Manpower Tenders

Manpower Tenders

Province Of Iloilo Tender

Others
Philippines
Details: Description Bids And Awards Committee Iloilo Provincial Government Procurement Of Agricultural Equipment Bid No. Agr-24-1582-b Philippine Bidding Documents Sixth Edition July 2020 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 5 1. Scope Of Bid 5 2. Funding Information 5 3. Bidding Requirements 5 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 5 5. Eligible Bidders 5 6. Origin Of Goods 6 7. Subcontracts 7 8. Pre-bid Conference 7 9. Clarification And Amendment Of Bidding Documents 7 10. Documents Comprising The Bid: Eligibility And Technical Components 7 11. Documents Comprising The Bid: Financial Component 7 12. Bid Prices 8 13. Bid And Payment Currencies 8 14. Bid Security 8 15. Sealing And Marking Of Bids 9 16. Deadline For Submission Of Bids 9 17. Opening And Preliminary Examination Of Bids 9 18. Domestic Preference 9 19. Detailed Evaluation And Comparison Of Bids 9 20. Post-qualification 10 21. Signing Of The Contract 10 Section Iii. Bid Data Sheet 11 Section Iv. General Conditions Of Contract 12 1. Scope Of Contract 12 2. Advance Payment And Terms Of Payment 12 3. Performance Security 12 4. Inspection And Tests 12 5. Warranty 13 6. Liability Of The Supplier 13 Section V. Special Conditions Of Contract 14 Section Vi. Schedule Of Requirements 16 Section Vii. Technical Specifications 17 Section Viii. Checklist Of Technical And Financial Documents 19 Section I. Invitation To Bid Purchase Of Agricultural Equipment Bid No. Agr-24-1582-b 1. The Iloilo Provincial Government Through The 20% Nta Development Fund 2024 Intends To Apply The Sum Of Four Hundred Eighty-five Thousand Pesos (php 485,000.00) Being The Abc To Payments Under The Contract For The Purchase Of Agricultural Equipment. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 25 Days Upon Receipt Of The Notice To Proceed (ntp). Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 Secretariat Of The Iloilo Provincial Government And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 90 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On October 15, 2024 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On October 22, 2024 At 9:00 A.m. At The N/a And/or Through Video Conferencing Or Webcasting, Upon Request At Least Three (3) Days Before The Pre-bid Conference, Via Zoom Or Other Videoconferencing Portals, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Iloilo City On Or Before November 6, 2024 At 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On November 6, 2024 At 9:01 A.m.at The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Iloilo City Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. A. The Participating Bidder/supplier Or Its Authorized Representative Must Indicate In Any Of The Eligibility Documents, An Email Address Or A Working Fax Number. The Absence Of Which Shall Be A Ground For Disqualification. Notice To The Bidder/supplier Through The Use Of Either Of These Means (email/fax) Is Considered Sufficient Notice. The Date Of Filing Of Reconsideration And All Communications With The Bac Shall Be Its (bac) Date Of Receipt. B. The Bidder(s)/awardee(s) Or Its Authorized Representative Must Conform To The Notice Of Award Within Three (3) Calendar Days From Receipt Of Such Notice And The Winning Bidder Shall Post The Required Performance Security And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award In Accordance With Section 37.2.1 Of The Revised Irr Of R.a. No. 9184. C. The Bidder/supplier Must Have No Pending Unaccepted Notice To Proceed Three (3) Days From The Date Of Acceptance And Signing Of The Purchase Order. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. D. The Bidder/supplier Must Have No Notice Of Award Pending Its Conformity Three (3) Days From The Date Of Its Receipt Of The Notice Of Award. Otherwise, It Shall Be Aground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. E. The Bidder/supplier Shall Submit A List Of All Its Ongoing And Completed Projects With The Iloilo Provincial Government Indicating The Delivery Periods And Accomplishments Of Such Projects. F. The Bidder/supplier At The Time Of The Bidding Must Have No Pending Unposted Performance Or Warranty Security, As The Case May Be, Beyond The Period Allowed In The Notice Of Award. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. 11. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Bac Secretariat Head 5th Floor, Bids And Awards Committee Iloilo Provincial Capitol Email Address: Ipg_bacs@yahoo.com Website: Iloilo.gov.ph Telephone Number: (033) 336-0736 13. You May Visit The Following Websites For Downloading Of Bidding Documents: Ipg.gov.ph And/or Philgeps.com October 7, 2024 Atty. Dennis T. Ventilacion Chairman, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Wishes To Receive Bids For The Purchase Of Agricultural Equipment With Bid No. Agr-24-1582-b. The Procurement Project (referred To Herein As “project”) Is Composed Of Two (2) Items, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2024 In The Amount Four Hundred Eighty-five Thousand Pesos (php 485,000.00) 2.2. The Source Of Funding Is: Lgus, The Annual Or Supplemental Budget, As Approved By The Sanggunian. 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. 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. 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. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. C. For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: [select Either Failure Or Monopoly Of Bidding Based On Market Research Conducted] I. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And Ii. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address 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 Three (3) 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. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Complete Bid - One Project Having Several Items That Shall Be Awarded As One Contract In Case Of Complete Bid. Line Bidding/partial Bidding - One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item 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 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Refers To The Contracts To Be Bid Or The Object Of The Contract; B. Completed Within Three (3) Years 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 Art-center,. Nanga, Pototan, Iloilo 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. 15 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.3 No Further Instructions. 20.2 For The Procurement Of Drugs And Medicines And Medical Equipment/supplies, The Bidder Shall Submit The Following: A. Certificate Of Product Registration From Food And Drug Administration (fda) For Easy Validation During The Post-qualification; B. Certificate If Good Manufacturing Practice From Fda, For Easy Validation During The Post-qualification; C. Batch Release Certificate From Fda, For Easy Validation During The Post-qualification; D. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/ Dealer Of The Products / Items For Easy Validation During The Post-qualification; E. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license: S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer); F. License To Operate (lto) Issued By Fda, If Applicable; G. After-sales Services/parts, If Applicable; H. Manpower Requirements, If Applicable. 21.2 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. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project 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 6.1. 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. 6.2. 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 Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered To The Art Center, Nanga, Pototan, Iloilo. 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 Authorized Employee/official Of The Iloilo Provincial Government. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. 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. 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 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. 2.2 Partial Payment Is Not Allowed. 4 The Inspections And Tests That Will Be Conducted Are Through Physical Inspection. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months 1 Mechanical Weeder 2 2 2 Biomass Shredder Mavhine 1 1 ___________________________________ Signature Over Printed Name Section Vii. Technical Specifications Bid No.: Agr-24-1582-b Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1. Mechanical Weeder 1. Type: Portable, Strap Type, Rotary Spikes For Paddy 2. Number Of Rows: 2 3. Row Spacing: 300mm (minimum) 4. Weeding Efficiency: 90% (minimum) 5. Actual Field Capacity: 0.084 Ha/h 6. Fuel Consumtion: 0.61l/h 7. Width Per Row: 10-15cm 8. No. Of Spike Per Cage Wheel: 10 (minimum) 9. No. Of Teeth Per Spike Row: 5 10. Power: 1.6 Kw 2. Biomass Shredder Machine 1. Performance *the Noise Emitted By Biomass Shredder Shall Not Be More Than 96 Db (a), If More Than Will Provide 2 Sets Of Earmuffs *shredding Efficiency Shall Be 90% (minimum) 2. Type: Stationary Or Mobile 3. Orientation Of Blade Assembly: Horizontal/ Vertical 4. Main Shaft: Open/ Closed Cylinder 5. Input Capicity: 1,000kg/hour (minimum) 6. Blade Action: Shredding, Chipping (minimum) 7. Engine: 6.5hp (minimum, Air-cooled Or Water Cooled Gasoline Or Diesel Engine Terms And Conditions 1. All Items Must Delivered Within 25 Days Upon Receipt Of Notice To Proceed (ntp) 2. All Items Must Be Delivered At Art Center, Nanga, Pototan, Iloilo 3. All Items Must Be Brand New 4. All Items Must Have Operator's Manual 5. Item No. 2 Must Have Valid Agricultural Machinery Testing And Evaluation Center (amtec) Test Result 6. All Items Must Have A Warranty Period Of 1 Year From The Date Of Acceptance By The End-user/recipient/beneficiary 7. Brand Of Engine For Item No. 2 Offered Must Be Available In The Philippine Market For At Least 15 Years 8. All Items Must Be Conducted For A Test Run During Or After Delivery 9. Bidder For All Items Must Have Owned Service Center And Should Have Available Spare Parts And Technician Within Iloilo City Or Iloilo Province 10. Bidder Of All Items Must Have A Permit To Operate Issued By The Department Of Agriculture (da)- Bureau Of Agricultural And Fisheries Engineering (bafe) 11. Bidder Of All Items Must Have A Certificate Of Accreditation Issued By The Department Of Agriculture Philippine Council For Agriculture And Fisheries (da-pcaf) And The National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board 12. Bidder Of All Items Must Provide Training On The Proper Operation Of The Items 13. All Items Must Be Delivered At Their Best Quality And Condition 14. Technical Specification Of Bidding Documents For All Items Shall Be Prepared, Signed And Sealed By An Agricultural And Biosystem Engineer 15. Bidder Of All Items Must Have A Certificate Of Dealership Specific To The Province Of Iloilo 16. The Item Must Have A Reflectorized Logo: 6 Inches Diameter For Province Of Iloilo And 1 Foot Length X 6 Inches Width For Morprores 17. Winning Bidder Must Coordinate With Provincial Agriculture Office Abe Division Prior To The Delivery Of Item Listed Above 18. Line Bid Is Allowed ___________________________________ Signature Over Printed Name Section Viii. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages);or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (e) 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, 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 ⬜ (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 Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (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. 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). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (o) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (p) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.   Bid Form Date: _____________________ Bid No.: ___________________ To: Bids And Awards Committee Iloilo Provincial Government Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers __________, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply/deliver/perform _________________________________________ [description Of The Goods] In Conformity With The Said Pbds For The Sum Of _______________________________________, (php _______________________) [total Bid Amount In Words And Figures] Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: Value Added Tax (vat), Income Tax, Local Taxes, And Other Fiscal Levies And Duties, As Applicable, Which Are Itemized Herein Or In The Price Schedules, If Our Bid Is Accepted, We Undertake: A. To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents (pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Period Specified In The Pbds And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of ____________________________________________________ As Evidenced By The Attached [name Of The Bidder] ______________________________________. [state The Written Authority]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Date: Republic Of The Philippines) City Of ____________________) S.s. Bid Securing Declaration Bid No.: ___________________________ To: Bids And Awards Committee Iloilo Provincial Government Iloilo Provincial Capitol Bonifacio Drive, Iloilo City 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 Procurement 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 No. 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; And 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 ______ __ At ___________________________. _________________________________________________ [signature Over Printed Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me, _______________________ In The _____________________. Affiant Exhibited To Me His Valid Identification Card With Id No. _________________ Issued By: ___________________. Doc No.:______; Page No. _____; Book No.:_____; Series Of: _____; Republic Of The Philippines) City Of _____________________) S.s. Omnibus Sworn Statement (for Sole Proprietorship) I, _______________________________________of Legal Age, Single/married/widow, Filipino, And Residing At ________________________________________, Philippines, After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. I Am The Sole Proprietor Or Authorized Representative Of ______________________________________ With Office Address At ______________________________________; 2. As The Owner And Sole Proprietor, Or Authorized Representative Of _____________________________________, 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 ___________________________________________ [name Of The Project] Of The Iloilo Provincial Government, As Shown In The Attached Duly Notarized Special Power Of Attorney; 3. __________________________________________ 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. __________________________________________ Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. 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; 7. ___________________________________________ Complies With Existing Labor Laws And Standards; And 8. ___________________________________________ 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 ______________________________________. [name Of The Project] 9. _________________________________________ 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/we Have Hereunto Set My/our Hand/s This ______ __ At ___________________________. ________________________________________________ [signature Over Printed Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me, _______________________ In The _____________________. Affiant Exhibited To Me His Valid Identification Card With Id No. _________________ Issued By: ___________________. Doc No.:______; Page No. _____; Book No.:_____; Series Of: _____; Republic Of The Philippines) City Of ____________________) S.s. Omnibus Sworn Statement (for A Partnership Or Cooperative) I, _______________________________________of Legal Age, Single/married/widow, Filipino, And Residing At ________________________________________, Philippines, After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. I Am The Duly Authorized And Designated Representative Of ______________________________ With Office Address At ___________________________________; 2. 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 __________________________________ Of The Iloilo Provincial Government, As Shown [name Of The Project] 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. _____________________________________ 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. _____________________________________ Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. None Of The Officers And Members Of _____________________________________ 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. _____________________________________ Complies With Existing Labor Laws And Standards; And 8. _____________________________________ 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 ______________________________________. [name Of The Project] 9. _____________________________________ 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/we Have Hereunto Set My/our Hand/s This ______ __ At ___________________________. _________________________________________________ [signature Over Printed Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me, _______________________ In The _____________________. Affiant Exhibited To Me His Valid Identification Card With Id No. _________________ Issued By: ___________________. Doc No.:______; Page No. _____; Book No.:_____; Series Of: _____; Republic Of The Philippines) City Of _____________________) S.s. Omnibus Sworn Statement (for A Corporation Or Joint Venture) I, _______________________________________of Legal Age, Single/married/widow, Filipino, And Residing At ________________________________________, Philippines, After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. I Am The Duly Authorized And Designated Representative Of ______________________________ With Office Address At ___________________________________; 2. 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 __________________________________ Of The Iloilo Provincial Government, As Shown [name Of The Project] 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. _____________________________________ 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. _____________________________________ Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. None Of The Officers, Directors, And Controlling Stockholders Of _____________________________________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. _____________________________________ Complies With Existing Labor Laws And Standards; And 8. _____________________________________ Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: E. Carefully Examining All Of The Bidding Documents; F. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; G. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And H. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The ______________________________________. [name Of The Project] 9. _____________________________________ 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/we Have Hereunto Set My/our Hand/s This ______ __ At ___________________________. ________________________________________________ [signature Over Printed Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me, _______________________ In The _____________________. Affiant Exhibited To Me His Valid Identification Card With Id No. _________________ Issued By: ___________________. Doc No.:______; Page No. _____; Book No.:_____; Series Of: _____; Republic Of The Philippines) City Of ____________________) S.s. Performance Securing Declaration Bid No: ____________________ To: Bids And Awards Committee Iloilo Provincial Government Iloilo Provincial Capitol Bonifacio Drive, Iloilo City I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, To Guarantee The Faithful Performance By The Supplier/distributor/manufacturer/contractor/consultant Of Its Obligations Under The Contract, I/we Shall Submit A Performance Securing Declaration Within A Maximum Period Of Ten (10) Calendar Days From The Receipt Of The Notice Of Award Prior To The Signing Of The Contract. 2. I/we Accept That: I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of One (1) Year For The First Offense, Or Two (2) Years For The Second Offense, Upon Receipt Of Your Blacklisting Order If I/we Have Violated My/our Obligations Under The Contract; 3. I/we Understand That This Performance Securing Declaration Shall Cease To Be Valid Upon: A. Issuance By The Procuring Entity Of The Certificate Of Final Acceptance, Subject To The Following Conditions: I. Procuring Entity Has No Claims Filed Against The Contract Awardee; Ii. It Has No Claims For Labor And Materials Filed Against The Contractor; And Iii. Other Terms Of The Contract; Or B. Replacement By The Winning Bidder Of The Submitted Psd With A Performance Security In Any Of The Prescribed Forms Under Section 39.2 Of The 2016 Revised Irr Of Ra No. 9184 As Required By The End-user. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ______ __ At ___________________________. _________________________________________________ [signature Over Printed Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me, _______________________ In The _____________________. Affiant Exhibited To Me His Valid Identification Card With Id No. _________________ Issued By: ___________________. Doc No.:______; Page No. _____; Book No.:_____; Series Of: _____; Email Address: ______________________________________ Statement Of Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Bidder’s Name: Email Address: Bidder’s Address: Fax Number: Tel. Number: Name Of Project Amount Of Contract Date Of Contract Effectivity Owner’s Name And Address Delivery Period Date Of Delivery Date Of Acceptance Signature Over Printed Name Attachments: 1. Purchase Order (po) 2. Acceptance And Inspection Report (air) Statement Of All On-going 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) Bidder’s Name: Email Address: Bidder’s Address: Fax Number: Tel. Number: Name Of Project/s Amount Of Contract Date Of Contract Effectivity Owner’s Names And Address Delivery Period (indicate All Delivery Periods If Staggered Delivery Allowed) End Of Delivery Period Value Of Outstanding Contracts (indicate If Partial Delivery Allowed) No. Of Days From End Of Delivery Period Days Of Approved Extension/ Suspension, If Any Total Value Of Outstanding Contracts (php) Signature Over Printed Name Fill Up All The Columns Accordingly Disclaimer: Non-disclosure Of All On-going Contracts And Details Thereof Is Grounds For Ineligibility And Disqualification.
Closing Date6 Nov 2024
Tender AmountPHP 485 K (USD 8.4 K)

Province Of Iloilo Tender

Construction Material
Philippines
Details: Description Bids And Awards Committee Iloilo Provincial Government Procurement Of Agricultural Equipment Bid No. Agr-24-1501-b Philippine Bidding Documents Sixth Edition July 2020 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 5 1. Scope Of Bid 5 2. Funding Information 5 3. Bidding Requirements 5 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 5 5. Eligible Bidders 5 6. Origin Of Goods 6 7. Subcontracts 7 8. Pre-bid Conference 7 9. Clarification And Amendment Of Bidding Documents 7 10. Documents Comprising The Bid: Eligibility And Technical Components 7 11. Documents Comprising The Bid: Financial Component 7 12. Bid Prices 8 13. Bid And Payment Currencies 8 14. Bid Security 8 15. Sealing And Marking Of Bids 9 16. Deadline For Submission Of Bids 9 17. Opening And Preliminary Examination Of Bids 9 18. Domestic Preference 9 19. Detailed Evaluation And Comparison Of Bids 9 20. Post-qualification 10 21. Signing Of The Contract 10 Section Iii. Bid Data Sheet 11 Section Iv. General Conditions Of Contract 12 1. Scope Of Contract 12 2. Advance Payment And Terms Of Payment 12 3. Performance Security 12 4. Inspection And Tests 12 5. Warranty 13 6. Liability Of The Supplier 13 Section V. Special Conditions Of Contract 14 Section Vi. Schedule Of Requirements 16 Section Vii. Technical Specifications 17 Section Viii. Checklist Of Technical And Financial Documents 20 Section I. Invitation To Bid Purchase Of Agricultural Equipment Bid No. Agr-24-1501-b 1. The Iloilo Provincial Government Through The General Fund 2024 Intends To Apply The Sum Of Seven Hundred Fifty-five Thousand Pesos (php 755,000.00) Being The Abc To Payments Under The Contract For The Purchase Of Agricultural Equipment. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 30 Days Upon Receipt Of The Notice To Proceed (ntp). Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 Secretariat Of The Iloilo Provincial Government And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 90 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On September 30, 2024 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (php 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On October 8, 2024 At 9:00 A.m. At The N/a And/or Through Video Conferencing Or Webcasting, Upon Request At Least Three (3) Days Before The Pre-bid Conference, Via Zoom Or Other Videoconferencing Portals, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Iloilo City On Or Before October 22, 2024 At 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On October 22, 2024 At 9:01 A.m.at The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Iloilo City Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. A. The Participating Bidder/supplier Or Its Authorized Representative Must Indicate In Any Of The Eligibility Documents, An Email Address Or A Working Fax Number. The Absence Of Which Shall Be A Ground For Disqualification. Notice To The Bidder/supplier Through The Use Of Either Of These Means (email/fax) Is Considered Sufficient Notice. The Date Of Filing Of Reconsideration And All Communications With The Bac Shall Be Its (bac) Date Of Receipt. B. The Bidder(s)/awardee(s) Or Its Authorized Representative Must Conform To The Notice Of Award Within Three (3) Calendar Days From Receipt Of Such Notice And The Winning Bidder Shall Post The Required Performance Security And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award In Accordance With Section 37.2.1 Of The Revised Irr Of R.a. No. 9184. C. The Bidder/supplier Must Have No Pending Unaccepted Notice To Proceed Three (3) Days From The Date Of Acceptance And Signing Of The Purchase Order. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. D. The Bidder/supplier Must Have No Notice Of Award Pending Its Conformity Three (3) Days From The Date Of Its Receipt Of The Notice Of Award. Otherwise, It Shall Be Aground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. E. The Bidder/supplier Shall Submit A List Of All Its Ongoing And Completed Projects With The Iloilo Provincial Government Indicating The Delivery Periods And Accomplishments Of Such Projects. F. The Bidder/supplier At The Time Of The Bidding Must Have No Pending Unposted Performance Or Warranty Security, As The Case May Be, Beyond The Period Allowed In The Notice Of Award. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. 11. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Bac Secretariat Head 5th Floor, Bids And Awards Committee Iloilo Provincial Capitol Email Address: Ipg_bacs@yahoo.com Website: Iloilo.gov.ph Telephone Number: (033) 336-0736 13. You May Visit The Following Websites For Downloading Of Bidding Documents: Ipg.gov.ph And/or Philgeps.com September 17, 2024 Atty. Dennis T. Ventilacion Chairman, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Wishes To Receive Bids For The Purchase Of Agricultural Equipment With Bid No. Agr-24-1480-b. The Procurement Project (referred To Herein As “project”) Is Composed Of Two (2) Items, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2024 In The Amount Seven Hundred Fifty-five Thousand Pesos (php 755,000.00) 2.2. The Source Of Funding Is: Lgus, The Annual Or Supplemental Budget, As Approved By The Sanggunian. 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. 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. 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. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. C. For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: [select Either Failure Or Monopoly Of Bidding Based On Market Research Conducted] I. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And Ii. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address 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 Three (3) 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. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Complete Bid - One Project Having Several Items That Shall Be Awarded As One Contract In Case Of Complete Bid. Line Bidding/partial Bidding - One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item 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 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Refers To The Contracts To Be Bid Or The Object Of The Contract; B. Completed Within Three (3) Years 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 Art-center,. Nanga, Pototan, Iloilo 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. 15 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.3 No Further Instructions. 20.2 For The Procurement Of Drugs And Medicines And Medical Equipment/supplies, The Bidder Shall Submit The Following: A. Certificate Of Product Registration From Food And Drug Administration (fda) For Easy Validation During The Post-qualification; B. Certificate If Good Manufacturing Practice From Fda, For Easy Validation During The Post-qualification; C. Batch Release Certificate From Fda, For Easy Validation During The Post-qualification; D. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/ Dealer Of The Products / Items For Easy Validation During The Post-qualification; E. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license: S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer); F. License To Operate (lto) Issued By Fda, If Applicable; G. After-sales Services/parts, If Applicable; H. Manpower Requirements, If Applicable. 21.2 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. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project 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 6.1. 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. 6.2. 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 Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered To The Art Center, Nanga, Pototan, Iloilo. 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 Authorized Employee/official Of The Iloilo Provincial Government. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. 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. 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 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. 2.2 Partial Payment Is Not Allowed. 4 The Inspections And Tests That Will Be Conducted Are Through Physical Inspection. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months 1 Mechanical Rice Transplanter- Walk Behind Rice Transplanter 4 4 2 Biomass Shredder Machine 4 4 ___________________________________ Signature Over Printed Name Section Vii. Technical Specifications Bid No.: Agr-24-1501-b Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1. Mechanical Rice Transplanter- Walk Behind Rice Transplanter *classification: Walk Behind Rice Transplanter *number Of Rows: 6 Rows *with 500pcs Seedling Tray *with Manual Seeder *filed Efficiency: 80% (minimum) *power Requirement: 2.48 Hp Or 1.86 Kw (minimum) 2. Biomass Shredder Machine 1. Performance *the Noise Emitted By Biomass Shredder Shall Not Be More Than 96 Db (a), If More Than Will Provide 2 Sets Of Earmuffs *shredding Efficiency Shall Be 90% (minimum) 2. Type: Stationary Or Mobile 3. Orientation Of Blade Assembly: Horizontal/ Vertical 4. Main Shaft: Open/ Closed Cylinder 5. Input Capacity: 1,000kg/hour (minimum) 6. Blade Action: Shredding, Chipping (minimum) 7. Engine: 6.5hp (minimum), Air-cooled Or Water Cooled Gasoline Or Diesel Engine Terms And Conditions 1. All Items Must Delivered Within 30 Days Upon Receipt Of Notice To Proceed (ntp) 2. All Items Must Be Delivered At Art Center, Nanga, Pototan, Iloilo 3. All Items Must Be Brand New 4. All Items Must Have Operator's Manual 5. All Items Must Have Valid Agricultural Machinery Testing And Evaluation Center (amtec) Test Result 6. All Items Must Have A Warranty Period Of 1 Year From The Date Of Acceptance By The End-user/recipient/beneficiary 7. Brand Of Engine For Item No. 1 Offered Must Be Available In The Philippine Market For Atleast 35 Years And 15 Years For Item No. 2 8. All Items Must Be Conducted For A Test Run During Or After Delivery 9. Bidder For All Items Must Have Owned Service Center And Should Have Available Spare Parts And Technician Within Iloilo City Or Lloilo Province 10. Bidder Of All Items Must Have A Permit To Operate Issued By The Department Of Agriculture (da) - Bureau Of Agricultural And Fisheries Engineering (bafe) 11. Bidder Of All Items Must Have A Certificate Of Accreditation Issued By The Department Of Agriculture Philippine Council For Agriculture And Fisheries (da-pcaf) And The National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board 12. Bidder Of All Items Must Provide Training On The Proper Operation Of The Items 13. All Items Must Be Delivered At Their Best Quality And Condition 14. Technical Specification Of Bidding Documents For All Items Shall Be Prepared, Signed And Sealed By An Agricultural And Biosystem Engineer 15. Bidder Of All Items Must Have A Certificate Of Dealership Specific To The Province Of Iloilo 16. All Items Must Have A Reflectorized Logo: 6 Inches Diameter For Province Of Iloilo And 1 Feet Length X 6 Inches Width For Morprores 17. Winning Bidder Must Coordinate With Provincial Agriculture Office Abe Division Prior To The Delivery Of Item Listed Above 18. Line Bid Is Allowed ___________________________________ Signature Over Printed Name Section Viii. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages);or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (e) 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, 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 ⬜ (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 Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (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. 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). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (o) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (p) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.   Bid Form Date: _____________________ Bid No.: ___________________ To: Bids And Awards Committee Iloilo Provincial Government Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers __________, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply/deliver/perform _________________________________________ [description Of The Goods] In Conformity With The Said Pbds For The Sum Of _______________________________________, (php _______________________) [total Bid Amount In Words And Figures] Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: Value Added Tax (vat), Income Tax, Local Taxes, And Other Fiscal Levies And Duties, As Applicable, Which Are Itemized Herein Or In The Price Schedules, If Our Bid Is Accepted, We Undertake: A. To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents (pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Period Specified In The Pbds And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of ____________________________________________________ As Evidenced By The Attached [name Of The Bidder] ______________________________________. [state The Written Authority]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Date: Republic Of The Philippines) City Of ____________________) S.s. Bid Securing Declaration Bid No.: ___________________________ To: Bids And Awards Committee Iloilo Provincial Government Iloilo Provincial Capitol Bonifacio Drive, Iloilo City 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 Procurement 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 No. 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; And 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 ______ __ At ___________________________. _________________________________________________ [signature Over Printed Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me, _______________________ In The _____________________. Affiant Exhibited To Me His Valid Identification Card With Id No. _________________ Issued By: ___________________. Doc No.:______; Page No. _____; Book No.:_____; Series Of: _____; Republic Of The Philippines) City Of _____________________) S.s. Omnibus Sworn Statement (for Sole Proprietorship) I, _______________________________________of Legal Age, Single/married/widow, Filipino, And Residing At ________________________________________, Philippines, After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. I Am The Sole Proprietor Or Authorized Representative Of ______________________________________ With Office Address At ______________________________________; 2. As The Owner And Sole Proprietor, Or Authorized Representative Of _____________________________________, 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 ___________________________________________ [name Of The Project] Of The Iloilo Provincial Government, As Shown In The Attached Duly Notarized Special Power Of Attorney; 3. __________________________________________ 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. __________________________________________ Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. 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; 7. ___________________________________________ Complies With Existing Labor Laws And Standards; And 8. ___________________________________________ 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 ______________________________________. [name Of The Project] 9. _________________________________________ 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/we Have Hereunto Set My/our Hand/s This ______ __ At ___________________________. ________________________________________________ [signature Over Printed Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me, _______________________ In The _____________________. Affiant Exhibited To Me His Valid Identification Card With Id No. _________________ Issued By: ___________________. Doc No.:______; Page No. _____; Book No.:_____; Series Of: _____; Republic Of The Philippines) City Of ____________________) S.s. Omnibus Sworn Statement (for A Partnership Or Cooperative) I, _______________________________________of Legal Age, Single/married/widow, Filipino, And Residing At ________________________________________, Philippines, After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. I Am The Duly Authorized And Designated Representative Of ______________________________ With Office Address At ___________________________________; 2. 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 __________________________________ Of The Iloilo Provincial Government, As Shown [name Of The Project] 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. _____________________________________ 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. _____________________________________ Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. None Of The Officers And Members Of _____________________________________ 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. _____________________________________ Complies With Existing Labor Laws And Standards; And 8. _____________________________________ 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 ______________________________________. [name Of The Project] 9. _____________________________________ 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/we Have Hereunto Set My/our Hand/s This ______ __ At ___________________________. _________________________________________________ [signature Over Printed Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me, _______________________ In The _____________________. Affiant Exhibited To Me His Valid Identification Card With Id No. _________________ Issued By: ___________________. Doc No.:______; Page No. _____; Book No.:_____; Series Of: _____; Republic Of The Philippines) City Of _____________________) S.s. Omnibus Sworn Statement (for A Corporation Or Joint Venture) I, _______________________________________of Legal Age, Single/married/widow, Filipino, And Residing At ________________________________________, Philippines, After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. I Am The Duly Authorized And Designated Representative Of ______________________________ With Office Address At ___________________________________; 2. 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 __________________________________ Of The Iloilo Provincial Government, As Shown [name Of The Project] 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. _____________________________________ 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. _____________________________________ Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. None Of The Officers, Directors, And Controlling Stockholders Of _____________________________________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. _____________________________________ Complies With Existing Labor Laws And Standards; And 8. _____________________________________ Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: E. Carefully Examining All Of The Bidding Documents; F. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; G. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And H. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The ______________________________________. [name Of The Project] 9. _____________________________________ 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/we Have Hereunto Set My/our Hand/s This ______ __ At ___________________________. ________________________________________________ [signature Over Printed Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me, _______________________ In The _____________________. Affiant Exhibited To Me His Valid Identification Card With Id No. _________________ Issued By: ___________________. Doc No.:______; Page No. _____; Book No.:_____; Series Of: _____; Republic Of The Philippines) City Of ____________________) S.s. Performance Securing Declaration Bid No: ____________________ To: Bids And Awards Committee Iloilo Provincial Government Iloilo Provincial Capitol Bonifacio Drive, Iloilo City I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, To Guarantee The Faithful Performance By The Supplier/distributor/manufacturer/contractor/consultant Of Its Obligations Under The Contract, I/we Shall Submit A Performance Securing Declaration Within A Maximum Period Of Ten (10) Calendar Days From The Receipt Of The Notice Of Award Prior To The Signing Of The Contract. 2. I/we Accept That: I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of One (1) Year For The First Offense, Or Two (2) Years For The Second Offense, Upon Receipt Of Your Blacklisting Order If I/we Have Violated My/our Obligations Under The Contract; 3. I/we Understand That This Performance Securing Declaration Shall Cease To Be Valid Upon: A. Issuance By The Procuring Entity Of The Certificate Of Final Acceptance, Subject To The Following Conditions: I. Procuring Entity Has No Claims Filed Against The Contract Awardee; Ii. It Has No Claims For Labor And Materials Filed Against The Contractor; And Iii. Other Terms Of The Contract; Or B. Replacement By The Winning Bidder Of The Submitted Psd With A Performance Security In Any Of The Prescribed Forms Under Section 39.2 Of The 2016 Revised Irr Of Ra No. 9184 As Required By The End-user. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ______ __ At ___________________________. _________________________________________________ [signature Over Printed Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me, _______________________ In The _____________________. Affiant Exhibited To Me His Valid Identification Card With Id No. _________________ Issued By: ___________________. Doc No.:______; Page No. _____; Book No.:_____; Series Of: _____; Email Address: ______________________________________ Statement Of Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Bidder’s Name: Email Address: Bidder’s Address: Fax Number: Tel. Number: Name Of Project Amount Of Contract Date Of Contract Effectivity Owner’s Name And Address Delivery Period Date Of Delivery Date Of Acceptance Signature Over Printed Name Attachments: 1. Purchase Order (po) 2. Acceptance And Inspection Report (air) Statement Of All On-going 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) Bidder’s Name: Email Address: Bidder’s Address: Fax Number: Tel. Number: Name Of Project/s Amount Of Contract Date Of Contract Effectivity Owner’s Names And Address Delivery Period (indicate All Delivery Periods If Staggered Delivery Allowed) End Of Delivery Period Value Of Outstanding Contracts (indicate If Partial Delivery Allowed) No. Of Days From End Of Delivery Period Days Of Approved Extension/ Suspension, If Any Total Value Of Outstanding Contracts (php) Signature Over Printed Name Fill Up All The Columns Accordingly Disclaimer: Non-disclosure Of All On-going Contracts And Details Thereof Is Grounds For Ineligibility And Disqualification.
Closing Soon22 Oct 2024
Tender AmountPHP 755 K (USD 13.1 K)

