Manpower Tenders
Manpower Tenders
Bureau Of Customs Tender
Civil And Construction...+1Drainage Work
Philippines
Details: Description Procurement Of Renovation/repair Of Sewage, Drainage And Plumbing Works Of The Building And Connection To The Catch Basin Of Mcia (early Procurement Activity) Proposal-004mtn (series No) Government Of The Republic Of The Philippines Section I. Invitation To Bid Invitation To Bid For The Procurement Of Renovation/repair Of Sewage, Drainage And Plumbing Works Of The Building And Connection To The Catch Basin Of Mcia 1. The Bureau Of Customs Sub-port Of Mactan, Through The National Expenditure Program (nep) Of Fy 2026 Intends To Apply The Sum Of Nine Hundred Thousand Pesos (₱900,000.00) Being The Abc To Payments Under The Contract For The Procurement Of Renovation/repair Of Sewage, Drainage And Plumbing Works Of The Building And Connection To The Catch Basin Of Mcia For Fy 2025-2026 With Project Identification Number Proposal-004mtn. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Customs Sub-port Of Mactan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required For The Period July 1, 2025 To July 31, 2026. 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. 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. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00 Am On February 10, 2025. Late Bids Shall Not Be Accepted. The Bidders Shall Drop Their Duly Accomplished Technical Proposal Including The Eligibility Requirements And Financial Proposals In Two Separate Sealed Envelopes In The Bid Box Located At The Address Indicated Below. Late Bids Shall Not Be Accepted. 5. Bid Opening Shall Be On February 11, 2025, 1:00 Pm At The Given Address Below. 6. The Bureau Of Customs Sub-port Of Mactan 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. 7. Further, Please Be Informed That This Is An Early Procurement Activity Of The Fy 2026 Program/activity/project To Ensure Efficient And Full Implementation Of Program/activity/project Within The Validity Period Of The Fy 2026 National Budget Per Gppb Circular No. 06-2019. The Appropriation For This Expense Is Included The Fy 2026 National Expenditure Program Submitted To Congress For Enactment. The Notice Of Award Shall Be Issued Upon Approval Of The Fy 2026 General Appropriations Act (gaa) By Congress And Signed By The President Into Law. 8. For Further Information, Please Refer To: Jennifer A. Duyogan (coo I, Acting Procurement Officer) Or Victoria C. Arandillo (coo Iii, Acting Accountant) Bureau Of Customs Sub-port Of Mactan Mcia Cargo Access Road, Barangay Ibo, Lapu-lapu City Jennifer.duyogan@customs.gov.ph /victoria.arandillo@customs.gov.ph +639171649903 Section Ii. Instructions To Bidders 1. Scope Of Bid The Bureau Of Customs Sub-port Of Mactan Wishes To Receive Bids For The Procurement Of Renovation/repair Of Sewage, Drainage And Plumbing Works Of The Building And Connection To The Catch Basin Of Mcia For Fy 2025-2026 With Identification Number Proposal-004mtn. The Procurement Project (referred To Herein As “project”) Is Composed Of 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 Fy 2026 In The Amount Of Nine Hundred Thousand Pesos (₱900,000.00). 2.2 The Source Of Funding Is Fy 2025 Repairs And Maintenance- Building And Other Structure. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1 Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2 Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3 Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4 The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 8. Pre-bid Conference Non-applicable. 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: 10.1 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 Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents) 11. Bid Prices 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. V. Price Validity Shall Be For A Period Of Ninety (90) Calendar Days. 12. Bid And Payment Currencies 12.1 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. 12.2 Payment Of The Contract Price Shall Be Made In Philippine Pesos. 13. Bid Security 13.1 The Bidder Shall Submit A Bid Securing Declaration2 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. 13.2 The Bid And Bid Security Shall Be Valid Until February 23, 2026. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14. Sealing And Marking Of Bids 14.1 Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. 14.2 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. 15. Deadline For Submission Of Bids 15.1 The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 16. Opening And Preliminary Examination Of Bids 16.1 The Bac Shall Open The Bids 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. 16.2 The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 17. Domestic Preference 17.1 The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 18. Detailed Evaluation And Comparison Of Bids 18.1 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. 18.2. 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. 18.3. 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. 18.4. The Project Shall Be Awarded As Follows: One Project Having Several Items That Shall Be Awarded As One Contract. 18.5. 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. 19. Post-qualification 19.1 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. 20. Signing Of The Contract 20.1 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. 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. Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 11.1 In The Event That The Bidder Is A Corporation, A Secretary Certificate, Spa Or Any Other Document Showing The Authority Of The Signatory On The Bid Form And Other Documents Should Also Be Attached. 15 Bidders Are Encouraged To Submit Their Bids Through Their Duly Authorized Representative Using The Forms Specified In The Bidding Documents. Bidders Shall Enclose Their Original And Copy 1 Of Eligibility And Technical Documents And Financial Documents In One (1) Sealed Envelope. The Single Envelope Will Be Marked "the Bid" And Address All Bids To The Bac Chairperson: Cornelia B. Wilwayco Chief, Assessment Bac Chairperson 18.3 One (1) Lot, Procurement Of Renovation/repair Of Sewage, Drainage And Plumbing Works Of The Building And Connection To The Catch Basin Of Mcia For Fy 2026, With Abc Of ₱ 900,000.00. Partial Bid Is Not Allowed. The Goods Are Grouped In A Single Lot And The Lot Shall Not Be Divided Into Sub-lots For The Purpose Of Bidding, Evaluation, And Contract Award. In All Cases, The Nfcc Computation, If Applicable, Must Be Sufficient For All The Lots Or Contracts To Be Awarded To The Bidder. 20.1 No Further Instructions. Section Iv. General Conditions Of Contract General Conditions Of The 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 He 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 Test 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 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. Specific Scope Of Service Supplier’s Must State Here Either “comply” Or Any Equivalent Term In The Column “supplier’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each Specification. Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free. After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation For The Item/s As Follows: Specific Scope Of Service Procurement Of Renovation/repair Of Sewage, Drainage And Plumbing Works Of The Building And Connection To The Catch Basin Of Mcia Scope Of Service Description Supplier’s Statement Of Compliance Unit Cost (vat Incl) Total Cost (vat Incl) 1. Preliminaries/general Requirements • Mobilization/demobilization • Safety Requirements • Power And Water Supply 2. Floor Tiling Works Including Flooring Surface Preparation • Labor And Materials For The Demolition Of Existing Flooring, Surface Preparation And Hauling 3. Plumbing Works And Floor Tiles Installation • Labor And Materials For The Checking Of Piping Line, Preparation And Creation Of New Line Connecting To All Comfort Rooms 4. Carpentry Works • Labor And Materials For Repair Of Door Jamb And Replacement Of Doors, Fixtures, Bidets And Others • Labor And Materials For Replacement Of Lavatory And Accessories • Labor And Materials For Repair Of Piping Lines Of Lavatory, Water Connection • Labor And Materials For Tiles Replacement And Other Necessary Materials 5. Plumbing And Sanitary Works For Connection Of Septic Tank Wastewater Overflow Going To Mcia Catch Basin • Opening Or Wastewater Overflow Allocation For Septic Tank. *the Above Quoted Prices Are Inclusive Of All Costs And Applicable Taxes. __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Section Vi Confidentiality Agreement Procurement Of Courier Service Description Confidentiality Of Agreement Bidders Statement Of Compliance In Delivery Date Procurement Of Renovation/repair Of Sewage, Drainage And Plumbing Works Of The Building And Connection To The Catch Basin Of Mcia The Winning Bidder Shall Execute And Sign A Confidentiality And Non-disclosure Undertaking Upon Receipt Of Notice Of Award __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Section Vii Financial Offer Procurement Of Renovation/repair Of Lbu Office Approved Budget For The Contract (abc) (2026) Product Offered Quotation Nine Hundred Thousand Pesos (₱900,000.00) Preliminaries/general Requirements •mobilization/demobilization •safety Requirements •power And Water Supply Floor Tiling Works Including Flooring Surface Preparation •labor And Materials For The Demolition Of Existing Flooring, Surface Preparation And Hauling Plumbing Works And Floor Tiles Installation •labor And Materials For The Checking Of Piping Line, Preparation And Creation Of New Line Connecting To All Comfort Rooms Carpentry Works •labor And Materials For Repair Of Door Jamb And Replacement Of Doors, Fixtures, Bidets And Others •labor And Materials For Replacement Of Lavatory And Accessories •labor And Materials For Repair Of Piping Lines Of Lavatory, Water Connection •labor And Materials For Tiles Replacement And Other Necessary Materials Plumbing And Sanitary Works For Connection Of Septic Tank Wastewater Overflow Going To Mcia Catch Basin •opening Or Wastewater Overflow Allocation For Septic Tank. __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents A) ⬜ Valid Philgeps Registration Certificate (platinum Membership If Public Bidding) (all Pages) In Accordance With Section 8.5.2 Of The Irr; 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.
