue Print Paper. B. Undertake Detailed Architectural And Engineering Designs (daeds) Using The Given Data Such As Topographic, Hydrographic And Cross–section Surveys, Geotechnical And Geological Investigation, And Hydrologic Investigation And Initial Schematic Design Or Design Concept Provided By The Bucor Pdd Which Conforms With The Minimum Performance Specifications And Standards (mpss); C. If Applicable, Secure Environmental Clearance Or An “environmental Compliance Certificate (ecc)”. If The Proposed Project Is Considered Outside The Purview Of The Philippine Environmental Impact Statement (eis) System, A Certificate Of Non- Coverage Or Certificate Of Exemption Shall Be Secured. D. The Project Shall Be Constructed According To The Daeds Prepared By The Winning Bidder And Approved By The Bucor And In Compliance With The Mpss As Well As Provided In Rule Vii, Section 7 Of The Irr Of Ra 10575. Likewise, Construction Includes Conformance To The Provisions Pertaining To Buildings Under The Latest Edition Of The Dpwh Standard Specifications For Public Works Structures, Volumes Ii And Iii (blue Book). The Blue Book Prescribes, Among Other Things, The Material Requirements And Construction Requirements For Different Items Of Work, Including The Tests To Be Conducted During Construction By The Dpwh-accredited Testing Laboratory. The Blue Book Incorporates Pertinent Provisions Of The American Society For Testing And Materials (astm) And American Concrete Institute (aci), Among Other Standards, Pertaining To Construction. Attention Shall Be Given To The Relevant Items Of Work In The Following Parts Of The Blue Book: Volume Ii ➢ Part A – Facilities For The Engineer ➢ Part B – Other General Requirements Volume Iii ➢ Part A – Earthwork ➢ Part B – Plain And Reinforced Concrete Works ➢ Part C – Finishing ➢ Part D – Electrical ➢ Part E – Mechanical ➢ Part I – Water Supply ➢ Part J – Flood Control And Drainage ➢ Part I-c – Drainage Works For Materials And Technologies Not Covered By The Blue Book, Or If The Proponent Intends To Use Any New Material/technology Which Is Not Accredited By The Dpwh Bureau Of Research And Standards (brs), The Proponent Shall Submit A Certification From A Recognized Foreign Or International Institution To The Effect That The New Materials Or Technology Meets The Mpss For This Project And Has Been Successfully Used In Existing Structures With Proven Integrity. The Winning Bidder Or Contractor Shall Be Held Liable For Design And Structural Defects And/or Failure Of The Completed Project Within The Warranty Period Specified In Section 62.2 Of The Irr Of Ra 9184; And, F. The Winning Bidder Or Contractor Shall Be Solely Responsible For The Design And Shall Be Held Responsible For Any Default Resulted From Improper Design. Further, Extended Liability Of The Contractor Since It Stipulated That The Works, When Completed, Shall Be Fit For The Purpose For Which It Was Intended As Defined In The Contract. 2.2 Obligations Of The Bucor A. Provide Full Information On All Requirements For The Project; B. Approve The Winning Bidder Or Contractor’s Design Without Diminishing Their Full And Sole Responsibility For The Quality And Integrity Thereof; C. Give Prompt Written Notice Thereof To Winning Bidder Or Contractor, If It Observes Or Becomes Aware Of Any Defect In The Project; D. Designate, When Necessary, Representatives Authorized To Act On Its Behalf. It Shall Examine Documents Submitted By The Winning Bidder Or Contractor And Render Decisions Pertaining Thereto Promptly, To Avoid Unreasonable Delay In The Progress Of Their Work. It Shall Observe The Procedure Of Issuing Orders To The Winning Bidder Or Contractor; E. Supervise And Monitor The Implementation Of The Project; I. Construction Monitoring And Testing Forms: • The Use Of Construction Monitoring And Testing Forms That Will Be Provide By The Bucor - Nhq Pdd Is Mandatory Throughout The Duration Of Construction. • Oversight Of These Forms Will Be Conducted By The Engineering Services (es) Of The Sppf On Behalf Of The Bucor Pdd • Sppf-es To Impose To Contractor Testing Of All Items After Installation And/or Application. Es To Send Pdd Copy Of The Test Report/s. • Sppf-es To Monitor Material Delivery Of Contractor To Ensure All Materials Installed And/or Applied Are In Accordance With The Specifications Stated On Plans And Contract Of This Project. • In Case There Would Be Substitute Or Alternative To The Original Specification Of Material/s, Sppf- Es To Inform Pdd Of Such Variation. Ii. Bucor Engineer Visits: • Nhq Engineers And Architects (personnel Of Pdd) Will Conduct Site Visits On A Quarterly Basis Or Whenever Deemed Necessary To Ensure Compliance With Standards And Regulations. • Pdd Personnel To Witness The Final Testing And Commissioning Of The Systems, Equipment And Utilities Prior To Acceptance Of The Project Or Part Of The Project Thereof. Iii. Progress Billing Payment: • Sppf Es Engineers Will Provide Monthly Updates, Or As Deemed Necessary, On The Statement Of Work Accomplishment Based On The Actual Progress Of The Project, Including Reports Update. F. Pay The Accomplishment Accepted In The Conformance With The Mpss Included Under The Design And Build Contract. I. This Reports And Swa Updates Of The Ippf Es Will Be Reviewed And Approved By Pdd - Nhq Prior To Any Progress Billing Payments Being Made. 2.3 Bidding Documents The Bidding Documents For The Project Shall Govern The Conduct Of The Procurement Of The Project. 3. Scope Of Works 3.1 Planning And Design Phase 3.1.1 Preliminary Architectural Plan (pap) By Bidder The Approved Concept Design Shall Adopt The Provisions Indicated In Rule Vii, Section 7 Of The Irr Of Ra 10575. Bidders Shall Submit Also An Alternative Design Concept With Respect To The Actual Site Condition. This Alternative Design By The Winning Bidder Shall Be Adopted Should The Same Be Found To Be Superior Than The One Conceptualized By The Bucor Pdd. 3.1.2 Detailed Architectural And Engineering Design (daed) By The Winning Bidder During The Implementation Of The Project, The Winning Bidder Shall Prepare The Daed Of The Project And Submit The Same To The Bucor For Approval Prior To The Execution Of The Construction Works. The Winning Bidder Shall Prepare The Daed Based On Its Pap As Reviewed And Accepted By The Bucor Pdd And In Accordance With The Minimum Performance Standards And Specifications (mpss). The Daed Shall Be Undertaken With A Degree Of Accuracy That Will Allow Estimates To Be Made Within Approximately Plus Or Minus Five Percent (+/-5%) Of The Final Quantities. Once Approved By The Bucor, The Winning Bidder’s Daed Shall Form Part Of The Mpss. The Bucor-approved Daed, Together With The Mpss Provisions On Construction Under Section 2.0 Hereof, Shall Govern The Actual Construction Undertaken By The Winning Bidder. The Winning Bidder Shall Undertake The Necessary Field Surveys And Investigation In Accordance With The Dpwh Design Guidelines. In Carrying Out These Works, The Winning Bidder Shall Ensure That The Engineering, Environmental, Particularly During Field Investigations And The Development Of The Preliminary And Final Detailed Engineering Designs. The Winning Bidder Shall Ensure That All Designs Submitted For Approval Have Fully Taken Into Account Key Findings From The Engineering, Environmental, And That Negative Environmental Impacts Have Been Minimized Or Eliminated To The Fullest Extent Possible. 