Food And Drug Administration Tender

Philippines
Details: Description Procurement Of Janitorial Services For Davao Testing And Quality Assurance Laboratory, Tagum City From 01 November To 31 December 2024 Approved Budget For The Contract = Php176,841.52 Procurement Of Janitorial Services For Davao Testing And Quality Assurance Laboratory, Tagum City From 01 November To 31 December 2024 Note /instruction To The Interested Bidders: 1. All Entries Must Be Typewritten Or Legibly Handwritten. The Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omission Of The Required Mandatory Provisions. Interested Bidders May Submit Quotations Provided That Above Matrix Details Are Completely Provided And Shall Be Submitted Using Company Letterhead; 2. Delivery Of Services Shall Be Within 60 Calendar Days Upon Receipt Of Purchase Order (p.o.) 3. Warranty Shall Be For A Minimum Period Of Three (3) Months, In The Case Of Expendable Supplies, Or A Minimum Period Of One (1) Year, In The Case Of Non-expendable Supplies, After Acceptance By The Procuring Entity Of The Delivered Supplies (not Applicable For Lease Of Venue And Rental Of Vehicles). 4. Price Validity Shall Be 60 Calendar Days; 5. Bidders May Submit Original Brochures Showing Certification Of The Product Being Offered, If Applicable; 6. Please Quote Your Government Price(s) Including Vat Or Other Applicable Taxes And Other Incidental Expenses For The Terms Listed/attached. 7. Interested Bidders/suppliers Not Directly Invited May Participate. The Duly Accomplished Rfq With Their Proposal Shall Be Submitted On Or Before The Deadline For Submission Of The Proposal Or Any Extension Thereof. The Following Supporting Documents For The Project Shall Also Be Submitted During Submission Of The Proposal/offers: A. Valid Mayor's Permit; B. Valid Philgeps Registration Number Or (platinum Depends); C. Valid Itr Received And Stamp Or Electronically Submitted (mandatory For Lease Of Venue Regardless Of Abc, For Svp/sswatems - Applicable For Abc Above P 500k) D. Omnibus Sworn Statement (50k For Small Value Procurement) E. Other’s Pe’s Requirements 8. Please Submit Your Best Quotation/s Or Via Email Addressed Directly To: Engr. Ana Trinidad F. Rivera, Msc Chairperson, Centralized Bids And Awards Committee Food And Drug Administration Civic Drive Filinvest, Alabang, Muntinlupa City C/o Atty. Albertito C. Garcia Head Secretariat, Centralized Bids And Awards Committee Or Email At: Bacsec@fda.gov.ph Deadline Of Submission Of Quotation/s Will Be On: Philgeps Closing Date: 9. Late Bids Shall Not Be Accepted; 10. For Other Inquiries/ Concerns About The Items, Please Contact Bac Secretariat At Bacsec@fda.gov.ph; 11. The Food And Drug Administration Reserves The Right To Reject Any And All Bids, Declare A Failure Of The Procurement, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Incurring Any Liability To The Affected Bidder Or Bidders. 12. Warranty (section 62 Of The Revised Irr Of Ra 9184): For The Procurement Of Goods, In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Security Shall Be Required From The Contract Awardee For A Minimum Period Of Three (3) Months, In The Case Of Expendable Supplies, Or A Minimum Period Of One (1) Year, In The Case Of Non-expendable Supplies, After Acceptance By The Procuring Entity Of The Delivered Supplies. The Obligation For The Warranty Shall Be Covered By Either Retention Money In An Amount Equivalent To At Least One Percent (1%) But Not To Exceed Five Percent (5%) Of Every Progress Payment, Or A Special Bank Guarantee Equivalent To At Least One Percent (1%) But Not To Exceed Five Percent (5%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of Warranty Period Or, In The Case Of Expendable Supplies, After Consumption Thereof; Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. 13. Liquidated Damages (section 68 Of The Revised Irr Of Ra 9184): All Contracts Executed In Accordance With The Act And This Irr Shall Contain A Provision On Liquidated Damages Which Shall Be Payable By The Contractor In Case Of Breach Thereof. For The Procurement Of Goods, Infrastructure Projects And Consulting Services, The Amount Of The Liquidated Damages Shall Be At Least Equal To One-tenth Of One Percent (0.001) Of The Cost Of The Unperformed Portion For Every Days Of Delay. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity May Rescind Or Terminate The Contract, Without Prejudice To Other Courses Of Action And Remedies Available Under The Circumstances. End-user Technical Specification Technical Specifications Procurement Of Janitorial Services For Davao Testing And Quality Assurance Laboratory, Tagum City From 01 November To 31 December 2024 Statement Of Compliance Minimum Technical Specification Supplier’s Specification Supplier Declaration To The supplier’s Specifications (state Whether “comply” Or “not Comply” Only). Submit A Proposal Or Any Documentation To Support Compliance Documentary Requirements  Philgeps Registration  Valid Mayor’s/business Permit  Notarized Omnibus Sworn Statement  Income Tax Return (above 500k) Terms Of Reference Project Title: Procurement Of Janitorial Services For Davao Testing And Quality Assurance Laboratory (dtqal) Located At Tagum City For The Period November 1to December 31, 2024 I. Objective The Davao Testing And Quality Assurance Laboratory Needs To Maintain A Clean And Healthy Working Environment For All Its Officials And Employees. As A Result, Acquisition Of A Reputable Provider Of, 1.) Efficient Janitorial Services And 2.) Trained Janitorial Personnel Is Desirable To Provide Adequate And Reliable Maintenance Services To Fda-dtqal. An Efficient And Effective Service Provider Shall Ensure Orderliness And Sanitation Including Buildings, Facilities And Grounds. The Overall Satisfactory Output Supports Fda-dtqal Day-to-day Operational Capacity. The Service Agency/provider Should Be Registered Under The Dole Department Order No. 174, Series Of 2017, And License To Engaged In (the Business) Of Cleaning, Janitorial Services, Sanitation, And Related Services. The Terms Of Reference To Janitorial Services (hereinafter The “terms Of Reference”) Set Forth The Terms And Conditions Applicable Between The Service Provider And Client. The Service Provider Will Provide Janitorial, Cleaning And Maintenance Services For The Premises Used And Occupied By “the Client” Hereafter Called Davao Testing And Quality Assurance Laboratory (dtqal). Ii. Approved Budget For The Contract (abc) The Engagement Of The Service Provider Shall Be For The Period Of Three Months (3) Months, With An Approved Budget Amounting To One Hundred Seventy-six Thousand Eight Hundred Forty-one Pesos And 52/100 Centavos (php176,841.52). Iii. Cost Distribution Cost Breakdown For 1 Nov. To 31 Dec. 2024 Janitor (5-day Work Per Week) Daily Wage (as Per Dole Wage Order, 2nd Trance Effective 01 September 2024) 481 No. Of Days (october 16 To December 31, 2024) 43 A Payable Directly To Employee 1 Basic Salary (dw X No. Of Days /3) 2 13th Month Pay(average Pay / 12 Mos) 3 5 Days Incentive Pay [(dw) X 5 / 12] 4 Uniform Allowance Sub-total B Amount Payable To The Government 1 Sss Premium 2 Philhealth Contribution 3 Ecc 4 Pag-ibig Fund Sub-total C. Total Amount To Employee And Government Per Month D No. Of Personnel Deployed E. Labor Cost Per Month F. Administrative Fee – Per Dole Do No. 174-17 Section 11.b.ii (labor Cost X Not Less Than 10% G Add: Vat (12%) K Total Contract For 6 Janitors Per Month K Total Contract For The Two (2) Months Duration For 6 Janitors Iv. Technical Specification A. Place Of Assignment The Service Provider Shall Assign Personnel In The Following Premises: Location No. Of Janitors Statement Of Compliance Pantry/staff Lounge Men’s & Women’s Toilet (lobby) Receiving/releasing Unit/admin. Office Office Of The Laboratory Head Cosmetic Analysis Room, Corridors Corridors (outside Indoor Garden) Lobby/receiving Area/corridors/stairs Cashier’s Room, Library/conference Room 1 Food Analysis Room/ Hot Room/ Instrument Room I/ Icp-oes Equipment Room Food Staff Room/balcony/corridor/wash Room I/ Indoor Garden I/ Staff Lounge 1 Corridors (outside Indoor Garden) Men’s & Women’s Toilet (laboratory) 1 Instrument Room Ii/instrument Room Iii Drug Analysis Room/corridor/wash Room Ii Indoor Garden Ii/electrical/utility Room Pharma Pantry/staff Lounge Antibiotic Staff Room/ Analytical Room Biohazard Room Chemical Storage Room 1 Microbiological Clean Room Media Preparation Room 1 And 2 Staff Room/staff Lounge Corridor (outside/pebbles) Electrical Room/pump House Waste Storage Room 1 Ground Works Chemical Reagent Storage Building Generator House Garbage Collection Facility Stp (surroundings) Pump House/road Ways 2 In Addition, The Janitor Shall Be Evaluated Monthly By The Office Of Their Assignment. B. Qualifications Of The Service Provider Particulars/specifications Statement Of Compliance 1.years Of Experience A. The Service Provider Must Have At Least Three (3) Years Of Experience On Similar Contract. B. The Service Provider Must Submit Certified Copy Of Summarized List Of Similar Contracts Indicating The Names Of Establishments And Period Of Contract From 2021 To Date. 2.liquidity A. The Service Provider Must Have A Net Financial Contracting Capacity To Enter Into A Contract With Dtqal. B. The Service Provider Must Show Net Financial Contracting Capacity At Least Equal To The Approved Budget For The Contract (abc) Or Committed Line Of Credit At Least Equal To 10% Of Abc. 3.organizational Set-up A. The Service Provider Must Be A Duly Licensed And Registered Service Provider With The Department Of Labor And Employment. B. The Service Provider Must Be Duly Registered With Securities And Exchange Commission, Department Of Trade And Industry, Or Cooperative Development Authority. C. The Service Provider Must Be Duly Registered With The Social Security System (sss), Home Development Mutual Fund (pagibig) And Philippine Health Insurance Corporation (philhealth). D. The Service Provider Must Be Duly Registered With The Bureau Of Internal Revenue. E. The Service Provider Must Present An Organizational Structure Showing The Availability Of Competent Manpower To Perform Janitorial Services To The Client. C. Work Schedule Particulars/specifications Statement Of Compliance 1.official Time A. The Service Provider Must Provide A Janitorial Force Consisting Of Six (6) Janitorial Personnel, Who Shall Work From Monday To Friday B. Janitors Must Follow An Eight (8) Hours Duty From Monday To Friday In Shifting Schedule As Follows: 7:00 Am To 12:00 Nn And 1:00 Pm To 4:00 Pm (monday To Friday) 2.the Service Provider Must Provide A Reliever/replacement For Absent Personnel To Ensure The Continuity Of Its Services To The Client At Designated Premises. 3. The Service Provider Must Provide Written Notice Three (3) Days Before Their Absence Or In Case Of Emergency At Least Two (2) Hours Before, To The Dtqal Whenever Client- Accredited Janitor Will Be Relieved/replaced. 4.sleeping And Other Violative Acts While On Duty Are Not Allowed. The Service Provider Must Impose Disciplinary Action To Its Janitorial Personnel Caught While On His/her Duty. D. Workwear Particulars/specifications Statement Of Compliance 1.the Service Provider Must Provide Proper Uniforms Or Workwear And Instruct Janitorial Personnel To Wear The Same While Inside The Premises On Official Time. 2.the Service Provider Must Provide Safety Work Clothing (or Equivalent Personal Protective Suit) While Performing Critical Tasks With Identified Risk(s) To Health And Safety Of Personnel. E. Qualifications Of Janitorial Personnel Particulars/specifications Statement Of Compliance 1.the Service Provider’s Personnel Must Undergo A Prior Screening By Their Office And Acceptance By Client’s Laboratory Head. The Janitorial Personnel Must Have The Following Qualifications: A. Filipino Citizen (shown Through The Birth Certificate); B. High School Graduate Evidenced By A High School Diploma/graduate For Janitors Or Certification Of Highest Educational Attainment For College Undergraduate; C. Of Legal Age; D. Must Be Physically Fit To Work. Medical Certificate /clearance From A Government Physician, As Well As Drug Test Results Must Be Submitted; E. Must Be Of Good Moral Character, Reputation Courteous, Alert And Without Any Criminal Or Police Record. Police And National Bureau Of Investigation (nbi) Clearances Must Be Submitted. 2.the Selection Pattern Shall Commence By Submitting Documentation As Follows: A. Medical Certificates – Mentally And Physically Fit Including Satisfactory Drug Test Result; B. Police And Nbi Clearances; C. Personal Data Sheet/resume With 1 X 1 Picture; D. Social Security Number (sss) And Photocopy Of Sss Membership Card; E. Residence Certificate; F. Employment Certificates (to Those With Experiences); G. 2 X 2 Picture. 3.duties And Responsibilities Of The Assigned Janitorial Personnel Shall Include But Not Limited To The Following: A. Maintains The Cleanliness And Orderliness Of The Building And Premises. This Includes Protection Of Properties From Damage Or Destruction In Connection With The Janitorial Activities Rendered, Preservation Of Confidentiality Of Client Records, And Proper Collection And Disposal Of Garbage; B. Miscellaneous Services To Be Performed Whenever Required I.e., Logistical Assistance During Meetings And Conferences; Hauling Of Laboratory Consumables, Office Furniture, Fixtures And Equipment; And Other Necessary Errand Works Within And Outside The Client Premises, As Requested By Clients’s Officials And Personnel; C. One (1) Janitorial Personnel Should Be Skilled In Electrical Works And One (1) In Painting, Masonry And Plumbing For Maintenance Of The Client’s Office Building. F. Scope Of Services Particular/specification Statement Of Compliance 1.the Service Provider Must Perform Two (2) Work Sets Of Packages For The Client; A. Package One (1) Of Work Shall Include Building Maintenance And Package Two (2) Shall Include Other Ground Maintenance; B. Must Provide Assistance During Transfer Of Office Furniture/equipment Within The Premises; C. Must Provide Assistance On Performing Messengerial Work And Extra Hour Services During Special Occasions At Fda-dtqal. 2.daily Routine For Building Maintenance (package 1) Of Janitorial Personnel To The Client Shall Include The Following: A. Sweeping, Dusting And Polishing The Floors Of All Rooms, Corridors, Lobbies Stairs And Entrance To Areas Specified By The Client; B. Cleaning And Wiping Of All Office Tables, Laboratory Tables, Glass Tops, Furniture And Fixtures, Window Ledges, Counters, Doorknobs And Glass Partitions; C. Cleaning And Sanitizing Of Comfort Rooms, Bath And Kitchen Sinks And Counters And Removal Of Stains From Floors And Other Surfaces; D. Assist In Disinfecting Of Specialized Working Area And All Applicable Equipment/instruments Of The Laboratory Following The Standard Procedure Of The Laboratory; E. Washing/cleaning Of All Laboratory Glasswares And Other Laboratory Resources; F. Fetching Water And Filling Of Containers In The Comfort Rooms During Water Service Interruptions; G. Cleaning Of Driveways, Parking Spaces And Surroundings Of The Building; H. Assist In The Proper Disposal Of Solid Waste Collected From Various Parts Of The Assigned Area To The Designated Trash/waste Dumping Area Within The Compound; I. Upkeep Of Indoor Potted Plants. 3. Weekly Routine For Building Maintenance (package 1) Of Janitorial Personnel To The Client Shall Include The Following: A. Spot Scrubbing, Dirt Stain Removal And Cleaning Of Rugs; B. Thorough Cleaning, Washing And Scrubbing Of All Comfort Rooms; C. Cleaning And Polishing Of Inner Surface Of All Window Glasses, Sun Baffles, Walls, Counters, Light Diffusers, Picture Frames And Wall Hanging; D. Wash, Scrub, Vacuum Cleaning, Wash Strip, Re-wax And Polish Floors; E. Dusting And Removal Of Cobwebs Of All Rooms. 4. Monthly Routine For Building Maintenance (package 1) Of Janitorial Personnel To The Client Shall Include The Following: A. General Polishing Of Outer Surfaces Of Glass Windows & Doors; B. Cleaning Of Ornamental Plants And Polishing Of Metal Signs; C. Cleaning Of Draperies And Blinds; D. Cleaning Of Gutters; E. Thorough And General Cleaning Of All Areas; F. Thorough Shampooing Of All Rugs/carpets; 5. Miscellaneous Routine For Building Maintenance (package 1) Of Janitorial Personnel To The Client Shall Include The Following: A. Carrying, Transporting To Or Moving Of Office Furniture-equipment, Supplies Within The Premises That May Be Assigned From Time To Time; B. Report To The Laboratory Head Of Dtqal The Water Leaks Or Any Defective Plumbing Fixtures, Electrical Installations And Broken Or Damaged Furniture And Fixtures That Need Immediate Repair; C. Messengerial Work Limited To Delivery Of Documents Provided That The Supervisor/employee Concerned Shall Be Held Responsible For The Aforementioned Task. 6. Daily Routine For Ground Maintenance (package 2) Of Janitorial Personnel To The Client Shall Include The Following: A. Sweeping And Cleaning Of Rubbish And Leaves; B. Emptying Of Trash Cans, Clearing/collection Of Refuse And Dumping Thereof At The Designated Dumping Site; C. Upkeep Of Ornamental Plants, Trees And Other Foliage. 7. Weekly Routine For Ground Maintenance (package 2) Of Janitorial Personnel To The Client Shall Include The Following: A. Cutting And Pulling Of Wild Plants And Grasses; B. Trimming Of Ornamental Plants; C. Planting Of Ornamental Plants That The Client May Provide. 8. Monthly Routine For Ground Maintenance (package 2) Of Janitorial Personnel Shall Include Potholes Filling With Materials That The Client Provides. 9. Quarterly Routine For Ground Maintenance (package 2) Of Janitorial Personnel To The Client Shall Include The Following: A. Cleaning Of Gutters To Prevent Water Stagnation; B. Putting Fertilizers Or Spraying On Plants With Pesticides To Be Provided By The Client. I. Contract Management And Implementation A. Furnishing Of Bond-the Service Provider Shall Furnish To The Dtqal With A Valid And Sufficient Performance Bond In Accordance With The Rules Set Forth Under Government Procurement Reform Act (r.a No. 9184) And Its 2016 Implementing Rules And Regulations (irr) B. Wage And Mandated Benefit Increase-should There Be Any Wage Or Mandated Benefit (i.e., Sss, Pag-ibig And Philhealth) Increase In Favor Of The Assigned Janitorial Personnel Subsequent To The Execution Of The Contract Pursuant To A Law, Executive Order, Decree Or Wage Order, The Service Provider Must Inform The Dtqal In Writing Of The Wage Increase To Allow The Latter To Undertake The Appropriate Measures To Address The Same Before Its Implementation, Subject To The Accounting And Auditing Rules And Regulations And Upon Showing Actual Payment Made To Their Employees C. Employer-employee Relationship – It Is Expressly Understood That No Employee-employer Relationship Exists Between The Parties Of Their Employees, Representatives And Agents. The Dtqal Shall Not Be Responsible For Any Claims For General Injury, Including Death Sustained By The Janitorial Personnel Or Any Third Person Arising Out Of Or In The Course Of The Performance Of The Functions Of The Janitors Pursuant To This Contract D. Liability For Losses And Damages - The Service Provider Shall Be Responsible For Any Loss Or Damage That May Be Incurred By Its Janitorial Personnel. The Dtqal May Suspend Or Withhold Whatever Contract Payments May Be Due The Service Provider Should They Fail To Pay Such Losses Or Damages Within Fifteen (15) Days From The Date Of Notice, Or Until Such Loss Or Damage Shall Have Been Duly Paid, Restituted Or Repaired By The Service Provider, Or Go After The Performance Bond Set Forth In This Contract Agreement. Likewise, The Dtqal Has The Option To Demand Payment For The Replacement Value Of The Lost Properties, Or Its Replacement By Another At Least Substantially In The Same Condition As The Former E. Compliance With The Fda Rules And Regulations - The Service Provider Shall Maintain Effective Discipline And Full Control And Supervision Over The Janitorial Personnel Assigned Under This Contract Agreement, As Well As The Manner Of Performance Of Their Duties. However, The Service Provider Binds Itself To Cause The Implementation And Enforcement Of Any And All Rules, Regulations Or Directives That Dtqal May Issue Concerning The Conduct Of Said Janitorial Personnel F. The Service Provider Must Maintain A Very Satisfactory Level Of Performance Throughout The Term Of The Contract Based On A Prescribed Set Of Performance Criteria The Service Provider Must Obtain At Least 80% Score, The Minimum Score For Satisfactory Rating. G. The Performance Criteria To Be Applied Shall Include The Following: No. Criteria Weight 1 Quality Of Service /cleaning Standard 40 2 Scheduling And Time Management 10 3 Safety Awareness Of Personnel 20 4 Compliance To Contract Requirements 20 5 Work Ethics And Personnel Management 10 Total 100% H. Should Any Portion Of This Agreement Be Declared Void Such Portion Shall Not Affect The Other Provisions Of The Contract. I. Evaluation Checklist Should Be Enhanced To Include Specific Duties And Responsibilities (e.g. Garbage Disposal, Daily Routine, Cleaning, Checking Of Consumables, Et. Al.) J. Examples Of Performance Measures I. Satisfactory Performance Of The Service Provider To The Conduct And Execution Of Daily Housekeeping Routine Services On Each Building; Ii. Satisfactory Performance Of The Service Provider Relative To The Conduct And Execution Of Monthly Routine Housekeeping Services For Each Building; Iii. Satisfactory Performance Of The Service Provider Relative To The Conduct And Execution Of Quarterly Routine Housekeeping Services For Each Building; Iv. Gardens Are Well Kept, Watered, Fertilized And Plants Are Distinctively Robust; V. Grounds Are Clean And Grasses Are Trimmed To Acceptable Heights And Proportion; Vi. Collection Of Garbage From Every Office/room Before End Of Working Day Is Accomplished; Vii. Daily Collection And Disposal Of Garbage From Buildings/offices Should Be In Accordance With The Waste Disposal Management/scheme Of The Dtqal; Viii. Submission Of A Complete And Updated List Of Janitors’ Personal Data Sheet Every Month Or Upon Demand; Ix. Immediate Provision Of Acceptable Relievers And Replacements When Necessary; X. Appropriate Notice To The Dtqal Is Given Whenever Relievers/replacement Are Deployed; Xi. No Verified Complaint Of Non Or Underpayments Of Janitor’s Benefits, Salaries Or Wages; Xii. Submission Of Regular Schedule For Areas To Be Cleared; Xiii. Monthly Submission Of Complete And Accurate Accomplishment Reports To The Dtqal; Xiv. Submission Of Complete And Accurate Written Report Before The Close Of Next Business Day Of Incidents Involving The Service Provider Janitorial Staff; Xv. Appropriate And Immediate Submission Of Reports On Any Lost Or Found Items To Respective Aos And Supervisors; Xvi. Janitors Are Presentable, Groomed, Well-dressed Hygienic And Clean; Xvii. Janitors Working With Complete Tools, Proper Preventive Gears And Supplies; Xviii. No Reported Theft And Misconduct Where The Service Provider Janitor Is Involved; Xix. All Required Incident Reports Prepared, Accurately Done And Forwarded On Time; Xx. Suspension And/or Replacement Of Janitors Found Under The Influence Of Liquor Or Other Intoxicating Substance Or Prohibited Drugs. A. Based On The Assessment, The Fda May Pre Terminate The Contract For Failure Of The Service Provider To Perform Its Obligation Thereon Following The Procedure Prescribed In 53 Annex I On The Guidelines On Termination Of Contract Of The 2016 Rirr Of Ra 9184 And Succeeding Relevant Amendments Thereof; B. The Fda Dtqal Has The Right To Effect Changes In Assignment/deployment Of The Janitors At Any Time During The Contract Period Through A Written Notice To The Service Provider. It Is Agreed Further That The Number Of Janitors May Be Increased Or Decreased At The Discretion Of The Fda-dtqal Depending Upon The Need And In The Exigency Of The Service Subject To The Existing Accounting And Auditing Rules And Regulations; C. The Service Provider May Express In Writing The Problems/ Difficulties That May Arise In The Performance Of Their Work And Provide Suggestions And Recommendations Through The Dtqal For Fda’s Management Review And Approval; D. The Fda Reserves The Right To Pre-terminate The Contract If The Service Provider Is Not Complying With The Terms And Conditions Of The Contract/agreement. In Such A Case, Fda Shall Notify The Service Provider At Least Thirty (30) Calendar Days Prior To The Effectivity Of The Pre-termination; E. All Taxes Payable To The Government Shall Be Borne By The Service Provider. I. Period Of Contract A. The Contract Of Service Shall Be For A Period From October 16 To December 31, 2024 Or Shall Commence Right After The Signing Of Notice To Proceed And Shall End On December 31, 2024. B. Extension Of Contract Is Subject To The Provisions Of R.a. No. 9184 And Its 2016 Irr. The Extended Term Shall Automatically Terminate Upon Effectivity Of A New Contract. J. Terms Of Payment Particular/specification Statement Of Compliance Payment To Service Provider Shall Be Made On A Semi-monthly Or Monthly Basis Upon Submission Of Claim For Payment Supported By: A. A Certification By The Concerned Office That The Services For Which Payment Is Being Claimed Have Been Rendered Or Delivered In Accordance With The Terms Of The Contract And Have Been Duly Accepted. B. Certified True Copy Of Payroll Of Janitorial Personnel; And C. A Certification From The Service Provider That It Has Fully Paid All Wages Of The Janitorial Personnel For The Preceding Month In Accordance With The Provisions Of The Minimum Wage Law, The New Labor Code, And Other Pertinent Laws And Decrees. Price Schedules For Goods (services) Offered Computation: The Following Is The Price Schedule Or Template To Be Used For Comparing The Bid Price Of Each Bidder Including Computation Of The Monthly Labor Cost. The Lowest Complying And Responsive Total Bid Shall Be Declared As The Winning Bidder: Note: Bid Price Will Be Base On A 1 Month Computation Of Labor Cost, Administrative Cost And Value Added Tax. Multiply By The No Of Months/project Duration As Shown On The Table Below: A. Labor Cost: Composed Daily Wages Of 6 Janitors For A Month, Includes 13th Month Pay, Five Days Incentive And Indirect Labor Cost Such As Sss Premium, Philhealth Contributions, Ecc And Pagibig Fund (as Per End User’s Computation) B. Administrative Cost/overhead Expenses (estimated Percentage Of The Labor Cost) ___% X Labor Cost C. Value Added Tax (12% Of A + B) Total (a+b+c) Cost For A Month • Multiply By No. Of Months (duration Of Project) Total Cost Note: The Computation Of Abc Is Based On A 1 Month Computation Of Labor Cost, Administrative Cost/overhead And Value Added Multiply By Three Months All Bid Prices For The Duration Of The Contract Shall Be Fixed And Shall Not Be Adjusted During The Implementation Except For The Following: 1. Increase In Minimum Daily Wage Pursuant To Law Of New Wage Order Issued After Date Of Bidding; 2. Increase In Taxes. I Hereby Certify That The Statement Of Compliance To The Foregoing Technical Specifications Are True And Correct, Otherwise, If Found False Either During The Bid Evaluation Or Post Qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. _______________________________________________ _____________________ Name Of Company/bidder Date _______________________________________________ Signature Over Printed Name Of Authorized Representative
Closing Soon21 Oct 2024
Tender AmountPHP 176.8 K (USD 3 K)