Closing Date10 Feb 2025
Tender AmountPHP 900 K (USD 15.5 K)
Bureau Of Customs Tender
Furnitures and Fixtures
Philippines
Details: Description Procurement Of Furniture And Other Office Fixtures (early Procurement Activity) Proposal-005mtn (series No) Government Of The Republic Of The Philippines Section I. Invitation To Bid Invitation To Bid For The Procurement Of Furniture And Other Office Fixtures 1. The Bureau Of Customs Sub-port Of Mactan, Through The National Expenditure Program (nep) Of Fy 2026 Intends To Apply The Sum Of Nine Hundred Forty-five Thousand Pesos (₱945,000.00) Being The Abc To Payments Under The Contract For The Procurement Of Furniture And Other Office Fixtures For Fy 2025-2026 With Project Identification Number Proposal-005mtn. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Customs Sub-port Of Mactan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required For The Period July 1, 2025 To July 31, 2026. 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. 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. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00 Am On February 12, 2025. Late Bids Shall Not Be Accepted. The Bidders Shall Drop Their Duly Accomplished Technical Proposal Including The Eligibility Requirements And Financial Proposals In Two Separate Sealed Envelopes In The Bid Box Located At The Address Indicated Below. Late Bids Shall Not Be Accepted. 5. Bid Opening Shall Be On February 12, 2025, 1:00 Pm At The Given Address Below. 6. The Bureau Of Customs Sub-port Of Mactan 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. 7. Further, Please Be Informed That This Is An Early Procurement Activity Of The Fy 2026 Program/activity/project To Ensure Efficient And Full Implementation Of Program/activity/project Within The Validity Period Of The Fy 2026 National Budget Per Gppb Circular No. 06-2019. The Appropriation For This Expense Is Included The Fy 2026 National Expenditure Program Submitted To Congress For Enactment. The Notice Of Award Shall Be Issued Upon Approval Of The Fy 2026 General Appropriations Act (gaa) By Congress And Signed By The President Into Law. 8. For Further Information, Please Refer To: Jennifer A. Duyogan (coo I, Acting Procurement Officer) Or Victoria C. Arandillo (coo Iii, Acting Accountant) Bureau Of Customs Sub-port Of Mactan Mcia Cargo Access Road, Barangay Ibo, Lapu-lapu City Jennifer.duyogan@customs.gov.ph /victoria.arandillo@customs.gov.ph +639171649903 Section Ii. Instructions To Bidders 1. Scope Of Bid The Bureau Of Customs Sub-port Of Mactan Wishes To Receive Bids For The Procurement Of Furniture And Other Office Fixtures For Fy 2025-2026 With Identification Number Proposal-005mtn. The Procurement Project (referred To Herein As “project”) Is Composed Of 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 Fy 2026 In The Amount Of Nine Hundred Forty-five Thousand Pesos (₱945,000.00). 2.2 The Source Of Funding Is Fy 2026 Semi Expendable Furniture And Fixture. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1 Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2 Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3 Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4 The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 8. Pre-bid Conference Non-applicable. 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: 10.1 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 Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents) 11. Bid Prices 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. V. Price Validity Shall Be For A Period Of Ninety (90) Calendar Days. 12. Bid And Payment Currencies 12.1 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. 12.2 Payment Of The Contract Price Shall Be Made In Philippine Pesos. 13. Bid Security 13.1 The Bidder Shall Submit A Bid Securing Declaration2 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. 13.2 The Bid And Bid Security Shall Be Valid Until February 23, 2026. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14. Sealing And Marking Of Bids 14.1 Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. 14.2 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. 15. Deadline For Submission Of Bids 15.1 The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 16. Opening And Preliminary Examination Of Bids 16.1 The Bac Shall Open The Bids 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. 16.2 The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 17. Domestic Preference 17.1 The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 18. Detailed Evaluation And Comparison Of Bids 18.1 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. 18.2. 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. 18.3. 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. 18.4. The Project Shall Be Awarded As Follows: One Project Having Several Items That Shall Be Awarded As One Contract. 18.5. 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. 19. Post-qualification 19.1 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. 20. Signing Of The Contract 20.1 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. 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. Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 11.1 In The Event That The Bidder Is A Corporation, A Secretary Certificate, Spa Or Any Other Document Showing The Authority Of The Signatory On The Bid Form And Other Documents Should Also Be Attached. 15 Bidders Are Encouraged To Submit Their Bids Through Their Duly Authorized Representative Using The Forms Specified In The Bidding Documents. Bidders Shall Enclose Their Original And Copy 1 Of Eligibility And Technical Documents And Financial Documents In One (1) Sealed Envelope. The Single Envelope Will Be Marked "the Bid" And Address All Bids To The Bac Chairperson: Cornelia B. Wilwayco Chief, Assessment Bac Chairperson 18.3 One (1) Lot, Procurement Of Furniture And Other Office Fixtures For Fy 2026, With Abc Of ₱ 945,000.00. Partial Bid Is Not Allowed. The Goods Are Grouped In A Single Lot And The Lot Shall Not Be Divided Into Sub-lots For The Purpose Of Bidding, Evaluation, And Contract Award. In All Cases, The Nfcc Computation, If Applicable, Must Be Sufficient For All The Lots Or Contracts To Be Awarded To The Bidder. 20.1 No Further Instructions. Section Iv. General Conditions Of Contract General Conditions Of The 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 He 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 Test 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 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. Specific Scope Of Service Supplier’s Must State Here Either “comply” Or Any Equivalent Term In The Column “supplier’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each Specification. Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free. After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation For The Item/s As Follows: Specific Scope Of Service Procurement Of Furniture And Other Office Fixtures Qty Item Description Supplier’s Statement Of Compliance Unit Cost (vat Incl) Total Cost (vat Incl) 1 Display Cabinet, Mahogany, With Glass Sliding Door 2 Lateral Filing Cabinet, 4 Layers 10 Computer Table, Powder Coated, Light Gray, With Drawer, Lock And Keys 30 High-back Office Chair, With Headrest 20 Office Visitor Chair, Pu Leather Upholstered 4 Lounge Chair, 3-seater 1 Open Cabinet, 5-layers, Powder Coated Gray, Heavy Duty, Commercial Grade 1 Sliding Cabinet, Color: Gray, Dimensions: 185(h)x90(w)x40(d)cm, Sliding Door Feature For Easy Handling Of Books, Files And Other Paraphernalia 10 Boltless Steel Cabinet, 5-6 Layers, Adjustable Rack With Slotted Posts & Metal Shelving 36″ 2 "conference Table Laminated Wood, Brown Estimated Length: 95 Inches Width: 47 Inches" 15 Trash Box With Cover, Xl 2 Dish Cabinet, 3 Layers 30 Monobloc Chair 5 Laminated Wood Brown Office Table *the Above Quoted Prices Are Inclusive Of All Costs And Applicable Taxes. __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Section Vi Confidentiality Agreement Procurement Of Furniture And Other Office Fixtures Description Confidentiality Of Agreement Bidders Statement Of Compliance In Delivery Date Procurement Of Furniture And Other Office Fixtures The Winning Bidder Shall Execute And Sign A Confidentiality And Non-disclosure Undertaking Upon Receipt Of Notice Of Award __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Section Vii Financial Offer Procurement Of Furniture And Other Office Fixtures Qty Product Offered Quotation 1 Display Cabinet, Mahogany, With Glass Sliding Door 2 Lateral Filing Cabinet, 4 Layers 10 Computer Table, Powder Coated, Light Gray, With Drawer, Lock And Keys 30 High-back Office Chair, With Headrest 20 Office Visitor Chair, Pu Leather Upholstered 4 Lounge Chair, 3-seater 1 Open Cabinet, 5-layers, Powder Coated Gray, Heavy Duty, Commercial Grade 1 Sliding Cabinet, Color: Gray, Dimensions: 185(h)x90(w)x40(d)cm, Sliding Door Feature For Easy Handling Of Books, Files And Other Paraphernalia 10 Boltless Steel Cabinet, 5-6 Layers, Adjustable Rack With Slotted Posts & Metal Shelving 36″ 2 "conference Table Laminated Wood, Brown Estimated Length: 95 Inches Width: 47 Inches" 15 Trash Box With Cover, Xl 2 Dish Cabinet, 3 Layers 30 Monobloc Chair , Beige 5 Laminated Wood Brown Office Table __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents A) ⬜ Valid Philgeps Registration Certificate (platinum Membership If Public Bidding) (all Pages) In Accordance With Section 8.5.2 Of The Irr; 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) ☐ 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) For Above ₱50000.00; And If Applicable/unless Needed, 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. Ii. Financial Component Envelope G) ☐ Original Of Duly Signed And Accomplished Financial Bid Form; And H) ☐ Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) I) ⬜ [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. J) ⬜ Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. Unless Otherwise Needed (format) Unless Otherwise Needed (format)
Closing Date12 Feb 2025
Tender AmountPHP 945 K (USD 16.2 K)
Bureau Of Customs Tender
Others
Philippines
Details: Description Procurement Of Stanchion Belts, Stands, Sign Holder For Fy 2026 (early Procurement Activity) Proposal-001mtn (series No) Government Of The Republic Of The Philippines Section I. Invitation To Bid Invitation To Bid For The Provision Of Stanchion Belts, Stands And Sign Holder 1. The Bureau Of Customs Sub-port Of Mactan, Through The National Expenditure Program (nep) Of Fy 2026 Intends To Apply The Sum Of Six Hundred Thousand Pesos (₱600,000.00) Being The Abc To Payments Under The Contract For The Procurement Of Stanchion Belts, Stands And Sign Holder For Fy 2026 With Project Identification Number Proposal-001mtn. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Customs Sub-port Of Mactan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required For The Period July 1, 2025 To July 31, 2026. 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. 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. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00 Am On February 10, 2025. Late Bids Shall Not Be Accepted. The Bidders Shall Drop Their Duly Accomplished Technical Proposal Including The Eligibility Requirements And Financial Proposals In Two Separate Sealed Envelopes In The Bid Box Located At The Address Indicated Below. Late Bids Shall Not Be Accepted. 5. Bid Opening Shall Be On February 11, 2025, 1:00 Pm At The Given Address Below. 6. The Bureau Of Customs Sub-port Of Mactan 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. 7. Further, Please Be Informed That This Is An Early Procurement Activity Of The Fy 2026 Program/activity/project To Ensure Efficient And Full Implementation Of Program/activity/project Within The Validity Period Of The Fy 2026 National Budget Per Gppb Circular No. 06-2019. The Appropriation For This Expense Is Included The Fy 2026 National Expenditure Program Submitted To Congress For Enactment. The Notice Of Award Shall Be Issued Upon Approval Of The Fy 2026 General Appropriations Act (gaa) By Congress And Signed By The President Into Law. 8. For Further Information, Please Refer To: Jennifer A. Duyogan (coo I, Acting Procurement Officer) Or Victoria C. Arandillo (coo Iii, Acting Accountant) Bureau Of Customs Sub-port Of Mactan Mcia Cargo Access Road, Barangay Ibo, Lapu-lapu City Jennifer.duyogan@customs.gov.ph /victoria.arandillo@customs.gov.ph +639171649903 Section Ii. Instructions To Bidders 1. Scope Of Bid The Bureau Of Customs Sub-port Of Mactan Wishes To Receive Bids For The Procurement Of Stanchion Belts, Stands And Sign Holder For Fy 2026 With Identification Number Proposal-001mtn. The Procurement Project (referred To Herein As “project”) Is Composed Of 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 Fy 2026 In The Amount Of Six Hundred Thousand Pesos (₱600,000.00). 2.2 The Source Of Funding Is Fy 2026 National Expenditure Program- Semi Expendable Office Equipment. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1 Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2 Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3 Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4 The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 8. Pre-bid Conference Non-applicable. 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: 10.1 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 Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents) 11. Bid Prices 11.1. 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. V. Price Validity Shall Be For A Period Of Ninety (90) Calendar Days. 12. Bid And Payment Currencies 12.1 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. 12.2 Payment Of The Contract Price Shall Be Made In Philippine Pesos. 13. Bid Security 13.1 The Bidder Shall Submit A Bid Securing Declaration2 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. 13.2 The Bid And Bid Security Shall Be Valid Until February 23, 2026. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14. Sealing And Marking Of Bids 14.1 Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. 14.2 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. 15. Deadline For Submission Of Bids 15.1 The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 16. Opening And Preliminary Examination Of Bids 16.1 The Bac Shall Open The Bids 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. 16.2 The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 17. Domestic Preference 17.1 The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 18. Detailed Evaluation And Comparison Of Bids 18.1 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. 18.2. 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. 18.3. 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. 18.4. The Project Shall Be Awarded As Follows: One Project Having Several Items That Shall Be Awarded As One Contract. 18.5. 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. 19. Post-qualification 19.1 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. 20. Signing Of The Contract 20.1 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. 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. Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 11.1 In The Event That The Bidder Is A Corporation, A Secretary Certificate, Spa Or Any Other Document Showing The Authority Of The Signatory On The Bid Form And Other Documents Should Also Be Attached. 15 Bidders Are Encouraged To Submit Their Bids Through Their Duly Authorized Representative Using The Forms Specified In The Bidding Documents. Bidders Shall Enclose Their Original And Copy 1 Of Eligibility And Technical Documents And Financial Documents In One (1) Sealed Envelope. The Single Envelope Will Be Marked "the Bid" And Address All Bids To The Bac Chairperson: Cornelia B. Wilwayco Chief, Assessment Bac Chairperson 18.3 One (1) Lot, Procurement Of Stanchion Belts, Stands And Sign Holder For Fy 2026, With Abc Of ₱ 600,000.00. Partial Bid Is Not Allowed. The Goods Are Grouped In A Single Lot And The Lot Shall Not Be Divided Into Sub-lots For The Purpose Of Bidding, Evaluation, And Contract Award. In All Cases, The Nfcc Computation, If Applicable, Must Be Sufficient For All The Lots Or Contracts To Be Awarded To The Bidder. 20.1 No Further Instructions. Section Iv. General Conditions Of Contract General Conditions Of The 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 He 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 Test 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 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. Specific Scope Of Service Supplier’s Must State Here Either “comply” Or Any Equivalent Term In The Column “supplier’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each Specification. Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free. After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation For The Item/s As Follows: Specific Scope Of Service Procurement Of Customized Stanchion, Belt And Holder Scope Of Service Description Supplier’s Statement Of Compliance Unit Cost (vat Incl) Total Cost (vat Incl) 1. Silver Stanchion Post With Retractable Black Belt, • (tentative Markings: Customs Restricted Area) • 4-way Belt Post Connection • With 1 Color Brand Print On 2 Side • Compatible To Universal Metal Adapter Attached To Sign Frames 2. Sign Holder For Retractable Belt Barrier / Queuing (stanchion) Pole • A4 Dual-sided Sign Display • Black / Silver • Portrait Or Landscape Orientation 3. Sign Holder For Retractable Belt Barrier / Queuing (stanchion) Pole • A4 Dual-sided Sign Display • Black / Silver Portrait Or Landscape Orientation 150 20 20 *the Above Quoted Prices Are Inclusive Of All Costs And Applicable Taxes. __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Section Vi Confidentiality Agreement Procurement Of Courier Service Description Confidentiality Of Agreement Bidders Statement Of Compliance In Delivery Date Procurement Of Stanchion Belts, Stands And Sign Holder The Winning Bidder Shall Execute And Sign A Confidentiality And Non-disclosure Undertaking Upon Receipt Of Notice Of Award __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Section Vii Financial Offer Procurement Of Customized Stanchion, Belt And Holder Approved Budget For The Contract (abc) (2026) Product Offered Quotation Six Hundred Thousand Pesos (₱600,000.00) Silver Stanchion Post With Retractable Black Belt, • (tentative Markings: Customs Restricted Area) • 4-way Belt Post Connection • With 1 Color Brand Print On 2 Side • Compatible To Universal Metal Adapter Attached To Sign Frames Sign Holder For Retractable Belt Barrier / Queuing (stanchion) Pole • A4 Dual-sided Sign Display • Black / Silver Portrait Or Landscape Orientation Sign Holder For Retractable Belt Barrier / Queuing (stanchion) Pole • A4 Dual-sided Sign Display • Black / Silver Portrait Or Landscape Orientation __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents A) ⬜ Valid Philgeps Registration Certificate (platinum Membership If Public Bidding) (all Pages) In Accordance With Section 8.5.2 Of The Irr; 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.