3.1.3 Architectural And Engineering Design Submittals I. Architectural Design A. The Building Should Be Designed With Structural, Electrical, Natural Or Combine Ventilation And Natural Lighting Following Building Design Standards. B. The Prospective Bidder Shall Prepare The Preliminary Architectural Plans In Accordance With The Requirements Of The National Building Code Of The Philippines, Accessibility Law (bp 344) Including All Other Applicable Laws And Local Ordinances. Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. Site Development Plan 2. Vicinity Map 3. Perspective 4. Floor Plans 5. Elevations A. Front Elevation B. Rear Elevation C. Right Elevation D. Left Elevation 6. Sections A. Longitudinal Section B. Cross Section 7. Doors & Window Schedule 8. Plans And Details Of Stairs And Ramps 9. Schedule Of Finishes For Floors, Walls And Ceiling 10. Miscellaneous Details Ii. Structural Design A. The Proponent Shall Prepare The Necessary Structural Analysis/calculation And Design Of The Structural Members Of The Building Component In Accordance With The National Building Code Of The Philippines With Its Referral Codes Such As The Latest National Structural Code Of The Philippines. The Design For The Structure Shall Take Into Account, Among Other Things, The Seismic Requirements Of The Area To Determine The Optimum Safety Of The Whole Structure And To Minimize Possible Earthquake Damage. B. On The Basis Of The Data Obtained From The Detailed Site Investigations, Topographical/soil And Survey, Geotechnical Engineering, Foundation Investigation, Material Testing, Survey Of Existing Site Conditions, The Seismic Requirements Of The Area, The Load Requirements Of The Building And Other Investigation Required To Obtain The Data Necessary To Ensure The Safety Of The Structure, The Proposal Shall Prepare The Preliminary Structural Design Plans Of The Structure. Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. Structural Design Criteria And Design Notes 2. Foundation Plan 3. Floor Framing Plans 4. Schedule Of Slab, Beams And Girders 5. Schedule Of Columns 6. Schedule Of Footings 7. Structural Details Of Stairs/ramp, If Applicable 8. Roof Framing Plan, If Applicable 9. Schedule And Details Of Trusses, If Applicable 10. Road Design And Details (if Applicable) 11. Miscellaneous Details Iii. Sanitary/plumbing Design A. General • The Detailed Design Shall Conform To The General Standards Adopted By The Sanitary & Plumbing Code Of The Philippines And Other Pertinent Laws And Ordinances. • All Design Considerations/assumptions Shall Be Based On The Results Of The Technical Studies, Detailed Analyses, And Design Computations. • The Technical Drawings And Specifications Shall Clearly Indicate All The Details Required To Ascertain The Care And Thoroughness Devoted In The Preparation Of The Drawings. B. Drainage And Sewerage • The Drainage Layout Shall Show All The Required Information Such As Direction Of Flow, Manhole-to-manhole Distances, And Sizes Of Lines, Manholes/canals, Location Of Outfalls, Etc. • The Prospective Bidder Shall Prepare A Design For The Sewage Treatment Plant In Accordance To The Clean Water Act Of 2004 (republic Act No. 9275) And Other Relevant Laws And Ordinances. Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. General Notes 2. Legend & Symbols 3. Sewer, Vent And Storm Drainage Layout 4. Enlarged Toilet Plan For Common And Pwd Toilets 5. Isometric Diagram 6. Miscellaneous Details 7. Drainage And Sewerage System 8. Three Chamber Septic Tank Plans And Details C. Water Supply And Distribution System • The Proponent Shall Carry Out A Preliminary Detailed Design For The Water Supply Of The Project. The Design Should Be On The Basis Of The Source And Volume Of Water Supply, Water Consumption, Piping Network, And Conveyance In Accordance With The Applicable Laws, Rules And Regulations Governing Health, Safety And Sanitation. • The Contractor Shall Install Elevated Water Storage/s Per Unit Located At The Roof Deck Of The Prison Dormitories. (sufficient Capacity To Supply The Pdl) Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. General Notes 2. Legend & Symbols 3. Water Line Layout 4. Water Line Isometric Diagram 5. Water Reservoir Plans And Details 6. Miscellaneous Details Iv. Electromechanical Design A. Sewage Treatment Plant • The Prospective Bidder Shall Prepare A Design For The Sewage Treatment Plant In Accordance To The Clean Water Act Of 2004 (republic Act No. 9275) And Other Relevant Laws And Ordinances. Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. General Notes 2. Legend & Symbols 3. Electrical System Layout 4. Mechanical System Layout 5. Instrumentation And Control System Diagrams 6. Piping And Instrumentation Diagrams (p&ids) 7. Equipment Details And Specifications 8. Electrical Power Distribution 9. Emergency Power Systems 10. Grounding And Lightning Protection 11. Control And Monitoring Systems, If Applicable 12. Safety Systems 13. Miscellaneous Details B. Fire Protection System • The Prospective Bidder Shall Prepare A Design For The Fire Protection System In Accordance To The Fire Code Of The Philippines, (irr) Of Ra 9514, And Other Relevant Laws And Ordinances. Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. Sprinkler System 2. Sprinkler System Isometric Diagram 3. Fire Fighting Piping System Diagram 4. Fire Alarm System Layout 5. Fire Suppression System Layout 6. Smoke Management System Layout 7. Fire Pump And Water Supply 8. Miscellaneous Details V. Electrical Design A. The Prospective Bidder Shall Prepare A Preliminary Design Plan For The Electrical And Power Supply System Of The Building In Accordance With The Electrical Code Of The Philippines, Fire Code Of The Philippines, National Building Code Of The Philippines And Other Relevant Laws And Ordinances. B. The Prospective Bidder Shall Prepare A Design For The Electrical And Power Supply System Considering Ease Of Maintenance And Prevention Of Illegal Connections Including Electrical Supply For Ceiling Fans. C. The Prospective Bidder Shall Prepare A Design For Backup Power Generator With Capacity Not Less Than Total Computed Kva Load Without Demand Factor. D. 3-phase Electrical Supply Shall Be Sourced From The Local Electrical Utility. E. Power Line Connection From Main Source To The Facility Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. Power Riser Diagram 2. Power Layout System 3. Lighting Layout System 4. Local Area Network System, If Applicable 5. Grounding System 6. Load Schedules 7. Others As Applicable Vi. Other Requirements  Technical Specifications  Boring Test  Structural Design And Analysis And Computation  Final Design And Construction Plans  Upon Award Of Contract, The Contractor Shall Comply The Following: O Prepare Final Draft Of Architectural And Engineering Design Plans Incorporating All Design Refinements And Revisions Based On Project Requirement Or As May Be Required By The Bucor Pdd Within The Scope Of Design. O Submit To The Bucor Design And Build Committee (bucor-dbc) The Final Architectural And Engineering Design Plans And Specifications Duly Signed And Sealed By The Concerned Professional Architect, Engineers, Incorporating All The Necessary Revisions And Refinements For Approval By The Head Of Procuring Entity. 