Province Of Iloilo Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Bids And Awards Committee Iloilo Provincial Government Procurement Of Office Equipment Bid No. Agr-24-998-b (rebid) Philippine Bidding Documents Sixth Edition July 2020 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 5 1. Scope Of Bid 5 2. Funding Information 5 3. Bidding Requirements 5 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 5 5. Eligible Bidders 5 6. Origin Of Goods 6 7. Subcontracts 7 8. Pre-bid Conference 7 9. Clarification And Amendment Of Bidding Documents 7 10. Documents Comprising The Bid: Eligibility And Technical Components 7 11. Documents Comprising The Bid: Financial Component 7 12. Bid Prices 8 13. Bid And Payment Currencies 8 14. Bid Security 8 15. Sealing And Marking Of Bids 9 16. Deadline For Submission Of Bids 9 17. Opening And Preliminary Examination Of Bids 9 18. Domestic Preference 9 19. Detailed Evaluation And Comparison Of Bids 9 20. Post-qualification 10 21. Signing Of The Contract 10 Section Iii. Bid Data Sheet 11 Section Iv. General Conditions Of Contract 12 1. Scope Of Contract 12 2. Advance Payment And Terms Of Payment 12 3. Performance Security 12 4. Inspection And Tests 12 5. Warranty 13 6. Liability Of The Supplier 13 Section V. Special Conditions Of Contract 14 Section Vi. Schedule Of Requirements 16 Section Vii. Technical Specifications 17 Section Viii. Checklist Of Technical And Financial Documents 21 Section I. Invitation To Bid Purchase Of Office Equipment Bid No. Agr-24-998-b (rebid) 1. The Iloilo Provincial Government Through The General Fund 2024 Intends To Apply The Sum Of Six Hundred Seventy-five Thousand Five Hundred Eighty-eight Pesos (php 675,688.00) Being The Abc To Payments Under The Contract For The Purchase Of Office Equipment. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 14 Days Upon Receipt Of The Notice To Proceed (ntp). Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 Secretariat Of The Iloilo Provincial Government And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On October 15, 2024 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (php 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On N/a At 9:00 A.m. At The N/a And/or Through Video Conferencing Or Webcasting, Upon Request At Least Three (3) Days Before The Pre-bid Conference, Via Zoom Or Other Videoconferencing Portals, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Iloilo City On Or Before October 22, 2024 At 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On October 22, 2024 At 9:01 A.m.at The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Iloilo City Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. A. The Participating Bidder/supplier Or Its Authorized Representative Must Indicate In Any Of The Eligibility Documents, An Email Address Or A Working Fax Number. The Absence Of Which Shall Be A Ground For Disqualification. Notice To The Bidder/supplier Through The Use Of Either Of These Means (email/fax) Is Considered Sufficient Notice. The Date Of Filing Of Reconsideration And All Communications With The Bac Shall Be Its (bac) Date Of Receipt. B. The Bidder(s)/awardee(s) Or Its Authorized Representative Must Conform To The Notice Of Award Within Three (3) Calendar Days From Receipt Of Such Notice And The Winning Bidder Shall Post The Required Performance Security And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award In Accordance With Section 37.2.1 Of The Revised Irr Of R.a. No. 9184. C. The Bidder/supplier Must Have No Pending Unaccepted Notice To Proceed Three (3) Days From The Date Of Acceptance And Signing Of The Purchase Order. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. D. The Bidder/supplier Must Have No Notice Of Award Pending Its Conformity Three (3) Days From The Date Of Its Receipt Of The Notice Of Award. Otherwise, It Shall Be Aground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. E. The Bidder/supplier Shall Submit A List Of All Its Ongoing And Completed Projects With The Iloilo Provincial Government Indicating The Delivery Periods And Accomplishments Of Such Projects. F. The Bidder/supplier At The Time Of The Bidding Must Have No Pending Unposted Performance Or Warranty Security, As The Case May Be, Beyond The Period Allowed In The Notice Of Award. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. 11. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Bac Secretariat Head 5th Floor, Bids And Awards Committee Iloilo Provincial Capitol Email Address: Ipg_bacs@yahoo.com Website: Iloilo.gov.ph Telephone Number: (033) 336-0736 13. You May Visit The Following Websites For Downloading Of Bidding Documents: Ipg.gov.ph And/or Philgeps.com October 7, 2024 Atty. Dennis T. Ventilacion Chairman, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Wishes To Receive Bids For The Purchase Of Office Equipment With Bid No. Agr-24-998-b (rebid). The Procurement Project (referred To Herein As “project”) Is Composed Of Eight (8) Items, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2024 In The Amount Of Six Hundred Seventy-five Thousand Five Hundred Eighty-eight Pesos (php 675,688.00) 2.2. The Source Of Funding Is: Lgus, The Annual Or Supplemental Budget, As Approved By The Sanggunian. 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. 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. 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. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. C. For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: [select Either Failure Or Monopoly Of Bidding Based On Market Research Conducted] I. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And Ii. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address 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 Three (3) 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. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Complete Bid - One Project Having Several Items That Shall Be Awarded As One Contract In Case Of Complete Bid. Line Bidding/partial Bidding - One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item 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 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Refers To The Contracts To Be Bid Or The Object Of The Contract; B. Completed Within Three (3) Years 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 Iloilo Provincial Agriculture Office 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. 15 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.3 No Further Instructions. 20.2 For The Procurement Of Drugs And Medicines And Medical Equipment/supplies, The Bidder Shall Submit The Following: A. Certificate Of Product Registration From Food And Drug Administration (fda) For Easy Validation During The Post-qualification; B. Certificate If Good Manufacturing Practice From Fda, For Easy Validation During The Post-qualification; C. Batch Release Certificate From Fda, For Easy Validation During The Post-qualification; D. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/ Dealer Of The Products / Items For Easy Validation During The Post-qualification; E. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license: S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer); F. License To Operate (lto) Issued By Fda, If Applicable; G. After-sales Services/parts, If Applicable; H. Manpower Requirements, If Applicable. 21.2 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. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project 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 6.1. 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. 6.2. 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 Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered To The Iloilo Provincial Agriculture Office. 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 Authorized Employee/official Of The Iloilo Provincial Government. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. 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. 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 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. 2.2 Partial Payment Is Not Allowed. 4 The Inspections And Tests That Will Be Conducted Are Through Physical Inspection. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months 1 Desktop Computer 8 8 2 Laptop Computer 2 2 3 Printer 6 6 4 Printer 1 1 5 Document Sanner 1 1 6 Projector With Pointer 1 1 7 Portable Speaker With Wireless Microphone And Lapel 2 2 8 Web Camera 3 3 ___________________________________ Signature Over Printed Name Section Vii. Technical Specifications Bid No.: Agr-24-998-b (rebid) Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1. Desktop Computer *processor: 12mb Smart Cache, 4-cores, 8-threads; 3.30 Ghz Performance-core Base Frequency Or Its Equivalent *motherboard: H610 Motherboard With 6+1+1 Hybrid Phases Digital Vrm Design, Pcle 4.0 Design, Gen3x4 M.2, Anti-sulfur Resistor, Smart Fan 6, Minimum *memory: 8gb Ddr4 3200mhz, Minimum *storage: 250gb M.2 Nvme Ssd + 500gb Sata 3.5" Hdd, Minimum Graphics: Integrated Hd Graphics That Supp Or Better Orts 4096 X 2160 @ 60hz Hdmi Resolution, *case: Micro Atx Case, Pre-installed Fan: 4 X 12cm, 4-fixed Color Center Lighting Fan, Front Panel: Tempered Glass, Or Better *psu: 650w 80+bronze, Minimum *ups: 650 Va/360 Watts, Output Voltage (vac) 230+10% Runtime At 90w (16min) Outlets: Universal X3 Energy Saving Technology Feature Automatic Voltage Regulation Function Generator Compatible With Led Status Indicator *monitor: Display Size: 19.5" Or Wider *accessories: Usb Keyboard And Mouse, Mousepad/speaker *os: License Windows 11 Home 64bit Or Better *warranty: 1 Year Warranty 2. Laptop Computer *os: License Windows 11 Pro 64bit, Or Better *processor: 6-cores, 8- Threads, 10mb Cache, 4.4ghz Or Its Equivalent Turbo Frequency, Or Better *memory: 8gb Ddr, Minimum *display: 15.6" Ips Fhd, Minimum *storage: 512gb Ssd, Minimum *networking: Wireless Wi-fi 6 Ax211, Gigabit Ethernet, Minimum *1/0 Ports: Usb Type- C, Minimum *usb Standard A Microsd Card Reader Rhternet (rj-45) Port, Dc-in Jack For Ac Adapter Hdmi 2.0 Port With Hdcp Support *camera: 1280 X 720 Resolution 720 Hd Video At 30 Fps With Temporal Noise Reduction, Or Better 3. Printer *print Function Only *a4 Simplex (black/color): Up To 9.0 Ipm, Minimum *number Of Paper Tray: 1 *paper Hold Capacity: -input Capacity: Up To 50 Sheets Of Plain Paper (75g/m2),minimum -maximum Paper Size: 8.5"x14" -paper Sizes: A4, Letter, Legal (8.5"x14' -paper Feed Method: Friction Feed -print Margin: 3mm Top, Left, Right, Bottom Via Custom Setting In Printer Driver, Minimum 4. Printer *copy, Scan & Print Function; Wifi Ready *copying: -copies From Standalone: 20 Copies, Minimum -maximum Copy Resolution: 600 X 600 Dpi Or Better -copy Size: A4, Letter, Minimum - A4 Simplex (black/color): Up To 7.0ipm/1.7ipm, Minimum *scanning: -scanner Type -flatbed Color Image Scanner -sensor Type: Cis -optical Resolution: 600 X 1200 Dpi, Minimum -maximum Scan Area: 216 X 297 Mm, Minimum -scanner Bit Depth (color): 48-bit Input, 24-bit Output -scanner Bit Depth (grayscale): 16-bit Input, 8-bit Output -scanner Bit Depth (black & White): 16-bit Input, 1-bit Output Printing Technology: -print Method: On-demand Inkjet (piezoelectric) -printer Language: Esc/p-r, Esc/p Raster -nozzle Configuration: 180 X 1 Nozzle Black, 59 X 1 Nozzle Per Colour (cyan, Magenta, Yellow) -maximum Resolution: 5760 X 1440 Dpi Or Better Paper Handling: -number Of Paper Tray: 1 -standard Paper Input Capacity: Up To 100 Sheets Of Plain Paper (80g/m2), Up To 20 Sheets Of Premium Glossy Photo Paper -output Capacity: Up To 30 Sheets Of Plain Paper (80g/m2), Up To 20 Sheets Of Premium Glossy Photo Paper -maximum Paper Size: 215.9 X 1200 Mm, Or Better -paper Sizes: Legal (8.5" X 14"), Indian-legal (215 X 345mm), 8.5" X 13", Letter, A4, 16k (195 X 270mm), B5, A5,b6,a6, Hagaki (100 X 148mm), 5" X 7", 5" X 8", 4" X 6", Envelope #10, Dl, C6, Minimum -print Margin: 0mm Top, Left, Right, Bottom, Minimum 5. Document Sanner *scanning Speed: 15ppm, Minimum *documents Size- Multiple Sheets- Width 50.8mm To 215.9mm Or Better *documents Size- Single Sheet- Width 50.8mm To 215.9mm, Minimum *documents Size- Single Sheet- Width 86.4mm To 1,828.8mm *colour Depth-input 48-bit Colour Processing-colour Depth- *output 24-bit Colour Processing *resolution- Optical Max. 600 Dpi X 600 Dpi Or Better *resolution- Interpolated Max. 1,200 Dpi X 1,200 Dpi, Or Better 6. Projector With Pointer *native Resolution: 1280 X 800 Or Better *maximum Resolution: 1920 × 1200, Or Better *standard Mode Brightness: 5000 Lumens, Minimum *native Aspect Ratio: 16:10 Contrast Ratio 20,000:1, Or Better *digital Zoom: 2x *colour Supported: 1:07 Billion Colors (30-bit), Or Better *number Of Lamps: 1 Minimum *lamp Power: 220 W *interfaces/ports: Usb *projection System: Dlp *projection Method: Front, Rear, Ceiling, Rear Ceiling *wireless Pointer/presenter: Red Laser, 20m Operating Range, Minimum 7. Portable Speaker With Wireless Microphone And Lapel *lf: 12" Woofer: (2 Voice Coil Size) *hf: 1.5 Titanium Dome Tweeter *freq. Reso.: 45hz 20khz Or Better *power: 500w Or Better *independence: 80, Or Better *sensitivity: 98db, Or Better *air Vent: Front Inputs: 2 Nl4 Speakon *enclosure: Abs Plastic Material *bundle Item: 1x Wireless Microphone, Wireless Lapel *microphone: Dual Uhf Beltpack Lapel Wireless *microphone (2 Lapel/2 Headset) 8. Web Camera *resolution: Full Hd 1080p, 1920*1080 Pixels, Or Better *lens Type: Full Hd Af Glass Lens, Or Better *viewing Angle: 75 Wide Degrees, Or Better *focus Type: Auto Focus, Or Better *focus Range: 10cm And Beyond *built-in Mic: Single Digital Mic, Minimum *output Format: Mjpeg, Or Better *frame Rate: 30fps, Or Better *usb: Usb 2.0, Minimum Terms And Conditions 1. All Items Must Be Delivered At Iloilo Provincial Agriculture Office 2. All Items Must Be Delivered Within 14 Days Upon Receipt Of Notice To Proceed (ntp) 3. All Items Must Be Delivered At Their Best Quality And Condition 4. Winning Bidder Must Coordinate With Provincial Agriculture Office, Crops Division Prior To The Delivery Of Items Listed Above ___________________________________ Signature Over Printed Name Section Viii. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages);or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (e) 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, 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 ⬜ (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 Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (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. 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). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (o) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (p) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.   Bid Form Date: _____________________ Bid No.: ___________________ To: Bids And Awards Committee Iloilo Provincial Government Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers __________, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply/deliver/perform _________________________________________ [description Of The Goods] In Conformity With The Said Pbds For The Sum Of _______________________________________, (php _______________________) [total Bid Amount In Words And Figures] Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: Value Added Tax (vat), Income Tax, Local Taxes, And Other Fiscal Levies And Duties, As Applicable, Which Are Itemized Herein Or In The Price Schedules, If Our Bid Is Accepted, We Undertake: A. To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents (pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Period Specified In The Pbds And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of ____________________________________________________ As Evidenced By The Attached [name Of The Bidder] ______________________________________. [state The Written Authority]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Date: Republic Of The Philippines) City Of ____________________) S.s. Bid Securing Declaration Bid No.: ___________________________ To: Bids And Awards Committee Iloilo Provincial Government Iloilo Provincial Capitol Bonifacio Drive, Iloilo City 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 Procurement 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 No. 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; And 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 ______ __ At ___________________________. _________________________________________________ [signature Over Printed Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me, _______________________ In The _____________________. Affiant Exhibited To Me His Valid Identification Card With Id No. _________________ Issued By: ___________________. Doc No.:______; Page No. _____; Book No.:_____; Series Of: _____; Republic Of The Philippines) City Of _____________________) S.s. Omnibus Sworn Statement (for Sole Proprietorship) I, _______________________________________of Legal Age, Single/married/widow, Filipino, And Residing At ________________________________________, Philippines, After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. I Am The Sole Proprietor Or Authorized Representative Of ______________________________________ With Office Address At ______________________________________; 2. As The Owner And Sole Proprietor, Or Authorized Representative Of _____________________________________, 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 ___________________________________________ [name Of The Project] Of The Iloilo Provincial Government, As Shown In The Attached Duly Notarized Special Power Of Attorney; 3. __________________________________________ 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. __________________________________________ Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. 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; 7. ___________________________________________ Complies With Existing Labor Laws And Standards; And 8. ___________________________________________ 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 ______________________________________. [name Of The Project] 9. _________________________________________ 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/we Have Hereunto Set My/our Hand/s This ______ __ At ___________________________. ________________________________________________ [signature Over Printed Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me, _______________________ In The _____________________. Affiant Exhibited To Me His Valid Identification Card With Id No. _________________ Issued By: ___________________. Doc No.:______; Page No. _____; Book No.:_____; Series Of: _____; Republic Of The Philippines) City Of ____________________) S.s. Omnibus Sworn Statement (for A Partnership Or Cooperative) I, _______________________________________of Legal Age, Single/married/widow, Filipino, And Residing At ________________________________________, Philippines, After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. I Am The Duly Authorized And Designated Representative Of ______________________________ With Office Address At ___________________________________; 2. 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 __________________________________ Of The Iloilo Provincial Government, As Shown [name Of The Project] 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. _____________________________________ 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. _____________________________________ Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. None Of The Officers And Members Of _____________________________________ 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. _____________________________________ Complies With Existing Labor Laws And Standards; And 8. _____________________________________ 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 ______________________________________. [name Of The Project] 9. _____________________________________ 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/we Have Hereunto Set My/our Hand/s This ______ __ At ___________________________. _________________________________________________ [signature Over Printed Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me, _______________________ In The _____________________. Affiant Exhibited To Me His Valid Identification Card With Id No. _________________ Issued By: ___________________. Doc No.:______; Page No. _____; Book No.:_____; Series Of: _____; Republic Of The Philippines) City Of _____________________) S.s. Omnibus Sworn Statement (for A Corporation Or Joint Venture) I, _______________________________________of Legal Age, Single/married/widow, Filipino, And Residing At ________________________________________, Philippines, After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. I Am The Duly Authorized And Designated Representative Of ______________________________ With Office Address At ___________________________________; 2. 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 __________________________________ Of The Iloilo Provincial Government, As Shown [name Of The Project] 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. _____________________________________ 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. _____________________________________ Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. None Of The Officers, Directors, And Controlling Stockholders Of _____________________________________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. _____________________________________ Complies With Existing Labor Laws And Standards; And 8. _____________________________________ Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: E. Carefully Examining All Of The Bidding Documents; F. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; G. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And H. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The ______________________________________. [name Of The Project] 9. _____________________________________ 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/we Have Hereunto Set My/our Hand/s This ______ __ At ___________________________. ________________________________________________ [signature Over Printed Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me, _______________________ In The _____________________. Affiant Exhibited To Me His Valid Identification Card With Id No. _________________ Issued By: ___________________. Doc No.:______; Page No. _____; Book No.:_____; Series Of: _____; Republic Of The Philippines) City Of ____________________) S.s. Performance Securing Declaration Bid No: ____________________ To: Bids And Awards Committee Iloilo Provincial Government Iloilo Provincial Capitol Bonifacio Drive, Iloilo City I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, To Guarantee The Faithful Performance By The Supplier/distributor/manufacturer/contractor/consultant Of Its Obligations Under The Contract, I/we Shall Submit A Performance Securing Declaration Within A Maximum Period Of Ten (10) Calendar Days From The Receipt Of The Notice Of Award Prior To The Signing Of The Contract. 2. I/we Accept That: I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of One (1) Year For The First Offense, Or Two (2) Years For The Second Offense, Upon Receipt Of Your Blacklisting Order If I/we Have Violated My/our Obligations Under The Contract; 3. I/we Understand That This Performance Securing Declaration Shall Cease To Be Valid Upon: A. Issuance By The Procuring Entity Of The Certificate Of Final Acceptance, Subject To The Following Conditions: I. Procuring Entity Has No Claims Filed Against The Contract Awardee; Ii. It Has No Claims For Labor And Materials Filed Against The Contractor; And Iii. Other Terms Of The Contract; Or B. Replacement By The Winning Bidder Of The Submitted Psd With A Performance Security In Any Of The Prescribed Forms Under Section 39.2 Of The 2016 Revised Irr Of Ra No. 9184 As Required By The End-user. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ______ __ At ___________________________. _________________________________________________ [signature Over Printed Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me, _______________________ In The _____________________. Affiant Exhibited To Me His Valid Identification Card With Id No. _________________ Issued By: ___________________. Doc No.:______; Page No. _____; Book No.:_____; Series Of: _____; Email Address: ______________________________________ Statement Of Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Bidder’s Name: Email Address: Bidder’s Address: Fax Number: Tel. Number: Name Of Project Amount Of Contract Date Of Contract Effectivity Owner’s Name And Address Delivery Period Date Of Delivery Date Of Acceptance Signature Over Printed Name Attachments: 1. Purchase Order (po) 2. Acceptance And Inspection Report (air) Statement Of All On-going 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) Bidder’s Name: Email Address: Bidder’s Address: Fax Number: Tel. Number: Name Of Project/s Amount Of Contract Date Of Contract Effectivity Owner’s Names And Address Delivery Period (indicate All Delivery Periods If Staggered Delivery Allowed) End Of Delivery Period Value Of Outstanding Contracts (indicate If Partial Delivery Allowed) No. Of Days From End Of Delivery Period Days Of Approved Extension/ Suspension, If Any Total Value Of Outstanding Contracts (php) Signature Over Printed Name Fill Up All The Columns Accordingly Disclaimer: Non-disclosure Of All On-going Contracts And Details Thereof Is Grounds For Ineligibility And Disqualification.
Closing Soon22 Oct 2024
Tender AmountPHP 675.6 K (USD 11.7 K)