Closing Date10 Feb 2025
Tender AmountPHP 600 K (USD 10.3 K)
Credit Information Corporation Tender
Software and IT Solutions
Corrigendum : Closing Date Modified
Philippines
Details: Description February 14, 2025 Request For Quotation No.: 2025-cims(021)-npsvp-0001 Procurement Of Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance (negotiated Procurement – Small Value Procurement) Sir/madam: The Credit Information Corporation Through Credit Information Management Services Invites You To Submit Your Quotation / Offer For The Item/s Described Below Using The Price Proposal Form (see Annex "a") Subject To The Terms And Conditions Stated In The Rfq And Terms Of Reference (see Annex “b”). Qty Uom Particulars Unit Cost (in Php) Approved Budget For The Contract (abc) In Php 1 Lot Procurement Of Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance - 2240 Pvu - One (1) Year Maintenance/renewal *deployment - Deployment, Installation And/or Renewal Costs *on-site And Online Support Services - One (1) Year Maintenance 8x7 Online Support - One (1) Year Unlimited Phone And Email Support - Customer Is Entitled To Four (4) Visits Of Onsite Support During The Contract Period - Quarterly Onsite Visit With Reports And Recommendation By Certified Ibm Engineers 1,000,000.00 1,000,000.00 Contract Duration: One (1) Calendar Year Or March 1, 2025 To February 28, 2026 Delivery Schedule: Thirty (30) Calendar Days Upon Receipt Of Notice To Proceed. Delivery Site: 6f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Submit Your Proposal, Together With The Following Documents, Duly Signed By You Or Your Duly Authorized Representative, Not Later Than February 18, 2025, 5:00 P.m. Philgeps Certificate/number; Mayor’s/business Permit For The Current Year Or Official Receipt As Proof That The Bidder Has Applied For Renewal, If The Updated Mayor’s Permit Is Not Yet Available; Latest Income/business Tax Returns; Notarized Omnibus Sworn Statement (annex C); And For Authorized Representatives: Spa (sole Proprietorship/partnership), Secretary’s Certificate Or Board Resolution (corporation). Note: Philgeps Platinum Registration Certificate May Be Submitted In Lieu Of Philgeps Number, And Mayor’s/business Permit For The Current Year; In Case Of Sole Proprietorship, The Bidder Must Submit A Special Power Of Attorney (spa) If The Proprietor/owner Has Assigned/appointed A Person To, On His/her Behalf, Represent The Company In The Procurement Of Cic And Sign All Documents Pertaining To The Project/contract To Be Bid. Only One (1) Set Of Documents Certified To Be True Copies Of The Original Shall Be Required. Proposals And Other Documents Required Shall Be Sent Electronically To Procurementunit@creditinfo.gov.ph. Electronically Submitted Proposals And Documents Must Be Submitted On Or Before The Deadline Of Submission As Stated In This Rfq. Upon Determination Of Your Technical, Legal And Financial Eligibility, The Administration Unit Of The Cic Shall Undertake Negotiation With Your Company Based On The Technical Specifications For This Project. Phoebe Ann R. Wagan Administrative Services Officer V Annex "a" Price Proposal Form Date: _________________ Administrative Office Credit Information Corporation 6f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Sir/madam: Having Examined The Request For Quotation No. Rfq No. 2025-cims(021)-npsvp-0001, Which Includes The Technical Specifications, The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned, Offer To, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Qty Uom Particulars Unit Price (in Php) Total Bid Price In Php (inclusive Of Vat) 1 Lot Procurement Of Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance - 2240 Pvu - One (1) Year Maintenance/renewal *deployment - Deployment, Installation And/or Renewal Costs *on-site And Online Support Services - One (1) Year Maintenance 8x7 Online Support - One (1) Year Unlimited Phone And Email Support - Customer Is Entitled To Four (4) Visits Of Onsite Support During The Contract Period - Quarterly Onsite Visit With Reports And Recommendation By Certified Ibm Engineers Contract Duration: One (1) Calendar Year Or March 1, 2025 To February 28, 2026 Total Bid Price In Words: ______________________________________________________ We Undertake, If Our Proposal Is Accepted, To Deliver The Goods/services As Identified In The Technical Specifications/terms Of Reference And In Accordance With The Delivery Schedule. Our Quotation Includes All Taxes, Duties And/or Levies Payable And Is Valid For A Period Of Thirty (30) Calendar Days Upon Issuance Of This Document. We Understand That The Cic Technical Working Group May Require From Us The Submission Of Documents That Will Prove Our Legal, Financial And Technical Capability To Undertake This Project. Until A Formal Contract Is Prepared And Executed, This Proposal, Together With Your Written Acceptance Thereof And The Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Proposal You May Receive. Dated This ________________. Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Proposal For And On Behalf Of: ___________________ Annex "b" Compliance Form Technical Specifications Procurement Of Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance 1. Overview The Credit Information Corporation (cic) Is Mandated To Collect And Aggregate Borrower’s Credit Data To Establish The Creditworthiness Of Borrowers. Cic Needs And Uses A Workload Automation Solution That Enables The Organization To Automate, Plan, And Control The Processing Of Credit Information System (cis) Workloads. The Tool Or Solution Allows The Cic To Manage Workflows From A Single Point Of Control Across Multiple Platforms And Business Applications. The Existing Workload Scheduler That The Cic Utilizes Has The Following Key Features And Capabilities: 1. Hybrid Workload Automation From A Single Point Of Control Monitor Workloads And Resources Through A Single Point Of Control Across Different Platforms And Systems. Monitor Critical Job, Sla Compliance Risk Level And Be Alerted To The Risk Of Sla Constrains And Potential Violations In Advance Through Specific Report And Dashboards. 2. Wide Variety Of Application Plug-ins For Business Processes Automation Automate Beyond Boundaries And Expand Your Automation Outreach To New Domains Thanks To A Large Variety Of Application Specific Plug-ins Available Out Of The Box 3. High Scalability (millions Of Daily Jobs Managed) Manage Organizations Growth And Increasing Demands With A Single Controlling System, Reducing Costs And Risks And Increasing Stability. Automatically Adapts Workload Submission To Support On Demand Processes, Allowing Easy And Safe Integrations Across A Hybrid Environment. 4. Easy Integration In Hybrid-cloud Application Through Rest Api Modelling Rest Apis Are Available To Add/update/delete Scheduling Resources As Well As Retrieve List Of Resources Or Models. Planning Api Are Available To Act On The Scheduling Plan Enabling The Add And Update Actions On All The Resources In The Scheduling Plan Itself. 2. Purpose The Cic Aims To Renew The Ma Of Existing Workload Scheduler Solutions And Licenses To Automate, Plan And Control The Processing Of Workloads Of The Credit Information System (cis) While Overcoming Its Limited Budget And Manpower Resources. 3. Scope The Paid License Covers Receiving 2240 Processor Value Units (pvus) To The Existing Workload Scheduler Solution Of The Cic. 4. Definition Of Terms Term Definition Job Scheduling Job Scheduling Allows Businesses To Automate Batch Jobs On A Single System And To Submit These Batch Jobs For Execution As A Result Of A Specific Event Or At A Certain Time. Traditional Job Scheduling Software Works On One Machine And Is Pretty Inflexible. In Complex Systems, Job Scheduling Has Its Limitations And Inherently Leads To A Lack Of Coordination Between Operating Systems, A High Level Of Complexity When It Comes To Scheduling Jobs And Maintenance, The Need For Lots Of Manual Intervention As Well As The Need For Frequent Programming To Fill Gaps. Scalability Is The Property Of A System To Handle A Growing Amount Of Work By Adding Resources To The System. Service Level Agreement (sla) A Commitment Between A Service Provider And A Client. Particular Aspects Of The Service – Quality, Availability, Responsibilities – Are Agreed Between The Service Provider And The Service User Workload Refers To A Computer System’s Ability To Handle And Process Work. Workload Automation Is The Process Of Using Software To Schedule, Initiate, And Execute Business Processes, Transactions, Workflows, And Other Related Tasks. It Also Allows Businesses To Configure Or Stop Processes. The Use Of Workload Automation Allows For All Of This Processing To Happen Without Human Or Manual Intervention. Workload Scheduler Is A Workload Automation Solution That Enables Organizations To Automate, Plan And Control The Processing Of Complex Systems' Workloads. It Allows You To Manage Workflows From A Single Point Of Control Across Multiple Platforms And Business Applications. --definitions Are Retrieved From Https://www.wikipedia.com, Https:/www.ibm.com, Https://www.bmc.com, Https://www.nutanix.com 5. Duties And Responsibilities 5.1. Service Provider (sp) The Sp’s Responsibilities With Respect To This Project Are As Follows: The Renewal And Installation Of License Must Be Completed Within Thirty (30) Calendar Days From The Receipt Of The Notice To Proceed (ntp). Otherwise, The Sp Shall Pay A Penalty In The Amount Of One Tenth Of One Percent (1/10 Of 1%) Of The Total Contract Price For Every Calendar Day Of Delay. 5.2. Credit Information Corporation Cic’s Responsibilities With Respect To This Project Are As Follows: Issuance Of A Certificate Of Inspection And Acceptance From The Inspection And Acceptance Committee To The Sp Upon Successful Completion Of The Testing Certifying That The Sp Conforms To All Requirements Stipulated In This Document. Pursuant To General Procurement Policy Board (gppb) Resolution No. 019-2006 Dated 06 December 2006, At The End Of Each Year, The Cic Will Conduct An Assessment Of The Quality Of Service Provided Particularly The Cost Charged By The Sp And The Range Of Services It Offers Against Other Service Providers In The Area. Conducts An Assessment/evaluation Of The Sp Sixty (60) Days Before The End Of The Contract. 