3.2 Construction Phase The Following Works Shall Comprise This Phase: I. Permits And Clearances, The Contractor Shall Upon Authorization Of The Head Of The Procuring Entity (hope), Make Representations With The Government Agencies Concerned To Expedite The Processing Of The Necessary Permits And Certificates Such As The Following: A. Zoning Certification And Locational Clearance B. Building /electrical/sanitary Permits C. Certificate Of Occupancy D. Environmental Clearance Certificate E. All Other Permits/clearances As May Be Required For The Construction. Ii. Mobilization, The Contractor Shall Mobilize All The Required Project Team Personnel, Equipment, Tools, And Manpower With The Required Skills And In Sufficient Number As May Be Necessary For His Efficient Undertaking Of The Project. Iii. Clearing, Grubbing And Hauling/disposal Of Debris Iv. Construction Stage As A Rule, Contract Implementation Guidelines For Procurement Of Infrastructure Projects Shall Comply With Annex “e” Of The Revised Irr Of Ra 9184. The Following Provisions Shall Supplement These Procedures: I. No Works Shall Commence Unless The Contractor Has Submitted The Prescribed Documentary Requirements And Implementing Unit Has Given Written Approval. Work Execution Shall Be In Accordance With Reviewed And Approved Documents. Ii. The Contractor Shall Be Responsible For Obtaining All Necessary Information As To Risks, Contingencies And Other Circumstances Which May Affect The Works And Shall Prepare And Submit All Necessary Documents Specified By The Implementing Unit To Meet All Regulatory Approvals As Specified In The Contract Documents. Iii. The Contractor Shall Submit A Detailed Program Of Works Within Fourteen (14) Calendar Days After The Issuance Of The Notice To Proceed (ntp) For Approval By The Head Of The Procuring Entity (hope) That Shall Include, Among Others: A. The Order In Which It Tends To Carry Out The Work Including Anticipated Timing For Each Stage Or Design/detailed Engineering And Construction; B. Periods For Review Of Specific Outputs And Any Other Submissions And Approvals; C. Sequence Of Timing For Inspection And Tests; D. General Description Of The Design And Construction Methods To Be Adopted; E. Number Of Personnel To Be Assigned For Each Stage Of The Work; F. List Of Equipment Required On Site For Each Stage Of The Work; And G. Description Of The Quality Control System To Be Utilized For The Project. Iv. Any Errors, Omissions, Inconsistencies, Inadequate Or Failure Submitted By The Contractor That Do Not Comply With The Requirements Shall Be Rectified, Resubmitted And Reviewed At The Contractor’s Cost. If The Contractor Wishes To Modify Any Design Or Document Which Has Been Previously Submitted, Reviewed And Approved, The Contractor Shall Notify The Implementing Unit Within A Reasonable Period Of Time And Shall Shoulder The Cost Of Such Changes. V. As A Rule, Changes In Design And Construction Requirements Shall Be Limited Only To Those That Have Not Been Anticipated In The Contract Signing And Approval. The Following Guidelines Shall Govern Approval For Change Or Variation Order: A. Change Orders Resulting From Design Errors, Omissions Or Non-conformance With The Performance Specifications And Parameters And The Contract Documents By The Contractor Shall Be Implemented By The Contractor At No Additional Cost To The Bureau Of Corrections. B. Provided That The Contractor Suffers Delay And/or Incurs Costs Due To Changes Or Errors In The Preparation Of Performance Specification And Parameters, The Contractor Shall Be Entitled To Either One Of The Following:  An Extension Of Time For Any Such Delays Under Section 10 Of Annex “e” Of Irr-a (ra9184; Or  Payments For Such Cost As Specified In The Contract Documents, Provided That The Cumulative Amount Of The Variation Order Does Not Exceed Ten Percent (10%) Of The Original Project Cost. C. The Contract Documents Shall Include The Manner And Schedule Of Payment Specifying The Estimated Contract Amount And Installments In Which The Contract Will Be Paid. D. The Contractor Shall Be Entitled To Advance Payment Subject To The Provisions Of Section 4 Of Annex “e” Of The Revised Irr Of Ra 9184. E. The Implementing Unit Shall Monitor The Quality Control Procedures For The Design And Construction In Accordance With The Government Guidelines And Shall Issue The Proper Certificates Of Acceptance For Sections Of The Works Or Whole Of The Works As Provided For In The Contract Documents. F. The Contractor Shall Provide All Necessary Equipment, Personnel, Instruments, Documents And Others To Carry Out Specified Tests. G. This Design And Build Project Shall Have Minimum Defects Liability Period Of One (1) Year Contract Completion Or As Provided In The Contract Documents. This Is Without Prejudice To The Liabilities Imposed Upon The Engineer/architect Who Drew Up The Plans And Specification For A Building Sanctioned Under Section 1723 Of The New Civil Code Of The Philippines. H. The Contractor Shall Be Held Liable For Design And Structural Defects And/or Failure Of The Completed Project Within The Warranty Period Of 15 Years For Permanent Structures/buildings And 5 Years For Roads As Specified In Section 62.2.2 Of The Revised Irr Of Ra 9184 V. As-built Plans. The Contractor Shall Cause The Preparation And Submission Of As-built Plans Duly Signed And Sealed By All Concerned Parties Involved In The Construction In The Same Sheet Size And Scale As The Original Drawings In One (1) Blue Print Copy And One (1) Reproducible Copy. Vi. General Requirements: 1. Temporary Facilities Such As Field Offices For The Bucor Inspectorate Team, Project Engineers And Quarters For Laborers; Temporary Warehouse For The Construction Material. 2. Office Furniture And Equipment, Survey Equipment And Consumables 3. Photographs: This Item Consists Of The Supply Of Equipment And Materials, I.e., Album, Necessary To Undertake Photographic Progress Activities Of The Project And Of All Cost Incidental To The Preparation And Submission Of Photographs (at Least 12 Photographs Per Day). The Quantities For Photographs Shall Be One (1) Set Of Photographs Per Month. 4. Health And Safety Program Including Personal Protective Equipment (ppe) A. All Standard Safety Measures And Precautions Shall Be Exercised By The Contractor In The Course Of The Project For The Protection Of The Public And Its Workers And In Conformity With Dole Department Order No. 13, Series Of 1998. B. All Workers Shall Be Equipped With Proper Working Uniform And Identification At All Times. They Must Be Registered With The Governing Bucor Security Office And Must Comply With The Bucor’s Rules And Regulations. C. The Contractor Shall Secure His/her Own Equipment And Materials On Site. The Bucor Shall Not Be Liable To Any Losses Incurred During The Progress Of The Work. 5. Minimum Heavy Equipment Requirement (as Needed) For Site Development Such As: No. Item Specification 1. Backhoe 0.8 Cu. M. 2. Backhoe Wheel Mounted With Breaker 0.90 Cu. M. 3. Cargo/service Truck 2-5 Mt., 160 Hp 4. Dump Truck 12 Cu. Yd. 5. Motorized Road Grader G710a, 140hp 6. Payloader 1.5 Cu. M. 7. Vibrator Roller 10 Mt 8. Bulldozer 170 Hp 9. Scraper 515 Hp 10. Truck Mounted Crane, Hydraulic Telescopic Bommer Capacity: 41 – 45 Mt. 11. Crawler Crane 41-45 Mt 12. Generator Set 300 Kw/375 Kva 13. Water Pump 100mm Suction Dia. 14. One Bagger Mixer 4-6 Ft3/min 15. Concrete Vibrator Ey20, 5hp, 32-70mm 16. Vibro Hammer 45000 Kg-m 17. Excavator 17.5 Kw Or Any Specify Types Of Heavy Equipment Needed For A Site Development Will Be Determined By The Winning Bidder. 6. Environmental Compliance 7. Communication Equipment: This Item Consists Of The Provision Of Communication Equipment. 