BULACAN AGRICULTURAL STATE COLLEGE Tender

Automobiles and Auto Parts
Philippines
Details: Description Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Procurement Of Goods Early Procurement Activity (epa) 2024-05g: 2024-05g: Acquisition Of Motor Vehicle For Heavy Field Use In Rural And Remote Areas Sixth Edition July 2020 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A.all The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B.specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C.this Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D.the Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E.modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F.for Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..7 Section Ii. Instructions To Bidders…………………………………………...10 1. Scope Of Bid ………………………………………………………………………. 11 2. Funding Information………………………………………………………………. 11 3. Bidding Requirements ……………………………………………………………. 11 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 11 5. Eligible Bidders…………………………………………………………………… 11 6. Origin Of Goods ………………………………………………………………….. 12 7. Subcontracts ……………………………………………………………………… 12 8. Pre-bid Conference ………………………………………………………………. 12 9. Clarification And Amendment Of Bidding Documents …………………………… 12 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 12 11. Documents Comprising The Bid: Financial Component …………………………... 13 12. Bid Prices …………………………………………………………………………. 13 13. Bid And Payment Currencies ……………………………………………………… 14 14. Bid Security ………………………………………………………………………. 14 15. Sealing And Marking Of Bids ……………………………………………………… 14 16. Deadline For Submission Of Bids …………………………………………………. 14 17. Opening And Preliminary Examination Of Bids ………………………………….. 15 18. Domestic Preference ……………………………………………………………… 15 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 15 20. Post-qualification ………………………………………………………………… 16 21. Signing Of The Contract …………………………………………………………… 16 Section Iii. Bid Data Sheet …………………………………………………..17 Section Iv. General Conditions Of Contract ……………………...………..19 1. Scope Of Contract ………………………………………………………………… 20 2. Advance Payment And Terms Of Payment ……………………………………….. 20 3. Performance Security ……………………………………………………………. 20 4. Inspection And Tests ……………………………………………………………… 20 5. Warranty …………………………………………………………………………. 21 6. Liability Of The Supplier ………………………………………………………….. 21 Section V. Special Conditions Of Contract ………………………………….22 Section Vi. Schedule Of Requirements ……………………………………....24 Section Vii. Technical Specifications …………………………………………26 Section Viii. Checklist Of Technical And Financial Documents …………..30 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A.the Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B.the Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C.the Deadline For The Submission And Receipt Of Bids; And D.any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Invitation To Bid (epa) Invitation To Bid For 2024-05g: Acquisition Of Motor Vehicle For Heavy Field Use In Rural And Remote Areas 1.the Bulacan Agricultural State College, Through The National Expenditure Program For Fiscal Year 2025 Intends To Apply The Sum Of Two Million Five Hundred Thousand Pesos (php2,500,000.00) Being The Abc To Payments Under The Contract 2024-05g: Acquisition Of Motor Vehicle For Heavy Field Use In Rural And Remote Areas. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Bulacan Agricultural State College Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Not Later Than Thirty (30) Calendar Days Upon Receipt Of Notice To Proceed. Awarding Of The Contract To The Winning Bidder However, Shall Be Issued Upon The Approval And Effectivity Of The General Appropriations Act (gaa) Or The Reenactment Of The Previous Year’s Budget Which Constitutes The Current Year’s Authorized Budget As Provided In Appendix 31 (guidelines On The Implementation Of Early Procurement Activities (epa) Of The Updated Irr Of Ra 9184). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 Bulacan Agricultual State College And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8am To 4:30pm Monday To Friday, Except Those Declared As Holidays. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On October 14, 2024 To November 4, 2024 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 Php2,500.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting The Receipt Upon Submission Of Their Bid Documents. 6.the Bulacan Agricultural State College Will Hold A Pre-bid Conference[ May Be Deleted In Case The Abc Is Less Than One Million Pesos (php1,000,000) Where The Procuring Entity May Not Hold A Pre-bid Conference. ] On October 21, 2024, 09:00 Am Am Via Zoom Platform (meeting Id: 893 1280 1467, Passcode: 924000) 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 08:30 Am Of November 4, 2024. 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 November 4, 2024, 09:00 Am At The Conference Room, Administration Building, Basc, San Ildefonso, Bulacan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.observers Will Be Invited To Attend And Witness The Bid Proceedings. 11.the Bulacan Agricultural State College 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: Rona Angela O. Clarin Bac Secretariat Head Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan (044) 697-1240 And 0923-108-1526 Ronaangela_clarin@basc.edu.ph Www.basc.edu.ph 13.you May Visit The Following Websites: For Downloading Of Bidding Documents: Http://www.basc.edu.ph October 14, 2024 Ronald Reagan T. Alonzo,ph.d. Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1.scope Of Bid The Procuring Entity, Bulacan Agricultural State College Wishes To Receive Bids For The Acquisition Of Motor Vehicle For Heavy Field Use In Rural And Remote Areas With Identification Number 2024-5g. The Procurement Project (referred To Herein As “project”) 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 The Fiscal Year 2024 In The Amount Of Two Million Five Hundred Thousand Pesos Only (php2,500,000.00). 2.2.the Source Of Funding Is: A.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 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. Not Applicable. 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 Procuring Entity Has Prescribed That: A.subcontracting Is Not Allowed. 8.pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And 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 Five (5) 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. 12.bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A.for Goods Offered From Within The Procuring Entity’s Country: I.the Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii.the Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii.the Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv.the Price Of Other (incidental) Services, If Any, Listed In E. B.for Goods Offered From Abroad: I.unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii.the Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13.bid And Payment Currencies 13.1.for Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2.payment Of The Contract Price Shall Be Made In Philippine Pesos. 14.bid Security 14.1.the Bidder Shall Submit A Bid Securing Declaration[ In The Case Of Framework Agreement, The Undertaking Shall Refer To Entering Into Contract With The Procuring Entity And Furnishing Of The Performance Security Or The Performance Securing Declaration Within Ten (10) Calendar Days From Receipt Of Notice To Execute Framework Agreement.] 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 120 Days From The Opening Of Bids. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15.sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The Original Of The First And Second Components Of Its Bid And Plus Two (2) Copies Of Each Kind, Labeled As Copy 1 And Copy 2. 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. 17.opening And Preliminary Examination Of Bids 17.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18.domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2.if The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3.the Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4.the Project Shall Be Awarded As One Project Or Per Lot Having Several Items That Shall Be Awarded As One Contract. 19.5.except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20.post-qualification 20.1. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21.signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Notes On The Bid Data Sheet The Bid Data Sheet (bds) Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information, Or Requirements Included In The Itb Found In Section Ii, Which Are Specific To Each Procurement. This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing The Bds, The Following Aspects Should Be Checked: A.information That Specifies And Complements Provisions Of The Itb Must Be Incorporated. B.amendments And/or Supplements, If Any, To Provisions Of The Itb As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply Of Brand-new Motor Vehicles. B. Completed Within Five (5) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Bid Prices Of Goods And Services Supplied From Outside Of The Philippines Shall Be Quoted In Philippine Pesos. 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 Php50,000.00. [(2%) Of The 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 Php125,000.00. [(5%) Of The Abc], If Bid Security Is In Surety Bond. 19.3 The Project Will Be Awarded As A Single Project. 20.2 1. Income Tax Return (form 1701/1702) With Audited Financial Statement., 2. Business Tax Return (forms 2550m And 2550q) Prior To Opening Of Bids Filed Thru Electronic Filing And Payment System (efps). Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted. 21.2 Not Applicable Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The General Conditions Of Contract (gcc) In This Section, Read In Conjunction With The Special Conditions Of Contract In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. Matters Governing Performance Of The Supplier, Payments Under The Contract, Or Matters Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Included In The Gcc And Special Conditions Of Contract. Any Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Special Conditions Of Contract. 1.scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2.advance Payment And Terms Of Payment 2.1.advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2.the Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3.performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184 4.inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project 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 6.1.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. 6.2.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 Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc Found In Section Iv. The Special Conditions Of Contract (scc) Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Goods Purchased. In Preparing This Section, The Following Aspects Should Be Checked: A.information That Complements Provisions Of The Gcc Must Be Incorporated. B.amendments And/or Supplements To Provisions Of The Gcc As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of The Gcc Should Be Incorporated Herein. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: For Goods Supplied From Abroad, “the Delivery Terms Applicable To The Contract Are Ddp Delivered At The Bulacan Agricultural State College, Pinaod, San Ildefonso, Bulacan. In Accordance With Incoterms.” For Goods Supplied From Within The Philippines, “the Delivery Terms Applicable To This Contract Are Delivered At The Bulacan Agricultural State College, Pinaod, San Ildefonso, Bulacan. 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 Ms. Rona Angela O. Clarin, Basc Property Officer. Incidental Services – No Further Instructions. Spare Parts – No Further Instructions. Packaging – No Further Instructions. Transportation – 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 – No Further Instructions. 2.2 The Terms Of Payment Shall Be As Follows: Upon Certification Of Complete Delivery Of Items By The End User And Basc Inspection Team.” 4 The Inspections And Tests That Will Be Conducted Are: On Site Testing Of All Items To Be Procured. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Delivered, Weeks/months 1 Motor Vehicle Dimension And Weight *overall Dimension (mm) Length X Width X Height – 5,320 X 2,020 X 1,880 Engine *engine Type - 2.8l Diesel, 4- Cylinder, 16 Valve Dohc Variable Nozzle Turbo With Air- Cooled Intercooler. *engine Displacement (cc)- 2755 *maximum Output (ps/rpm) – 224 / 3000 * Maximum Torque (nm/rpm) -550 / 1600 – 2800 Transmission *transmission – 6 Speed At Interior *driver Seat Type & Adjustment –8way Power Adjust *passenger Seat Type & Adjustment - 4way Manual Adjust *rear #1 Passenger Seat Type And Adjustment– 60/40 Separate *rear View Mirror- Auto -dimming * Audio System Function – Am/fm/bluetooth / Usb / Apple Car Play (wireless) / Android Auto (wireless) Exterior *headlamps- Led With Auto – Leveling * Daytime Running Lights – Led Function * Keyless Entry- Smart Entry *air Conditioning System – Dual Zone Automatic Climate Control * Hood Lift Assist – With Chasis *drive Train – 4x4 * Front Brake / Rare Brake - Front Ventilated Discs, Caliper / Rear: Disc Type * Tires – 265 * Wheels – 65 R17 Alloy * Suspension – Front: Double Wishbone + Monotube Shock Absorber / Rear: Leaf Spring Rigid Axle+ Monotube Shock Absorber. Safety And Security * Srs Air Bags – Driver+ Front Passenger + Side + Curtain Shield + Knee Airbag *blind Spot Monitor (bsm) – With * Rear Cross Traffic Alert (rcta)- With * Anti – Lock Brake System (abs) – With + Brake Assist + Ebd *vehicle Stability Control (vsc) – With * Hill- Start Assist Control (hac) – With * Camera – Panoramic View Monitor * Clearance And Back Soner – Front 2+ Rear :4 Others *speakers – 6 Service Center *within 40 Km Radius From Basc Together With * Deck Cover *all Weather Mat Front Set *all Weather Mat Rear *all Weather Mat Driver Side *side Moulding *hood Garnish *roof Rack *side Garnish *side Visor Imv3 -4pc *mirror Out Set *chrome Door Housing (design 2) (imv3) *door Handle Garnish *fuel Lid Garnish ( Design 1) *muffler Cutter *spare Wheel Locker Pad *12v Air Compressor *rubber Floor Mat *front Sunshade *wireless Charger Set *door Edge Protector *premium Horn *wheel Nut Set *gr Skid Plate *gr Side Visor 1 Not Later Than 30 Calendar Days To Be Delivered At The Bulacan Agricultural State College, Pinaod, San Ildefonso, Bulacan [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Section Vii. Technical Specifications Notes For Preparing The Technical Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Their Bids. In The Context Of Competitive Bidding, The Specifications (e.g. Production/delivery Schedule, Manpower Requirements, And After-sales Service/parts, Descriptions Of The Lots Or Items) Must Be Prepared To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Transparency, Equity, Efficiency, Fairness , And Economy In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation And Post-qualification Facilitated. The Specifications Should Require That All Items, Materials And Accessories To Be Included Or Incorporated In The Goods Be New, Unused, And Of The Most Recent Or Current Models, And That They Include Or Incorporate All Recent Improvements In Design And Materials Unless Otherwise Provided In The Contract. Samples Of Specifications From Previous Similar Procurements Are Useful In This Respect. The Use Of Metric Units Is Encouraged. Depending On The Complexity Of The Goods And The Repetitiveness Of The Type Of Procurement, It May Be Advantageous To Standardize The General Technical Specifications And Incorporate Them In A Separate Subsection. The General Technical Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Manufacturing Similar Goods. Deletions Or Addenda Should Then Adapt The General Technical Specifications To The Particular Procurement. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Equipment, Materials, And Workmanship, Recognized Philippine And International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Equipment, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure At Least A Substantially Equal Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Special Conditions Of Contract Or The Technical Specifications. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Technical Specifications To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished Or Tested, The Provisions Of The Latest Edition Or Revision Of The Relevant Standards And Codes Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure Substantial Equivalence To The Standards And Codes Specified Will Be Acceptable. Reference To Brand Name And Catalogue Number Should Be Avoided As Far As Possible; Where Unavoidable They Should Always Be Followed By The Words “or At Least Equivalent.” References To Brand Names Cannot Be Used When The Funding Source Is The Gop. Where Appropriate, Drawings, Including Site Plans As Required, May Be Furnished By The Procuring Entity With The Bidding Documents. Similarly, The Supplier May Be Requested To Provide Drawings Or Samples Either With Its Bid Or For Prior Review By The Procuring Entity During Contract Execution. Bidders Are Also Required, As Part Of The Technical Specifications, To Complete Their Statement Of Compliance Demonstrating How The Items Comply With The Specification. Technical Specifications Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Motor Vehicle Dimension And Weight *overall Dimension (mm) Length X Width X Height – 5,320 X 2,020 X 1,880 Engine *engine Type - 2.8l Diesel, 4- Cylinder, 16 Valve Dohc Variable Nozzle Turbo With Air- Cooled Intercooler. *engine Displacement (cc)- 2755 *maximum Output (ps/rpm) – 224 / 3000 * Maximum Torque (nm/rpm) -550 / 1600 – 2800 Transmission *transmission – 6 Speed At Interior *driver Seat Type & Adjustment –8way Power Adjust *passenger Seat Type & Adjustment - 4way Manual Adjust *rear #1 Passenger Seat Type And Adjustment– 60/40 Separate *rear View Mirror- Auto -dimming * Audio System Function – Am/fm/bluetooth / Usb / Apple Car Play (wireless) / Android Auto (wireless) Exterior *headlamps- Led With Auto – Leveling * Daytime Running Lights – Led Function * Keyless Entry- Smart Entry *air Conditioning System – Dual Zone Automatic Climate Control * Hood Lift Assist – With Chasis *drive Train – 4x4 * Front Brake / Rare Brake - Front Ventilated Discs, Caliper / Rear: Disc Type * Tires – 265 * Wheels – 65 R17 Alloy * Suspension – Front: Double Wishbone + Monotube Shock Absorber / Rear: Leaf Spring Rigid Axle+ Monotube Shock Absorber. Safety And Security * Srs Air Bags – Driver+ Front Passenger + Side + Curtain Shield + Knee Airbag *blind Spot Monitor (bsm) – With * Rear Cross Traffic Alert (rcta)- With * Anti – Lock Brake System (abs) – With + Brake Assist + Ebd *vehicle Stability Control (vsc) – With * Hill- Start Assist Control (hac) – With * Camera – Panoramic View Monitor * Clearance And Back Soner – Front 2+ Rear :4 Others *speakers – 6 Service Center *within 40 Km Radius From Basc Together With * Deck Cover *all Weather Mat Front Set *all Weather Mat Rear *all Weather Mat Driver Side *side Moulding *hood Garnish *roof Rack *side Garnish *side Visor Imv3 -4pc *mirror Out Set *chrome Door Housing (design 2) (imv3) *door Handle Garnish *fuel Lid Garnish ( Design 1) *muffler Cutter *spare Wheel Locker Pad *12v Air Compressor *rubber Floor Mat *front Sunshade *wireless Charger Set *door Edge Protector *premium Horn *wheel Nut Set *gr Skid Plate *gr Side Visor [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Section Viii. Checklist Of Technical And Financial Documents Notes On The Checklist Of Technical And Financial Documents The Prescribed Documents In The Checklist Are Mandatory To Be Submitted In The Bid, But Shall Be Subject To The Following: A.gppb Resolution No. 09-2020 On The Efficient Procurement Measures During A State Of Calamity Or Other Similar Issuances That Shall Allow The Use Of Alternate Documents In Lieu Of The Mandated Requirements; Or B.any Subsequent Gppb Issuances Adjusting The Documentary Requirements After The Effectivity Of The Adoption Of The Pbds. The Bac Shall Be Checking The Submitted Documents Of Each Bidder Against This Checklist To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion Pursuant To Section 30 Of The 2016 Revised Irr Of Ra No. 9184. Checklist Of Technical And Financial Documents I.technical Component Envelope Class “a” Documents Legal Documents ⬜ (a)valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or ⬜ (b)registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c)mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d)tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (f)statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (g)statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided 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 ⬜ (h)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 ⬜ (i)conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (j)original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (k)the Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (l)the Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (m)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. Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (n)[for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (o)certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. 25financial Component Envelope ⬜ (a)original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (b)original Of Duly Signed And Accomplished Price Schedule(s). Bid Form Date: ____________ Project Identification No. 2024-05g To: Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan 3010 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 2024-05g: Acquisition Of Motor Vehicle For Heavy Field Use In Rural And Remote Areas In Conformity With The Said Bidding Documents For The Sum Of __________________________________________________________(php____________)[total Bid Amount In Words And Figures] 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 The Bidding Documents Provisions 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 Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per 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 Name Of Project Of The Name Of The Procuring Entity] [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 Name Of Project Of The Name Of The Procuring Entity]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 2024. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of _______________________ Price Schedule Name Of Bidder ____. Invitation To Bid Number 2024-53g Page _____ Of______. 1 2 3 4 5 6 7 8 9 10 Item Description Country Of Origin Quantity Unit Price Exw Per Item Transportation And Insurance And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col 9) X (col 4) 1. Motor Vehicle Dimension And Weight *overall Dimension (mm) Length X Width X Height – 5,320 X 2,020 X 1,880 Engine *engine Type - 2.8l Diesel, 4- Cylinder, 16 Valve Dohc Variable Nozzle Turbo With Air- Cooled Intercooler. *engine Displacement (cc)- 2755 *maximum Output (ps/rpm) – 224 / 3000 * Maximum Torque (nm/rpm) -550 / 1600 – 2800 Transmission *transmission – 6 Speed At Interior *driver Seat Type & Adjustment –8way Power Adjust *passenger Seat Type & Adjustment - 4way Manual Adjust *rear #1 Passenger Seat Type And Adjustment– 60/40 Separate *rear View Mirror- Auto -dimming * Audio System Function – Am/fm/bluetooth / Usb / Apple Car Play (wireless) / Android Auto (wireless) Exterior *headlamps- Led With Auto – Leveling * Daytime Running Lights – Led Function * Keyless Entry- Smart Entry *air Conditioning System – Dual Zone Automatic Climate Control * Hood Lift Assist – With Chasis *drive Train – 4x4 * Front Brake / Rare Brake - Front Ventilated Discs, Caliper / Rear: Disc Type * Tires – 265 * Wheels – 65 R17 Alloy * Suspension – Front: Double Wishbone + Monotube Shock Absorber / Rear: Leaf Spring Rigid Axle+ Monotube Shock Absorber. Safety And Security * Srs Air Bags – Driver+ Front Passenger + Side + Curtain Shield + Knee Airbag *blind Spot Monitor (bsm) – With * Rear Cross Traffic Alert (rcta)- With * Anti – Lock Brake System (abs) – With + Brake Assist + Ebd *vehicle Stability Control (vsc) – With * Hill- Start Assist Control (hac) – With * Camera – Panoramic View Monitor * Clearance And Back Soner – Front 2+ Rear :4 Others *speakers – 6 Service Center *within 40 Km Radius From Basc Together With * Deck Cover *all Weather Mat Front Set *all Weather Mat Rear *all Weather Mat Driver Side *side Moulding *hood Garnish *roof Rack *side Garnish *side Visor Imv3 -4pc *mirror Out Set *chrome Door Housing (design 2) (imv3) *door Handle Garnish *fuel Lid Garnish ( Design 1) *muffler Cutter *spare Wheel Locker Pad *12v Air Compressor *rubber Floor Mat *front Sunshade *wireless Charger Set *door Edge Protector *premium Horn *wheel Nut Set *gr Skid Plate *gr Side Visor 1 Grand Total (in Words) (in Figures) [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2024-05g: Acquisition Of Motor Vehicle For Heavy Field Use In Rural And Remote Areas Location Of The Project : San Ildefonso, Bulacan List Of All Ongoing Government & Private Contracts Including Contracts Awarded But Not Yet Started Business Name : Business Address :______________________________________________________________________ Name Of Contract/ Project Cost A.owner’s Name B.address C.telephone Nos. Nature Of Work Bidder’s Role A.date Awarded B.date Started C.date Of Completion % Of Accomplishment Value Of Outstanding Works / Undelivered Portion Description % Planned Actual Government Private Note: This Statement Shall Be Supported With: Total Cost 1notice Of Award (for Government Projects) 2notice To Proceed (for Government Projects) 3contract Submitted By : (printed Name & Signature) Designation : Date : [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2024-05g: Acquisition Of Motor Vehicle For Heavy Field Use In Rural And Remote Areas Location Of The Project : San Ildefonso, Bulacan Statement Of Single Largest Completed Contracts (slcc) In The Last Five (5) Years Business Name : Business Address : Name Of Contract A.owner Name B.address C.telephone Nos. Nature Of Work Contractor’s Role A.amount At Award B.amount At Completion C.duration A.date Awarded B.contract Effectivity C.date Completed Description % Government Private Attached Herewith Are The Following Documents: Contract Agreement, Notice Of Award, Notice To Proceed, Official Receipt/invoice, Certificate Of Final Inspection, Certificate Of Good Performance And Certificate Of Acceptance, As Evidences In Support Of The Foregoing Information. Submitted By : (printed Name & Signature) Designation : ____________________________________________ Contract Agreement Form This Agreement Made The _____ Day Of __________ 20_____ Between [name Of Procuring Entity] Of The Philippines (hereinafter Called “the Entity”) Of The One Part And [name Of Supplier] Of [city And Country Of Supplier] (hereinafter Called “the Supplier”) Of The Other Part: Whereas The Entity Invited Bids For Certain Goods And Ancillary Services, Viz., [brief Description Of Goods And Services] And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of [contract Price In Words And Figures] (hereinafter Called “the Contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Referred To. 2. The Following Documents Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: (a) The Supplier’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g. Bidder’s Response To Clarifications On The Bid), Including Corrections To The Bid Resulting From The Procuring Entity’s Bid Evaluation; (b) The Schedule Of Requirements; (c) The Technical Specifications; (d) The General Conditions Of Contract; (e) The Special Conditions Of Contract; (f) The Performance Security; And (g) The Entity’s Notice Of Award. 3. In Consideration Of The Payments To Be Made By The Entity To The Supplier As Hereinafter Mentioned, The Supplier Hereby Covenants With The Entity To Provide The Goods And Services And To Remedy Defects Therein In Conformity In All Respects With The Provisions Of The Contract 4. The Entity Hereby Covenants To Pay The Supplier In Consideration Of The Provision Of The Goods And Services And The Remedying Of Defects Therein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of The Contract At The Time And In The Manner Prescribed By The Contract. In Witness Whereof The Parties Hereto Have Caused This Agreement To Be Executed In Accordance With The Laws Of The Republic Of The Philippines On The Day And Year First Above Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Supplier) Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1.select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2.select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], 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 [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3.[name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4.each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5.[name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6.select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7.[name Of Bidder] Complies With Existing Labor Laws And Standards; And 8.[name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A)carefully Examine All Of The Bidding Documents; B)acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C)made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D)inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9.[name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ * This Form Will Not Apply For Wb Funded Projec Bid Securing Declaration Form Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: [insert Name And Address Of The Procuring Entity] 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 Financial Documents For Eligibility Check Year 20 1 Total Assets 2 Current Assets 3 Total Liabilities 4 Current Liabilities 5 Net Worth (1-3) 6 Net Working Capital (2-4) The Net Financial Contracting Capacity (nfcc) Based On The Above Data Is Computed As Follows: Nfcc = [(current Assets – Current Liabilities) (15)] Minus Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. The Values Of The Domestic Bidder’s Current Assets And Current Liabilities Shall Be Based On The Latest Audited Financial Statements Submitted To The Bir. Nfcc = Php Submitted By: Name Of Bidder Signature Of Authorized Representative Over Printed Name Date:
Closing Date4 Nov 2024
Tender AmountPHP 2.5 Million (USD 43.5 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Combined Synopsis-solicitation For Commercial Products And Commercial Services revision 01 effective: 05/30/2023 description this Is A Combined Synopsis/solicitation For Commercial Products And Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As Rfq 36c24125q0028. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-07. the Associated North American Industrial Classification System (naics) Code For This Procurement Is Naics 561730 (landscaping Services) Sba Size Standard $9.5 Million. this Is Being Bid As A Sdvosb Set-aside. this Is A Solicitation For Va Connecticut Healthcare System Requires Snow Removal, Hauling, And Treatment Services At The West Haven Va Medical Center. Services Are Required To Support Active Medical Center Access And Operations 24-hour Access 7 Days A Week For Veterans And Staff. The Duration Of The Contract Will Be A Base Plus 4 Oy. Any Technical Questions Will Be Directed At Melissa Metevelis 203-932-5711 X4199. all Interested Companies Shall Provide Quotations For The Following: mandatory Pre-bid Site Visit interested Bidders Shall Participate In A Mandatory Pre-bid Site Visit And Walk Through At The Va Medical Center West Haven Located At 950 Campbell Avenue; West Haven, Ct 06516 At 9:00 A.m. On October 18, 2024. Bidders Shall Meet At Building 15 In The Facilities Management Service Conference Room To Complete A Sign-in Sheet That Will Be Submitted To The Va Contracting Officer. A Temporary Badge Will Be Required Upon Arrival To Building 15. A Valid Driver S License (any State) Is Required To Obtain A Temporary Badge. Va Connecticut Healthcare System Facilities Management Maintenance Staff Will Escort An On Campus Walk Through Of All Parking Lot Areas, Drives, Bays, Salt Shed Storage, Snow Piling Location(s) And Any Adjacent And/or Ancillary Spaces. Specific Questions Shall Be Directed To The Va Contracting Officer For A Response. statement Of Work snow Removal Services background va Connecticut Healthcare System Requires Snow Removal, Hauling, And Treatment Services At The West Haven Va Medical Center. justification services Are Required To Support Active Medical Center Access And Operations 24-hour Access 7 Days A Week For Veterans And Staff. location Of Services va Medical Center West Haven 950 Campbell Avenue west Haven, Ct 06516 period Of Performance the Contract Time Period Of Performance Includes Winter And Snow Season Months Of November 01 April 30 Of The Contract Period. base Contract Period Shall Be 11/01/2024 10/31/2025. The Contract Will Also Contain The Provision For (4) Annual Option Years: option Year 1: 11/01/2025 10/31/2026 option Year 2: 11/01/2026 10/31/2027 option Year 3: 11/01/2027 10/31/2028 option Year 4: 11/01/2028 10/31/2029 qualifications to Be Considered Eligible For Consideration, Potential Bidders Shall Have A Field Service Representative Located Within 200 Miles Of, And A Minimum Response Time Of 2 Hours To, The West Haven Campus Of The Va Connecticut Healthcare System And Have Proper Equipment, Materials, And Support To Provide Services. Bidders Shall Provide Upon Request, Documentation Of Certification/training On The Specific Equipment Under The Terms Of This Contract. the Contracting Officer (co) And/or Contracting Officer S Representative (cor) Specifically Reserve The Right To Reject Any Of The Service Provider S Personnel And Refuse Them Permission To Work On The Equipment Outlined Herein, Based Upon Credentials Provided. mandatory Pre-bid Site Visit interested Bidders Shall Participate In A Mandatory Pre-bid Site Visit And Walk Through At The Va Medical Center West Haven Located At 950 Campbell Avenue; West Haven, Ct 06516 At 9:00 A.m. On October 18, 2024. Bidders Shall Meet At Building 15 In The Facilities Management Service Conference Room To Complete A Sign-in Sheet That Will Be Submitted To The Va Contracting Officer. A Temporary Badge Will Be Required Upon Arrival To Building 15. A Valid Driver S License (any State) Is Required To Obtain A Temporary Badge. Va Connecticut Healthcare System Facilities Management Maintenance Staff Will Escort An On Campus Walk Through Of All Parking Lot Areas, Drives, Bays, Salt Shed Storage, Snow Piling Location(s) And Any Adjacent And/or Ancillary Spaces. Specific Questions Shall Be Directed To The Va Contracting Officer For A Response. scope Of Work the Medical Center Shall Remain Clear Of Snow And Operational For All Patient Visits And Required Staff 24 Hours And 7 Days Per Week. Service Provider Shall Exercise Care And Courtesy In Order To Minimize Impact On Medical Center Operations. shoveling And Salting Of Walkways, Steps, Fire Hydrants, Handrails, And Building Entrances Will Be Performed By Onsite Va Staff. scheduled And Unscheduled Maintenance Shall Be Completed 24 Hours A Day 7 Days A Week. For Normal/expected Service In Advance Of Known Snow Events, Va Will Provide 24hrs Notice To Contractor That Service Will Be Required. However, For Trouble Calls And Emergency Service, The Service Provider Shall Respond Within 1 Hour After Receiving Notification From The Cor Or The Facilities Management Service Grounds Supervisor To Commence Snow And/or Ice Removal And Surface Treatment. service Provider Shall Respond 24/7 During Normal Business Hours (6 A.m. 6 P.m.), Nights, Weekends (saturday, Sunday, And Holidays. The Service Provider Shall Furnish The Cor With A List Of Telephone Numbers Where The Service Provider Or Authorized Representative May Be Contacted Seven (7) Days A Week, 24 Hours A Day For The Required Services. parking Lots And Roadways Are Utilized By Patients, Staff, The Public, And Contractors. Work Areas Shall Be Restored At The Completion Of Work Each Day. Material, Debris, And Tools Shall Be Removed From The Work Stie And Secured. service Provider Shall Immediately Report Any Damage To The Va Contracting Officer And Cor. Service Provider Shall Be Responsible For Replacement And/or Repair Costs For Damage To Medical Center Exterior Signage, Fixtures, Fences, Vehicles, Etc. description Of Services: snow Removal roadways And Drives [refer To The West Haven Campus Map And Parking Lot Inventory] clear And Remove Snow At All Roadways On The Va West Haven Campus, Including Campbell Avenue Entrance, Spring Street Entrance, Lawson Road, Service Road And To Include Area At Building 1 Loading Dock, Building 2 Loading Dock, Building 2 Main Entrance, Building 5 Main Entrance, Ambulance Bay, Ring Road, And Area Serving Building 19, Building 16, And Veterans Drive. parking Lots [refer To The West Haven Campus Map And Parking Lot Inventory clear And Remove All Snow At All Parking Lots On The Va West Haven Campus, Including Parking Lot 1, Parking Lot 2, Emergency Room, Parking Lot 4, Parking Lot 5, Parking Lot 6, Parking Lot 7, Parking Lot 8, Parking Lot 10, Parking Lot 14, Parking Lot 15, Parking Lot 16, Fisher House, Parking Lot 18, And Parking Lot 24. hauling when Snow Storage Is Full Or Directed By The Cor, Load And Haul Stockpiled Snow Onsite In The Designated Area(s). Designated Areas May Differ From Event To Event; However, Designated Areas Will Always Be Located On The West Haven Va Medical Center Campus. the Facility Has Minimum Snow Dump Area(s) Available. The Service Provider Shall Pile And Stack Snow In A Safe And Efficient Manner. Piles Shall Be Stacked To Maintain Safety And Maximum Usable Parking Area. no Snow Shall Be Piled And/or Stacked In Any Parking Spaces On The Medical Center Campus Unless Directed By The Facilities Management Grounds Supervisor And/or Maintenance Supervisor And/or Cor. blocking Of Wayfinding And Traffic Signage, Fire Hydrants, Walkways, And Building Entrances And Exits Is Prohibited. west Haven Va Medical Center Parking Lot Inventory parking Lot campus Map regular Spaces accessible Spaces parking Lot 1 p1 10 0 parking Lot 2 p2 19 0 emergency Room emergency Care ambulance Entry ambulance Entry parking Lot 4 (new Parking Garage Open January 2025) p4 (parking Garage Not In Contract). 0 8 On Street parking Lot 5 p5 0 30 parking Lot 6 p6 131 0 parking Lot 7 p7 10 72 parking Lot 8 p8 60 0 parking Lot 10 p9, P10, P11, P12 906 8 parking Lot 14 p14 19 0 parking Lot 15 p15 38 0 parking Lot 16 p16 12 0 fisher House p17; Gate Operated parking Lot 18 p18 164 11 parking Lot 24 building 24 9 0 total 1378 129 the Awarded Service Provider Shall Furnish All Supervision, Labor, Tools, Equipment, Materials, Fuel, And Plant Necessary To Remove Snow On Medical Center Roads, Parking Lots, Treat Surfaces, Load Piles Of Snow And Transport To A Snow Dump. service Provider Shall Be Responsible For Keeping Parking Lot And Lot Access Open During The Storm, Final Clean-up Will Commence When Storm Has Ended. no Staging Or Storage Of Contractor S Equipment Will Be Permitted Onsite With Exception To One Loader For Salting Operations. Service Provider May Furnish And Store On Site One Loader In A Designated Parking Location For The Winter Season Months Of November April Outlined Within This Contract. contractor Is Responsible For Removing All Other Equipment At The End Of Each Event S Operations. Any Request For Equipment Storage In Advance Or Unique Or Extreme Snow Events Shall Be Requested, And Approved, By The Cor. Fuel Storage, And Fuel Storage Cubes, Are Prohibited. service Provider Shall Utilize The Government S Salt Storage For Roadway And Bituminous Parking Surface Treatment. Va Medical Center Grounds Staff Shall Load Va Supplied Salt Into Service Provider S Furnished Equipment For This Purpose. Va Furnished Salt Shall Be Utilized For Va Medical Center Treatment Only As Outlined Within This Contract. all Equipment Shall Have Operable Snow Removal Lights, Daytime And Nighttime Running Lights. Lights Shall Be Used Whenever Equipment Is In Operation. All Trucks And Motor Vehicles Shall Possess A Valid Registration (any State) And Insurance For The Intended Use. no Government Furnished Equipment (gfe) Will Be Included For Use In This Contract. Contractor Must Provide All Snow Removal, Ice Removal, Salt Spreading, And Snow Moving Equipment. Additionally, Contractor Must Provide All Fuel. Use Of Government Fuel And Fueling Stations Is Prohibited. deicing Operations (straight Salt) Shall Be Performed With Equipment That Has The Capability Of Salting The Paring Area In One Pass. truck, Motor Vehicle And Equipment Operators Shall Possess Valid Licenses To Operate. Provide A Copy Of License And Proof Of Training To Contracting Officer. service Provider Is Responsible For Furnishing And Utilizing Appropriate Personal Protective Equipment While Performing Work Such As Reflective Clothing, Eyewear, Gloves, Etc. service Provider Shall Maintain Their Own Spill Cleanup Kits For Fuel, Oil, Or Solvent Spills. Report All Spills Immediately To The Contracting Officer, Cor, And Facilities Management Service Maintenance Supervisor. dispose Of Waste And Debris In Accordance With Nfpa 241. Remove From The Site Daily. submittals/deliverables the Va Shall Furnish A Site Map Of The West Haven Va Medical Center And Inventory Of Parking Lots And Total Number Of Parking Spaces. provide Copy Of Equipment Safety Inspections To Contracting Officer Prior To Use. provide Copies Of All Personnel Qualifications, Training, And Licenses As Applicable For The Work. the Service Provider Shall Provide Electronic Copy Of All Services Performed To The Contracting Officer, Cor, And Facilities Management Service Maintenance Supervisor Within 48 Hours Of Services Provided. pricing/invoicing contract Contains Unit Costs And Not To Exceed Quantities In Accordance With The Schedule. Service Provider Shall Invoice For Work Performed, Quantities Removed From The Site And Offloaded At A Snow Dump. the Cor And Va Facilities Management Service Maintenance Supervisor Shall Be The Vamc Officials Responsible For Monitoring Contract Compliance. Monitoring Mechanisms Shall Include: Written Documentation, Reports And Locations Of All Complaints Regarding Surfaces; Verification Of Quantities For Rock Salt And Ice Melt Treatment (cubic Yards, Material And Quantity Of Spreaders Used); Log Of Equipment On Site And In Use With Full Name Of Operator; Registration, Model And Size Of Equipment, Trucks, And Loader(s); And Verification That The Service Provider Has Completed And Provided All Written Documentation. snow Operations Shall Be Priced Per Storm Based On Actual Accumulation And Supported By A Certified Snowfall Total. Provide Unit Pricing For The Following: 1 3 : >3 6 : >6 9 : >9 12 : each Additional 1 Of Snow Above 12 : treatment: service Provider Shall Provide Daily Documentation To Demonstrate Manpower, Equipment And Material Used Per Day And Per Storm: quantities Of Salt Per Day And Per Storm. quantities Of Ice Melt Per Day And Per Storm. quantity Removed From The Site Per Day And Per Storm. prior To Submitting Invoice, Provide All Required Written Documentation. In Addition To Licensure, Safety Inspections, Insurance And Registration, Provide The Following: name Of Each Operator Personnel. equipment Description. equipment Quantity. plow Size With Corresponding Plate Number. truck Size With Corresponding Plate Number. equipment Logs. operator Logs. total Snow Removed (cubic Yards) For The Day. approximate Time Load Left Site. approximate Time Of Delivery To Dump. approximate Quantity Of Load. dump Tickets. a Print Out Of The Applicable Snow Total From The National Weather Service/noaa Is Required To Be Submitted With All Invoices. all Logs And Tickets Shall Identify Equipment, Operator, Quantity, Location With Date And Time(s), Start And Stop Times. Service Provider Shall Certify That Written Documentation Has Been Reviewed For Accuracy And Is Complete. general all Service Provider Personnel, Sub-service Providers And Representatives Visiting Va Sites Will Be Required To Sign In Upon Arrival At Building 15 And/or Retain A Temporary Va Badge. Each Visiting Individual Be Required To Enter Their Name, Their Company S Name, Va Project Title, Reason For Visit, And The Times Of Arrival And Departure. Arrangements For After Normal Hour Working Site Visits Must Be Made In Advance And During Normal Working Hours. general: The Contracting Officer Reserves The Right To Terminate Any Services, Without Payment For Services Completed, If Such Services Are Not Needed Or Are Not Being Adequately Completed. the Service Provider Shall Remain Responsible For Operating And Maintaining The Site In Full Accordance If The Requirements Of This Solicitation. the Service Provider Shall Develop And Provide To The Va The Following: safety Plan: The Service Provider Shall Produce Work In Accordance With The Latest Editions Of All Applicable Dva Guidelines (e.g. Construction Standards, Master Specifications, Standard Details, Special Design Criteria To Meet Hospital Joint Commission (tjc) Requirements), Nfpa, Federal And State Codes Pertinent To The Project Scope. per Va Directive 1805, Smoking Vaping, And Smokeless Tobacco Are Prohibited On The Grounds Of Va Facilities, Including In Vehicles. This Directive Applies To All Service Providers And Their Employees. no Photography Of Va Premises Is Allowed Without Written Permission Of The Contracting Officer. Patients And Staff Are Not To Be Photographed At Any Time. parking For Service Provider And Its Employees Shall Be In Designated Areas Only. Service Provider To Coordinate With Cor. the Service Provider Shall Confine All Operations (including Storage Of Materials) On Government Premises To Areas Authorized Or Approved By The Va Contracting Officer. The Service Provider Shall Hold And Save The Government, Its Officers, And Agents, Free And Harmless From Liability Of Any Nature Occasioned By The Service Provider S Performance. Working Space And Space Available For Storing Materials Shall Be As Determined By The Cor. Workers Are Subject To The Rules Of The Medical Center Applicable To Their Conduct. Execute Work In Such A Manner As To Reduce Impacts With Work Being Done By Others. billing: Provide Cor With A Report Or Statement Of Work Completed And Include Statements With Request For Payment. Statement Should Include Service Completed And The Date Each Service Item Was Completed. Labor Charges Shall Be Billed Hourly, And Any Unused Labor Totals Will Be Credited Back To The Va Medical Center On The Next Billing Cycle, Upon Receipt Of The Service Report. travel: service Provider And/or Subcontractors Providers Will Travel From Their Place Of Business To The West Haven Vamc Of The Va Connecticut Healthcare System. nara Records Management Requirements the Following Standard Items Relate To Records Generated In Executing This Contract: citations To Pertinent Laws, Codes And Regulations Such As 44 U.s.c. Chapter 21, 29, 31, And 33; Freedom Of Information Act (5 U.s.c. 552); Privacy Act (5 U.s.c. 552a); 36 Cfr Part 1222 And Part 1228. contractor Shall Treat All Deliverables Under The Contract As The Property Of The U.s. Government For Which The Government Agency Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. contractor Shall Not Create Or Maintain Any Records That Are Not Specifically Tied To Or Authorized By The Contract Using Government It Equipment And/or Government Records. contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected By The Freedom Of Information Act. the Contractor Shall Not Create Or Maintain Any Records Containing Any Government Agency Records That Are Not Specifically Tied To Or Authorized By The Contract. the Government Agency Owns The Rights To All Data/records Produced As Part Of This Contract. the Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. The Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data. the Contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.]. no Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage, Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules. the Contractor Is Required To Obtain The Contracting Officer S Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under Or Relating To This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information. evaluation Process award Shall Be Made To The Best Value, As Determined To Be The Most Beneficial To The Government. Please Read Each Section Below Carefully For The Submittals And Information Required As Part Of The Evaluation. Failure To Provide The Requested Information Below Shall Be Considered Non-compliant And Your Quote Could Be Removed From The Evaluation Process. offeror Quotes Shall Be Evaluated Under Far Part 13.106-2(b) -- Evaluation Of Quotations Or Offers. Therefore, The Government Is Not Obligated To Determine A Competitive Range, Conduct Discussions With All Contractors, Solicit Final Revised Quotes, And Use Other Techniques Associated With Far Part 15. The Contracting Techniques Associated With Far Part 15 Are Not Mandatory. the Government Shall Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Shall Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:â  price (follow These Instructions): offeror Shall Complete The Attached Price Schedule, With Offerors Proposed Contract Line-item Prices Inserted In Appropriate Spaces.â  ensure Your Representations And Certifications Are Complete In The System For Award Management (sam)( Https://www.sam.gov). Otherwise, You Will Need To Fill Out Solicitation Clause 52.212-3 "offeror Representation And Certifications -commercial Items And Submit With The Quote. Federal Acquisition Regulations Require That Federal Contractors Register In The Sam Database At Http://www.sam.gov And Enter All Mandatory Information Into The System. Award Cannot Be Made Until The Contractor Has Registered. Offerors Are Encouraged To Ensure That They Are Registered In Sam Prior To Submitting Their Quotation. past Performance: provide (3) References Of Work, Similar In Scope And Size With The Requirement Detailed In The Performance Work Statement. References Must Include Contact Information; Brief Description Of The Work Completed, And Contract # (if Relevant).â  Please Utilize Attachment 1 Past Performance Worksheet For Your References And Please Submit As Part Of Your Quote Submission. References May Be Checked By The Contracting Officer To Ensure Your Company Can Perform The Performance Work Statement. The Government Also Reserves The Right To Obtain Information For Use In The Evaluation Of Past Performance From All Sources. technical: The Offeror S Quote Shall Be Evaluated To Determine If The Organization Has The Experience And Capabilities To Provide The Requested Services Iaw The Performance Work Statement In A Timely Efficient Manner.â  contractor Shall Demonstrate Their Corporate Experience And Approach To Meet All Requirements Stated In The Performance Work Statement. contractor Shall Demonstrate That Their Technicians Meet The Qualification Standards Stated In The Performance Work Statement. contractor Shall Provide All Current And Relevant Or License(s) To Include Manufacture Training Certificate Etc. if You Are Planning To Sub-contract Some Or All Of This Work, Please Provide The Name And Address(s) Of All Subcontractor(s) (if Applicable) And A Description Of Their Planned Subcontracting Effort. 4. Veterans Preference Factor (per 852.215-70): The Government Will Assign Evaluation Credit For An Offeror (prime Contractor) Which Is A Service-disabled Veteran-owned (sdvosb) Or A Veteran-owned Small Business (vosb). Non-sdvosb/vosb Offerors Proposing To Use Sdvosbs Or Vosbs As Subcontractors Will Receive Some Consideration Under This Evaluation Factor. a. For Sdvosbs/vosbs: In Order To Receive Credit Under This Factor, An Offeror Shall Submit A Statement Of Compliance That It Qualifies As A Sdvosb Or Vosb In Accordance With Vaar 852.215-70, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors . Offerors Are Cautioned That They Must Be Registered And Verified In Vendor Information Pages (vip) Database (http://www.vetbiz.gov). verified Sdvosbs Will Receive A 5% Price Credit (e.g. If A Sdvosb Submits An Offer Of $100.00, It Will Be Evaluated As If It Submitted An Offer Of $95.00). ii. Verified Vosbs Will Received A 2.5% Price Credit (e.g. If A Vosb Submits An Offer Of $100.00, It Will Be Evaluated As If It Submitted An Offer Of $97.50). the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. (x) Please Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Your Offer Via The Sam.gov Website Or A Written Copy. (xi) Clause 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition In Addition To The Following Addenda S To The Clause: 52.252-2 Clauses Incorporated By Reference (feb 1998), 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights (jun 2020), 52.204-4 Printed Or Copied Double-sided On Postconsumer Fiber Content Paper (may 2011), 52.204-13 System For Award Management Maintenance (oct 2018), 52.204-18 Commercial Government Entity Code Maintenance (aug 2020), 52.217-9 Option To Extend The Term Of The Contract (mar 2000), 52.228-5 Insurance-work On A Government Installation (jan 1997), 52.232-40 Providing Accelerated Payments To Small Business Subcontracting (dec 2013), 852.212-70 Provisions And Clauses Applicable To Va Acquisitions Of Commercial Items (apr 2020) 852.203-70 Commercial Advertising 852.219-74, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside 852.232-72 Electronic Submissions Of Payment Requests 852.233-70 Protest Content/alternative Dispute Resolution 852.233-71 Alternate Protest Procedure 852.270-1 Representatives Of Contracting Officers 852.219-74 Limitations On Subcontracting Monitoring And Compliance (jul 2018) as Prescribed In 819.7203(a) Insert The Following Clause: (a) This Solicitation Includes 852.219-74, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside, (b) Accordingly, Any Contract Resulting From This Solicitation Is Subject To The Limitation On Subcontracting Requirements In 13 Cfr 125.6. The Contractor Is Advised That In Performing Contract Administration Functions, The Contracting Officer May Use The Services Of A Support Contractor(s) Retained By Va To Assist In Assessing The Contractor S Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirements Specified In The Clause. To That End, The Support Contractor(s) May Require Access To Contractor S Offices Where The Contractor S Business Records Or Other Proprietary Data Are Retained And To Review Such Business Records Regarding The Contractor S Compliance With This Requirement. (c) All Support Contractors Conducting This Review On Behalf Of Va Will Be Required To Sign An Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor S Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Contracting Officer In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs. (d) Furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Contracting Officer To Assess The Contractor S Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirement. (end Of Clause) 852.219-77 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. as Prescribed In 819.7009(c) Insert The Following Clause: va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (sep 2021) (deviation) (a) Pursuant To 38 U.s.c. 8127(k)(2), The Offeror Certifies That (1) If Awarded A Contract (see Far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: [contracting Officer Check The Appropriate Box Below Based On The Predominant Naics Code Assigned To The Instant Acquisition As Set Forth In Far 19.102.] (i) [x] Services. In The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-74 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6. (ii) [ ] General Construction. In The Case Of A Contract For General Construction, The Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-74 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 85% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (iii) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, The Contractor Will Not Pay More Than 75% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-74 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 75% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (2) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution. (3) If Va Determines That An Sdvosb/vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following: (i) Referral To The Va Suspension And Debarment Committee; (ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And (iii) Prosecution For Violating Section 1001 Of Title 18. (b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract. The Contracting Officer May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed. (c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance With The Limitations On Subcontracting Requirement. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate. (d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed, And Returned With The Offeror S Bid, Quotation, Or Proposal. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award. i Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror]. printed Name Of Signee: _________________________________ printed Title Of Signee: ________________________________ signature: ______________________________________________ date: ___________________________________________________ company Name And Address: _____________________________________________________________________________________ (end Of Clause) 852.242-71 Administrative Contracting Officer. as Prescribed In 842.271, Insert The Following Clause: administrative Contracting Officer (oct 2020) the Contracting Officer Reserves The Right To Designate An Administrative Contracting Officer (aco) For The Purpose Of Performing Certain Tasks/duties In The Administration Of The Contract. Such Designation Will Be In Writing Through An Aco Letter Of Delegation And Will Identify The Responsibilities And Limitations Of The Aco. A Copy Of The Aco Letter Of Delegation Shall Be Furnished To The Contractor. (end Of Clause) (xii) Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition And In Addition To The Following Far Clauses Cited, Which Are Also Applicable To The Acquisition: 52.203-6, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41 (wage Determination West Haven And Newington Vamc Wd 2015-4127 And 2015-4119 (rev-28), 52.222-42, 52.222-43, 52.222-55, 52.222-6 (xiii) All Contract Requirement(s) And/or Terms And Conditions Are Stated Above. (xiv) The Defense Priorities And Allocations System (dpas) And Assigned Rating Are Not Applicable To This Requirement. (xv) Rfq Questions Are Due Nlt 10/20/2024 At 17:00 Pm Est. Rfq Responses Are Due Nlt 10/23/2024 At 17:00 Pm Est. Rfq Responses Must Be Submitted Via Email With Rfq #36c24125q0028 In The Subject Line To: Nathan.langone@va.gov Hand Deliveries Shall Not Be Accepted. (xvi) The Poc Of This Solicitation Is Nathan Langone (nathan.langone@va.gov)
Closing Soon23 Oct 2024
Tender AmountRefer Documents 