6. Requirements 6.1. General Items Requirements Statement Of Compliance “comply” Or “not Comply” Proof/evidence Of Compliance 1. Service Provider Duly Notarized Statement That The Sp Has Been In Business Of Providing Workload Scheduler Solutions For At Least Five (5) Years Prior To The Deadline For The Submission Of Bids. The Sp Must Establish A Single Point Of Contact (spoc) Call Center Operations/helpdesk With Hotline Numbers To Provide Timely And Responsive Trouble Reporting, Incident Handling, Problem Escalation And Field Support For All Problem-related Issues. The Sp Must Provide Escalation Or Incident Management Procedures, Including The Complete Names Of Contact Persons, Positions, Email Address, Mobile And Landline Numbers. The Sp Shall Inform Cic Of Any Changes In The Escalation Or Incident Management Procedure Immediately. The Sp Should Provide Unlimited Phone, Email, Chat, And Any Form Of Electronic Communications And Messaging, And Online Or Remote Support For One (1) Year. Monday To Friday, 8x5, For Local Support; And 24x7 For International Helpdesk Support. The Sp Should Provide A Consumable 8x5 Onsite Support With Next Business Day Response Time For One Year. Four (4) Visits Of Onsite Support During The Contract Period. The Sp Must Provide Preventive Maintenance And Health Checks With Reports And Recommendations Every Four (4) Months. Implement Recommended Remedial Action, Security Updates, System Upgrades As Needed. 2. Service Delivery Manager The Sp Should Assign A Service Delivery Manager (sdm) To Cic For The Project To Ensure All Requirements Of This Contract Are Successfully Delivered To Cic. The Sdm Should Have At Least Two (2) Year Service Delivery Or Project Management Experience In Handling Similar Project Implementation. (provide Curriculum Vitae And Related Certifications) 3. Technical Support Staff The Sp Should Assign Two (2) Technical Support/ibm Engineers To The Cic Project (provide Certificate Of Employment, Updated Curriculum Vitae & Related Certifications). At Least Eighteen Months Of Experience In The Configuring, Maintaining, And Troubleshooting Of The Cic’s Existing Workload Scheduler. 6.2. Technical Requirements Items Requirements Statement Of Compliance “comply” Or “not Comply” Proof/evidence Of Compliance 1. System Overview Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance Renewal A) 2240 Pvu B) One (1) Year Maintenance/renewal (march 1, 2025 To February 28, 2026) 2. Installation And Configuration Shall Work With Cic To Define Policies, Configuration And Other Requirements As Needed By The System 3. Troubleshooting A) When Workload Scheduler Solution Is Determined To Be Causing Job Scheduling And Automation-related Problems, The Sp Shall Assist The Cic Examining The Solution’s Configuration And Functionality For Potential Issues. A Ticket Will Be Filed By Cic To The Sp’s Service Desk Facility To Trigger The Support Activity. B) The Sp Will Implement Cic’s Change Request Within A 24-hour Period For Simple Change And Up To A Maximum Of Five (5) Days For Complex Changes. 4. Software Updates And Upgrades A) The Sp Must Immediately Apply Updates Whenever Software Updates/bug Fixes Are Available To Mitigate Security Threats. B) Software Updates Or Upgrades Are Separate From The Change Request. 5. Health Checks And Preventive Maintenance A) The Sp Shall Conduct System Health Checks Every Four (4) Months To Determine Potential Issues And Improve Workload Automation Services. 6.3. Service Level Items Requirements Statement Of Compliance “comply” Or “not Comply” Proof/evidence Of Compliance 1. Change Requests (cr) Cr Must Be Acknowledged By The Sp Within Two (2) Hours Upon Receipt, Mondays To Fridays, 8:00-5:00 Pm. 2. Incident Response Help-desk Facility Available Twenty-four By Seven (24x7) To Receive Reports On Any Issues Incident Response/support Tickets Relayed Through Helpdesk, Email, Phone, Or Instant Messaging Must Be Acknowledged By The Service Provider Within Two (2) Hours Upon Receipt, And Resolve Issues Within Six (6) Hours Upon Acknowledgement. 3. Service Report The Sp Must Provide Service Reports For Each Onsite Or Remote Support Service Performed And Shall Be Verified And Acknowledged By Cic Authorized Personnel. The Sp Shall Submit A Detailed Problem-resolution Report For Every Service Requested Within 24 Hours. It Shall Include Details Of Actions Taken In Resolving The Problem Duly Acknowledged By The Authorized Cic Personnel. 4. Knowledge Transfer At Least Half (1/2) Day Of Training For Basis Users For Viewing And Monitoring Of Job Streams, Workload And Scheduled Jobs. At Least Three (3) Participants For The Basic/viewers Training At Least Half (1/2) Day Of Training Of Administrators And Advanced Users To Cover Management, Administration And Operation, Including Troubleshooting. At Least Three (3) Participants For The Advanced Users /administrators Training Provision Of User Manual And Guides 7. Schedule Of Delivery The Service Provider Shall Commence Delivery And Implementation Of The Services Within 30 Calendar Days (lead Time For Delivery For Non-stock Items) Upon Receipt Of The Notice To Proceed. 8. Terms Of Payment Payment Shall Be Made On The Following: Payment Shall Be Made On A One-time Basis (100%) Subject To Submission Of Billing Statement And Other Supporting Documents By The Sp, And Shall Be Processed Within Thirty (30) Calendar Days, Subject To The Issuance Of Certificate Of Satisfactory Project Completion By Cic End-user. The Start Of Billing Shall Be Based On The Date Of Issuance Of “certificate Of Acceptance” By The Cic Inspection Committee. Payment Shall Be Subject To The “warranty” Provisions In The Form Of Retention Money In An Amount Equivalent To At Least One Percent (1%) Of The Contract Price Required In Section 62 Of R.a. 9184 And Its Irr. 9. Contract Termination Both Parties Have The Option Or Terminate The Contract Acceptable To Both Parties Based On The Philippine Government Procurement Reform Act And Its Implementing Rules And Regulations, Gppb Guidelines Or Its Issuances, And Other Philippine Laws As Applicable. Pursuant To Annex I Of The 2016 Revised Implementing Rules And Regulations, As Of 15 July 2022, Of The Republic Act No. 9184, The Cic Reserves The Right To Terminate The Procurement Of Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance On The Following Grounds: Termination By Default: Pursuant To Section 68 Of The 2016 Revised Irr, When Outside Of Force Majeure, The Sp Fails To Deliver Or Perform Any Or All Of The Contract Deliverables Within The Period Specified In The Contract, Or Within Any Extension Thereof Granted By The Cic Pursuant To A Request Made By The Sp Prior To The Delay, And Such Failure Amounts To At Least Ten Percent (10%) Of The Contract Price; Pursuant To Section 68 Of The 2016 Revised Irr, The Sp, As A Result Of The Force Majeure, Is Unable To Deliver Or Perform Any Or All Of The Contract Deliverables, Amounting To At Least Ten Percent (10%) Of The Contract Price, For A Period Of Not Less Than Sixty (60) Calendar Days After Receipt Of Notice From The Cic Stating That The Circumstances Of Force Majeure Is Deemed To Have Ceases; Or The Sp Fails To Perform Any Other Obligation Under The Contract. Termination For Convenience, In Whole Or In Part. If The Cic Has Determined The Existence Of Conditions That Make The Contract Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event/s Or Changes In Law And National Government Policies. Termination For Insolvency. If The Sp Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. Termination For Unlawful Acts. In Case It Is Determined Prima Facie That The Sp Engaged, Before Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation. Statement Of Compliance Dated This ________________. Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Compliance For And On Behalf Of: ___________________ Annex "c" 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: 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]; 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;)]; [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; 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; [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; Select One, Delete The Rest: [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, 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, Procurement Agent If Engaged, 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, Procurement Agent If Engaged, 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; [name Of Bidder] Complies With Existing Labor Laws And Standards; And [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: Carefully Examining All Of The Bidding Documents; Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. [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 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. _____________________________________ 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. ______ . Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Doc. No. ___ Page No. ___ Book No. ___ Series Of ____. Note: “sec. 12. Competent Evidence Of Identity – The Phrase “competent Evidence Of Identity” Refers To The Identification Of An Individual Based On: At Least One Current Identification Document Issued By An Official Agency Bearing The Photograph And Signature Of The Individual, Such As But Not Limited To, Passport, Driver’s License, Professional Regulations Commission Id, National Bureau Of Investigation Clearance, Police Clearance, Postal Id, Voter’s Id, Barangay Certification, Government Service And Insurance System (gsis) E-card, Social Security System (sss) Card, Philhealth Card, Senior Citizen Card, Overseas Workers Welfare Administration (owwa) Id, Ofw Id, Seaman’s Book, Alien Certificate Of Registration/immigrant Certificate Of Registration, Government Office Id, Certification From The National Council For The Welfare Of Disabled Persons (ncwdp), Department Of Social Welfare And Development (dswd) Certification; The Board Resolution Or Secretary’s Certificate Referring To The Said Board Resolution Designating The Bidder’s Authorized Representative And Signatory Need Not Specifically Indicate The Particular Project Where Such Authority Is Given Provided That The Said Authority Covers Activities By Cic.