8. Billboard 9. Traffic Management (if Applicable). Vii. Building Construction 1 Lot One (1) Unit 2-storey“type B” Pdl Dormitory At Least 3190 Sq.m (gross Area) Polished Flooring And Sandwich Panel Roofing With The Capacity Of Atleast 340 Pdl, 2 Pdl Per Cell With Double Deck Bunk Bed (160 Cells), 1 Pdl Per Cell With Single Bed (20 Cells). The Dormitory To Include Complete Utilities, Power Supply, Cctv, Water Supply, Fire Protection; • Electrical System: Three-phase Power Line Supply, Connected From The Local Electric Utility (from Main Road/ Source To The Compound. The Power Line Shall Be Used For The Future Development Of The 50 Ha Facility. • Electrical System: Backup Power (three-phase Genset) Supply System With Capacity Not Less Than Total Computed Mva Load, Without Demand Factor (designed To Supply The Dormitory), And To Include Capacitor Bank, If Necessary; • Sewerage And Drainage Systems(pipelines To Cover From Project Site To Nearest Tapping Point); • Water Supply System With Sufficient Pressure To Provide The Water Requirement Of The Psdl. The System Is Composed Of A Cistern Tank, Pumps, And An Overhead Water Storage Tank. Deep Well Source Water System (intake Box, Transmission Pipelines, Pressure Break Tanks, Chlorinator With Tanks And Accessories, Etc.) Whichever Is Deemed Most Suitable For The Facility And Is Authorized By The Lgu. • Fire Protection System (fire & Jockey Pump, Pump House), Fire Detection Alarm System And Fire Suppression Equipment Included In Dormitory. • Cctv Systems: To Install Cctv At Perimeter Fence To Monitor The Inside Compound And Dormitory To Monitor The Hallways And Blind Spots. 1 Lot 3 Meters Height Concrete Perimeter Security Fence With Concertina Above, To Cover 50 Hectares Area (plastered And Painted Finish); 1 Lot Primary And Secondary Fence For 1.8 Hectares Compound Including Gates, Catwalk And Post Towers (with Cr And Water Supply) (r.a. 10575 Rule 7). • 4 Meters Height Concrete Primary Perimeter Fence (with Catwalks, Concertina Wirings, Post Tower (with Cr And Water Supply) And Solar Lightings, (ra10575). • Secondary Perimeter Fence (3 Layer Concertina, Steel Mesh) With 300w Integrated Solar Light Every 3 Bays And (to Include Post Towers And Gates); 1 Lot Road Networks And Culverts • The Project Has An Allocated Budget Sufficient To Cover At Least 1440 Sqm Of Road Construction Within The Prison Facility. While This Budget Allows For Road Development, Prioritization Shall Be Given To The Construction Of Culverts, Both Fenced And Road Culverts, To Ensure Adequate Drainage And Prevent Flooding. These Culverts Are Critical For The Road Leading From The Main Road To The Site, As Well As Along The Perimeter Of The Facility. • All Entry And Exit Point Of Any Bodies Of Water E.g. Creeks, Canals Shall Be Fenced Culvert By Metal Grills (non-corrosive); • To Accurately Assess The Project Scope And Design, Bidders Are Required To Conduct A Thorough Site Inspection To Identify And Evaluate All Necessary Culverts. A. Material Specifications: A. Floor Finishes • Polished Cement Finish Prison Cell, Hallways, Staircases, And Rooms • Plain Cement Finished - Pathways. • Ramps - Anti Slip Pavers Or Tiles • Crs – Unglazed Ceramic Tiles B. Wall Finishes A. Glazed Wall Tiles - 1.8m Height. B. Plain Cement Plaster Finish - For All Buildings And Facilities C. Ceiling Finishes C. Concrete Steel Decking, If Applicable. – Coated In White Enamel D. Painting D. Semi-gloss Solvent Paint Top Coat (high-end Quality) For Interior And Exterior Walls In Two To Three Coats Application. Apply Concrete Neutralizer For Newly Finished Concrete Surfaces. Use Solvent Primer. E. Varnish Paint Finish With Weather Proof Coating – For Doors And Jambs Branded, High-end Quality (offices, Etc.), All Wooden Doors Must Have Secondary Steel Doors. F. Use Epoxy Paint Primer. Epoxy Paint Finish – For Structural Steel And All Metal Works E. Doors And Windows G. No Doors For Prison Facility Comfort Rooms With 1.20 Meter Finish Wall Height (see Rule Vii, Section 7 R-irr Of Ra 10575). H. Steel Doors And Grills – For Dormitories, Gates And Other Security Areas. Sliding Doors For All Cells (see Rule Vii, Section 7 R-irr Of Ra 10575) F. Waterproofing I. Uv Resistant Polyurethane Waterproofing – For All Roof Deck With Topping Works Provided With Welded Wire Mesh. (at Elevated Water Tank Area) J. Cistern - Polyurethane Waterproofing G. Plumbing Works K. Upvc Pipe Series 1000 – For All Soil, Sewer, Waste, Dry And Wet Vent Piping High-end Quality L. Pprc Fusion Type – For All Water Lines High-end Quality M. Contractor Encouraged To Adapt: Lpf Flush Valve For Water Closet Or Stainless Toilet-lavatory Combination. Waterless Urinals N. Sprinkler System To All Prison Dormitories In Accordance With The Provisions Of Revised Plumbing Code Of The Philippines. O. Contractor To Provide A Water System To Supply The Facility 4. Approved Budget For The Contract (abc) The Approved Budget For The Contract (abc) Is Php 300,000,000. This Is The Ceiling For Acceptable Bids. Bids Higher Than Abc Shall Be Automatically Rejected. 5. Proposed Implementation Schedule (example): No. Of Months 1 2 4 5 6 7 8 9 10 11 12 Design Phase Construction Phase 6. Eligibility Criteria For Bidders 6.1 General The Eligibility Requirements For This Design And Build Project Shall Adopt The Provisions Of Annex “g” Of The Implementing Rules And Regulations Of Ra 9184 (e.g. Eligibility Requirement). However, If A Bidder Who Has No Experience In Db Project On Its Own May Opt To Enter A Subcontracting Agreement, Partnership, Or Joint Venture With A Design Or Engineering Firm For The Design Portion Of The Project. 6.2 Legal Requirements A. Valid Contractor’s License Issued By The Philippine Contractor’s Accreditation Board B. Valid License Of The Contractor’s Designer Issued By The Professional Regulation Commission. 6.3 Technical Requirements A. The Contractor’s Designer Must Have Designed One Structure Similar To The Project At Hand With A Construction Cost Of At Least 50 % Of The Abc. 6.4 Financial Requirements The Contractor Must Have A Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc To Be Bid Or Equivalent To Php300,000,000.00. 7. Contents Of The Bid 7.1 In The First Envelope Class “a” Documents Legal Documents I. Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of This Irr. For Procurement To Be Performed Overseas, It Shall Be Subject To The Guidelines To Be Issued By The Gppb. (a) Ii. Pcab License And Registration, In Case Of Jv; 57 Iii. Statement Of All Ongoing Government And Private Contracts; Iv. Statement Of Slcc; V. Nfcc Computation; Vi. Jva, If Applicable; Vii. Bid Security In The Prescribed Form, Amount And Validity Period; Viii. Project Requirements, Which Shall Include The Following: 1. Organizational Chart For The Contract To Be Bid; 2. List Of Contractor’s Personnel (design And Construction), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; 3. List Of Contractor’s Equipment Units Which Are Owned, Leased And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From Lessor/vendor For The Duration Of The Project. Ix. Omnibus Sworn Statement By The Prospective Bidder Or Its Authorized Representative In The Prescribed Format; X. Submission Of Preliminary Conceptual Design Plans: Class “b” Documents I. For Infrastructure Projects, Jv Bidders Shall Submit A Jva In Accordance With R.a. 4566 And It’s Irr. Ii. Each Partner Of The Joint Venture Shall Submit Their Philgeps Certificates Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Eligibility Documents By Any Of The Joint Venture Partners Constitutes Compliance: Provided, That The Partner Responsible To Submit The Nfcc Shall Likewise Submit The Statement Of All Of Its Ongoing Contracts And Audited Financial Statements. 