Province Of Occidental Mindoro Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Province Of Occidental Mindoro Municipality Of Abra De Ilog Invitation To Bid Construction Of Local Access Road In Pambuhan, San Vicente 1. The Local Government Unit Of Abra De Ilog, Occidental Mindoro Through The 20% Development Fund (current) Intends To Apply The Sum Of Five Million Pesos Only. (p 5,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction Of Local Access Road In Pambuhan, San Vicente Infra # 02-2024 For Each Lot. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Abra De Ilog, Occidental Mindoro Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 36 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From October 1, 2024 To October 30, 2024; 8:00 Am To 5:00 Pm Procuring Entity And Inspect The Bidding Documents At Bac Office Local Government Unit Of Abra De Ilog, Occ. Mindoro. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On October 1, 2024 To October 30, 2024; 8:00 Am – 5:00 Pm During Weekdays Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only ( Php 5,000.00) The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees On Or Before The Opening Of Bid. 6. The Local Government Unit Of Abra De Ilog Will Hold A Pre-bid Conference On October 9, 2024; 2:30 Pm At Bac Office, Municipal Building, Lgu Abra De Ilog, Occ. Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office, Municipal Building Lgu, Abra De Ilog, Occ. Mindoro. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On October 30, 2024; 2:30 Pm At Bac Office, Municipal Building, Lgu Abra De Ilog, Occ. Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Local Government Unit Of Abra De Ilog 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: Engr. Adriel S. Dacara Municipal Engineer Office Of The Municipal Engineer Abra De Ilog, Occ. Mindoro 0939-925-5745 Asdhteb@gmail.com Linda B. Ramos Municipal Budget Officer Bac Chairperson Bac Office Municipal Building Barangay Poblacion, Abra De Ilog, Occ. Mindoro Baclguabradeilog@yahoo.com Cp# 0908-888-7026 September 30, 2024 Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Abra De Ilog, Occ. Mindoro Invites Bids For The Construction Of Local Access Road In Pambuhan, San Vicente, With Project Identification Number Infra No 02-2024. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Construction Of Local Access Road In Pambuhan, San Vicente In The Amount Of Five Million Pesos Only (p 5,000,000.00) 2.2. The Source Of Funding Is: A. 20% Development Fund (cerrent) 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. 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 October 9, 2024; 2:30 Pm At Bac Office, Municipal Building, Lgu Abra De Ilog, Occ. Mindoro. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3. A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: 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 [indicate Date]. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Notes On The Bid Data Sheet (bds) The Bid Data Sheet (bds) Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information, Or Requirements Included In The Itb Found In Section Ii, Which Are Specific To Each Procurement. This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing The Bds, The Following Aspects Should Be Checked: A. Information That Specifies And Complements Provisions Of The Itb Must Be Incorporated. B. Amendments And/or Supplements, If Any, To Provisions Of The Itb As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Removal Of Structure & Obstraction, Excavation For Structures, Embankment, Steel Works, Structural Concrete – Class A, Cement Plastering, Formworks & Falseworks, Metal Structures, Asbc & Pccp. 7.1 [specify The Portions Of Works And The Maximum Percentage Allowed To Be Subcontracted, Which Shall Not Be Significant Or Material Components Of The Project As Determined By The Procuring Entity.] 10.3 Sub-contracting Not Allowed 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience Project Engineer General Engineer Road Construction Foreman General Construction Road Construciton 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Road Grader 80.4 Hp/6710a 1 Road Roller 10 Mt 1 Water Truck 1000 Gal 1 One Bagger Mixer 5hp 1 Concrete Vibrator Blade 14 Inch/7.5 Hp 1 Concrete Saw Blade 12 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 P 100,000.00 (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less Than P 250,000.00 (5%) Of Abc] If Bid Security Is In Surety Bond. 19.2 20 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling. Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The General Conditions Of Contract (gcc) In This Section, Read In Conjunction With The Special Conditions Of Contract In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. Matters Governing Performance Of The Contractor, Payments Under The Contract, Or Matters Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Included In The Gcc And Special Conditions Of Contract. Any Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Special Conditions Of Contract. 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Possession Of Site 4.1. The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 4.2. If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc Found In Section Iv. The Special Conditions Of Contract (scc) Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Works Procured. In Preparing This Section, The Following Aspects Should Be Checked: A. Information That Complements Provisions Of The Gcc Must Be Incorporated. B. Amendments And/or Supplements To Provisions Of The Gcc As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of The Gcc Should Be Incorporated Herein. Special Conditions Of Contract Gcc Clause 2 Not Applicable 4.1 6 The Site Investigation Reports Are: [list Here The Required Site Investigation Reports.] Not Applicable 7.2 [select One, Delete The Other.] Five (5) Years. 10 [select One, Delete The Other:] A. Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 120 Calendar Days 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within 10 Days Of Delivery Of The Notice Of Award. 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is 1% Of The Total Contract Price. 13 The Amount Of The Advance Payment Is 15% Of The Total Contract Price 14 Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Be Excluded For Payment. Not Applicable 15.1 The Date By Which Operating And Maintenance Manuals Are Required Is Before Final Inspection. (november 24, 2023) The Date By Which “as Built” Drawings Are Required Is Before Final Inspection. 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 1% Of The Total Contract Price Section Vi. Specifications Notes On Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Or Conditioning Their Bids. In The Context Of International Competitive Bidding, The Specifications Must Be Drafted To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Economy, Efficiency, And Fairness In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation Facilitated. The Specifications Should Require That All Goods And Materials To Be Incorporated In The Works Be New, Unused, Of The Most Recent Or Current Models, And Incorporate All Recent Improvements In Design And Materials Unless Provided Otherwise In The Contract. Samples Of Specifications From Previous Similar Projects Are Useful In This Respect. The Use Of Metric Units Is Mandatory. Most Specifications Are Normally Written Specially By The Procuring Entity Or Its Representative To Suit The Works At Hand. There Is No Standard Set Of Specifications For Universal Application In All Sectors In All Regions, But There Are Established Principles And Practices, Which Are Reflected In These Pbds. There Are Considerable Advantages In Standardizing General Specifications For Repetitive Works In Recognized Public Sectors, Such As Highways, Ports, Railways, Urban Housing, Irrigation, And Water Supply, In The Same Country Or Region Where Similar Conditions Prevail. The General Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Construction, Although Not Necessarily To Be Used In A Particular Works Contract. Deletions Or Addenda Should Then Adapt The General Specifications To The Particular Works. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Goods, Materials, And Workmanship, Recognized International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Goods, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure Substantially Equal Or Higher Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Scc. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Contract To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished, And Work Performed Or Tested, The Provisions Of The Latest Current Edition Or Revision Of The Relevant Standards And Codes In Effect Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National, Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure A Substantially Equal Or Higher Quality Than The Standards And Codes Specified Will Be Accepted Subject To The Procuring Entity’s Representative’s Prior Review And Written Consent. Differences Between The Standards Specified And The Proposed Alternative Standards Shall Be Fully Described In Writing By The Contractor And Submitted To The Procuring Entity’s Representative At Least Twenty-eight (28) Days Prior To The Date When The Contractor Desires The Procuring Entity’s Representative’s Consent. In The Event The Procuring Entity’s Representative Determines That Such Proposed Deviations Do Not Ensure Substantially Equal Or Higher Quality, The Contractor Shall Comply With The Standards Specified In The Documents. These Notes Are Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Should Not Be Included In The Final Bidding Documents. Section Vii. Drawings Annex Bid In To Separate Folder Section Viii. Bill Of Quantities Notes On The Bill Of Quantities Objectives The Objectives Of The Bill Of Quantities Are: A. To Provide Sufficient Information On The Quantities Of Works To Be Performed To Enable Bids To Be Prepared Efficiently And Accurately; And B. When A Contract Has Been Entered Into, To Provide A Priced Bill Of Quantities For Use In The Periodic Valuation Of Works Executed. In Order To Attain These Objectives, Works Should Be Itemized In The Bill Of Quantities In Sufficient Detail To Distinguish Between The Different Classes Of Works, Or Between Works Of The Same Nature Carried Out In Different Locations Or In Other Circumstances Which May Give Rise To Different Considerations Of Cost. Consistent With These Requirements, The Layout And Content Of The Bill Of Quantities Should Be As Simple And Brief As Possible. Daywork Schedule A Daywork Schedule Should Be Included Only If The Probability Of Unforeseen Work, Outside The Items Included In The Bill Of Quantities, Is High. To Facilitate Checking By The Entity Of The Realism Of Rates Quoted By The Bidders, The Daywork Schedule Should Normally Comprise The Following: A. A List Of The Various Classes Of Labor, Materials, And Constructional Plant For Which Basic Daywork Rates Or Prices Are To Be Inserted By The Bidder, Together With A Statement Of The Conditions Under Which The Contractor Will Be Paid For Work Executed On A Daywork Basis. B. Nominal Quantities For Each Item Of Daywork, To Be Priced By Each Bidder At Daywork Rates As Bid. The Rate To Be Entered By The Bidder Against Each Basic Daywork Item Should Include The Contractor’s Profit, Overheads, Supervision, And Other Charges. Provisional Sums A General Provision For Physical Contingencies (quantity Overruns) May Be Made By Including A Provisional Sum In The Summary Bill Of Quantities. Similarly, A Contingency Allowance For Possible Price Increases Should Be Provided As A Provisional Sum In The Summary Bill Of Quantities. The Inclusion Of Such Provisional Sums Often Facilitates Budgetary Approval By Avoiding The Need To Request Periodic Supplementary Approvals As The Future Need Arises. Where Such Provisional Sums Or Contingency Allowances Are Used, The Scc Should State The Manner In Which They Will Be Used, And Under Whose Authority (usually The Procuring Entity’s Representative’s). The Estimated Cost Of Specialized Work To Be Carried Out, Or Of Special Goods To Be Supplied, By Other Contractors Should Be Indicated In The Relevant Part Of The Bill Of Quantities As A Particular Provisional Sum With An Appropriate Brief Description. A Separate Procurement Procedure Is Normally Carried Out By The Procuring Entity To Select Such Specialized Contractors. To Provide An Element Of Competition Among The Bidders In Respect Of Any Facilities, Amenities, Attendance, Etc., To Be Provided By The Successful Bidder As Prime Contractor For The Use And Convenience Of The Specialist Contractors, Each Related Provisional Sum Should Be Followed By An Item In The Bill Of Quantities Inviting The Bidder To Quote A Sum For Such Amenities, Facilities, Attendance, Etc. Signature Box A Signature Box Shall Be Added At The Bottom Of Each Page Of The Bill Of Quantities Where The Authorized Representative Of The Bidder Shall Affix His Signature. Failure Of The Authorized Representative To Sign Each And Every Page Of The Bill Of Quantities Shall Be A Cause For Rejection Of His Bid. These Notes For Preparing A Bill Of Quantities Are Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Should Not Be Included In The Final Documents. Section Ix. Checklist Of Technical And Financial Documents Notes On The Checklist Of Technical And Financial Documents The Prescribed Documents In The Checklist Are Mandatory To Be Submitted In The Bid, But Shall Be Subject To The Following: A. Gppb Resolution No. 09-2020 On The Efficient Procurement Measures During A State Of Calamity Or Other Similar Issuances That Shall Allow The Use Of Alternate Documents In Lieu Of The Mandated Requirements; Or B. Any Subsequent Gppb Issuances Adjusting The Documentary Requirements After The Effectivity Of The Adoption Of The Pbds. The Bac Shall Be Checking The Submitted Documents Of Each Bidder Against This Checklist To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion Pursuant To Section 30 Of The 2016 Revised Irr Of Ra No. 9184. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document; And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (e) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (f) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (g) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided Under The Rules; And ⬜ (h) Philippine Contractors Accreditation Board (pcab) License; Or Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (i) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And (j) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ C. List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (k) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (l) The Prospective Bidder’s Audited Financial Statements, Showing, Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (m) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (n) If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (o) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (p) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (q) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ (r) Cash Flow By Quarter.
Closing Date30 Oct 2024
Tender AmountPHP 5 Million (USD 87.1 K)