Closing Date20 Feb 2025
Tender AmountPHP 1 Million (USD 17.2 K)
Municipality Of Sindangan, Zamboanga Del Norte Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Invitation To Bid The Local Government Unit Of Sindangan, Through Its Bids And Awards Committee (bac), Hereby Invites Suppliers/manufacturers/ Distributors/contractors To Apply For Eligibility And To Bid For The Hereunder Project. Purchase Request No. Project Approved Budget For The Contract Non - Refundable Fees Of Bid Documents 1.) 2025-01- 21 Purchase & Installation Of Various Equipment For The Establishment Of Lgu Sindangan People's Dialysis Center P23,000,000.00 25,000.00 1 Set Item 1: First Pass Reverse Osmosis System The First Pass Reverse Osmosis System Should Include The Following Components And Specifications: " Ro Pumps: O Quantity: 2 Units (alternating) O Type: 2 Hp Single Phase Reverse Osmosis Multi-stage Vertical Pumps O Operating Pressure: 200 To 250 Psi O Material: High-grade Stainless Steel Construction O Backup Function: 1 Unit Will Function Automatically When The Other Pump Stops. Membranes: O Quantity: 3 Units O Type: 4040 Thin Film Composite (tfc) Spiral Wound Membranes O Design: Large Spiral Configuration For High Permeate Flow. Pressure Vessels: O Quantity: 3 Units O Type: 4040 Frp Pressure Membrane Vessel. Pre-filtration: O Quantity: 1 Unit O Type: 20"" Slim Filter Housing With 5-micron Sediment Filter (clear Housing)." " Aami Standard Compliance: All Components In Contact With Pure Water Must Meet Aami (association For The Advancement Of Medical Instrumentation) Standards. Flow Meters: O Quantity: 2 Units (panel-mounted) O Range: 0-10 Gpm O Measurement: Percentage Rejection, Percentage Recovery, And Permeate/product Flow. Additional Flow Meters: O Quantity: 1 Unit (for Recycle Water Flow Monitoring). Pressure Gauges: O Quantity: 2 Units (dial Type) O Pressure Rating: 350 Psi And 150 Psi O Material: Stainless Steel Construction. Pressure Regulator Control Valve: O Quantity: 1 Unit O Size: 1” Npt O Material: Stainless Steel 316. Conductivity Meter: Quantity: 1 Unit" " Type: Digital Conductivity Meter (tds Meter For First-stage Pure Water Product). Automatic Control System: Integrated Automatic Control System For Managing The Operation Of The Ro System. Recycle Valve And Flushing Option: The System Should Be Equipped With A Recycle Valve And An Automatic Flushing Option. Low-pressure Switch: Quantity: 1 Unit Function: Automatically Stops The Ro Pump When Low Pressure Is Detected. Solenoid Valves: Automatic Shut-off Solenoid Valve: 1” Npt (manual Bypass In Case Of Malfunction). Auto Flushing Solenoid Valve: 1/2” Npt. Skid Frame: Material: Stainless Steel Full Skid Frame For Mounting All System Components. Independent Control System: For Monitoring And Controlling The Ro Process. Sampling Port: Equipped With A Sampling Port For Pure Water Sampling." 1 Set Item 2: Second Pass Reverse Osmosis Unit The Second Pass Reverse Osmosis Unit Should Include The Following Components And Specifications: " Ro Pumps: O Quantity: 2 Units (alternating) O Type: 1.5 Hp Reverse Osmosis Multi-stage Vertical Pumps O Operating Pressure: 200 To 250 Psi O Material: High-grade Stainless Steel Construction O Backup Function: 1 Unit Will Function Automatically When The Other Pump Stops. Pressure Vessels: O Quantity: 2 Units O Type: 4040 Frp Pressure Membrane Vessel." 1 Set Item 3: Pre-treatment Equipment Specifications The Pre-treatment Equipment Includes The Following Components: " Multi-media Filtration Unit: O Quantity: 1 Unit O Size: 13” X 54” Frp Tank O Media: Pebbles, Silica Sand, Anthracite, And Garnet For 10-20 Micron Removal. O Backwashing Head: Manual/automatic Timer Backwashing Head. O Accessories: Pressure Gauges On The Inlet And Outlet, Valve For Water Sampling, And Emergency Bypass Valve. Granulated Activated Carbon Filtration Unit: O Quantity: 2 Units O Size: 13” X 54” Frp Tanks O Media: Pebbles, Quartz Sand, And Industrial-grade Activated Carbon. O Backwashing Head: Manual/automatic Timer Backwashing Head." "o Accessories: Pressure Gauges On The Inlet And Outlet, Valve For Water Sampling, And Emergency Bypass Valve. Water Softener Filtration Unit: O Quantity: 1 Unit O Size: 13” X 54” Frp Tank O Media: Pebbles And Purolite Resin C-100e. O Backwashing Head: Manual/automatic Timer Backwashing Head. O Accessories: Pressure Gauges On The Inlet And Outlet, Valve For Water Sampling, And Emergency Bypass Valve. Sampling Ports: Sampling Ports For Multi- Media, Carbon,and Water Softener Filters." " Pressure Gauges: Individual Pressure Gauges For Each Filter (multi-media, Carbon, And Water Softener). Raw Water Tank: O Quantity: 1 Set O Capacity: 1000 Liters O Material: Polyethylene With Float Valve. Brine Tank: O Quantity: 1 Unit O Capacity: 130 Kg Of Salt O Accessories: Hose And Strainer. Raw Water Pump System: O Quantity: 2 Units (alternating) O Type: 1.5 Hp Single Phase Raw Water Multi-stage Horizontal Stainless Steel Pump With Automatic Backup Functionality. Piping: O Material: Schedule 40 Pvc Pipe With Ball Valves And Fittings. O Fittings: Stainless Steel Fittings." 1 Set Item 4: Support/service Maintenance The Following Services Will Be Included For The Support And Maintenance Of The Water Treatment System: " Installation: Complete Installation Of The Water Treatment System With Training For Operation And Maintenance. Technical Support: Accessibility For Addressing Any Malfunctions Or Technical Problems Within The Warranty Period. Spare Parts: Availability Of Local Spare Parts For Maintenance. Service Personnel: Availability Of Service Personnel Within The Warranty Period. Operator And Technical Manual: Full Set Of Manuals For Operation And Maintenance. Initial Water Analysis: Complete Initial Water Quality Analysis To Ensure System Suitability." 1 Set Item 5: 5-station Dialyzer Reprocessing System (wall Mounted For Negative Hepa Patient) The Following Specifications Apply To The 5-station Dialyzer Reprocessing System: " Frame Material: Panel Box-type Frame (pvc Material). Dialyzer Testing Parameters: Max Testing Pressure: 8-14 Psi. Pressure Regulator Valve: Adjustable Between 15-35 Psi. Piping And Fittings: Pvc Pipes And Fittings; Chemical-grade Hoses And Fittings. Chemical Compatibility: System Must Be Compatible With All Types Of Disinfectants. Chemical Tank: 10 Liters Polyethylene Chemical Tank. Dialyzer Connectors: 5 Quick-connect Dialyzer Holders. Chemical Pump: 1 Unit For Chemical Application. Electrical Control System: Fully Integrated Electrical Control System For Operation." " Solenoid Valves: Ce Certified Stainless Steel Solenoid Valves For Dialyzer Cleaning, Filling Chemicals, And Auto Reverse Ultrafiltration. Graduated Cylinder: 250 Ml Plastic Graduated Cylinder. Installation & Training: Full Installation And Training For Operation, Maintenance, And Safety Procedures. Support/service Maintenance: Installation And Training: Full Setup And Operator Training. Technical Support: Access To Local Service Personnel During Warranty Period. Spare Parts Availability: Availability Of Spare Parts Locally During The Warranty Period. Technical Manual: Full Operator And Technical Manuals." 1 Set Item 6: 2 Station Dialyzer Reprocessing Machine For Positive Hepa Patient "specifications: Frame Material O Panel Box Type (pvc Materials) Dialyzer Testing Parameters O 1 Unit Dialyzer Testing Parameters With Maximum Pressure Range: 8-14 Psi Pressure Regulator Valve O 1 Unit Adjustable Pressure Regulator Valve, Range: 15-35 Psi Piping And Fittings O Pvc Pipe And Fittings Chemical Grade Hose And Fittings O Chemical-grade Hose And Fittings For Safe Operation With Disinfectants And Cleaning Solutions." " Compatibility O Machine Is Compatible With Any Type Of Disinfectant Commonly Used In Dialyzer Reprocessing. Electrical Control System O Integrated Electrical Control System For Efficient Operation. " " Electronic Control Board O 1 Unit Electronic Control Board Designed To Manage Dialyzer Testing Parameters. Solenoid Valves For Dialyzer Cleaning O 2 Pcs Ce Certified Stainless Steel (s/s) Solenoid Valves For Dialyzer Cleaning Procedure. Solenoid Valves For Chemical Filling 2 Pcs Ce Certified Stainless Steel (s/s) Solenoid Valves For Dialyzer Chemical Filling. Solenoid Valves For Auto Reverse Ultra Filtrate 2 Pcs Ce Certified Stainless Steel (s/s) Solenoid Valves For Auto Reverse Ultra Filtrate During The Cleaning Cycle." " Programmable Logic Controller (plc) 1 Unit Plc (programmable Logic Controller) With The Following Specifications: O Input: 16 Digital Inputs O Output: 10 Digital Outputs O Voltage: 110-240vac Secondary Programmable Logic Controller (plc) 1 Unit Secondary Plc With The Following Specifications: O Input: 10 Digital Inputs O Output: 4 Digital Outputs O Voltage: 110-240vac Illuminated Push Button Switches (rinsing Procedure) 2 Units Of Illuminated Green Push Button Switches (indicating Rinsing Procedure Is Active). Illuminated Push Button Switches (chemical Filling) 2 Units Of Illuminated Red Push Button Switches (indicating Chemical Filling Is In Progress)." " Diaphragm Type Air Pump 1 Unit Diaphragm-type Air Pump To Provide Necessary Air Pressure For The System. Plastic Graduated Cylinder 1 Unit 250 Ml Plastic Graduated Cylinder For Accurate Measurement. Dialyzer Connector 2 Pcs Dialyzer Connectors For Secure And Leak-free Connections During Operation. Support/service Maintenance: Installation And Training O On-site Installation And Operator Training To Ensure Proper Usage And Maintenance. Technical Support O Quick Access To Technical Support And Troubleshooting Services During The Warranty Period." " Spare Parts Availability O Local Availability Of Critical Spare Parts To Minimize Downtime. Service Personnel Availability O Availability Of Trained Service Personnel To Address Any Operational Issues During The Warranty Period. Operator And Technical Manual O Comprehensive Operator And Technical Manuals Provided For Easy Reference And Proper Maintenance." 2 Sets Item 7: Acid & Bi-carb Mixer Specifications: " 1 Unit Mix Flow Agitator Pump With Propeller 1 Unit Magnet Chemical Pump 1 Unit 100 Liters Polyethylene Conical Tank With Stainless Steel Base 1 Unit 10"" Filter Housing With Micron Filter Electrical Control System With Panel Box Pvc Pipe And Fittings Support/service Maintenance: Installation And Training For Operation And Maintenance. Accessibility To Address Malfunctions Or Technical Issues Within The Warranty Period. Availability Of Spare Parts Locally To Minimize Downtime. Availability Of Service Personnel During The Warranty Period For Prompt Assistance. Operator And Technical Manual With Detailed Instructions On Operation, Troubleshooting, And Maintenance." 1 Set Item 8: Construction Of Wood Paneling Specifications: " Fabrication Of Wood Paneling Using ¾"" Marine Plywood, Finished With Laminate Formica. Supply And Installation Of Recirculation Piping System Using Schedule 40 High- Pressure Pipe And Fittings." 