1. Preliminary Conceptual Architectural Design Plans In Accordance With The Degree Of Details Specified By The Procuring Entity: (at Suitable Scale On High Quality A3 Blue Print Paper /digital Print Minimum Size) A. Location Plan/vicinity Map B. Perspective C. Floor Plans D. Front View Elevation E. Rear View Elevation F. Left Side View Elevation G. Right Side View Elevation H. Longitudinal Section I. Transverse Section 2. Design And Construction Method 3. List Of Contractor’s Personnel To Be Assigned To The Contract To Be Bid With Their Complete Qualification And Experience Data And Photocopy Of Their Valid Licenses Issued By The Professional Regulatory Commission (prc), Curriculum Vitae Of Key Staff, Partners Or Principal Officers With A Minimum Work Experience Requirements Set In The Bds; For Design The Key Professionals And The Respective Qualifications Of The Design Personnel Shall Be As Follows: • Principal Architect The Principal Architect Must Be Duly-licensed With At Least Ten (10) Years’ Experience In The Design Of Residential, Government Offices Or Institutional Facilities, And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. • Structural Engineer The Structural Engineer Must Be A Duly-licensed Civil Engineer With At Least Ten (10) Years’ Experience In Structural Design And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. • Professional Electrical Engineer The Electrical Engineer Must Be A Registered Professional Electrical Engineer With At Least Five (5) Years’ Experience In The Design Of Lighting, Power Distribution, Communication Systems (specifically Structured And Local Area Network Cabling, Pabx), Building Management Systems And Preferably Knowledgeable In Developments In Emergent Efficient Lighting Technologies And Energy Management. • Professional Mechanical Engineer The Mechanical Engineer Must Be A Professional Mechanical Engineer With At Least Five (5) Years In Hvac And Fire Protection Systems And Preferably Knowledgeable In Emergent, Alternative Energy- Efficient Hvac Technologies. • Electronics And Communications Engineer The Electronics And Communications Engineer Must Be Duly-licensed With At Least Ten (5) Years’ Experience In The Design Of Communications Systems, And Preferably Knowledgeable In The Application Of Building Automation And Surveillance Systems. • Sanitary Engineer The Sanitary Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience In The Design Of Building Water Supply And Distribution, Plumbing, And Preferably Knowledgeable In Waste Water Management/treatment, And Emergent, Alternative Effluent Collection And Treatment System. The Design & Build Contractor May, As Needed And At Its Own Expense, Add Additional Professionals And/or Support Personnel For The Optimal Performance Of All Architectural And Engineering Design Services, As Stipulated In These Terms Of Reference, For The Project. Prospective Bidders Shall Attach Each Individual’s Resume And Prc License Of The (professional) Staff. Design Personnel May Also Be Utilized For The Construction Phase Provided That The Same Meet The Minimum Number Of Years Of Experience In The Construction Of Similar Projects. For Construction Personnel The Key Professionals And The Respective Qualifications Of The Construction Personnel Shall Be As Follows: • Project Manager The Project Manager Shall Be A Licensed Architect Or Engineer With At Least Eight (8) Years Relevant Experience On Similar And Comparable Projects In Different Locations. The Project Manager Should Have A Proven Record Or Managerial Capability Through The Directing/managing Of Major Civil Engineering Works, Including Projects Of A Similar Magnitude. • Project Architect/engineer The Project Architect/engineer Shall Be A Licensed Architect Or Engineer With At Least Five (5) Years’ Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. • Materials Engineer (m.e. I) The Materials Engineer Must Be Duly Accredited With The Dpwh And With At Least Five (5) Years’ Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. • Electrical Engineer The Electrical Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience In Similar And Comparable Projects In The Installation Of Lighting, Power Distribution, Communication Systems (specifically Structured And Local Area Network Cabling, Pabx), Building Management Systems. • Mechanical Engineer The Mechanical Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience In Similar And Comparable Projects In The Installation Of Hvac And Fire Protection. • Sanitary Engineer The Sanitary Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience In Similar And Comparable Projects In The Installation Of Building Water Supply And Distribution, Plumbing. • Foreman The Foreman Must Have At Least Five (5) Years’ Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. • Safety Officer The Safety Officer Must Be An Accredited Safety Practitioner By The Department Of Labor And Employment (dole) And Must Have Undergone The Prescribed Forty (40) Hour Construction Safety And Health Training (cosh) And Must Have At Least Two (2) Years’ Experience. 4. Value Engineering Analysis Of Design And Construction. The Second Envelope (financial Proposal) Shall Contain All The Required Documents For Infrastructure Projects Under Section 25.38 Of The Irr Of R.a 9184. 7.2 In The Second Envelope – Financial Proposal The Contents Of Financial Proposal – In The Second Envelope Shall Be Governed By Section 6.1 Design And Build Scheme Of The Dpwh Procurement Manual Volume Ii - Infrastructure Main Guidelines (2016). A. Lump Sum Bid Prices, Which Shall Include The Detailed Engineering Cost, In The Prescribed Bid Form Inclusive Of Vat B. Detailed Estimates Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates And Equipment Rentals Used In Coming Up With The Bid For The Following: I Detailed Architectural And Engineering Design; Ii Demolition Works; And Iii Building Construction/civil Works. C. Bill Of Quantities D. Cash Flow And Payments Schedule. 8. Procedure And Criteria For Bids Evaluation For The Detailed Evaluation Of The Design And Build Proposals A Two-step Procedure Shall Be Adopted By The Bac, Which May Be Undertaken With The Assistance Of The Dbc. First-step Procedure: With The Assistance Of The Bucor Design And Build Committee (bucor-dbc), The Bac Shall Conduct The Opening, Preliminary Examination And Detailed Evaluation Of The Design And Build Proposals, As Follows: (1) The First Step Of The Evaluation Shall Involve The Review Of The Preliminary Conceptual Designs And Track Record Submitted By The Contract As Indicated In The Bidding Documents Using A Nondiscretionary “pass/fail” Criteria That Involve Compliance With The Following Requirements: A. Performance Specifications And Parameters And Degree Of Details; B. Adherence Of Preliminary Design Plans To The Required Concept Of Approach And Methodology For Detailed Engineering, Design And Construction With Emphasis On The Clarity, Feasibility, Innovativeness And Comprehensiveness Of The Plan Approach, And The Quality Of Interpretation Of Project Problems, Risks, And Suggested Solutions; And C. Quality Of Personnel To Be Assigned To The Project Which Covers Suitability Of Key Staff To Perform The Duties Of The Particular Assignments And General Qualifications And Competence Including Education And Training Of The Key Staff. 