Department Of Social Welfare And Development Region Xii Tender

Others
Philippines
Details: Description Department Of Social Welfare And Development Field Office Xii Regional Center, Brgy. Carpenter Hills, Koronadal City, 9506 Philippine Bidding Documents For The Procurement Of Office Supplies For Slp Staff For 2024 (lot 1 To Lot 6) Project Identification No. Dswd12-slp-2024-10-022 Government Of The Republic Of The Philippines Sixth Edition July 2020 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B. Specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..7 Section Ii. Instructions To Bidders…………………………………………...11 1. 12 2. 12 3. 12 4. 12 5. 12 6. 13 7. 13 8. 13 9. 14 10. 14 11. 14 12. 14 13. 15 14. 15 15. 16 16. 16 17. 16 18. 16 19. 16 20. 17 21. 17 Section Iii. Bid Data Sheet …………………………………………………..18 Section Iv. General Conditions Of Contract ……………………...………..23 1. 24 2. 24 3. 24 4. 24 5. 25 6. 25 Section V. Special Conditions Of Contract ………………………………….26 Section Vi. Schedule Of Requirements ……………………………………....29 Section Vii. Technical Specifications …………………………………………45 Section Viii. Checklist Of Technical And Financial Documents …………..62 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Invitation To Bid For The Dswd12-slp-2024-10-022 Procurement Of Office Supplies For Slp Staff For 2024 (lot 1 To Lot 6) 1. The Department Of Social Welfare And Development Field Office Xii, Through The General Appropriations Act 2024 Intends To Apply The Sum Of The Amount Being The Abc To Payments Under The Contract For Each Following Lot/item: A. Three Hundred Eighty-three Thousand And Nine Hundred Ninety-four Pesos Only (₱383,994.00) For Dswd12-slp-2024-10-022 Procurement Of Office Supplies For Slp Provincial Staff Of South Cotabato Cluster For 2024 (lot1); B. One Hundred Nineteen Thousand And Seven Hundred Thirty Pesos Only (₱119,730.00) For Dswd12-slp-2024-10-022 Procurement Of Office Supplies For Slp Provincial Staff Of Rpmo For 2024 (lot2); C. Two Hundred Thirty-nine Thousand And Eight Hundred Twenty Pesos Only (₱239,820.00) For Dswd12-slp-2024-10-022 Procurement Of Office Supplies For Slp Provincial Staff Of Sultan Kudarat For 2024 (lot3); D. Three Hundred Ninety-five Thousand And Two Hundred Twenty-five Pesos Only (₱395,225.00) For Dswd12-slp-2024-10-022 Procurement Of Office Supplies For Slp Provincial Staff Of Sultan Kudarat For 2024 (lot4); And E. One Hundred Nineteen Thousand And Nine Hundred Sixty-two Pesos Only (₱119,962.00) For Dswd12-slp-2024-10-022 Procurement Of Office Supplies For Slp Provincial Staff Of Cc-i For 2024 (lot5) F. One Hundred Sixty-seven Thousand And Nine Hundred Eighteen Pesos Only (₱167,918.00) For Dswd12-slp-2024-10-022 Procurement Of Office Supplies For Slp Provincial Staff Of Cc-ii For 2024 (lot6) 2. The Department Of Social Welfare And Development Field Office Xii Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By One Time Delivery And Within 30 Working Days Upon The Receipt Of The Approved Po. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 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 Department Of Social Welfare And Development Field Office Xii – Bids And Awards Committee Secretariat Office And Inspect The Bidding Documents At The Address Given Below During 8:00a.m. To 5:00 P.m.. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On October 07, 2024 To October 24, 2024, 5:00 P.m. 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: Approved Budget For The Contract Bid Docs Amount Lot 1 – ₱383,994.00 ₱1,000.00 Lot 2 – ₱119,730.00 ₱1,000.00 Lot 3 – ₱239,820.00 ₱1,000.00 Lot 4 – ₱395,225.00 ₱1,000.00 Lot 5 – ₱119,962.00 ₱1,000.00 Lot 6 – ₱167,918.00 ₱1,000.00 Total – ₱1,426,649.00 Php 5,000.00 (maximum Fee For Sale Of Bidding Documents) The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. [note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots.] 6. The Department Of Social Welfare And Development Field Office Xii Will Hold A Pre-bid Conference On October 11, 2024, 10:30 A.m. At Dswd Field Office 12, Regional Center, Brgy. Carpenter Hill, Koronadal City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below On Or Before October 25, 2024, 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening And Evaluation Shall Be On October 25, 2024, 10:30 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Social Welfare And Development Field Office Xii 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: Dswd 12 – Bac Secretariat Head Administrative Division – Procurement Section Dswd Field Office 12, Regional Center, Brgy. Carpenter Hills, Koronadal City, 9506 Procurement.fo12@dswd.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://fo12.dswd.gov.ph/bid-bulletin/ Https://www.philgeps.gov.ph October 4, 2024 Jackiya A. Lao Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1. Scope Of Bid The Procuring Entity, Department Of Social Welfare And Development Field Office Xii Wishes To Receive Bids For The Procurement Of Office Supplies For Slp Staff For 2024 (lot 1 To Lot 6), With Identification Number Dswd12-slp-2024-10-022. The Procurement Project (referred To Herein As “project”) Is Composed Of One Lot Or Item, 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 2024 Approved Gaa In The Amount Of One Million Four Hundred Twenty-six Thousand And Six Hundred Forty-nine Pesos Only (₱1,426,649.00) 2.2. The Source Of Funding The Approved Gaa 2024. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. Foreign Ownership 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. 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 Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) 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 Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On October 11, 2024, 10:30 A.m. And At Its Physical Address Department Of Social Welfare And Development Field Office 12, Regional Center, Brgy. Carpenter Hills, Koronadal City 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, On/or Before October 15, 2024 Or At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In The Bds. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In The Bds. 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or 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 February 25, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item. 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 20.2. 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 Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Notes On The Bid Data Sheet The Bid Data Sheet (bds) Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information, Or Requirements Included In The Itb Found In Section Ii, Which Are Specific To Each Procurement. This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing The Bds, The Following Aspects Should Be Checked: A. Information That Specifies And Complements Provisions Of The Itb Must Be Incorporated. B. Amendments And/or Supplements, If Any, To Provisions Of The Itb As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply And Delivery Of Office Supplies. B. Completed Within At Least Two (2) Years 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 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 ₱7,679.88 For Lot 1 ₱2,394.60 For Lot 2, ₱4,796.40 For Lot 3, ₱7,904.50 For Lot 4, ₱2,399.24 For Lot 5, And ₱3,358.36 For Lot 6 Or The Amount Equivalent To 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 ₱19,199.70 For Lot 1, ₱5,986.50 For Lot 2, ₱11,991.00 For Lot 3, ₱19,761.25 For Lot 4, ₱5,998.10 For Lot 5, And ₱8,395.90 For Lot 6 Or The Amount Equivalent To Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 19.1 1. All Forms Must Be Submitted Using The Prescribed Format Provided By The Procuring Entity And Completed Without Any Alterations To Their Format, And No Substitute Form Shall Be Accepted. All Blank Spaces Shall Be Filled In With The Information Requested. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder, Otherwise, Bids Shall Be Subject To An Outright Disqualification. 20.2 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Supplier Of The Notice Of Post Qualification From The Bac That The Supplier Has The Lowest Calculated Bid (lcb) Or Single Calculated Bid (scb), The Supplier Shall Submit And/or Present The Following Requirements For Post Qualification In Accordance To Section 34 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra9184: 1. Present Original Copy Of The Following: A. A. Latest Income Tax Return And Business Tax Return ( For 2nd Quarter Of 2024) B. B. Latest Value Added Tax (vat) Return ( For 2nd Quarter Of 2024, If Applicable) Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing & Payment System (efps) Shall Be Accepted. C. Valid Philgeps Registration Certificate (platinum Membership) (all Pages) D. Valid Registration Certificate From Securities And Exchange Commission (sec) For Corporations, Or From Department Of Trade And Industry (dti) For Sole Proprietorship, Or From Cooperative Development Authority (cda) For Cooperatives; E. Valid Business/mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Bidder Is Located; F. Valid Tax Clearance Per Eo 398, Series Of 2005, As Finally Reviewed And Approved By The Bir; G. Bureau Of Internal Revenue (bir) Registration Certificate. H. Copy Of Contracts Or Po’s, Notice Of Award (noa) And Notice To Proceed (ntp) For All On-going Contracts I. End-user’s Acceptance, Official Receipt (duplicate Or Triplicate Copy) Or Sales Invoice With Collection Receipt/s (duplicate Or Triplicate Copy) Relative To Single Largest Completed Contract J. Company Profile And Organizational Chart. Company Printed Brochure May Be Included. K. Vicinity Map/location Of The Business. L. Other Appropriate Licenses And Permits Required By Law And Stated In The Bidding Documents. Failure To Submit Any Of The Post-qualification Requirements On Time, Or A Finding Against The Veracity Thereof, Shall Disqualify The Bidder For Award. Provided In The Event That A Finding Against The Veracity Of Any Of The Documents Submitted Is Made, It Shall Cause The Forfeiture Of The Bid Security In Accordance With Section 69 Of The Irr Of Ra 9184. Note: For Post Qualification Purposes Only 20.3 Each Bidder Shall Submit The Following In One (1) “mother” Envelope Duly Sealed And Labeled, Containing Two (2) Sets Of Envelopes: First Envelope Containing At Least One (1) Set Of Duly Signed And Sealed Eligibility And Technical Documents Second Envelope Containing At Least One (1) Set Of Duly Signed And Sealed Financial Bid Documents 20.4 All Envelopes Shall Be Labeled/marked As Follows: To : Jackiya A. Lao Chairperson Bids And Awards Committee Dswd-field Office 12 From :_______________________________ (name Of Bidder In Capital Letters) Address: _______________________________ (address Of Bidder In Capital Letters) Project: Procurement Of Office Supplies For Slp Provincial Staff Of South Cotabato Cluster For 2024 (lot1) Procurement Of Office Supplies For Slp Provincial Staff Of Rpmo For 2024 (lot2) Procurement Of Office Supplies For Slp Provincial Staff Of Sultan Kudarat For 2024 (lot3) Procurement Of Office Supplies For Slp Provincial Staff Of Sargen For 2024 (lot4) Procurement Of Office Supplies For Slp Provincial Staff Of Cc-i For 2024 (lot5) Procurement Of Office Supplies For Slp Provincial Staff Of Cc-ii For 2024 (lot6) Bid Ref No.: Itb No. Dswd12-slp-2024-10-022 (lot1) Dswd12-slp-2024-10-022 (lot2) Dswd12-slp-2024-10-022 (lot3) Dswd12-slp-2024-10-022 (lot 4) Dswd12-slp-2024-10-022 (lot 5 Dswd12-slp-2024-10-022 (lot 6) Approved Budget For The Contract : Lot 1- ₱383,994.00 Lot 2- ₱119,730.00 Lot 3- ₱239,820.00 Lot 4- ₱395,225.00 Lot 5- ₱119,962.00 Lot 6- ₱167,918.00 Do Not Open Before: 25 October 2024; 10:30 A.m. 21.2 No Further Instructions Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The General Conditions Of Contract (gcc) In This Section, Read In Conjunction With The Special Conditions Of Contract In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. Matters Governing Performance Of The Supplier, Payments Under The Contract, Or Matters Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Included In The Gcc And Special Conditions Of Contract. Any Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Special Conditions Of Contract. 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 5.1 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 Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc Found In Section Iv. The Special Conditions Of Contract (scc) Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Goods Purchased. In Preparing This Section, The Following Aspects Should Be Checked: A. Information That Complements Provisions Of The Gcc Must Be Incorporated. B. Amendments And/or Supplements To Provisions Of The Gcc As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of The Gcc Should Be Incorporated Herein. Special Conditions Of Contract Gcc Clause 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 Shall Be One Time Delivery And Within 30 Working Days Upon The Receipt Of The Approved Purchase Order Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – Not Applicable 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. Transportation – 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. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 The Terms Of Payment Shall Be As Follows: Payment Must Correspond To The Value Of Goods Delivered And Accepted After The Appropriate Inspection Acceptance Procedures Proof Of Deliveries) Must Be Signed By Authorized Person To Support Claims For Payment. 4 The Inspections And Tests Shall Be Conducted By The Dswd Inspection Committee, Final Acceptance By The Dswd Acceptance Committee, And End-user. Section Vi. Schedule Of Requirements A. Dswd12-slp-2024-10-022 Procurement Of Office Supplies For Slp Provincial Staff Of South Cotabato Cluster For 2024 (lot1) 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 Total Delivered, Weeks/months 1 Book Paper, A4 70gsm 315 Box/es 315 Box/es Delivery Of The Goods Is Required One Time Delivery And Within 30 Working Days Upon The Receipt Of The Approved Po 2 Correction Tape 5mm X 8m 62 Piece/s 62 Piece/s 3 Fastener, 70mm Plastic 10 Box/es 10 Box/es 4 Epson Ink 003, Black 20 Piece/s 20 Piece/s 5 Epson Ink 664, Black 20 Piece/s 20 Piece/s 6 Staple Wire #35 32 Piece/s 32 Piece/s 7 Tabbings Sticky Notes "3x4" (pink, Green, Blue) 35 Pad/s 35 Pad/s 8 Ballpen. 0.5 Black 165 Piece/s 165 Piece/s 9 Ballpen. 0.5 Blue 164 Piece/s 164 Piece/s 10 Sign Pen, 0.5 Black 7 Piece/s 7 Piece/s 11 Sign Pen, 0.7 Black 96 Piece/s 96 Piece/s 12 Sign Pen, 0.7 Blue 96 Piece/s 96 Piece/s 13 Stapler With Remover #35 32 Piece/s 32 Piece/s 14 All In One Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Wi-fi & Wi-fi Direct Seamless Setup Borderless Printing Up To 4r Printer Functions: Print, Scan, Copy Print Method: On-demand Inkjet (piezoelectric) Maximum Resolution: 5760 X 1440 Dpi 315 Box/es 315 Box/es Note: Delivery Term: One Time Delivery To The Provincial Cluster Office (pco) Located At Koronadal City And Inspection Should Also Be Done In Pco-koronadal City. Delivery Terms Within 30 Working Days Upon The Receipt Of The P.o. General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ B. Dswd12-slp-2024-10-022 Procurement Of Office Supplies For Slp Provincial Staff Of Rpmo For 2024 (lot2) 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 Total Delivered, Weeks/months 1 Pentel Pen, Black 10 Piece/s 10 Piece/s Delivery Of The Goods Is Required One Time Delivery And Within 30 Working Days Upon The Receipt Of The Approved Po 2 Epson 003, Black 20 Piece/s 20 Piece/s 3 Epson 003, Cyan 10 Piece/s 10 Piece/s 4 Epson 003, Magenta 10 Piece/s 10 Piece/s 5 Epson 003, Yellow 10 Piece/s 10 Piece/s 6 Vellum, Board A4 200gsm, 10 Sheets Per Pack 100 Piece/s 100 Piece/s 7 Blinder Clip, Small 20 Piece/s 20 Piece/s 8 Blinder Clip, Medium 20 Piece/s 20 Piece/s 9 Blinder Clip, Large 10 Piece/s 10 Piece/s 10 Notepad 2"x3 10 Pad/s 10 Pad/s 11 Notepad 3"x4 10 Pad/s 10 Pad/s 12 Paper Clip Vinyl Jumbo 55mm 10 Box/es 10 Box/es 13 Paper Clip Vinyl Small 33mm 10 Box/es 10 Box/es 14 Pencil Eberhard Faber's Wood Clinched Bonding Technology 10 Piece/s 10 Piece/s 15 Sign Pen, 0.7 Black 10 Piece/s 10 Piece/s 16 Sign Pen, 0.7 Blue 10 Piece/s 10 Piece/s 17 Stapler With Remover #35, Durable Metal Stapler, Tacking & Pinning And Double Duty. Weight: 0.196kg Production Dimension: 5in X 2in X 2in Material Type: Metal 5 Piece/s 5 Piece/s 18 Stapler Wire #35 45 Box/es 45 Box/es 19 Staple Remover Plier Type Stainless Steel Lifting Mechanism For Easily Lifting, Gripping And Removing Staples Lightweight And Compact. 8 Piece/s 8 Piece/s 20 Certificate Holder A4 (not Glass) 100 Piece/s 100 Piece/s 21 Power Saving Wireless Mouse 2 Piece/s 2 Piece/s 22 Book Paper, A4, 70gsm 15 Box/es 15 Box/es 23 Ruler Plastic 12inches 10 Piece/s 10 Piece/s 24 Scissors 8 Inches Stainless Steel 10 Piece/s 10 Piece/s 25 Glue 130g, Elmer's Glue 2 Piece/s 2 Piece/s 26 Tabbings (plastic) Pink 12 Pad/s 12 Pad/s 27 Rubberband 50grams Small 2 Box/es 2 Box/es 28 Scanner Wireless High-speed Desktop Scanner | 2.8-inch Touchscreen | Scans Up To 40ppm1 1 Unit 1 Unit 29 Multifunction Printer Black One Size / Eu Plug Colour • With Scanner • Inkjet • Wireless • Wi-fi • Usb • Cloud Ready 1 Unit 1 Unit 30 Lever Arch Top Clip, A4 5 Piece/s 5 Piece/s 31 Puncher Heavy Duty 70mm Weight: 0.533kg Product Dimension: 6.5in X 2in X 4in Material Type: Metal 2 Piece/s 2 Piece/s 32 Record Book 200page: Hardbound Covers With Turned And Folded Edges. Weight Per Pack: 200pages, 0.336kg 5 Piece/s 5 Piece/s 33 Highlighter, Neon Colors 5 Piece/s 5 Piece/s 34 Scotch Tape, 1", 50meters 5 Piece/s 5 Piece/s 35 Ballpen, 0.5 Black 10 Piece/s 10 Piece/s 36 Blade Cutter Knife 6inches 2 Piece/s 2 Piece/s 37 Stand File Box Color Black 5 Piece/s 5 Piece/s 38 Double Sided Tape 10meters 10 Piece/s 10 Piece/s Note: Delivery Term: One Time Delivery To The Rpmo Located At Koronadal City And Inspection Should Also Be Done In Koronadal City. Delivery Terms Within 30 Working Days Upon The Receipt Of The P.o. General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ C. Dswd12-slp-2024-10-022 Procurement Of Office Supplies For Slp Provincial Staff Of Sultan Kudarat For 2024 (lot3) 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 Total Delivered, Weeks/months 1 Ballpen, 0.5 Black 120 Piece/s 120 Piece/s Delivery Of The Goods Is Required One Time Delivery And Within 30 Working Days Upon The Receipt Of The Approved Po 2 Binder Clip, 19mm 5 Box/es 5 Box/es 3 Binder Clip, 25mm 10 Box/es 10 Box/es 4 Book Paper, A4,70gsm 490 Ream/s 490 Ream/s 5 Book Paper,long,70gsm 5 Ream/s 5 Ream/s 6 Certificate Paper A4 5 Pack/s 5 Pack/s 7 Certificate Holder, A4 24 Piece/s 24 Piece/s 8 Correction Tape 5mm X 8m 50 Piece/s 50 Piece/s 9 Epson Ink 003, Black 112 Piece/s 112 Piece/s 10 Epson Ink 003, Cyan 35 Piece/s 35 Piece/s 11 Epson Ink 003, Yellow 35 Piece/s 35 Piece/s 12 Epson Ink 003, Magenta 30 Piece/s 30 Piece/s 13 Cannon Ink 003, Black 10 Piece/s 10 Piece/s 14 Cannon Ink 003, Cyan 5 Piece/s 5 Piece/s 15 Cannon Ink 003, Yellow 5 Piece/s 5 Piece/s 16 Cannon Ink 003, Magenta 5 Piece/s 5 Piece/s 17 Fastener, 70mm 50 Box/es 50 Box/es 18 Folded Brown Long (100s) 300 Piece/s 300 Piece/s 19 Glue 130g 5 Piece/s 5 Piece/s 20 Highlighter, Neon Colors 24 Piece/s 24 Piece/s 21 Lever Arch File 3", Black 10 Piece/s 10 Piece/s 22 Marker, Permanent , Black , Blue , Red 24 Piece/s 24 Piece/s 23 Marker, Permanent , Black 2 Piece/s 2 Piece/s 24 Note Pad, 2" X 3 35 Pad/s 35 Pad/s 25 Note Pad, 3" X 3 35 Pad/s 35 Pad/s 26 Paper Clip Vinyl Jumbo 55mm 17 Box/es 17 Box/es 27 Paper Clip Vinyl Jumbo 33mm 17 Box/es 17 Box/es 28 Pencil, Eberhard Faber's Woodlinched Bonding Technology 24 Piece/s 24 Piece/s 29 Plastic Envelope, Legal 5 Piece/s 5 Piece/s 30 Rubberband, 50g Small 2 Box/es 2 Box/es 31 Scissors 8" Stainless Steel 5 Pair/s 5 Pair/s 32 Sharpener Desk Heavy Duty 1 Piece/s 1 Piece/s 33 Sign Pen, 0.7 Black 120 Piece/s 120 Piece/s 34 Staple Wire # 35 30 Box 30 Box 35 Stapler, Heavy Duty 2 Piece/s 2 Piece/s 36 Stapler With Remover #35 3 Piece/s 3 Piece/s 37 Puncher Heavy Duty 70mm Weight: 0.533kg Product Dimension: 6.5in X 2in X 4in Material Type: Metal 2 Piece/s 2 Piece/s 38 Cork Board 40x60 2 Piece/s 2 Piece/s 39 Vellum Board, Long, 10s, Works 2 Pack/s 2 Pack/s 39 All In One Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Borderless Printing Up To 4r 1 Unit 1 Unit 40 Tabbings With Different Colors 66 Pad/s 66 Pad/s Note: Delivery Term: One Time Delivery To The Provincial Cluster. Delivery Terms Within 30 Working Days Upon The Receipt Of The P.o. General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ D. Dswd12-slp-2024-10-022 Procurement Of Office Supplies For Slp Provincial Staff Of Sargen Cluster For 2024 (lot4) 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 Total Delivered, Weeks/months 1 Book Paper A4, 70gsm 117 Box/es 117 Box/es Delivery Of The Goods Is Required One Time Delivery And Within 30 Working Days Upon The Receipt Of The Approved Po 2 Correction Tape 5mm X 8m 80 Piece/s 80 Piece/s 3 Fastener, 70mm 140 Box/es 140 Box/es 4 Epson Ink 003, Black 74 Piece/s 74 Piece/s 5 Epson Ink 003, Magenta 36 Piece 36 Piece 6 Epson Ink 003, Blue 36 Piece 36 Piece 7 Epson Ink 003, Yellow 36 Piece 36 Piece 8 Epson Ink 664, Black (10) 36 Piece 36 Piece 9 Epson Ink 664, Magenta 14 Piece 14 Piece 10 Epson Ink 664, Blue 14 Piece 14 Piece 11 Epson Ink 664, Yellow 14 Piece 14 Piece 12 Compatible Toner Cartridge Guranteed High Quality Compatible Toner Cartridge 101% Brand New. Not Remanufactured Or Refilled. Factory Sealed. Made With All New Parts. 4 Piece 4 Piece 13 Staple Wire #35 30 Box/es 30 Box/es 14 Notepad, 3" X 4 70 Pad/s 70 Pad/s 15 Staple Remover #35 30 Piece/s 30 Piece/s 16 Tabbings With Different Colors 96 Pad/s 96 Pad/s 17 Printer All In One Print, Scan, Copy Connectivity: Usb/ Lan/ Wifi/ Wifi Direct/ Lan Compact Integrated Tank Design Print Speeds Up To 15.5ipm For Black And 8.5ipm For Colour Auto-duplex Printing Adf Capability Epson Smart Panel Borderless Printing Up To A4 Size Warranty Of 2 Years Of 50,000 Pages, Whichever Comes First Powered By Epson Heat-free Technology 2 Unit 2 Unit 18 Laser Multi-function Monochrome Printer Monochrome (black & White Only) Print, Scan, Copy, Adf, Wi-fi Automatic 2-sided Print Print Up To Long/legal Scan/copy Up To Long/legal Via Adf Scan/copy Up To Short/a4 Via Flatbed Glass Toner Cartridge Powder 1 Unit 1 Unit 19 Sign Pen, 0.5 Black 85 Piece/s 85 Piece/s 20 Sign Pen, 0.5 Blue 85 Piece/s 85 Piece/s 21 Sign Pen, 0.7 Black 85 Piece/s 85 Piece/s 22 Sign Pen, 0.7 Blue 85 Piece/s 85 Piece/s 23 Puncher Heavy Duty 70mm Weight: 0.533kg Product Dimension: 6.5in X 2in X 4in Material Type: Metal 35 Piece/s 35 Piece/s 24 Paper Cip Vinyl Jumbo 55mm 70 Box/es 70 Box/es 25 Paper Cip Vinyl Jumbo 33mm 70 Box/es 70 Box/es 26 Scissors 8" Stainless Steel 36 Piece/s 36 Piece/s 27 Folder Brown Long (100pcs/ Per Ream) 35 Ream/s 35 Ream/s Note: Delivery Term: One Time Delivery To The Provincial Cluster. Delivery Terms Within 30 Working Days Upon The Receipt Of The P.o. General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ E. Dswd12-slp-2024-10-022 Procurement Of Office Supplies For Slp Provincial Staff Of Cc-i For 2024 (lot5) 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 Total Delivered, Weeks/months 1 All In One Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Wi-fi & Wi-fi Direct Seamless Setup Via Epson Smart Panel Borderless Printing Up To 4r Printer Functions: Print, Scan, Copy Print Method: On-demand Inkjet (piezoelectric) Maximum Resolution: 5760 X 1440 Dpi 1 Unit 1 Unit Delivery Of The Goods Is Required One Time Delivery And Within 30 Working Days Upon The Receipt Of The Approved Po 2 Epson Ink 664, Black 11 Piece/s 11 Piece/s 3 Epson Ink 003, Black 38 Piece/s 38 Piece/s 4 Epson Ink 003, Yellow 2 Piece/s 2 Piece/s 5 Epson Ink 003, Cyan 2 Piece/s 2 Piece/s 6 Epson Ink 003, Magenta 2 Piece/s 2 Piece/s 7 Fastener 70mm 55 Box/es 55 Box/es 8 Puncher Heavy Duty 70mm Weight: 0.533kg Product Dimension: 6.5in X 2in X 4in Material Type: Metal 11 Piece/s 11 Piece/s 9 Staple Heavy Duty With Remover #35 11 Piece/s 11 Piece/s 10 Staple Wire #35 22 Box/es 22 Box/es 11 Scissors 8" Stainless Steel 11 Piece/s 11 Piece/s 12 Sign Pen, 0.7 Black 55 Piece/s 55 Piece/s 13 Tabbings With Different Colors 58 Pad/s 58 Pad/s 14 Book Paper, A4, 70gsm 56 Box/es 56 Box/es 15 Correction Tape 5mm X 8m 33 Piece/s 33 Piece/s 16 Paper Clp Vinyl Jumbo 55mm 33 Box/es 33 Box/es 17 Folder Brown Long (100pcs/ Per Ream) 5 Ream 5 Ream Note: Delivery Term: One Time Delivery To The Provincial Cluster. Delivery Terms Within 30 Working Days Upon The Receipt Of The P.o. General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ F. Dswd12-slp-2024-10-022 Procurement Of Office Supplies For Slp Provincial Staff Of Cc-ii For 2024 (lot6) 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 Total Delivered, Weeks/months 1 Ballpen, 0.5 Black 35 Piece/s 35 Piece/s Delivery Of The Goods Is Required One Time Delivery And Within 30 Working Days Upon The Receipt Of The Approved Po 2 Ballpen, 0.7 Black 35 Piece/s 35 Piece/s 3 Book Paper, A4 70gsm 400 Ream/s 400 Ream/s 4 Book Paper, Long 70gsm 10 Ream/s 10 Ream/s 5 Epson Ink 003, Black 40 Piece/s 40 Piece/s 6 Epson Ink 003, Cyan 20 Piece/s 20 Piece/s 7 Epson Ink 003, Yellow 20 Piece/s 20 Piece/s 8 Epson Ink 003, Magenta 18 Piece/s 18 Piece/s 9 Pencil, Eberhard Faber's Woodclinched Bonding Technology 30 Piece/s 30 Piece/s 10 Sign Pen, 0.5 Black 35 Piece/s 35 Piece/s 11 Sign Pen, 0.5 Blue 35 Piece/s 35 Piece/s 12 Sign Pen, 0.7 Black 35 Piece/s 35 Piece/s 13 Sign Pen, 0.7 Blue 35 Piece/s 35 Piece/s 14 Staple Wire #35 23 Box/es 23 Box/es 15 Printable Sticker Paper A4 50pcs 48 Pack/s 48 Pack/s 16 All In One Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Wi-fi & Wi-fi Direct Seamless Setup Via Epson Smart Panel Borderless Printing Up To 4r Printer Functions: Print, Scan, Copy Print Method: On-demand Inkjet (piezoelectric) Maximum Resolution: 5760 X 1440 Dpi 2 Unit 2 Unit 17 Tabbings With Different Colors 67 Pad/s 67 Pad/s Note: Delivery Term: One Time Delivery To The Provincial Cluster. Delivery Terms Within 30 Working Days Upon The Receipt Of The P.o. General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ Section Vii. Technical Specifications Notes For Preparing The Technical Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Their Bids. In The Context Of Competitive Bidding, The Specifications (e.g. Production/delivery Schedule, Manpower Requirements, And After-sales Service/parts, Descriptions Of The Lots Or Items) Must Be Prepared To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Transparency, Equity, Efficiency, Fairness, And Economy In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation And Post-qualification Facilitated. The Specifications Should Require That All Items, Materials And Accessories To Be Included Or Incorporated In The Goods Be New, Unused, And Of The Most Recent Or Current Models, And That They Include Or Incorporate All Recent Improvements In Design And Materials Unless Otherwise Provided In The Contract. Samples Of Specifications From Previous Similar Procurements Are Useful In This Respect. The Use Of Metric Units Is Encouraged. Depending On The Complexity Of The Goods And The Repetitiveness Of The Type Of Procurement, It May Be Advantageous To Standardize The General Technical Specifications And Incorporate Them In A Separate Subsection. The General Technical Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Manufacturing Similar Goods. Deletions Or Addenda Should Then Adapt The General Technical Specifications To The Particular Procurement. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Equipment, Materials, And Workmanship, Recognized Philippine And International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Equipment, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure At Least A Substantially Equal Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Special Conditions Of Contract Or The Technical Specifications. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Technical Specifications To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished Or Tested, The Provisions Of The Latest Edition Or Revision Of The Relevant Standards And Codes Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure Substantial Equivalence To The Standards And Codes Specified Will Be Acceptable. Reference To Brand Name And Catalogue Number Should Be Avoided As Far As Possible; Where Unavoidable They Should Always Be Followed By The Words “or At Least Equivalent.” References To Brand Names Cannot Be Used When The Funding Source Is The Gop. Where Appropriate, Drawings, Including Site Plans As Required, May Be Furnished By The Procuring Entity With The Bidding Documents. Similarly, The Supplier May Be Requested To Provide Drawings Or Samples Either With Its Bid Or For Prior Review By The Procuring Entity During Contract Execution. Bidders Are Also Required, As Part Of The Technical Specifications, To Complete Their Statement Of Compliance Demonstrating How The Items Comply With The Specification. Technical Specifications A. Dswd12-slp-2024-10-022 Procurement Of Office Supplies For Slp Provincial Staff Of South Cotabato Cluster For 2024 (lot1) Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Book Paper, A4 70gsm 315 Box/es 2 Correction Tape 5mm X 8m 62 Piece/s 3 Fastener, 70mm Plastic 10 Box/es 4 Epson Ink 003, Black 20 Piece/s 5 Epson Ink 664, Black 20 Piece/s 6 Staple Wire #35 32 Piece/s 7 Tabbings Sticky Notes "3x4" (pink, Green, Blue) 35 Pad/s 8 Ballpen. 0.5 Black 165 Piece/s 9 Ballpen. 0.5 Blue 164 Piece/s 10 Sign Pen, 0.5 Black 7 Piece/s 11 Sign Pen, 0.7 Black 96 Piece/s 12 Sign Pen, 0.7 Blue 96 Piece/s 13 Stapler With Remover #35 32 Piece/s 14 All In One Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Wi-fi & Wi-fi Direct Seamless Setup Borderless Printing Up To 4r Printer Functions: Print, Scan, Copy Print Method: On-demand Inkjet (piezoelectric) Maximum Resolution: 5760 X 1440 Dpi 2 Unit /s Note: Delivery Term: One Time Delivery To The Provincial Cluster Office (pco) Located At Koronadal City And Inspection Should Also Be Done In Pco-koronadal City. Delivery Terms Within 30 Working Days Upon The Receipt Of The Approved P.o. General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ B. Dswd12-slp-2024-10-022 Procurement Of Office Supplies For Slp Provincial Staff Of Rpmo For 2024 (lot2) Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Pentel Pen, Black 10 Piece/s 2 Epson 003, Black 20 Piece/s 3 Epson 003, Cyan 10 Piece/s 4 Epson 003, Magenta 10 Piece/s 5 Epson 003, Yellow 10 Piece/s 6 Vellum, Board A4 200gsm, 10 Sheets Per Pack 100 Piece/s 7 Blinder Clip, Small 20 Piece/s 8 Blinder Clip, Medium 20 Piece/s 9 Blinder Clip, Large 10 Piece/s 10 Notepad 2"x3 10 Pad/s 11 Notepad 3"x4 10 Pad/s 12 Paper Clip Vinyl Jumbo 55mm 10 Box/es 13 Paper Clip Vinyl Small 33mm 10 Box/es 14 Pencil Eberhard Faber's Wood Clinched Bonding Technology 10 Piece/s 15 Sign Pen, 0.7 Black 10 Piece/s 16 Sign Pen, 0.7 Blue 10 Piece/s 17 Stapler With Remover #35, Durable Metal Stapler, Tacking & Pinning And Double Duty. Weight: 0.196kg Production Dimension: 5in X 2in X 2in Material Type: Metal 5 Piece/s 18 Stapler Wire #35 45 Box/es 19 Staple Remover Plier Type Stainless Steel Lifting Mechanism For Easily Lifting, Gripping And Removing Staples Lightweight And Compact. 8 Piece/s 20 Certificate Holder A4 (not Glass) 100 Piece/s 21 Power Saving Wireless Mouse 2 Piece/s 22 Book Paper, A4, 70gsm 15 Box/es 23 Ruler Plastic 12inches 10 Piece/s 24 Scissors 8 Inches Stainless Steel 10 Piece/s 25 Glue 130g, Elmer's Glue 2 Piece/s 26 Tabbings (plastic) Pink 12 Pad/s 27 Rubberband 50grams Small 2 Box/es 28 Scanner Wireless High-speed Desktop Scanner | 2.8-inch Touchscreen | Scans Up To 40ppm1 1 Unit 29 Multifunction Printer Black One Size / Eu Plug Colour • With Scanner • Inkjet • Wireless • Wi-fi • Usb • Cloud Ready 1 Unit 30 Lever Arch Top Clip, A4 5 Piece/s 31 Puncher Heavy Duty 70mm Weight: 0.533kg Product Dimension: 6.5in X 2in X 4in Material Type: Metal 2 Piece/s 32 Record Book 200page: Hardbound Covers With Turned And Folded Edges. Weight Per Pack: 200pages, 0.336kg 5 Piece/s 33 Highlighter, Neon Colors 5 Piece/s 34 Scotch Tape, 1", 50meters 5 Piece/s 35 Ballpen, 0.5 Black 10 Piece/s 36 Blade Cutter Knife 6inches 2 Piece/s 37 Stand File Box Color Black 5 Piece/s 38 Double Sided Tape 10meters 10 Piece/s Note: Delivery Term: One Time Delivery To The Rpmo Located At Koronadal City And Inspection Should Also Be Done In Koronadal City. Delivery Terms Within 30 Working Days Upon The Receipt Of The Approved P.o. General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ C. Dswd12-slp-2024-10-022 Procurement Of Office Supplies For Slp Provincial Staff Of Sultan Kudarat For 2024 (lot3) Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Ballpen, 0.5 Black 120 Piece/s 2 Binder Clip, 19mm 5 Box/es 3 Binder Clip, 25mm 10 Box/es 4 Book Paper, A4,70gsm 490 Ream/s 5 Book Paper,long,70gsm 5 Ream/s 6 Certificate Paper A4 5 Pack/s 7 Certificate Holder, A4 24 Piece/s 8 Correction Tape 5mm X 8m 50 Piece/s 9 Epson Ink 003, Black 112 Piece/s 10 Epson Ink 003, Cyan 35 Piece/s 11 Epson Ink 003, Yellow 35 Piece/s 12 Epson Ink 003, Magenta 30 Piece/s 13 Cannon Ink 003, Black 10 Piece/s 14 Cannon Ink 003, Cyan 5 Piece/s 15 Cannon Ink 003, Yellow 5 Piece/s 16 Cannon Ink 003, Magenta 5 Piece/s 17 Fastener, 70mm 50 Box/es 18 Folded Brown Long (100s) 300 Piece/s 19 Glue 130g 5 Piece/s 20 Highlighter, Neon Colors 24 Piece/s 21 Lever Arch File 3", Black 10 Piece/s 22 Marker, Permanent , Black , Blue , Red 24 Piece/s 23 Marker, Permanent , Black 2 Piece/s 24 Note Pad, 2" X 3 35 Pad/s 25 Note Pad, 3" X 3 35 Pad/s 26 Paper Clip Vinyl Jumbo 55mm 17 Box/es 27 Paper Clip Vinyl Jumbo 33mm 17 Box/es 28 Pencil, Eberhard Faber's Woodlinched Bonding Technology 24 Piece/s 29 Plastic Envelope, Legal 5 Piece/s 30 Rubberband, 50g Small 2 Box/es 31 Scissors 8" Stainless Steel 5 Pair/s 32 Sharpener Desk Heavy Duty 1 Piece/s 33 Sign Pen, 0.7 Black 120 Piece/s 34 Staple Wire # 35 30 Box 35 Stapler, Heavy Duty 2 Piece/s 36 Stapler With Remover #35 3 Piece/s 37 Puncher Heavy Duty 70mm Weight: 0.533kg Product Dimension: 6.5in X 2in X 4in Material Type: Metal 2 Piece/s 38 Cork Board 40x60 2 Piece/s 39 Vellum Board, Long, 10s, Works 2 Pack/s 39 All In One Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Borderless Printing Up To 4r 1 Unit 40 Tabbings With Different Colors 66 Pad/s Note: Delivery Term: One Time Delivery To The Provincial Cluster. Delivery Terms Within 30 Working Days Upon The Receipt Of The Approved P.o. General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ D. Dswd12-slp-2024-10-022 Procurement Of Office Supplies For Slp Provincial Staff Of Sargen For 2024 (lot4) Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Book Paper A4, 70gsm 117 Box/es 2 Correction Tape 5mm X 8m 80 Piece/s 3 Fastener, 70mm 140 Box/es 4 Epson Ink 003, Black 74 Piece/s 5 Epson Ink 003, Magenta 36 Piece 6 Epson Ink 003, Blue 36 Piece 7 Epson Ink 003, Yellow 36 Piece 8 Epson Ink 664, Black (10) 36 Piece 9 Epson Ink 664, Magenta 14 Piece 10 Epson Ink 664, Blue 14 Piece 11 Epson Ink 664, Yellow 14 Piece 12 Compatible Toner Cartridge Guranteed High Quality Compatible Toner Cartridge 101% Brand New. Not Remanufactured Or Refilled. Factory Sealed. Made With All New Parts. 4 Piece 13 Staple Wire #35 30 Box/es 14 Notepad, 3" X 4 70 Pad/s 15 Staple Remover #35 30 Piece/s 16 Tabbings With Different Colors 96 Pad/s 17 Printer All In One Print, Scan, Copy Connectivity: Usb/ Lan/ Wifi/ Wifi Direct/ Lan Compact Integrated Tank Design Print Speeds Up To 15.5ipm For Black And 8.5ipm For Colour Auto-duplex Printing Adf Capability Epson Smart Panel Borderless Printing Up To A4 Size Warranty Of 2 Years Of 50,000 Pages, Whichever Comes First Powered By Epson Heat-free Technology 2 Unit 18 Laser Multi-function Monochrome Printer Monochrome (black & White Only) Print, Scan, Copy, Adf, Wi-fi Automatic 2-sided Print Print Up To Long/legal Scan/copy Up To Long/legal Via Adf Scan/copy Up To Short/a4 Via Flatbed Glass Toner Cartridge Powder 1 Unit 19 Sign Pen, 0.5 Black 85 Piece/s 20 Sign Pen, 0.5 Blue 85 Piece/s 21 Sign Pen, 0.7 Black 85 Piece/s 22 Sign Pen, 0.7 Blue 85 Piece/s 23 Puncher Heavy Duty 70mm Weight: 0.533kg Product Dimension: 6.5in X 2in X 4in Material Type: Metal 35 Piece/s 24 Paper Cip Vinyl Jumbo 55mm 70 Box/es 25 Paper Cip Vinyl Jumbo 33mm 70 Box/es 26 Scissors 8" Stainless Steel 36 Piece/s 27 Folder Brown Long (100pcs/ Per Ream) 35 Ream/s Note: Delivery Term: One Time Delivery To The Provincial Cluster. Delivery Terms Within 30 Working Days Upon The Receipt Of The Approved P.o. General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ E. Dswd12-slp-2024-10-022 Procurement Of Office Supplies For Slp Provincial Staff Of Cc-i For 2024 (lot5) Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 All In One Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Wi-fi & Wi-fi Direct Seamless Setup Via Epson Smart Panel Borderless Printing Up To 4r Printer Functions: Print, Scan, Copy Print Method: On-demand Inkjet (piezoelectric) Maximum Resolution: 5760 X 1440 Dpi 1 Unit 2 Epson Ink 664, Black 11 Piece/s 3 Epson Ink 003, Black 38 Piece/s 4 Epson Ink 003, Yellow 2 Piece/s 5 Epson Ink 003, Cyan 2 Piece/s 6 Epson Ink 003, Magenta 2 Piece/s 7 Fastener 70mm 55 Box/es 8 Puncher Heavy Duty 70mm Weight: 0.533kg Product Dimension: 6.5in X 2in X 4in Material Type: Metal 11 Piece/s 9 Staple Heavy Duty With Remover #35 11 Piece/s 10 Staple Wire #35 22 Box/es 11 Scissors 8" Stainless Steel 11 Piece/s 12 Sign Pen, 0.7 Black 55 Piece/s 13 Tabbings With Different Colors 58 Pad/s 14 Book Paper, A4, 70gsm 56 Box/es 15 Correction Tape 5mm X 8m 33 Piece/s 16 Paper Clip Vinyl Jumbo 55mm 33 Box/es 17 Folder Brown Long (100pcs/ Per Ream) 5 Ream Note: Delivery Term: One Time Delivery To The Provincial Cluster. Delivery Terms Within 30 Working Days Upon The Receipt Of The Approved P.o. General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ F. Dswd12-slp-2024-10-022 Procurement Of Office Supplies For Slp Provincial Staff Of Cc-ii For 2024 (lot6) Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Ballpen, 0.5 Black 35 Piece/s 2 Ballpen, 0.7 Black 35 Piece/s 3 Book Paper, A4 70gsm 400 Ream/s 4 Book Paper, Long 70gsm 10 Ream/s 5 Epson Ink 003, Black 40 Piece/s 6 Epson Ink 003, Cyan 20 Piece/s 7 Epson Ink 003, Yellow 20 Piece/s 8 Epson Ink 003, Magenta 18 Piece/s 9 Pencil, Eberhard Faber's Woodclinched Bonding Technology 30 Piece/s 10 Sign Pen, 0.5 Black 35 Piece/s 11 Sign Pen, 0.5 Blue 35 Piece/s 12 Sign Pen, 0.7 Black 35 Piece/s 13 Sign Pen, 0.7 Blue 35 Piece/s 14 Staple Wire #35 23 Box/es 15 Printable Sticker Paper A4 50pcs 48 Pack/s 16 All In One Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Wi-fi & Wi-fi Direct Seamless Setup Via Epson Smart Panel Borderless Printing Up To 4r Printer Functions: Print, Scan, Copy Print Method: On-demand Inkjet (piezoelectric) Maximum Resolution: 5760 X 1440 Dpi 2 Unit 17 Tabbings With Different Colors 67 Pad/s Note: Delivery Term: One Time Delivery To The Provincial Cluster. Delivery Terms Within 30 Working Days Upon The Receipt Of The Approved P.o. General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ Section Viii. Checklist Of Technical And Financial Documents Notes On The Checklist Of Technical And Financial Documents The Prescribed Documents In The Checklist Are Mandatory To Be Submitted In The Bid, But Shall Be Subject To The Following: A. Gppb Resolution No. 09-2020 On The Efficient Procurement Measures During A State Of Calamity Or Other Similar Issuances That Shall Allow The Use Of Alternate Documents In Lieu Of The Mandated Requirements; Or B. Any Subsequent Gppb Issuances Adjusting The Documentary Requirements After The Effectivity Of The Adoption Of The Pbds. The Bac Shall Be Checking The Submitted Documents Of Each Bidder Against This Checklist To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion Pursuant To Section 30 Of The 2016 Revised Irr Of Ra No. 9184. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (d) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (e) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts; And ⬜ (f) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (h) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (i) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (j) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (k) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (l) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Closing Soon25 Oct 2024
Tender AmountPHP 1.4 Million (USD 24.8 K)