1 Set Item 9: Dialyzer Rack Specifications: " Floor-to-ceiling Rack Designed To Hold 110 Dialyzer Units With Secure Storage And Easy Access." 1 Set Item 10: Defibrillator Technical Specifications: " Defibrillator Type: Manual, Synchronized, Asynchronous Energy Accuracy: ±1% Energy Selection: 0, 20, 50, 100, 160, 250, 300, 360 Joules (nominal At A Resistance Of 50) Charging Time: Maximum 10 Seconds To 360 Joules Standard Adult/pediatric Paddles: Reusable External Adult Paddles (pediatric Paddles Integrated)" "power Requirements: Ac Power Supply: 100v~240v, 50hz/60hz Vehicle Voltage (optional): Dc 12v Internal Battery Backup: Battery Type: Rechargeable Lead-acid Battery (12v 2.0ah X2) Charging Time: Minimum 4 Hours For Full Charge Battery Charging: Charged During Ac Power Supply Operation Charging/low Battery Indication: Red Led Battery Capacity: 100% Charge Provides 120 Minutes Of Monitoring Or 35 Discharges At 360 Joules. " "display: Lcd Dimensions: 7-inch High-resolution True-color Graphic Display Ecg Features: Ecg Lead: I, Ii, Iii, Avr, Avl, Avf, V1~v6 S-t Segment Analysis: -2.0mv~+2.0mv Arrhythmia Analysis: Yes Protection: Withstands 4000v Ac/50hz Voltage Isolation And Protection Against Electrosurgical Knives And Defibrillation. Respiration: Measurement Method: Thoracic Impedance Standard Configuration:" " Ecg, Respiration, Defibrillator Monitoring Optional Parameters: Recorder Li-ion Battery (11.1v 4ah X2) Support/service Maintenance: Installation And Training On Device Setup And Use. Accessibility To Address Malfunctions Or Technical Issues Within The Warranty Period. Availability Of Spare Parts Locally To Minimize Downtime. Availability Of Service Personnel Within The Warranty Period For Fast Response And Repairs. Operator And Technical Manual With Comprehensive Guides For Safe Operation And Maintenance." 15 Sets Item 11: Hemodialysis Machine With Hemodialysis Chairs, Machine Avr & Television Set "the Hemodialysis Machine With Hemodialysis Chairs & Avr Is A High-performance Medical Device Designed To Efficiently Support Various Dialysis Treatments, Including Hemodialysis (hd), Intermittent Ultrafiltration (iuf), Low Flux Continuous Dialysis, High-pressure (hp) Treatments, Plasma Exchange, And Plasma Adsorption. This System Ensures The Safe, Efficient, And Precise Treatment Of Patients With Renal Failure. Key Features: 1. Intelligent Operation: Lcd Touch Screen: A Multi-angle Rotating Screen With A Multi-language Interface (chinese, English, Etc.), Ensuring Easy Operation And Accessibility. Guided Operation Interface: Simplifies User Interaction, Providing Step-by-step Guidance For Efficient Machine Operation. Automated Power On/off & Disinfection: Automatic Settings For Daily Power Cycles And Disinfection Procedures, All Conditions Are Recorded For Traceability. Automatic Venous Level Detector: Prevents Blood Exposure To Air, Reducing The Risk Of Contamination. Kt/v Calculation: Monitors Dialysis Efficiency And Ensures Treatment Adequacy. Substitution Automatic Rinsing: Reduces Hospital Staff Workload And Minimizes Operational Costs." " Automatic Dialyzer Charging & Discharging: Enhances Operational Efficiency And Reduces Manual Labor. Real-time History Recording: Treatment Parameters, Patient Info, And Running Conditions Can Be Recorded And Retrieved In Real-time For Optimal Monitoring. Intelligent Maintenance System: Ensures Easy Maintenance And Alerts Users To Any Issues. Brushless Rotor: Increases System Longevity And Simplifies Maintenance. Ultrafiltration Clearance: Achieves A 0.1% Accuracy In Ultrafiltration, Improving Dialysis Outcomes. Three Motor Pump: Ensures Steady, Reliable Fluid Management Throughout The Treatment. Upgradeable Operating System: The Machine’s Software Can Be Upgraded For Enhanced Functionality. 2. Safety Features: Individual System Control: Separate Control Of Blood, Hydraulic, And Monitor Systems, Each Equipped With Safety Protocols. Mandatory Testing: Over Ten Mandatory Tests For Systems Such As Balance, Mixing, Uf, Air Detection, Blood Leakage, Etc., Ensuring Reliable Machine Performance. Hydraulic And Leakage Monitoring: Ensures Safety During Dehydration Processes And Prevents Leaks. Ultrasonic & Optical Venous Monitoring: Ensures Safe Blood Return By Detecting Tiny Bubbles." " Led And Audio Alarms: Multi-color Led (red, Yellow, Green) Indicators, Coupled With Various Sound Alarms For Enhanced User-friendliness. Backup Power Supply: Provides 40 Minutes Of Backup Power In Case Of An Electrical Outage. Ap, Vp, Tmp Monitoring: Quick Alarm Alerts For Abnormal Pressure Conditions. Double-stage Endotoxin Filtration: Ensures The Substitution Fluid Meets Aami Standards For Quality. Advanced Volume Balance Control: Maintains Accurate Ultrafiltration For Precise Patient Treatment. Dialysate Mixing System: Ensures Accurate Ionic Concentration In The Dialysate For Optimal Treatment. Integrated Air Detection And Blood Recognition: Detects Even The Smallest Air Bubbles To Prevent Safety Risks. " " Bicarb Fluid: Helps Avoid Microbial Contamination In The B Fluid. 3. Powerful Functionality: Syringe Support: Includes 10ml, 20ml, 30ml, And 50ml Syringes, Which Are Automatically Recognized And Can Be Self- Tested For Errors. Fully Supports Heparin Profile Management. Automatic Vital Signs Monitoring: The Machine Automatically Tracks Patient Heart Rate And Blood Pressure During Treatment, Reducing Staff Workload. Ultra-pure Dialysate Supply: Ensures The Highest Quality Of Dialysis Fluid For Improved Patient Outcomes." " Isolated Hp Mode: Reduces Self-test Time And Minimizes Dialysate Wastage. Customizable Dialysate Formula: Pre-set And Customizable Dialysate Formulations Are Compatible With A Wide Range Of Solutions Or Powders. Flexible Dialysis Options: Supports Both Single And Double-needle Dialysis Configurations For Varying Clinical Needs. Standard And Custom Profiles: Offers Customizable Profiles For Sodium, Uf Rate, Bicarbonate, Heparin Flow, Dialysate Flow, And Temperature, Tailoring Treatment To Individual Patient Needs. Sequential Dialysis Process: Supports Treatments Such As Sequential Dialysis (hd→iuf) Or High-low Sodium Sequential Dialysis. Network Usb Integration: Enables Patient Data And Machine Management Through Central Systems." " Central Dialysate Supply Integration: Seamlessly Connects To Centralized Dialysate Supply Systems. Support & Service Maintenance: Installation And Training: Comprehensive Installation Services, Followed By Operator And Technical Training To Ensure Proper Use And Maintenance Of The Machine. Warranty And Maintenance: Access To Technical Support For Any Malfunction Or Issues Within The Warranty Period. Local Spare Parts Availability Ensures Minimal Downtime. Manuals: Detailed Operator And Technical Manuals Are Provided For Ease Of Reference. Selector Switch For Auto/manual/test Gen Pilot Lights For Normal And Emergency Conditions" 1 Set Item 12. Pabx / Telephone System " Line Transfer Capability: Supports Transfer From 3 Trunk Lines To 8 Local Lines. Display: Backlit Lcd Screen For Easy Readability In Various Lighting Conditions. Audio Features: Hands-free Operation With Full Duplex Functionality For Clear Communication. Headset Support: Includes Optional Support For Electronic Hook Switch (ehs) Headsets. Navigation: Features A Cursor And Directory Dial Key For Easy Navigation Through Contacts. Network Compatibility: Supports 10/100/1g Ethernet For Reliable And High-speed Communication. Power Options: Power Over Ethernet (poe) Support Or Optional External Power Adapter. Voip Security: End-to-end Voip Encryption To Secure All Communications. Mounting: Wall-mountable Design For Space-saving And Flexible Installation. Support/service Maintenance:" " Installation & Training: Comprehensive Installation And User Training Provided To Ensure Optimal System Usage. Warranty Support: Accessible Support For Troubleshooting And Resolving Technical Issues Within The Warranty Period. Spare Parts Availability: Local Availability Of Replacement Parts To Minimize Downtime. Service Personnel: On-site Service Personnel Available Within The Warranty Period For Repairs And Technical Assistance. Documentation: Detailed Operator And Technical Manuals Included For Ease Of Use And Reference." 1 Set Item 13. Manpower Pooling, Trainings & Seminars " Staff Hiring: Professional Staff Recruitment Services For Laboratory, Dialysis, And Other Essential Healthcare Roles. Training Programs: O Laboratory & Dialysis Staff: Full- Course Certified Training Program Tailored For Laboratory And Dialysis Personnel, Including Meal Allowances And Accommodation. O Diagnostic Staff: Comprehensive Training For Diagnostic Technicians With Certification, Including Meal Allowances And Accommodation. O Administrative Personnel: Full- Course Certified Training Program For Administrative Staff, With Meal Allowances And Accommodation." "o Administrative Personnel: Full- Course Certified Training Program For Administrative Staff, With Meal Allowances And Accommodation. O Nurses: Full-course Certified Training Program For Nurses, Including Meal Allowances And Accommodation. O Technicians: Certified Technical Training For Medical Equipment Technicians, With Meal Allowances And Accommodation. O Physicians: Full-course Certified Training For Physicians, With Meal Allowances And Accommodation. Each Training Program Is Designed To Ensure Professional Certification And Enhance The Skills Of Healthcare Staff, While Also Providing Full Support For Meals And Accommodation To Ensure A Seamless Learning Experience." 1 Set Item 14. Immunoassay Poct Machine A Compact, Reliable, And High-performance Immunoassay Machine Designed For Point-of-care Testing (poct). Ideal For Rapid Diagnostics, It Ensures High Accuracy And Supports Real-time Testing With Comprehensive Testing Capabilities. Simple Operation And High Throughput Make It Suitable For Various Healthcare Settings, Including Clinics, Hospitals, And Laboratories. "key Features: Compact And Reliable: Designed For Space Efficiency And Dependable Operation In Busy Environments." " High Accuracy: Equipped With Available Controls And Calibrators To Ensure Precise Results. Real-time Testing: Provides Immediate Test Results, Enabling Quick Decision- Making. Simple Operation: User-friendly Interface For Ease Of Use By Healthcare Professionals. Comprehensive Testing Items: Supports A Wide Range Of Tests, Covering Multiple Aspects Of Patient Health. High Throughput: Capable Of Processing Large Numbers Of Tests Quickly, Supporting Efficient Workflows." "complete Parameters: Thyroid Function Hormones Cardiac Markers Inflammation Detection Renal Function Digestive Function Tumor Markers Allergies Infectious Diseases Hba1c, And More. Support/service Maintenance: Installation And Training: Professional Installation And Operator Training To Ensure Proper Setup And Usage." 