8.1 Merit Point Critera For The Bid Evaluation 8.1.1 Adherence To Performance Specifications (35 Points) A. Compliance And Adherence To Specifications: Excellent Compliance (100 Points): The Submission Fully Adheres To All Specified Project Requirements And Regulations, Demonstrating Meticulous Attention To Detail And Comprehensive Understanding Of The Tor. All Drawings And Documentation Are Accurate, Complete, And In Compliance With Relevant Standards. Good Compliance (80 Points): The Submission Largely Complies With Project Specifications And Regulations, With Minor Discrepancies. Drawings And Documentation Are Mostly Accurate And Complete, Meeting The Majority Of Requirements. Acceptable Compliance (70 Points): The Submission Satisfies Most Of The Specified Requirements And Regulations, Albeit With Some Notable Omissions Or Inconsistencies. Drawings And Documentation Are Generally Accurate And Complete, Meeting The Basic Expectations. Some Reservations (50 Points): The Submission Partially Meets The Specified Requirements And Regulations, With Several Notable Deficiencies Or Inconsistencies. There Are Significant Gaps Or Inaccuracies In The Drawings And Documentation, Raising Concerns About Compliance. Serious Reservations (20%) The Submission Falls Significantly Short Of Meeting The Specified Requirements And Regulations, With Major Deficiencies Or Inconsistencies. Drawings And Documentation Lack Essential Details Or Fail To Comply With Key Standards, Casting Doubt On The Bidder's Understanding Of The Project Scope. Unacceptable (0%) The Submission Fails To Comply With The Specified Requirements And Regulations, Lacking Essential Details And Demonstrating A Fundamental Misunderstanding Of The Project Scope. Drawings And Documentation Are Incomplete Or Inaccurate, Indicating A Lack Of Capability To Deliver The Project On Time. B. Functionality And Efficiency: Excellent (100%): The Design Optimally Utilizes Space, Facilitating Efficient Accommodation Of 500 Psdl. Layout And Design Enhance Operational Flow, Demonstrating Exceptional Foresight And Planning. Integration Of Facilities Promotes Smooth Prison Management. Good (80%): The Design Effectively Utilizes Space, With Minor Areas For Improvement In Operational Flow. Layout And Design Contribute To Efficient Prison Management, Meeting Most Functional Requirements. Acceptable (70%): The Design Adequately Utilizes Space, Meeting Basic Requirements For Accommodating 500 Psdl. Layout And Design Support Operational Flow, Though Some Improvements Are Needed For Optimal Functionality. Some Reservations (50%): The Design Partially Optimizes Space Utilization, With Notable Deficiencies In Operational Flow. Layout And Design Hinder Efficient Prison Management, Requiring Significant Adjustments For Improvement. Serious Reservations (20%): The Design Inadequately Utilizes Space, Hindering Accommodation Of 500 Psdl. Layout And Design Severely Impede Operational Flow, Indicating A Lack Of Understanding Of Functional Requirements. Unacceptable (0%): The Design Fails To Optimize Space Utilization, Lacking Consideration For Accommodating 500 Psdl. Layout And Design Pose Significant Obstacles To Efficient Prison Management, Indicating A Fundamental Misunderstanding Of Functional Requirements. C. Safety And Security: Excellent (100%): The Design Features Robust Perimeter Walls, Guard Towers, And Security Features Ensuring Optimal Pdl Containment And Facility Security. Fire Protection And Detection Systems Are Highly Reliable, With Comprehensive Safety Measures For Both Psdl And Staff. Good (80%): The Design Incorporates Effective Perimeter Walls, Guard Towers, And Security Features, With Minor Areas For Enhancement. Fire Protection And Detection Systems Are Reliable, With Adequate Safety Measures For Psdl And Staff. Acceptable (70%) The Design Includes Satisfactory Perimeter Walls, Guard Towers, And Security Features, Meeting Basic Requirements For Pdl Containment And Facility Security. Fire Protection And Detection Systems Are Functional, With Sufficient Safety Measures For Psdl And Staff. Some Reservations (50%): The Design Features Partially Effective Perimeter Walls, Guard Towers, And Security Features, With Notable Deficiencies In Pdl Containment And Facility Security. Fire Protection And Detection Systems Lack Reliability, With Limited Safety Measures For Psdl And Staff. Serious Reservations (20%): The Design Lacks Effective Perimeter Walls, Guard Towers, And Security Features, Compromising Pdl Containment And Facility Security. Fire Protection And Detection Systems Are Inadequate, Posing Significant Risks To Psdl And Staff Safety. Unacceptable (0%): The Design Neglects Perimeter Walls, Guard Towers, And Security Features, Failing To Ensure Pdl Containment And Facility Security. Fire Protection And Detection Systems Are Absent Or Non-functional, Posing Severe Risks To Psdl And Staff Safety. D. Sustainability And Environmental Considerations: Excellent (100%): The Design Includes Robust Safety Measures And Emergency Protocols, Ensuring The Safety And Well-being Of Psdl And Staff In Accordance With Ra 10575. Good (80%): The Design Integrates Sustainable Design Principles Effectively, With Minor Opportunities For Improvement In Energy Efficiency And Material Selection. Sewage Treatment And Water Conservation Measures Are Adequate, Supporting Environmental Sustainability. Acceptable (70%) The Design Includes Basic Sustainable Design Principles, Meeting Minimum Requirements For Energy Efficiency And Material Selection. Sewage Treatment And Water Conservation Measures Are Functional, Contributing To Environmental Sustainability. Some Reservations (50%): The Design Partially Incorporates Sustainable Design Principles, With Notable Deficiencies In Energy Efficiency And Material Selection. Sewage Treatment And Water Conservation Measures Lack Comprehensiveness, Limiting Environmental Sustainability. Serious Reservations (20%): The Design Lacks Consideration For Sustainable Design Principles, Neglecting Energy Efficiency And Eco-friendly Materials. Sewage Treatment And Water Conservation Measures Are Insufficient, Undermining Environmental Sustainability. Unacceptable (0%): The Design Disregards Sustainable Design Principles, Showing No Commitment To Energy Efficiency Or Eco-friendly Materials. Sewage Treatment And Water Conservation Measures Are Absent Or Inadequate, Disregarding Environmental Sustainability. E. Aesthetics And Architectural Design: Excellent (100%): The Design Exhibits Exceptional Aesthetic Appeal And Architectural Coherence, Showcasing Innovative And Visually Pleasing Elements. Consideration Of Local Architectural Vernacular And Contextual Integration Is Evident, Contributing To The Overall Excellence Of The Design. Good (80%): The Design Demonstrates Good Aesthetic Appeal And Architectural Coherence, With Some Areas For Enhancement In Creativity And Visual Impact. Consideration Of Local Architectural Vernacular And Contextual Integration Is Apparent, Enriching The Design. Acceptable (70%): The Design Achieves Acceptable Aesthetic Appeal And Architectural Coherence, Meeting Basic Expectations For Visual Presentation. Consideration Of Local Architectural Vernacular And Contextual Integration Is Present, Though Limited In Scope. Some Reservations (50%): The Design Lacks Significant Aesthetic Appeal And Architectural Coherence, With Notable Deficiencies In Creativity And Visual Impact. Consideration Of Local Architectural Vernacular And Contextual Integration Is Minimal, Detracting From The Overall Quality Of The Design. Serious Reservations (20%): The Design Exhibits Poor Aesthetic Appeal And Architectural Coherence, Failing To Engage Visually Or Inspire Interest. Consideration Of Local Architectural Vernacular And Contextual Integration Is Lacking, Diminishing The Design's Relevance And Appropriateness. Unacceptable (0%): The Design Lacks Any Aesthetic Appeal Or Architectural Coherence, Showing No Effort To Engage Visually Or Integrate With The Local Architectural Vernacular. Consideration Of Contextual Integration Is Absent, Rendering The Design Unsuitable For The Project. 