Bureau Of Corrections Muntinlupa City Metro Manila Tender

Others...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Bids And Awards Committee Bidding Documents For The Supply, Delivery Of Holiday Bags For Year End Celebration (procurement/id No.021) Sixth Edition July 2020 Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….2 Section I. Invitation To Bid……………………………………………………..5 Section Ii. Instructions To Bidders…………………………………………...8 1. Scope Of Bid ………………………………………………………………………. 9 2. Funding Information………………………………………………………………. 9 3. Bidding Requirements ……………………………………………………………. 9 4. Corrupt, Fraudulent, Collusive, And Coercive Practices………………………….. 9 5. Eligible Bidders…………………………………………………………………… 9 6. Origin Of Goods ………………………………………………………………….. 10 7. Subcontracts ……………………………………………………………………… 10 8. Pre-bid Conference ………………………………………………………………. 11 9. Clarification And Amendment Of Bidding Documents …………………………… 11 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 11 11. Documents Comprising The Bid: Financial Component …………………………... 11 12. Bid Prices …………………………………………………………………………. 12 13. Bid And Payment Currencies ……………………………………………………… 12 14. Bid Security ………………………………………………………………………. 12 15. Sealing And Marking Of Bids ……………………………………………………… 13 16. Deadline For Submission Of Bids …………………………………………………. 13 17. Opening And Preliminary Examination Of Bids ………………………………….. 13 18. Domestic Preference ……………………………………………………………… 13 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 13 20. Post-qualification ………………………………………………………………… 14 21. Signing Of The Contract …………………………………………………………… 14 Section Iii. Bid Data Sheet …………………………………………………..15 Section Iv. General Conditions Of Contract ……………………...………..17 1. Scope Of Contract ………………………………………………………………… 18 2. Advance Payment And Terms Of Payment ……………………………………….. 18 3. Performance Security ……………………………………………………………. 18 4. Inspection And Tests ……………………………………………………………… 18 5. Warranty …………………………………………………………………………. 19 6. Liability Of The Supplier ………………………………………………………….. 19 Section V. Special Conditions Of Contract ………………………………….20 Section Vi. Schedule Of Requirements ……………………………………....23 Section Vii. Technical Specifications …………………………………………24 Section Viii. Checklist Of Technical And Financial Documents …………..26 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Invitation To Bid For The Supply, Delivery Of Holiday Bags For Year End Celebration (bucor Procurement/id No. 021) 1. The Bureau Of Corrections, Through The General Appropriations Act For 2024 Intends To Apply The Sum Of Being Seven Million One Hundred Forty Thousand Pesos (php 7,140,000.00) To Payments Under The Contract For 021. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bucor Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Fifteen (15) Calendar Days From The Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least 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 Bucor Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays (8:00 To 5:00 P.m.). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On ____ October 02, 2024 (8:00 A.m. To 5:00 P.m.) To October 23, 2024 (1:29 P.m.) 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 Php 10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person At The Bucor Bac Secretariat. 6. The Bucor Will Hold A Pre-bid Conference On October 10, 2024 (1:30 P.m.) At Bucor Supply Division Conference Room 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. 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 _october 23, 2024__ (1:30 P.m.) At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Bucor 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: 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 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Bucor.gov.ph Issued On _____ Day Of October 2024. 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 Holiday Bags For Year End Celebration With Identification Number 021 [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is Composed Of [indicate Number Of Lots Or Items], The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Gaa 2024 In The Amount Of Seven Million One Hundred Forty Thousand Pesos (php 7,140,000.00). 2.2. The Source Of Funding Is: 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. 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. A. 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 Twenty Five Percent (25%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address Bucor Supply Division Conference Room 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 Three (3) 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. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In The Bds. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In The Bds. 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or 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: 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 120 Calendar Days From Submission And Bid Opening. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As One Project Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.2. 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. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A.) Supply And Delivery Of Holiday Bags (ham, Cheese And Grocery Items) B.) Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 No Further Instruction. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: The Amount Of Not Less Than The Amount Equivalent To Two Percent (2%) Of The Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or The Amount Of Not Less Than The Amount Equivalent To Five Percent (5%) Of Total Abc, If Bid Security Is In Surety Bond. 19.3 The Approved Budget For The Contract For One (1) Lot For The Supply And Delivery Of Supply And Delivery Of Holiday Bags For Year End Celebration Is Seven Million One Hundred Forty Thousand Pesos (php 7,140,000.00) 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 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) From Issuing Agency 4. Valid And Current Mayor’s Or Business Permit 5. Valid And Current Tax Clearance 6. Audited Financial Statement 21.2 No Further Instruction. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3 Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184.{[include If Framework Agreement Will Be Used:] In The Case Of Framework Agreement, The Bidder May Opt To Furnish The Performance Security Or A Performance Securing Declaration As Defined Under The Guidelines On The Use Of Framework Agreement.} 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project {[include If Framework Agreement Will Be Used:] Or Framework Agreement} Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 5.1 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 Delivery And Documents – Delivery Of The Goods/security Services Shall Be Made By The Service Provider Within Fifteen (15) Calendar Days From Receipt Of Notice To Proceed By The Winning Bidder, 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, Cto3 Agerico A. Panopio, Nbp, Muntinlupa City. Incidental Services – The Supplier/service Provider Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements. The Contract Price For The Goods/ And Services Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. 2.2 No Further Instructions. 4 The Inspections And Tests That Will Be Conducted At The Project Site And Actual Inspection Of The Goods/services Shall Be Done As Required Under Section Vii. Technical Specifications. Expiration Must Be One (1) Year From The Date Of Manufacturing. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Delivered, Weeks/months 1 Supply And Delivery Of Holiday Bags For Year End Celebration 1 Lot 15 Calendar Days From Receipt Of Notice To Proceed Or Not Later Than 22 December 2024 Terms And Conditions: Mode Of Payment: Lump Sum (subject For Approval By End-user And Upon Issuance Of Certificate Of Acceptance By The End-user And Inspection And Acceptance Committee) 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 Vii. Technical Specifications Technical Specifications Item Specification Statement Of Compliance 4,200 Sets Holiday Bag Which Includes: Ham 1kg, Cooked, All Meat And Boneless With No Extender (note: 1,500 Pcs - Chicken Ham; 2,700 Pcs - Pork Ham) Pasteurized Cheese 1kg Spaghetti/pasta With Sauce 1kg Corned Beef 260g Evaporated Milk 360g Condensed Milk 370g All Purpose Cream 250ml Fruit Cocktail 432g Mayonnaise 220ml Mushroom Pieces And Stems 284g Macaroni Elbow 400g *all Items Must Be Commonly Available In The Market And Leading Supermarket In Ncr *all Items Must Be Packed In One (1) Big Ecobag *sample Shall Be Presented During Submission And Bid Opening **expiration Of All Items Must Be One (1) Year Form The Date Of Manufacturing. 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. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (d) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (e) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (h) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (i) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (j) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (k) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (l) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. Price Schedule For Goods Offered From Within The Philippines [shall Be Submitted With The Bid If Bidder Is Offering Goods From Within The Philippines] ______________________________________________________________________________ For Goods Offered From Within The Philippines Name Of Bidder ________________________ Project Id No._________ Page ___of___ 1 2 3 4 5 6 7 8 9 10 Item Description Country Of Origin Quantity Unit Price Exw Per Item Transportation And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col 9) X (col 4) Name: ___________________________________________________________________ Legal Capacity: ____________________________________________________________ Signature: ________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: __________________________________ Price Schedule For Goods Offered From Abroad [shall Be Submitted With The Bid If Bidder Is Offering Goods From Abroad] ______________________________________________________________________________ For Goods Offered From Abroad Name Of Bidder _________________________ Project Id No._________ Page ___ Of ___ 1 2 3 4 5 6 7 8 9 Item Description Country Of Origin Quantity Unit Price Cif Port Of Entry (specify Port) Or Cip Named Place (specify Border Point Or Place Of Destination) Total Cif Or Cip Price Per Item (col. 4 X 5) Unit Price Delivered Duty Unpaid (ddu) Unit Price Delivered Duty Paid (ddp) Total Price Delivered Ddp (col 4 X 8) Name: ___________________________________________________________________ Legal Capacity: ____________________________________________________________ Signature: ________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ____ Appendix “1” Bid Form For The Procurement Of Goods [shall Be Submitted With The Bid] _________________________________________________________________________ Bid Form Date : _________________ Project Identification No. : _________________ To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To [supply/deliver/perform] [description Of The Goods] In Conformity With The Said Pbds For The Sum Of [total Bid Amount In Words And Figures] Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein Or In The Price Schedules, If Our Bid Is Accepted, We Undertake: A. To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents (pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Period Specified In The Pbds And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period. [insert This Paragraph If Foreign-assisted Project With The Development Partner: 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 Amount And Purpose Of Of Agent Currency Commission Or Gratuity ________________________________________________ ________________________________________________ ________________________________________________ (if None, State “none”) ] Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of [name Of The Bidder] As Evidenced By The Attached [state The Written Authority]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: ___________________________________________________________________ Legal Capacity: _____________________________________________________________ Signature: ________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: __________________________________ Date: ___________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ 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 [name Of The Project] Of The [name Of The Procuring Entity], 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 [name Of The Project] Of The [name Of The Procuring Entity], 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 [name Of The Project]. 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 ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Closing Soon23 Oct 2024
Tender AmountPHP 7.1 Million (USD 124.4 K)