1 Set Item 15: Electrolytes Machine "sample Types: Serum, Plasma, Whole Blood, Cerebrospinal Fluid, Dilute Urine Measuring Speed: ≤ 25 Seconds Per Test Analysis Method: Ion Selective Electrode (ise) Sample Volume: 60–150 Μl 200 Μl Sample Capacity: 30 Sample Positions" " 5 Emergency Sample Positions (only For Bke-b/d/f/l Models) Injection Mode: Manual Or Automatic Injection (only For Bke-b/d/f/l Models) Manual Injection (for Bke-a/c/e Models) Data Storage: Up To 50,000 Test Results Printer: Built-in Thermal Printer Interface: Rs232 Port For Laboratory Information System (lis) Connectivity Display: 7-inch High-definition Touch Screen Languages Supported: Chinese And English (other Languages Can Be Customized) Calibration: Automatic And Manual Calibration Options" "additional Features: Sample Volume Detection Power Supply: Ac 110–240v, 50/60hz, 70va Operating Conditions: Temperature: +10°c To +40°c Relative Humidity: ≤ 80% Atmospheric Pressure: 86–106 Kpa Support & Service Maintenance Installation And Training: Comprehensive Setup And User Training Are Provided. Technical Support: Access To Support For Any Malfunction Or Technical Issue Within The Warranty Period. Spare Parts Availability: Spare Parts Are Readily Available Locally. Service Personnel Availability: Service Technicians Are Available Within The Warranty Period. Manuals: Operator And Technical Manuals Are Included For Ease Of Use And Maintenance." Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary "pass/fail" Criterion As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The "government Procurement Reform Act". Bids Received In Excess Of The Approved Budget For The Contract (abc) Shall Be Automatically Rejected At Bid Opening. Bid Documents Are Available From February 07, 2025 February 27, 2025 Upon Payment Of Non-refundable Fees Stated Above, From 8:00am To 12:00n And From 1:00pm To 5:00pm, Monday To Friday, And Up To 9:30am On The Last Day Of The Issuance And Acquisition Of Bid Docs, At The Municipal Administrator's Office/bac Secretariat Office, 2nd Fl., Sindangan Municipal Hall (tel. No. (065)224-2750 Or 224-2212). Prospective Bidders Should Have Experience In Undertaking A Similar Project Within The Last Two (2) Years With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. The Bac Will Allow A Partial Bid For The Following Items: All Participants Relative To Eligibility Statement And Screening. Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulations (irr). The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1 Issuance Of Bid Document February 07, 2025 8:00 Am 2 Submission Of Bids (deadline) February 27, 2025 9:30 Am 3 Opening Of Bids February 27, 2025 10:00 Am 4 Bid Evaluation February 28, 2025 10:00 Am 5 Post Qualification March 03, 3025 10:00 Am 6 Notice Of Award March 04, 3025 10:00 Am "the Local Government Unit Of Sindangan Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders." Approved By: Fletcher C. Fuertes, Mba Bac Chairman
Closing Date27 Feb 2025
Tender AmountPHP 23 Million (USD 397.5 K)
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
United States
Details: Notice:
this Sources Sought Synopsis/request For Information (sss/rfi) Is Issued For Informational Purposes And Market Research Only. This Is Not A Request For A Quote, Request For Proposal, Or An Invitation To Bid, Nor Is This To Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract. This Request Neither Constitutes A Solicitation For Proposals Nor The Authority To Enter Negotiations To Award A Contract. Additionally, This Sss Does Not Restrict The Government To A Particular Acquisition Approach. The Government Will Not Reimburse Any Company Or Individual For Any Expenses Associated With Preparing/submitting Information In Response To This Posting Or Any Follow-up Information Requests. Responders Are Advised That The Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Sss. All Costs Associated With Responding To This Sss Will Be Solely At The Responding Party’s Expense. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. The Information Provided May Be Used By The Government In Developing Its Acquisition Strategy, Statement Of Work/statement Of Objectives, And Performance Specifications. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained Within Their Response As Instructed Later In This Sss/rfi. The Government Shall Not Be Liable For, Or Suffer Any Consequential Damages, For Any Proprietary Information Not Properly Identified. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned.
overview:
the Air Force Life Cycle Management Center (aflcmc), Human Systems Division (hsd), Combat Ready Airman (cra) Branch, Wright-patterson Afb, Oh Is Conducting Market Research To Identify Possible Vendors And/or Manufacturers That Can Provide Aviator Helmets That Are Compatible With Fixed Wing Ejection And Non- Ejection Systems On Multiple Usaf Aircraft Weapon Systems.
background Information:
usaf Aircrew Require The Ability To Easily And Rapidly Transition Between Symbology Displays, Cueing, And Night Vision Or Use These Devices Simultaneously For Optimum Capability. Installing These Advanced Avionics On The Current 20+ Year Old Helmet Degrades The System's Operational Performance. If This Helmet Is Not Modified, Aircrew Will Continue To Have To Overcome Jitter, Loss Of Night Vision Image And Display Symbology, Neck Strain, And Increased Potential For Injury During Ejection. In Addition, Proprietary Helmets Designed To Optimize Specific Displays Will Be Introduced Into The Inventory, Increasing Logistical Footprint.
current Helmets Are Not Optimized For Use With Night Vision And Weapon Cueing/display Systems Required To Operate Modern Aircraft. Currently, Employing These Devices Require Extensive Modifications To Current Helmets That Were Not Designed To Accommodate Them. This Results In Poor Weight Distribution And Stability Which Contributes To Mission Degradation, Aircrew Fatigue, Neck Strain, And An Increased Potential For Injury. In Addition, Current Helmets Do Not Provide Adequate Noise And Impact Protection.
systems Requirements:
please Provide Information Regarding The Following Capabilities Of Your Helmet System Regarding The Following Categories And Provide Rationale How It Is Compliant:
key Performance Parameter (kpp)
1. Kpp #1: Stability
the Fwh Will Provide A Stable Fixed Reference To The User’s Eye Through The Full Range Of Aircraft Operations. When Used With Helmet Mounted Equipment, There Will Be No Vignetting (loss) Of Symbology Or Imagery Or Loss Of Resolution Of Optical Systems.
how Much Tension Load Can Your Helmet Withstand Over A 2.0-minute Exposure?
2. Kpp #2: Equipment Compatibility
the System And Its Components Will Be Compatible With And Not Degrade Aircrew Flight Equipment And Helmet Mounted Devices.
how Does Your Helmet System Integrate With Current Helmet Mounted Displays (hmds) (i.e. Joint Helmet Mounted Cueing System (jhmcs), Hybrid Optical-based Inertial Tracker (hobit), Night Vision Goggles (nvgs))?
are You Compatible With Any Other Hmds, Not Specifically Called Out?
what Capability Do You Have To Work With Other Companies To Understand Future Requirements/technologies For Helmet-related Systems To Include Hmds (ijhmcs, Etc.), Oxygen Masks, And Visors?
is Your Helmet System Compatible With The Equipment Listed In Attachment I?
3. Kpp# 3:weight, Center Of Gravity, And Principal Moments Of Inertia
the Weight, Center Of Gravity (cg), And Principal Moments Of Inertia (moi) Of The Fwh (in All Configurations) Will Decrease Neck Loads (compared To The Helmet(s) It Replaces) To The Aircrew During High-g Maneuvering, Bailout, 600 Knots Equivalent Air Speed (keas) Ejection, Parachute Opening, Ditching, And Crash-landing Scenarios.
what Data Can You Provide To Support Your Helmet Reduces Weight, Cg, And Moi To Decrease Neck Loads?
what Evidence Can You Provide To Show Your Helmet Decreases Neck Loads Against Mil-hdbk-516c, For Example: Multi-axial Neck Injury Criteria – Y Axis (manicy), Neck Moment Index (nmix), And Probability Of Concussion (poc)?
key System Attributes (ksa) Capability
4. Impact Protection
the System Will Protect The Crewmember’s Head From Impacts Associated With Basic Aircraft Maneuvers, Ejection, Bailout, Ditching, And Crash Landing Better Than The Helmet It Replaces
what Data Can You Provide To Show That Your Helmet Can Withstand A 600 Keas Ejection Sequence With Limited Physical Damage That Would Cause Injury To The Aircrew Or Impair The Ability Of The Helmet To Protect The Aircrew?
what Data Can You Provide To Show That No Part Of The Helmet System Will Become Foreign Object Debris In A 600 Keas Windblast?
5. Logistics
fwh Variants Will Use Common Components To Reduce The Logistical Footprint Compared To Existing Systems, And Be Organically Supportable By Defense Logistics Agency.
6. Anthropometric Accommodation
the Fwh Will Accommodate The Central 99% Of The Male And Central 99% Of The Female Aircrew Population (with 90% Confidence) In The Minimum Number Of Sizes, With The Remainder Being Fitted With Minor Modifications To Existing Sizes.
7. Acoustic Dose
the Fwh Will Ensure Wearers Experience Acceptable Noise Levels, Technically Defined As Less Than Or Equal To 100% Acoustic Dose (1.0 Total Daily Exposure (tde) @ Mean -2 Standard Deviations (sd) Performance For Fit) For Crew Positions In 90% Of Aircraft.
8. Speech Intelligibility
the Fwh Will Enable Helmeted Aircrew To Score Greater Than 80% On The Modified Rhyme Test (mrt) In The Laboratory With Talker And Listener Under Simulated Flight Noise Conditions.
9. Fit/wearability
the Fwh Fit, In All Configurations, Will Be Repeatable, Accommodate Missions Of Extended Duration, And Not Cause Hot Spots/pressure Points That Degrade Performance On 95% Of Aircrews.
10. Aircraft Compatibility
the Fwh Will Be Compatible With The Aircraft Without Requiring Aircraft Modifications.
11. In-flight Mission Reconfiguration
the Fwh Will Accommodate Safe And Rapid In-flight Reconfiguration Of Fielded And Post-milestone B Helmet Mounted Devices Without Removing The Helmet During All Mission Profiles No Worse Than Legacy.
additional Performance Attributes
12. Head Supported Weight.
the Mass Properties Of The System Will Not Decrease The Ability Of The Wearer To Perform Related Tasks Over The Duration Of The Mission.
what Is The Weight Of Your Helmet System As Operationally Worn For The Slick Configuration? Weight Reported Will Include Fully Assembled Base Helmet As Worn By The User, Excluding Interfacing Aircrew Flight Equipment (afe) (i.e. No Oxygen Mask, Or External Communication Cabling). Please Report The Weights For Each Size Of The Helmet System.
in Addition To Head Supported Weight Of Your Helmet System (described Above), Report Mass Properties Of Your Helmet System, In All Configurations, For Day And Night Operations, Using The Template And Guidance Found In Attachment Ii. Upon Reporting According To The Template, Describe Set-up And Methods Utilized For Collecting Measurements.