8.1.2 Approach And Methodology For Detailed Engineering, Design, And Construction (40 Points) Excellent (100%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Is Exceptionally Clear, Feasible, Innovative, And Comprehensive. The Plan Demonstrates A High Level Of Understanding Of Project Problems, Risks, And Suggested Solutions, With Well-defined Strategies For Addressing Them. Good (80%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Is Clear, Feasible, And Comprehensive, With Some Innovative Elements. The Plan Adequately Addresses Project Problems, Risks, And Suggested Solutions, Though Some Areas May Require Further Development. Acceptable (70%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Satisfactorily Addresses Project Requirements, With A Basic Level Of Clarity And Feasibility. The Plan Outlines Strategies For Addressing Project Problems, Risks, And Suggested Solutions, Meeting The Minimum Expectations. Some Reservations (50%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Partially Addresses Project Requirements, With Notable Gaps In Clarity And Feasibility. The Plan Lacks Innovative Elements And May Inadequately Address Project Problems, Risks, And Suggested Solutions. Serious Reservations (20%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Demonstrates Significant Deficiencies In Clarity, Feasibility, And Comprehensiveness. The Plan Fails To Adequately Address Project Problems, Risks, And Suggested Solutions, Indicating A Lack Of Understanding Or Inadequate Planning. Unacceptable (0%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Is Unclear, Infeasible, And Lacks Comprehensiveness. The Plan Fails To Address Project Problems, Risks, And Suggested Solutions, Indicating A Fundamental Misunderstanding Or Disregard For Project Requirements. 8.1.3 Quality Of Personnel Assigned To The Project (25 Points) Excellent (100%): The Personnel Assigned To The Project, Including Key Staff, Are Highly Suitable And Competent To Perform Their Duties. Key Staff Members Possess Exceptional Qualifications, Competence, Education, And Training Relevant To Their Roles, Demonstrating A High Level Of Expertise And Experience. Good (80%): The Personnel Assigned To The Project, Including Key Staff, Are Suitable And Competent To Perform Their Duties Effectively. Key Staff Members Possess Relevant Qualifications, Competence, Education, And Training, Demonstrating Solid Expertise And Experience. Acceptable (70%): The Personnel Assigned To The Project, Including Key Staff, Meet The Basic Requirements For Suitability And Competence In Performing Their Duties. Key Staff Members Possess General Qualifications And Competence, Education, And Training Relevant To Their Roles, Meeting The Minimum Expectations. Some Reservations (50%): The Personnel Assigned To The Project, Including Key Staff, Demonstrate Some Suitability And Competence In Performing Their Duties, But Notable Deficiencies Are Present. Key Staff Members May Lack Certain Qualifications, Competence, Education, Or Training, Raising Concerns About Their Ability To Effectively Fulfill Their Roles. Serious Reservations (20%): The Personnel Assigned To The Project, Including Key Staff, Exhibit Significant Deficiencies In Suitability And Competence To Perform Their Duties. Key Staff Members Lack Essential Qualifications, Competence, Education, Or Training, Indicating A Lack Of Expertise Or Experience Relevant To Their Roles. Unacceptable (0%): The Personnel Assigned To The Project, Including Key Staff, Are Unsuitable And Incompetent To Perform Their Duties Effectively. Key Staff Members Lack The Necessary Qualifications, Competence, Education, And Training, Demonstrating A Fundamental Mismatch With The Requirements Of Their Roles. 8.2 Determination Of The Merit Point Score The Aggregate Of The Scores In Each Criterion Must Be 70% Or More To Pass Using The Following Formula In Equation. Description Weight (w) Rating (r) Criteria 1 35% (smax/sact) Criteria 2 40% Sact Criteria 3 25% Sact Smax = Η (100) Sact = R1 +r2 +r3 + . . .(rη) Where Η = Number Of Sub Criteria R = Rating Given To The Criteria/sub Criteria The Actual Score (sact) For Each Of The Criteria/sub Criteria Is Obtained By Adding All The Given Rating. (smax) Is The Summation Of Maximum Score Per Criteria 8.3 Passing Rate The Specific Passing Rate Value Depends On The Specific Context Of The Project, The Priorities Of The Design And Build Committee, And The Complexity Of The Requirements Outlined In Ra 10575. Based On The Provided Criteria And Descriptions, The Passing Rate For The Merit Point Criteria (mpc) Could Be Set At 75%. This Means That Bidders Must Score At Least 75% Or Higher In The Evaluation Process To Be Considered As Meeting The Minimum Requirements For The Project A. Pass Rate Per Criteria Will Be Determined Using The Formula: Score = W1*r1 + W2*r2 + W3*r3 B. A Bid Or Technical Bid That Failed In Any Of The Criteria’s Will Not Be Considered For Further Evaluation C. Score Above 75% Will Be Considered As Technically Responsive. Aggregate Score Of Less Than 75% Will Be Considered Failed, And May Be Rejected On That Basis. Second-step Procedure: Only Those Bids That Passed The Above Criteria Shall Be Subjected To The Second Step Of Evaluation. The Bac Shall Open The Financial Proposal Of Each “passed” Bidder And Shall Evaluate It Using Non-discretionary Criteria – Including Arithmetical Corrections For Computational Errors – As Stated In The Bidding Documents, And Thus Determine The Correct Total Calculated Prices. The Bac Shall Automatically Disqualify Any Total Calculated Bid Price Which Exceeds The Abc 9. Data To Be Provided By The Bucor These Data Are For Reference Only And Does Not Guarantee The Contractor That The Data Provided Are Correct, Free From Error, And Applicable To The Project At Hand. The Contractor Is Responsible For The Accuracy Or Applicability Of Any Data That He Will Use In His Design– Build Proposal And Services. Sample Data For Buildings: A. Conceptual Plans 10. Documents To Be Provided By The Contractor During Contract Implementation A. Detailed Architectural And Engineering Plans B. Design Analysis C. Survey Data D. Quantity Calculation E. Detailed Geotechnical Investigation Report F. Design Report. G. As-built Plans, (printed Including Cad Files And Bim Files (lod 500) H. Other Relevant Documents 11. Design And Build Period The Winning Bidder Shall Commence Actual Works Upon The Issuance By The Bucor Of The Notice To Proceed (ntp). The Winning Bidder Shall Complete The Daed And Submit Within The Ninety (60) Calendar Days (cds) Period To The Bucor For Review And Approval. The Contractor Shall Complete The Construction Of The Building Within 305 Cds For The Total Contract Duration Of 365 Cd. Conforme: Name Of Company In Print Signature Over Printed Name Of Authorized Representative/date Section Vii. Drawings The Conceptual Drawings Should Be Attached To This Section Or Annexed In A Separate Folder As Part Of The First Envelope (technical Component Envelope). Preliminary Conceptual Architectural Design Plans In Accordance With The Degree Of Details Specified By The Procuring Entity: At Suitable Scale On High Quality A3 Blue Print Paper /digital Print Minimum Size) 1. Location Plan/vicinity Map 2. Perspective 3. Floor Plans 4. Front View Elevation 5. Rear View Elevation 6. Left Side View Elevation 7. Right Side View Elevation 8. Longitudinal Section 9. Transverse Section Section Viii. Bill Of Quantities The Bill Of Quantities Should Be Attached To This Section As Part Of The Second Envelope (financial Component Envelope). Section Ix. 