Department Of Social Welfare And Development Region Xii Tender

Others
Philippines
Details: Description Department Of Social Welfare And Development Field Office Xii Regional Center, Brgy. Carpenter Hills, Koronadal City, 9506 Philippine Bidding Documents For The Procurement Of Office Supplies For Slp Staff For 2024 (lot 1 To Lot 6) Project Identification No. Dswd12-slp-2024-10-023 Government Of The Republic Of The Philippines Sixth Edition July 2020 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B. Specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..7 Section Ii. Instructions To Bidders…………………………………………...11 1. 12 2. 12 3. 12 4. 12 5. 12 6. 13 7. 13 8. 13 9. 14 10. 14 11. 14 12. 14 13. 15 14. 15 15. 16 16. 16 17. 16 18. 16 19. 16 20. 17 21. 17 Section Iii. Bid Data Sheet …………………………………………………..18 Section Iv. General Conditions Of Contract ……………………...………..23 1. 24 2. 24 3. 24 4. 24 5. 25 6. 25 Section V. Special Conditions Of Contract ………………………………….26 Section Vi. Schedule Of Requirements ……………………………………....29 Section Vii. Technical Specifications …………………………………………45 Section Viii. Checklist Of Technical And Financial Documents …………..62 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Invitation To Bid For The Dswd12-slp-2024-10-023 Procurement Of Office Supplies For Slp Staff For 2024 (lot 1 To Lot 6) 1. The Department Of Social Welfare And Development Field Office Xii, Through The General Appropriations Act 2024 Intends To Apply The Sum Of The Amount Being The Abc To Payments Under The Contract For Each Following Lot/item: A. Five Hundred Thirty Four Thousand Three Hundred Nineteen Pesos Only (₱534,319.00) For Dswd12-slp-2024-10-023 Procurement Of Office Supplies For Slp Provincial Staff Of South Cotabato Cluster For 2024 (lot1); B. One Hundred Thirty One Thousand Two Hundred Twenty Three Pesos Only (₱131,223.00) For Dswd12-slp-2024-10-023 Procurement Of Office Supplies For Slp Provincial Staff Of Rpmo For 2024 (lot2); C. Three Hundred Thousand Three Hundred Six Pesos Only (₱300,306.00) For Dswd12-slp-2024-10-023 Procurement Of Office Supplies For Slp Provincial Staff Of Sultan Kudarat For 2024 (lot3); D. Four Hundred Sixty Four Thousand Six Hundred Seventy Two Pesos Only (₱464,672.00) For Dswd12-slp-2024-10-023 Procurement Of Office Supplies For Slp Provincial Staff Of Sultan Kudarat For 2024 (lot4); And E. One Hundred Forty Nine Thousand Thirty Three Pesos Only (₱149,033.00) For Dswd12-slp-2024-10-023 Procurement Of Office Supplies For Slp Provincial Staff Of Cc-i For 2024 (lot5) F. Two Hundred Twelve Thousand Ninety Six Pesos Only (₱212,096.00) For Dswd12-slp-2024-10-023 Procurement Of Office Supplies For Slp Provincial Staff Of Cc-ii For 2024 (lot6) 2. The Department Of Social Welfare And Development Field Office Xii Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By One Time Delivery To Provincial Cluster Offices And Within 30 Working Days Upon The Receipt Of The Approved Po. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 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 Department Of Social Welfare And Development Field Office Xii – Bids And Awards Committee Secretariat Office And Inspect The Bidding Documents At The Address Given Below During 8:00a.m. To 5:00 P.m.. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On October 15, 2024 To October 31, 2024, 5:00 P.m. 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: Approved Budget For The Contract Bid Docs Amount Lot 1 – ₱ 534,319.00 ₱1,000.00 Lot 2 – ₱ 131,223.00 ₱1,000.00 Lot 3 – ₱ 300,306.00 ₱1,000.00 Lot 4 – ₱ 464,672.00 ₱1,000.00 Lot 5 – ₱ 149,033.00 ₱1,000.00 Lot 6 – ₱ 212,096.00 ₱1,000.00 Total – ₱ 1,791,649.00 Php 5,000.00 (maximum Fee For Sale Of Bidding Documents) The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. [note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots.] 6. The Department Of Social Welfare And Development Field Office Xii Will Hold A Pre-bid Conference On October 23, 2024, 10:30 A.m. At Dswd Field Office 12, Regional Center, Brgy. Carpenter Hill, Koronadal City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below On Or Before November 04, 2024, 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening And Evaluation Shall Be On November 04, 2024, 10:30 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Social Welfare And Development Field Office Xii 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: Dswd 12 – Bac Secretariat Head Administrative Division – Procurement Section Dswd Field Office 12, Regional Center, Brgy. Carpenter Hills, Koronadal City, 9506 Procurement.fo12@dswd.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://fo12.dswd.gov.ph/bid-bulletin/ Https://www.philgeps.gov.ph October 14, 2024 Jackiya A. Lao Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1. Scope Of Bid The Procuring Entity, Department Of Social Welfare And Development Field Office Xii Wishes To Receive Bids For The Procurement Of Office Supplies For Slp Staff For 2024 (lot 1 To Lot 6), With Identification Number Dswd12-slp-2024-10-023. The Procurement Project (referred To Herein As “project”) Is Composed Of One Lot Or Item, 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 2024 Approved Gaa In The Amount Of One Million Seven Hundred Ninety One Thousand Six Hundred Forty Nine Pesos Only (₱1,791,649.00) 2.2. The Source Of Funding The Approved Gaa 2024. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. Foreign Ownership 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. 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 Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) 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 Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On October 23, 2024, 10:30 A.m. And At Its Physical Address Department Of Social Welfare And Development Field Office 12, Regional Center, Brgy. Carpenter Hills, Koronadal City 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, On/or Before October 26, 2024 Or At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In The Bds. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In The Bds. 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or 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 March 04, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item. 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 20.2. 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 Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Notes On The Bid Data Sheet The Bid Data Sheet (bds) Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information, Or Requirements Included In The Itb Found In Section Ii, Which Are Specific To Each Procurement. This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing The Bds, The Following Aspects Should Be Checked: A. Information That Specifies And Complements Provisions Of The Itb Must Be Incorporated. B. Amendments And/or Supplements, If Any, To Provisions Of The Itb As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply And Delivery Of Office Equipment, Supplies, And Consumables. B. Completed Within At Least Two (2) Years 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 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 ₱ 10,686.38 For Lot 1 ₱ 2,624.46 For Lot 2, ₱ 6,006.12 For Lot 3, ₱ 9,293.44 For Lot 4, ₱ 2,980.66 For Lot 5, And ₱ 4,241.92 For Lot 6 Or The Amount Equivalent To 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 ₱ 26,715.95 For Lot 1, ₱ 6,561.15 For Lot 2, ₱ 15,015.30 For Lot 3, ₱ 23,233.60 For Lot 4, ₱ 7,451.65 For Lot 5, And ₱ 10,604.80 For Lot 6 Or The Amount Equivalent To Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 19.1 1. All Forms Must Be Submitted Using The Prescribed Format Provided By The Procuring Entity And Completed Without Any Alterations To Their Format, And No Substitute Form Shall Be Accepted. All Blank Spaces Shall Be Filled In With The Information Requested. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder, Otherwise, Bids Shall Be Subject To An Outright Disqualification. 20.2 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Supplier Of The Notice Of Post Qualification From The Bac That The Supplier Has The Lowest Calculated Bid (lcb) Or Single Calculated Bid (scb), The Supplier Shall Submit And/or Present The Following Requirements For Post Qualification In Accordance To Section 34 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra9184: 1. Present Original Copy Of The Following: A. A. Latest Income Tax Return And Business Tax Return ( For 2nd Quarter Of 2024) B. B. Latest Value Added Tax (vat) Return ( For 2nd Quarter Of 2024, If Applicable) Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing & Payment System (efps) Shall Be Accepted. C. Valid Philgeps Registration Certificate (platinum Membership) (all Pages) D. Valid Registration Certificate From Securities And Exchange Commission (sec) For Corporations, Or From Department Of Trade And Industry (dti) For Sole Proprietorship, Or From Cooperative Development Authority (cda) For Cooperatives; E. Valid Business/mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Bidder Is Located; F. Valid Tax Clearance Per Eo 398, Series Of 2005, As Finally Reviewed And Approved By The Bir; G. Bureau Of Internal Revenue (bir) Registration Certificate. H. Copy Of Contracts Or Po’s, Notice Of Award (noa) And Notice To Proceed (ntp) For All On-going Contracts I. End-user’s Acceptance, Official Receipt (duplicate Or Triplicate Copy) Or Sales Invoice With Collection Receipt/s (duplicate Or Triplicate Copy) Relative To Single Largest Completed Contract J. Company Profile And Organizational Chart. Company Printed Brochure May Be Included. K. Vicinity Map/location Of The Business. L. Other Appropriate Licenses And Permits Required By Law And Stated In The Bidding Documents. Failure To Submit Any Of The Post-qualification Requirements On Time, Or A Finding Against The Veracity Thereof, Shall Disqualify The Bidder For Award. Provided In The Event That A Finding Against The Veracity Of Any Of The Documents Submitted Is Made, It Shall Cause The Forfeiture Of The Bid Security In Accordance With Section 69 Of The Irr Of Ra 9184. Note: For Post Qualification Purposes Only 20.3 Each Bidder Shall Submit The Following In One (1) “mother” Envelope Duly Sealed And Labeled, Containing Two (2) Sets Of Envelopes: First Envelope Containing At Least One (1) Set Of Duly Signed And Sealed Eligibility And Technical Documents Second Envelope Containing At Least One (1) Set Of Duly Signed And Sealed Financial Bid Documents 20.4 All Envelopes Shall Be Labeled/marked As Follows: To : Jackiya A. Lao Chairperson Bids And Awards Committee Dswd-field Office 12 From :_______________________________ (name Of Bidder In Capital Letters) Address: _______________________________ (address Of Bidder In Capital Letters) Project: Procurement Of Office Supplies For Slp Provincial Staff Of South Cotabato Cluster For 2024 (lot1) Procurement Of Office Supplies For Slp Provincial Staff Of Rpmo For 2024 (lot2) Procurement Of Office Supplies For Slp Provincial Staff Of Sultan Kudarat For 2024 (lot3) Procurement Of Office Supplies For Slp Provincial Staff Of Sargen For 2024 (lot4) Procurement Of Office Supplies For Slp Provincial Staff Of Cc-i For 2024 (lot5) Procurement Of Office Supplies For Slp Provincial Staff Of Cc-ii For 2024 (lot6) Bid Ref No.: Itb No. Dswd12-slp-2024-10-023 (lot1) Dswd12-slp-2024-10-023 (lot2) Dswd12-slp-2024-10-023 (lot3) Dswd12-slp-2024-10-023 (lot 4) Dswd12-slp-2024-10-023 (lot 5 Dswd12-slp-2024-10-023 (lot 6) Approved Budget For The Contract : Lot 1 ₱534,319.00 Lot 2 ₱131,223.00 Lot 3 ₱300,306.00 Lot 4 ₱464,672.00 Lot 5 ₱149,033.00 Lot 6 ₱212,096.00 Do Not Open Before: 04 November 2024; 10:30 A.m. 21.2 No Further Instructions Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The General Conditions Of Contract (gcc) In This Section, Read In Conjunction With The Special Conditions Of Contract In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. Matters Governing Performance Of The Supplier, Payments Under The Contract, Or Matters Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Included In The Gcc And Special Conditions Of Contract. Any Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Special Conditions Of Contract. 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 5.1 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 Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc Found In Section Iv. The Special Conditions Of Contract (scc) Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Goods Purchased. In Preparing This Section, The Following Aspects Should Be Checked: A. Information That Complements Provisions Of The Gcc Must Be Incorporated. B. Amendments And/or Supplements To Provisions Of The Gcc As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of The Gcc Should Be Incorporated Herein. Special Conditions Of Contract Gcc Clause 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 Shall Be One Time Delivery To Provincial Cluster Offices And Within 30 Working Days Upon The Receipt Of The Approved Purchase Order Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – Not Applicable 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. Transportation – 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. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 The Terms Of Payment Shall Be As Follows: Payment Must Correspond To The Value Of Goods Delivered And Accepted After The Appropriate Inspection Acceptance Procedures Proof Of Deliveries) Must Be Signed By Authorized Person To Support Claims For Payment. 4 The Inspections And Tests Shall Be Conducted By The Dswd Inspection Committee, Final Acceptance By The Dswd Acceptance Committee, And End-user. Section Vi. Schedule Of Requirements A. Dswd12-slp-2024-10-023 Procurement Of Office Supplies For Slp Provincial Staff Of South Cotabato Cluster For 2024 (lot1) 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 Total Delivered, Weeks/months 1 Book Paper, A4 70gsm 315 Box/es 315 Box/es Delivery Of The Goods Is Required One Time Delivery To Provincial Cluster Offices And Within 30 Working Days Upon The Receipt Of The Approved Po 2 Correction Tape 5mm X 8m 62 Piece/s 62 Piece/s 3 Fastener, 70mm Plastic 10 Box/es 10 Box/es 4 Epson Ink 003, Black 20 Piece/s 20 Piece/s 5 Epson Ink 664, Black 20 Piece/s 20 Piece/s 6 Staple Wire #35 32 Piece/s 32 Piece/s 7 Sticky Notes Stylish Film Index Pet Sign Here Arrow Flag, Waterproof (with At Least 5 Different Colors, Including Pink And Blue) 35 Pad/s 35 Pad/s 8 Ballpen. 0.5 Black 165 Piece/s 165 Piece/s 9 Ballpen. 0.5 Blue 164 Piece/s 164 Piece/s 10 Sign Pen, 0.5 Black 7 Piece/s 7 Piece/s 11 Gel Ink Pen, 0.7 Black 96 Piece/s 96 Piece/s 12 Gel Ink Pen, 0.7 Blue 96 Piece/s 96 Piece/s 13 Stapler With Remover #35 32 Piece/s 32 Piece/s 14 All In One Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Wi-fi & Wi-fi Direct Seamless Setup Borderless Printing Up To 4r Printer Functions: Print, Scan, Copy Print Method: On-demand Inkjet (piezoelectric) Maximum Resolution: 5760 X 1440 Dpi 2 Unit /s 2 Unit /s Note: Delivery Term: Note: One Time Delivery To The Provincial Cluster Office (po) Located At Koronadal City And Inspection Should Also Be Done In Pco-koronadal City. Delivery Terms Within 30 Working Days Upon The Receipt Of The P.o. Place Of Delivery / Venue: Slp Pco South Cotabato, South Cotabato Gymnasium, Koronadal City General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ B. Dswd12-slp-2024-10-023 Procurement Of Office Supplies For Slp Provincial Staff Of Rpmo For 2024 (lot2) 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 Total Delivered, Weeks/months 1 Pentel Pen, Black 10 Piece/s 10 Piece/s Delivery Of The Goods Is Required One Time Delivery To Provincial Cluster Offices And Within 30 Working Days Upon The Receipt Of The Approved Po 2 Epson 003, Black 20 Piece/s 20 Piece/s 3 Epson 003, Cyan 10 Piece/s 10 Piece/s 4 Epson 003, Magenta 10 Piece/s 10 Piece/s 5 Epson 003, Yellow 10 Piece/s 10 Piece/s 6 Vellum, Board A4 200gsm, 10 Sheets Per Pack 100 Pack/s 100 Pack/s 7 Binder Clip, Small 20 Piece/s 20 Piece/s 8 Binder Clip, Medium 20 Piece/s 20 Piece/s 9 Binder Clip, Large 10 Piece/s 10 Piece/s 10 Notepad 2"x3 10 Pad/s 10 Pad/s 11 Notepad 3"x4 10 Pad/s 10 Pad/s 12 Paper Clip Vinyl Jumbo 55mm 10 Box/es 10 Box/es 13 Paper Clip Vinyl Small 33mm 10 Box/es 10 Box/es 14 Pencil Eberhard Faber's Wood Clinched Bonding Technology No. 2 10 Piece/s 10 Piece/s 15 Gel Ink Pen, 0.7 Black 10 Piece/s 10 Piece/s 16 Gel Ink Pen, 0.7 Blue 10 Piece/s 10 Piece/s 17 Stapler With Remover #35, Durable Metal Stapler, Tacking & Pinning And Double Duty. Weight: 0.196kg Production Dimension: 5in X 2in X 2in Material Type: Metal 5 Piece/s 5 Piece/s 18 Stapler Wire #35 45 Box/es 45 Box/es 19 Staple Remover Plier Type Stainless Steel Lifting Mechanism For Easily Lifting, Gripping And Removing Staples Lightweight And Compact. 8 Piece/s 8 Piece/s 20 Certificate Holder A4 (not Glass) 100 Piece/s 100 Piece/s 21 Power Saving Wireless Mouse 2 Piece/s 2 Piece/s 22 Book Paper, A4, 70gsm 15 Box/es 15 Box/es 23 Ruler Plastic 12inches 10 Piece/s 10 Piece/s 24 Scissors 8 Inches Stainless Steel 10 Piece/s 10 Piece/s 25 Glue 130g, Elmer's Glue 2 Piece/s 2 Piece/s 26 Sticky Notes Stylish Film Index Pet Sign Here Arrow Flag, Waterproof (with At Least 5 Different Colors, Including Pink And Blue) 12 Pack/s 12 Pack/s 27 Rubberband 50grams Small 2 Box/es 2 Box/es 28 Scanner Wireless High-speed Desktop Scanner | 2.8-inch Touchscreen | Scans Up To 40ppm1 1 Unit 1 Unit 29 Multifunction Printer Black One Size / Eu Plug Colour • With Scanner • Inkjet • Wireless • Wi-fi • Usb • Cloud Ready 1 Unit 1 Unit 30 Lever Arch Top Clip, A4 5 Piece/s 5 Piece/s 31 Puncher Heavy Duty 70mm Weight: 0.533kg Product Dimension: 6.5in X 2in X 4in Material Type: Metal 2 Piece/s 2 Piece/s 32 Record Book 200page: Hardbound Covers With Turned And Folded Edges. Weight Per Pack: 200pages, 0.336kg 5 Piece/s 5 Piece/s 33 Highlighter, Neon Colors 5 Piece/s 5 Piece/s 34 Scotch Tape, 1", 50meters 5 Piece/s 5 Piece/s 35 Ballpen, 0.5 Black 10 Piece/s 10 Piece/s 36 Blade Cutter Knife 6inches 2 Piece/s 2 Piece/s 37 Stand File Box Color Black 5 Piece/s 5 Piece/s 38 Double Sided Tape 10meters 10 Piece/s 10 Piece/s Note: Note: One Time Delivery To The Rpmo Located At Koronadal City And Inspection Should Also Be Done In Koronadal City. Delivery Terms Within 30 Working Days Upon The Receipt Of The P.o. Place Of Delivery / Venue: Dswd Xii, Purok Bumanaag, Brgy. Zone Iii, Koronadal City General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ C. Dswd12-slp-2024-10-023 Procurement Of Office Supplies For Slp Provincial Staff Of Sultan Kudarat For 2024 (lot3) 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 Total Delivered, Weeks/months 1 Ballpen, 0.5 Black 120 Piece/s 120 Piece/s Delivery Of The Goods Is Required One Time Delivery To Provincial Cluster Offices And Within 30 Working Days Upon The Receipt Of The Approved Po 2 Binder Clip, 19mm 5 Box/es 5 Box/es 3 Binder Clip, 25mm 10 Box/es 10 Box/es 4 Book Paper, A4,70gsm 490 Ream/s 490 Ream/s 5 Book Paper,long,70gsm 5 Ream/s 5 Ream/s 6 Certificate Paper A4 5 Pack/s 5 Pack/s 7 Certificate Holder, A4 24 Piece/s 24 Piece/s 8 Correction Tape 5mm X 8m 50 Piece/s 50 Piece/s 9 Epson Ink 003, Black 112 Piece/s 112 Piece/s 10 Epson Ink 003, Cyan 35 Piece/s 35 Piece/s 11 Epson Ink 003, Yellow 35 Piece/s 35 Piece/s 12 Epson Ink 003, Magenta 30 Piece/s 30 Piece/s 13 Cannon Ink 003, Black 10 Piece/s 10 Piece/s 14 Cannon Ink 003, Cyan 5 Piece/s 5 Piece/s 15 Cannon Ink 003, Yellow 5 Piece/s 5 Piece/s 16 Cannon Ink 003, Magenta 5 Piece/s 5 Piece/s 17 Fastener, 70mm 50 Box/es 50 Box/es 18 Folded Brown Long (100s) 300 Piece/s 300 Piece/s 19 Glue 130g 5 Piece/s 5 Piece/s 20 Highlighter, Neon Colors 24 Piece/s 24 Piece/s 21 Lever Arch File 3", Black 10 Piece/s 10 Piece/s 22 Marker, Permanent , Black , Blue , Red 24 Piece/s 24 Piece/s 23 Marker, Permanent , Black 2 Piece/s 2 Piece/s 24 Note Pad, 2" X 3 35 Pad/s 35 Pad/s 25 Note Pad, 3" X 3 35 Pad/s 35 Pad/s 26 Paper Clip Vinyl Jumbo 55mm 17 Box/es 17 Box/es 27 Paper Clip Vinyl Jumbo 33mm 17 Box/es 17 Box/es 28 Pencil, Eberhard Faber's Woodlinched Bonding Technology No.2 24 Piece/s 24 Piece/s 29 Plastic Envelope, Legal 5 Piece/s 5 Piece/s 30 Rubberband, 50g Small 2 Box/es 2 Box/es 31 Scissors 8" Stainless Steel 5 Pair/s 5 Pair/s 32 Sharpener Desk Heavy Duty 1 Piece/s 1 Piece/s 33 Gel Ink Pen, 0.7 Black 120 Piece/s 120 Piece/s 34 Staple Wire # 35 30 Box 30 Box 35 Stapler, Heavy Duty 2 Piece/s 2 Piece/s 36 Stapler With Remover #35 3 Piece/s 3 Piece/s 37 Puncher Heavy Duty 70mm Weight: 0.533kg Product Dimension: 6.5in X 2in X 4in Material Type: Metal 2 Piece/s 2 Piece/s 38 Cork Board 40x60 2 Piece/s 2 Piece/s 39 Vellum Board, Long, 10sheets Per Pack 2 Pack/s 2 Pack/s 39 All In One Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Borderless Printing Up To 4r 1 Unit 1 Unit 40 Sticky Notes Stylish Film Index Pet Sign Here Arrow Flag, Waterproof (with At Least 5 Different Colors, Including Pink And Blue) 66 Pad/s 66 Pad/s Note: One Time Delivery To The Provincial Cluster, Within 30 Working Days Upon The Receipt Of The P.o. Place Of Delivery / Venue: Slp Pco, City Hall Of Tacurong, Sultan Kudarat General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ D. Dswd12-slp-2024-10-023 Procurement Of Office Supplies For Slp Provincial Staff Of Sargen Cluster For 2024 (lot4) 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 Total Delivered, Weeks/months 1 Book Paper A4, 70gsm 117 Box/es 117 Box/es Delivery Of The Goods Is Required One Time Delivery To Provincial Cluster Offices And Within 30 Working Days Upon The Receipt Of The Approved Po 2 Correction Tape 5mm X 8m 80 Piece/s 80 Piece/s 3 Fastener, 70mm 140 Box/es 140 Box/es 4 Epson Ink 003, Black 74 Piece/s 74 Piece/s 5 Epson Ink 003, Magenta 36 Piece 36 Piece 6 Epson Ink 003, Blue 36 Piece 36 Piece 7 Epson Ink 003, Yellow 36 Piece 36 Piece 8 Epson Ink 664, Black (10) 36 Piece 36 Piece 9 Epson Ink 664, Magenta 14 Piece 14 Piece 10 Epson Ink 664, Blue 14 Piece 14 Piece 11 Epson Ink 664, Yellow 14 Piece 14 Piece 12 Brother Compatible Toner Cartridge Tn660 Guranteed High Quality Compatible Toner Cartridge 101% Brand New. Not Remanufactured Or Refilled. Factory Sealed. Made With All New Parts. 4 Piece 4 Piece 13 Staple Wire #35 30 Box/es 30 Box/es 14 Notepad, 3" X 4 70 Pad/s 70 Pad/s 15 Staple Remover #35 30 Piece/s 30 Piece/s 16 Sticky Notes Stylish Film Index Pet Sign Here Arrow Flag, Waterproof (with At Least 5 Different Colors, Including Pink And Blue) 96 Pack/s 96 Pack/s 17 Printer All In One Print, Scan, Copy Connectivity: Usb/ Lan/ Wifi/ Wifi Direct/ Lan Compact Integrated Tank Design Print Speeds Up To 15.5ipm For Black And 8.5ipm For Colour Auto-duplex Printing Adf Capability Epson Smart Panel Borderless Printing Up To A4 Size Warranty Of 2 Years Of 50,000 Pages, Whichever Comes First Powered By Epson Heat-free Technology 2 Unit 2 Unit 18 Laser Multi-function Monochrome Printer Monochrome (black & White Only) Print, Scan, Copy, Adf, Wi-fi Automatic 2-sided Print Print Up To Long/legal Scan/copy Up To Long/legal Via Adf Scan/copy Up To Short/a4 Via Flatbed Glass Toner Cartridge Powder 1 Unit 1 Unit 19 Sign Pen, 0.5 Black 85 Piece/s 85 Piece/s 20 Sign Pen, 0.5 Blue 85 Piece/s 85 Piece/s 21 Gel Ink Pen, 0.7 Black 85 Piece/s 85 Piece/s 22 Gel Ink Pen, 0.7 Blue 85 Piece/s 85 Piece/s 23 Puncher Heavy Duty 70mm Weight: 0.533kg Product Dimension: 6.5in X 2in X 4in Material Type: Metal 35 Piece/s 35 Piece/s 24 Paper Cip Vinyl Jumbo 55mm 70 Box/es 70 Box/es 25 Paper Cip Vinyl Jumbo 33mm 70 Box/es 70 Box/es 26 Scissors 8" Stainless Steel 36 Piece/s 36 Piece/s 27 Folder Brown Long (100pcs/ Per Ream) 35 Ream/s 35 Ream/s Note: One Time Delivery To The Provincial Cluster, Within 30 Working Days Upon The Receipt Of The P.o. Place Of Delivery / Venue: Slp Pco, City Hall Of General Santos City General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ E. Dswd12-slp-2024-10-023 Procurement Of Office Supplies For Slp Provincial Staff Of Cc-i For 2024 (lot5) 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 Total Delivered, Weeks/months 1 All In One Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Wi-fi & Wi-fi Direct Seamless Setup Via Epson Smart Panel Borderless Printing Up To 4r Printer Functions: Print, Scan, Copy Print Method: On-demand Inkjet (piezoelectric) Maximum Resolution: 5760 X 1440 Dpi 1 Unit 1 Unit Delivery Of The Goods Is Required One Time Delivery To Provincial Cluster Offices And Within 30 Working Days Upon The Receipt Of The Approved Po 2 Epson Ink 664, Black 11 Piece/s 11 Piece/s 3 Epson Ink 003, Black 38 Piece/s 38 Piece/s 4 Epson Ink 003, Yellow 2 Piece/s 2 Piece/s 5 Epson Ink 003, Cyan 2 Piece/s 2 Piece/s 6 Epson Ink 003, Magenta 2 Piece/s 2 Piece/s 7 Fastener 70mm 55 Box/es 55 Box/es 8 Puncher Heavy Duty 70mm Weight: 0.533kg Product Dimension: 6.5in X 2in X 4in Material Type: Metal 11 Piece/s 11 Piece/s 9 Staple Heavy Duty With Remover #35 11 Piece/s 11 Piece/s 10 Staple Wire #35 22 Box/es 22 Box/es 11 Scissors 8" Stainless Steel 11 Piece/s 11 Piece/s 12 Gel Ink Pen, 0.7 Black 55 Piece/s 55 Piece/s 13 Sticky Notes Stylish Film Index Pet Sign Here Arrow Flag, Waterproof (with At Least 5 Different Colors, Including Pink And Blue) 58 Pack/s 58 Pack/s 14 Book Paper, A4, 70gsm 56 Box/es 56 Box/es 15 Correction Tape 5mm X 8m 33 Piece/s 33 Piece/s 16 Paper Clp Vinyl Jumbo 55mm 33 Box/es 33 Box/es 17 Folder Brown Long (100pcs/ Per Ream) 5 Ream/s 5 Ream/s Note: Delivery Term: "one Time Delivery To The Provincial Cluster, Within 30 Working Days Upon The Receipt Of The P.o. " Place Of Delivery / Venue: Slp Pco, Kidapawan, North Cotabato General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ F. Dswd12-slp-2024-10-023 Procurement Of Office Supplies For Slp Provincial Staff Of Cc-ii For 2024 (lot6) 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 Total Delivered, Weeks/months 1 Ballpen, 0.5 Black 35 Piece/s 35 Piece/s Delivery Of The Goods Is Required One Time Delivery And Within 30 Working Days Upon The Receipt Of The Approved Po 2 Ballpen, 0.7 Black 35 Piece/s 35 Piece/s 3 Book Paper, A4 70gsm 400 Ream/s 400 Ream/s 4 Book Paper, Long 70gsm 10 Ream/s 10 Ream/s 5 Epson Ink 003, Black 40 Piece/s 40 Piece/s 6 Epson Ink 003, Cyan 20 Piece/s 20 Piece/s 7 Epson Ink 003, Yellow 20 Piece/s 20 Piece/s 8 Epson Ink 003, Magenta 18 Piece/s 18 Piece/s 9 Pencil, Eberhard Faber's Woodclinched Bonding Technology No.2 30 Piece/s 30 Piece/s 10 Sign Pen, 0.5 Black 35 Piece/s 35 Piece/s 11 Sign Pen, 0.5 Blue 35 Piece/s 35 Piece/s 12 Gel Ink Pen, 0.7 Black 35 Piece/s 35 Piece/s 13 Gel Ink Pen, 0.7 Blue 35 Piece/s 35 Piece/s 14 Staple Wire #35 23 Box/es 23 Box/es 15 Printable Sticker Paper A4 50pcs 48 Pack/s 48 Pack/s 16 All In One Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Wi-fi & Wi-fi Direct Seamless Setup Via Epson Smart Panel Borderless Printing Up To 4r Printer Functions: Print, Scan, Copy Print Method: On-demand Inkjet (piezoelectric) Maximum Resolution: 5760 X 1440 Dpi 2 Unit/s 2 Unit/s 17 Sticky Notes Stylish Film Index Pet Sign Here Arrow Flag, Waterproof (with At Least 5 Different Colors, Including Pink And Blue) 67 Pack/s 67 Pack/s Note: Delivery Term: "one Time Delivery To The Provincial Cluster, Within 30 Working Days Upon The Receipt Of The P.o. " Place Of Delivery / Venue: Slp Pco, Midsayap, North Cotabato General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ Section Vii. Technical Specifications Notes For Preparing The Technical Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Their Bids. In The Context Of Competitive Bidding, The Specifications (e.g. Production/delivery Schedule, Manpower Requirements, And After-sales Service/parts, Descriptions Of The Lots Or Items) Must Be Prepared To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Transparency, Equity, Efficiency, Fairness, And Economy In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation And Post-qualification Facilitated. The Specifications Should Require That All Items, Materials And Accessories To Be Included Or Incorporated In The Goods Be New, Unused, And Of The Most Recent Or Current Models, And That They Include Or Incorporate All Recent Improvements In Design And Materials Unless Otherwise Provided In The Contract. Samples Of Specifications From Previous Similar Procurements Are Useful In This Respect. The Use Of Metric Units Is Encouraged. Depending On The Complexity Of The Goods And The Repetitiveness Of The Type Of Procurement, It May Be Advantageous To Standardize The General Technical Specifications And Incorporate Them In A Separate Subsection. The General Technical Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Manufacturing Similar Goods. Deletions Or Addenda Should Then Adapt The General Technical Specifications To The Particular Procurement. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Equipment, Materials, And Workmanship, Recognized Philippine And International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Equipment, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure At Least A Substantially Equal Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Special Conditions Of Contract Or The Technical Specifications. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Technical Specifications To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished Or Tested, The Provisions Of The Latest Edition Or Revision Of The Relevant Standards And Codes Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure Substantial Equivalence To The Standards And Codes Specified Will Be Acceptable. Reference To Brand Name And Catalogue Number Should Be Avoided As Far As Possible; Where Unavoidable They Should Always Be Followed By The Words “or At Least Equivalent.” References To Brand Names Cannot Be Used When The Funding Source Is The Gop. Where Appropriate, Drawings, Including Site Plans As Required, May Be Furnished By The Procuring Entity With The Bidding Documents. Similarly, The Supplier May Be Requested To Provide Drawings Or Samples Either With Its Bid Or For Prior Review By The Procuring Entity During Contract Execution. Bidders Are Also Required, As Part Of The Technical Specifications, To Complete Their Statement Of Compliance Demonstrating How The Items Comply With The Specification. Technical Specifications A. Dswd12-slp-2024-10-023 Procurement Of Office Supplies For Slp Provincial Staff Of South Cotabato Cluster For 2024 (lot1) Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Book Paper, A4 70gsm 315 Box/es 2 Correction Tape 5mm X 8m 62 Piece/s 3 Fastener, 70mm Plastic 10 Box/es 4 Epson Ink 003, Black 20 Piece/s 5 Epson Ink 664, Black 20 Piece/s 6 Staple Wire #35 32 Piece/s 7 Sticky Notes Stylish Film Index Pet Sign Here Arrow Flag, Waterproof (with At Least 5 Different Colors, Including Pink And Blue) 35 Pad/s 8 Ballpen. 0.5 Black 165 Piece/s 9 Ballpen. 0.5 Blue 164 Piece/s 10 Sign Pen, 0.5 Black 7 Piece/s 11 Gel Ink Pen, 0.7 Black 96 Piece/s 12 Gel Ink Pen, 0.7 Blue 96 Piece/s 13 Stapler With Remover #35 32 Piece/s 14 All In One Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Wi-fi & Wi-fi Direct Seamless Setup Borderless Printing Up To 4r Printer Functions: Print, Scan, Copy Print Method: On-demand Inkjet (piezoelectric) Maximum Resolution: 5760 X 1440 Dpi 2 Unit /s Note: Delivery Term: One Time Delivery To The Provincial Cluster Office (po) Located At Koronadal City And Inspection Should Also Be Done In Pco-koronadal City. Delivery Terms Within 30 Working Days Upon The Receipt Of The P.o. Place Of Delivery / Venue: Slp Pco South Cotabato, South Cotabato Gymnasium, Koronadal City General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ B. Dswd12-slp-2024-10-023 Procurement Of Office Supplies For Slp Provincial Staff Of Rpmo For 2024 (lot2) Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Pentel Pen, Black 10 Piece/s 2 Epson 003, Black 20 Piece/s 3 Epson 003, Cyan 10 Piece/s 4 Epson 003, Magenta 10 Piece/s 5 Epson 003, Yellow 10 Piece/s 6 Vellum, Board A4 200gsm, 10 Sheets Per Pack 100 Pack/s 7 Binder Clip, Small 20 Piece/s 8 Binder Clip, Medium 20 Piece/s 9 Binder Clip, Large 10 Piece/s 10 Notepad 2"x3 10 Pad/s 11 Notepad 3"x4 10 Pad/s 12 Paper Clip Vinyl Jumbo 55mm 10 Box/es 13 Paper Clip Vinyl Small 33mm 10 Box/es 14 Pencil Eberhard Faber's Wood Clinched Bonding Technology No. 2 10 Piece/s 15 Gel Ink Pen, 0.7 Black 10 Piece/s 16 Gel Ink Pen, 0.7 Blue 10 Piece/s 17 Stapler With Remover #35, Durable Metal Stapler, Tacking & Pinning And Double Duty. Weight: 0.196kg Production Dimension: 5in X 2in X 2in Material Type: Metal 5 Piece/s 18 Stapler Wire #35 45 Box/es 19 Staple Remover Plier Type Stainless Steel Lifting Mechanism For Easily Lifting, Gripping And Removing Staples Lightweight And Compact. 8 Piece/s 20 Certificate Holder A4 (not Glass) 100 Piece/s 21 Power Saving Wireless Mouse 2 Piece/s 22 Book Paper, A4, 70gsm 15 Box/es 23 Ruler Plastic 12inches 10 Piece/s 24 Scissors 8 Inches Stainless Steel 10 Piece/s 25 Glue 130g, Elmer's Glue 2 Piece/s 26 Sticky Notes Stylish Film Index Pet Sign Here Arrow Flag, Waterproof (with At Least 5 Different Colors, Including Pink And Blue) 12 Pack/s 27 Rubberband 50grams Small 2 Box/es 28 Scanner Wireless High-speed Desktop Scanner | 2.8-inch Touchscreen | Scans Up To 40ppm1 1 Unit 29 Multifunction Printer Black One Size / Eu Plug Colour • With Scanner • Inkjet • Wireless • Wi-fi • Usb • Cloud Ready 1 Unit 30 Lever Arch Top Clip, A4 5 Piece/s 31 Puncher Heavy Duty 70mm Weight: 0.533kg Product Dimension: 6.5in X 2in X 4in Material Type: Metal 2 Piece/s 32 Record Book 200page: Hardbound Covers With Turned And Folded Edges. Weight Per Pack: 200pages, 0.336kg 5 Piece/s 33 Highlighter, Neon Colors 5 Piece/s 34 Scotch Tape, 1", 50meters 5 Piece/s 35 Ballpen, 0.5 Black 10 Piece/s 36 Blade Cutter Knife 6inches 2 Piece/s 37 Stand File Box Color Black 5 Piece/s 38 Double Sided Tape 10meters 10 Piece/s Note: Delivery Term: Note: One Time Delivery To The Rpmo Located At Koronadal City And Inspection Should Also Be Done In Koronadal City. Delivery Terms Within 30 Working Days Upon The Receipt Of The P.o. Place Of Delivery / Venue: Dswd Xii, Purok Bumanaag, Brgy. Zone Iii, Koronadal City General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ C. Dswd12-slp-2024-10-023 Procurement Of Office Supplies For Slp Provincial Staff Of Sultan Kudarat For 2024 (lot3) Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Ballpen, 0.5 Black 120 Piece/s 2 Binder Clip, 19mm 5 Box/es 3 Binder Clip, 25mm 10 Box/es 4 Book Paper, A4,70gsm 490 Ream/s 5 Book Paper,long,70gsm 5 Ream/s 6 Certificate Paper A4 5 Pack/s 7 Certificate Holder, A4 24 Piece/s 8 Correction Tape 5mm X 8m 50 Piece/s 9 Epson Ink 003, Black 112 Piece/s 10 Epson Ink 003, Cyan 35 Piece/s 11 Epson Ink 003, Yellow 35 Piece/s 12 Epson Ink 003, Magenta 30 Piece/s 13 Cannon Ink 003, Black 10 Piece/s 14 Cannon Ink 003, Cyan 5 Piece/s 15 Cannon Ink 003, Yellow 5 Piece/s 16 Cannon Ink 003, Magenta 5 Piece/s 17 Fastener, 70mm 50 Box/es 18 Folded Brown Long (100s) 300 Piece/s 19 Glue 130g 5 Piece/s 20 Highlighter, Neon Colors 24 Piece/s 21 Lever Arch File 3", Black 10 Piece/s 22 Marker, Permanent , Black , Blue , Red 24 Piece/s 23 Marker, Permanent , Black 2 Piece/s 24 Note Pad, 2" X 3 35 Pad/s 25 Note Pad, 3" X 3 35 Pad/s 26 Paper Clip Vinyl Jumbo 55mm 17 Box/es 27 Paper Clip Vinyl Jumbo 33mm 17 Box/es 28 Pencil, Eberhard Faber's Woodlinched Bonding Technology No.2 24 Piece/s 29 Plastic Envelope, Legal 5 Piece/s 30 Rubberband, 50g Small 2 Box/es 31 Scissors 8" Stainless Steel 5 Pair/s 32 Sharpener Desk Heavy Duty 1 Piece/s 33 Gel Ink Pen, 0.7 Black 120 Piece/s 34 Staple Wire # 35 30 Box 35 Stapler, Heavy Duty 2 Piece/s 36 Stapler With Remover #35 3 Piece/s 37 Puncher Heavy Duty 70mm Weight: 0.533kg Product Dimension: 6.5in X 2in X 4in Material Type: Metal 2 Piece/s 38 Cork Board 40x60 2 Piece/s 39 Vellum Board, Long, 10sheets Per Pack 2 Pack/s 39 All In One Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Borderless Printing Up To 4r 1 Unit 40 Sticky Notes Stylish Film Index Pet Sign Here Arrow Flag, Waterproof (with At Least 5 Different Colors, Including Pink And Blue) 66 Pack/s Note: Delivery Term: One Time Delivery To The Provincial Cluster, Within 30 Working Days Upon The Receipt Of The P.o. Place Of Delivery / Venue: Slp Pco, City Hall Of Tacurong, Sultan Kudarat General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ D. Dswd12-slp-2024-10-023 Procurement Of Office Supplies For Slp Provincial Staff Of Sargen For 2024 (lot4) Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Book Paper A4, 70gsm 117 Box/es 2 Correction Tape 5mm X 8m 80 Piece/s 3 Fastener, 70mm 140 Box/es 4 Epson Ink 003, Black 74 Piece/s 5 Epson Ink 003, Magenta 36 Piece 6 Epson Ink 003, Blue 36 Piece 7 Epson Ink 003, Yellow 36 Piece 8 Epson Ink 664, Black (10) 36 Piece 9 Epson Ink 664, Magenta 14 Piece 10 Epson Ink 664, Blue 14 Piece 11 Epson Ink 664, Yellow 14 Piece 12 Brother Compatible Toner Cartridge Tn660 Guranteed High Quality Compatible Toner Cartridge 101% Brand New. Not Remanufactured Or Refilled. Factory Sealed. Made With All New Parts. 4 Piece 13 Staple Wire #35 30 Box/es 14 Notepad, 3" X 4 70 Pad/s 15 Staple Remover #35 30 Piece/s 16 Sticky Notes Stylish Film Index Pet Sign Here Arrow Flag, Waterproof (with At Least 5 Different Colors, Including Pink And Blue) 96 Pack/s 17 Printer All In One Print, Scan, Copy Connectivity: Usb/ Lan/ Wifi/ Wifi Direct/ Lan Compact Integrated Tank Design Print Speeds Up To 15.5ipm For Black And 8.5ipm For Colour Auto-duplex Printing Adf Capability Epson Smart Panel Borderless Printing Up To A4 Size Warranty Of 2 Years Of 50,000 Pages, Whichever Comes First Powered By Epson Heat-free Technology 2 Unit 18 Laser Multi-function Monochrome Printer Monochrome (black & White Only) Print, Scan, Copy, Adf, Wi-fi Automatic 2-sided Print Print Up To Long/legal Scan/copy Up To Long/legal Via Adf Scan/copy Up To Short/a4 Via Flatbed Glass Toner Cartridge Powder 1 Unit 19 Sign Pen, 0.5 Black 85 Piece/s 20 Sign Pen, 0.5 Blue 85 Piece/s 21 Gel Ink Pen, 0.7 Black 85 Piece/s 22 Gel Ink Pen, 0.7 Blue 85 Piece/s 23 Puncher Heavy Duty 70mm Weight: 0.533kg Product Dimension: 6.5in X 2in X 4in Material Type: Metal 35 Piece/s 24 Paper Cip Vinyl Jumbo 55mm 70 Box/es 25 Paper Cip Vinyl Jumbo 33mm 70 Box/es 26 Scissors 8" Stainless Steel 36 Piece/s 27 Folder Brown Long (100pcs/ Per Ream) 35 Ream/s Note: Delivery Term: One Time Delivery To The Provincial Cluster, Within 30 Working Days Upon The Receipt Of The P.o. Place Of Delivery / Venue: Slp Pco, City Hall Of General Santos City General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ E. Dswd12-slp-2024-10-023 Procurement Of Office Supplies For Slp Provincial Staff Of Cc-i For 2024 (lot5) Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 All In One Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Wi-fi & Wi-fi Direct Seamless Setup Via Epson Smart Panel Borderless Printing Up To 4r Printer Functions: Print, Scan, Copy Print Method: On-demand Inkjet (piezoelectric) Maximum Resolution: 5760 X 1440 Dpi 1 Unit 2 Epson Ink 664, Black 11 Piece/s 3 Epson Ink 003, Black 38 Piece/s 4 Epson Ink 003, Yellow 2 Piece/s 5 Epson Ink 003, Cyan 2 Piece/s 6 Epson Ink 003, Magenta 2 Piece/s 7 Fastener 70mm 55 Box/es 8 Puncher Heavy Duty 70mm Weight: 0.533kg Product Dimension: 6.5in X 2in X 4in Material Type: Metal 11 Piece/s 9 Staple Heavy Duty With Remover #35 11 Piece/s 10 Staple Wire #35 22 Box/es 11 Scissors 8" Stainless Steel 11 Piece/s 12 Gel Ink Pen, 0.7 Black 55 Piece/s 13 Sticky Notes Stylish Film Index Pet Sign Here Arrow Flag, Waterproof (with At Least 5 Different Colors, Including Pink And Blue) 58 Pack/s 14 Book Paper, A4, 70gsm 56 Box/es 15 Correction Tape 5mm X 8m 33 Piece/s 16 Paper Clp Vinyl Jumbo 55mm 33 Box/es 17 Folder Brown Long (100pcs/ Per Ream) 5 Ream Note: Delivery Term: One Time Delivery To The Provincial Cluster, Within 30 Working Days Upon The Receipt Of The P.o. Place Of Delivery / Venue: Slp Pco, Kidapawan, North Cotabato General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ F. Dswd12-slp-2024-10-023 Procurement Of Office Supplies For Slp Provincial Staff Of Cc-ii For 2024 (lot6) Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Ballpen, 0.5 Black 35 Piece/s 2 Ballpen, 0.7 Black 35 Piece/s 3 Book Paper, A4 70gsm 400 Ream/s 4 Book Paper, Long 70gsm 10 Ream/s 5 Epson Ink 003, Black 40 Piece/s 6 Epson Ink 003, Cyan 20 Piece/s 7 Epson Ink 003, Yellow 20 Piece/s 8 Epson Ink 003, Magenta 18 Piece/s 9 Pencil, Eberhard Faber's Woodclinched Bonding Technology No.2 30 Piece/s 10 Sign Pen, 0.5 Black 35 Piece/s 11 Sign Pen, 0.5 Blue 35 Piece/s 12 Gel Ink Pen, 0.7 Black 35 Piece/s 13 Gel Ink Pen, 0.7 Blue 35 Piece/s 14 Staple Wire #35 23 Box/es 15 Printable Sticker Paper A4 50pcs 48 Pack/s 16 All In One Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Wi-fi & Wi-fi Direct Seamless Setup Via Epson Smart Panel Borderless Printing Up To 4r Printer Functions: Print, Scan, Copy Print Method: On-demand Inkjet (piezoelectric) Maximum Resolution: 5760 X 1440 Dpi 2 Unit 17 Sticky Notes Stylish Film Index Pet Sign Here Arrow Flag, Waterproof (with At Least 5 Different Colors, Including Pink And Blue) 67 Pack/s Note: Delivery Term: One Time Delivery To The Provincial Cluster. Delivery Terms Within 30 Working Days Upon The Receipt Of The Approved P.o. General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ Section Viii. Checklist Of Technical And Financial Documents Notes On The Checklist Of Technical And Financial Documents The Prescribed Documents In The Checklist Are Mandatory To Be Submitted In The Bid, But Shall Be Subject To The Following: A. Gppb Resolution No. 09-2020 On The Efficient Procurement Measures During A State Of Calamity Or Other Similar Issuances That Shall Allow The Use Of Alternate Documents In Lieu Of The Mandated Requirements; Or B. Any Subsequent Gppb Issuances Adjusting The Documentary Requirements After The Effectivity Of The Adoption Of The Pbds. The Bac Shall Be Checking The Submitted Documents Of Each Bidder Against This Checklist To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion Pursuant To Section 30 Of The 2016 Revised Irr Of Ra No. 9184. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (d) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (e) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts; And ⬜ (f) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (h) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (i) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (j) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (k) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (l) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Closing Date4 Nov 2024
Tender AmountPHP 1.7 Million (USD 31.2 K)
2471-2480 of 2491 active Tenders