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 Under The Rules; And ⬜ (d) Special Pcab License In Case Of Joint Ventures And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) 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 (f) 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 And Photocopy Of Their Valid Licenses Issued By The Professional Regulatory Commission (prc) And Curriculum Vitae Of Key Staff, Partners Or Principal Officers With A Minimum Work Experience Requirements Set In The Bds; ⬜ 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 ⬜ (g) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate Or Board Resolution/partnership Resolution In Case Of A Corporation, Partnership, Or Cooperative; Or Original Notarized Special Power Of Attorney In Case Of Sole Proprietorship 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. And ⬜ (h) Conformity With The Technical Specifications (scope Of Work); And ⬜ (i) Preliminary Conceptual Architectural Design Plans In Accordance With The Degree Of Details Specified By The Procuring Entity: (at Suitable Scale On High Quality A3 Blue Print Paper /digital Print Minimum Size) 1. Location Plan/vicinity Map 2. Perspective 3. Floor Plans 4. Front View Elevation 5. Rear View Elevation 6. Left Side View Elevation 7. Right Side View Elevation 8. Longitudinal Section 9. Transverse Section ⬜ (j) Design And Construction Method And ⬜ (k) Value Engineering Analysis Of The Design And Construction Method. And Financial Documents ⬜ (l) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. And Class “b” Documents ⬜ (m) Jv Bidders Shall Submit A Jva In Accordance With R.a. 4566 And Its Irr. Each Partner Of The Joint Venture Shall Submit Their Respective Philgeps Certificates Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Eligibility Documents By Any Of The Joint Venture Partners Constitutes Compliance: Provided, That The Partner Responsible To Submit The Nfcc Shall Likewise Submit The Statement Of All Of Its Ongoing Contracts And Audited Financial Statements. Ii. Financial Component Envelope ⬜ (n) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (o) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (p) 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 ⬜ (q) Cash Flow And Payment Schedule. Bidding Form Company Letterhead Statement Of Ongoing Government & Private Contracts Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) 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 Nature Of Work Contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation Total Contract Value At Award Date Of Completion Or Estimated Completion Time Value Of Outstanding Works Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Statement Of Single Largest Completed Contract Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) Statement Of Single (1) Largest Completed Contract Of Similar In Nature Within The Last Six (6) 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 Nature Of Work Contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation Total Contract Value At Award Amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa’s Consumer Price Index, If Necessary Date Of Completion Or Estimated Completion Time Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: Bureau Of Corrections 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. ____________ 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 Omnibus Sworn Statement Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) _________________________________________________________________________ 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 Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) Of The Bureau Of Corrections, 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 Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) Of The Bureau Of Corrections, As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase). 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 2024 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory 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 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 Certificate Of Net Financial Contracting Capacity Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) (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 ________________, 2024 _______________________________________________ Name & Signature Of Authorized Representative ____________________ Position _______________ Date Company Letterhead Bid Form Date: Ib No: To Bids And Awards Committee Bureau Of Corrections Nbp Reservation Muntinlupa City We, The Undersigned, Declare That: (a) We Have Examined And Have No Reservation To The Bidding Documents, Including Addenda, For The Contract Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) (b) We Offer To Execute The Works For This Contract In Accordance With The Bid And Bid Data Sheet, General And Special Conditions Of Contract Accompanying This Bid; The Total Price Of Our Bid, Excluding Any Discounts Offered Below Is: ________________________________________₱_________________; The Discounts Offered And The Methodology For Their Application Are: [insert Information]; (c) Our Bid Shall Be Valid For A Period Of 120 Calendar Days From The Date Fixed For The Bid Submission Deadline In Accordance With The Bidding Documents, And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period; (d) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of 30% Percent Of The Contract Price For The Due Performance Of The Contract; (e) Our Firm, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Have Nationalities From The Following Eligible Countries; (f) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (g) Our Firm, Its Affiliates Or Subsidiaries, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Has Not Been Declared Ineligible By The Funding Source; (h) We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And (i) We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. (j) We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And 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 Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) Of The Bureau Of Corrections. (k) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be A Ground For The Rejection Of Our Bid. Name: In The Capacity Of: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________
Closing Date20 Jan 2025
Tender AmountPHP 300 Million (USD 5.1 Million)
3911-3920 of 3928 archived Tenders