13. Eye Protection
the Fwh (in All Configurations) Will Shield The Eyes During All Flight And Ground Operations, From Adverse Effects Of Solar Radiation, Windblast, Airborne Debris, Bailout, Ditching, And 600 Keas Ejection.
tell Us How Your Helmet System Will Provide Eye Protection In All Phases Of Ejection (initiation Of Ejection To Ground Landing), During Day And Night Operations With Respect To Slick, Jhmcs, Hobit, And Nvgs.
what Data Can You Provide To Show That The Visor Of Your Slick Helmet System Remains In A Down And Locked Position During All Phases Of A 600 Keas Ejection (initiation Until Ground Landing), During Day And Night Operations?
what Data Can You Provide To Show That Your Helmet System In The Jhmcs And Hobit Configuration Provides Eye Protection To The User During All Phases Of A 450 Keas Ejection (initiation Until Ground Landing), During Day And Night Operations?
14. Visor/visual Compatibility
the Fwh Will Provide Aircrew The Ability To Rapidly Transition Between Two Visors Using One Gloved Hand During Flight Operations. The Visors’ Optical Distortion Qualities And Transmissivity Options Will Be Equal To Or Better Than The Visor Configurations They Replace.
does Your Visor Meet The Criteria In Mil-dtl-43511d? If Any Deviations Exist, Please Note Them.
15. Field Of View/regard
the Fwh Will Provide A Field Of View And Field Of Regard Equal To The Helmet Being Replaced.
16. Penetration Protection
the System Will Protect The Crewmember’s Head From Penetrations Associated With Basic Aircraft Maneuvers, Ejection, Bailout, Ditching, And Crash Landing To A Level Equivalent To The Helmet It Replaces.
what Data Can You Supply From Testing To Show That Your Helmet System Supplies Protection Against Impact And Penetration?
17. Retention
the Fwh And Visor Will Be Safely Retained And Remain In Its Worn Position When Exposed To A 600 Keas Ejection
tell Us How Your Helmet System Can Be Retained In All Phases Of Ejection (initiation Of Ejection To Ground Landing).
18. Bulk
the Helmet Shape And Cabling Will Not Interfere With Aircrew Mobility, Ingress/egress (including Emergency Egress) Requirements, Or The Operation Of The Ejection Seats In All Aircraft.
19. Spinal Alignment
the Helmet Shape Will Enable Proper Spinal Alignment During Flight When Interfacing With The Ejection Seat Head Pad.
20. Audio Compatibility
the Fwh Noise Attenuation System Will Be Compatible With All Aircraft Systems And Will Not Impede Recognition Of Audible Aircraft Warning/caution Systems, Night Vision Equipment, Weapons System Employment, Or Decrease Accuracy Of Helmet-mounted Cueing Devices.
21. Aircraft Cockpit Simulator Compatibility
the Fwh Will Be Compatible With All Existing Aircraft Cockpit Simulators. If New Adapters Are Required, They Must Be Provisioned For And Provided As Part Of The System.
22. Internal Communication Systems (ics)
the Fwh Noise Attenuation System Will Be Compatible With All Aircraft Icss.
23. Emergency Ground Egress
the Fwh Will Not Interfere With Emergency Ground Egress Procedures Or Require Any Additional Aircrew Action To Disconnect The Helmet System From The Aircraft Wiring (i.e. Disconnect Will Break Away During Aircrew Egress).
24. Fire Safety
the Fwh Will Provide Flame, Drip, And Melt Protection Equal To Or Better Than Current Fielded Helmets.
25. Don And Doff
aircrew Will Be Able To Don And Doff The Helmet Without Assistance. The Aircrew Will Be Able To Remove The Helmet During An Emergency With One Hand Using Either Hand.
26. Audio Performance
the System Will Provide Broadband Audio Output With Minimal Distortion And Ensure Overall Sound Pressure Level And Electrical Polarity Are Matched Across Both Ears.
what Data Can You Provide For Audio Performance Testing That You Have Conducted On Your Helmet System?
if Available Please Provide Specifics On: Broadband Frequency Response, Distortion, Sensitivity Balance, Volume Control, And Speech Intelligibility.
27. Volume Control
adjustment Of The Aircraft Ics Volume Control Will Result In A Corresponding Volume Change At The Ear.
28. Cockpit Illuminator
the Fwh Will Provide A Modular, Night Vision Compatible Light Source With An On/off Switch Selectable By The Aircrew During Flight.
29. 3-d Audio
the Fwh Will Be Capable Of Accepting 3-d Audio Cueing For Radio Communication And Threat/targeting Information.
what Data Can You Provide To Show Your Helmet Provides 3d Spatial Audio Support?
30. External Audio
fwh Will Be Capable Of Providing An External Audio Capability That Allows Dismounted Aircrew The Ability To Hear The External Environment While Wearing The Helmet.
31. Atmospheric Pressure Changes
the Fwh Will Not Increase The Risk Of Aircrew Injury Throughout The Range Of Atmospheric Pressure Changes Experienced During Flight.
32. Altitude Protection
the Fwh Will Allow Users To Safely Operate Aircraft At Altitudes Up To The Maximum Operational Cabin Altitude.
33. Emi/emc Compatibility
the Fwh Will Not Emit Electromagnetic Energy That Exceeds The Limits Of Mil-std-461 And Ads-37a-prf As It Applies To Mission Critical Equipmentor Be Degraded By Electronic Emissions In Its Operational Environment.
28. Cockpit Illuminator
the Fwh Will Provide A Modular, Night Vision Compatible Light Source With An On/off Switch Selectable By The Aircrew During Flight.
29. 3-d Audio
the Fwh Will Be Capable Of Accepting 3-d Audio Cueing For Radio Communication And Threat/targeting Information.
what Data Can You Provide To Show Your Helmet Provides 3d Spatial Audio Support?
30. External Audio
fwh Will Be Capable Of Providing An External Audio Capability That Allows Dismounted Aircrew The Ability To Hear The External Environment While Wearing The Helmet.
31. Atmospheric Pressure Changes
the Fwh Will Not Increase The Risk Of Aircrew Injury Throughout The Range Of Atmospheric Pressure Changes Experienced During Flight.
32. Altitude Protection
the Fwh Will Allow Users To Safely Operate Aircraft At Altitudes Up To The Maximum Operational Cabin Altitude.
33. Emi/emc Compatibility
the Fwh Will Not Emit Electromagnetic Energy That Exceeds The Limits Of Mil-std-461 And Ads-37a-prf As It Applies To Mission Critical Equipment Or Be Degraded By Electronic Emissions In Its Operational Environment.
34. Electrostatic Discharge (esd).
fwh Performance Will Not Be Affected By Esd Events.
35. Communication Devices
the System Will Be Compatible With Or Replace Current Communications Devices Designed For Use With Aircrew Helmets And Oxygen Masks.
36. Boom Microphones
the Fwh Will Be Compatible With A Boom Microphone.
37. Habitability
fwh Will Allow Aircrew The Unimpeded Ability To Eat, Hydrate, And One- Handed Valsalva.
38. Operability
direct Manipulation Of The Donned Fwh By The Aircrew Under Operational Conditions, Will Require Only One Gloved (standard Nomex Flight Glove) Hand To Easily Operate Any Mechanism.
39. Positive Pressure Breathing
the Fwh Will Allow For The Effective Use Of Positive Pressure Breathing For Altitude And G Systems.
40. Temperature And Moisture Control
the Fwh Will Incorporate A Washable Moisture-wicking And Anti-microbial Interface That Does Not Present A Burn Hazard In Extreme Thermal Survival Environments.
41. Reliability
the Minimum Acceptable Mean-time-between-critical Failure (mtbcf) Is Seven Years.
42. Maintainability
mean Repair Time (mrt) Will Not Exceed 0.5 Hours, With 95 Percent Of The Tasks Not Exceeding 3.0 Hours.
43. Durability
the Fwh And Its Components Will Be Shatter Proof, Non-reflective, And Have Abrasion/chip/stain/ Corrosion Resistance Equal To The Current System.
44. Materials And Helmet Shape
materials And Helmet Shape Will Not Damage Aircraft Canopies, Windscreens, Other Transparencies, And Structures.
45. Survival And Rescue Compatibility
the Fwh Will Not Interfere With Or Degrade The Performance Of Any Survival/rescue Equipment Or Procedures.
46. Support Equipment (se)
if New Tmde, Se, Or Tools Are Required, They Must Be Provisioned For And Provided As Part Of The System.
47. Maintenance Planning
maintenance, Repair, And Reconstitution Tasks Will Be Accomplished By Appropriately Qualified Organizational Level Aircrew Flight Equipment Specialist.
48. Maintenance Environment
system Design Will Allow Maintenance To Be Performed In Hostile Environmental Conditions (e.g. Arctic And Mopp-4) At Operating Bases/locations Worldwide To Include Mobile, Sea-based, And Bare-base Facilities.
49. Inspections
periodic Inspections And Preventive Maintenance Tasks Will Be Sufficient To Ensure System Integrity. Inspection Intervals Will Be Equal To The Helmet It Replaces.
50. Technical Data
technical Orders/manuals (to/tm) For Integration/operation And Repair Will Include Illustrated Parts Breakdowns, Parts Listings, Diagrams, Theory Of Operation, Maintenance, And Troubleshooting Guides. The Technical Data Will Be Formally Verified, Validated, And Approved By The Appropriate Agencies Prior To The Delivery Of The First System. Time And Cost To Fully Incorporate Technical Data Will Be Part Of The Program Cost And Schedule.
51. Manpower
manning Required For The System Should Meet Current Authorized Levels. Specifically, No Additional Logistics, Maintenance Or Aircrew Flight Equipment Authorizations Will Be Required To Support The New Helmet.
52. Human Factors Engineering
human Factors Engineering Principles Specified In Mil-std-1472 Should Be Employed To The Maximum Extent Possible In Each Fwh System Solution.
instructions To Potential Respondents:
1. Submit One (1) Electronic Copy To Ms. Samantha Mckee, Samantha.mckee.1@us.af.mil, No Later Than 6:00 Pm Est On 30 January 2025. Title E-mail Responses In The Subject Line Of The E-mail As Follows: “response To Next Generation Fixed Wing Helmet Rfi Rou-a044401.”
2. Respondents, Please Provide Data That Can Support These Questions As Well As Ejection Data That You Have. Respondents Shall Provide Capability Descriptions In The Same Format As The Above System Requirements Table, Attachment I – Equipment Compatibility, And Attachment Ii – Mass Properties And Should Include Technical And Descriptive Text To Provide Sufficient Detail On How The Proposed Solutions Will Benefit The Human Systems Division (hsd), As Outlined In The Systems Requirements Section Above. Submissions Shall Be Limited To No More Than 28 Pages Inclusive Of Answers To Requirement Specifications/questions Detailed In The Matrix Above; Any Necessary Product Sheets, Test Data, Graphs, And Charts Supporting Those Answers Shall Be Limited To No More Than 5 Pages As Well As A Rom (detailed Below) Of No More Than 3 Pages. Please Identify A Representative To Support Further Government Inquiries And Requests For Clarification Of The Information Provided, If Needed. Marketing Materials Are Considered An Insufficient Response To This Sources Sought Synopsis.
3. Please Provide A Rough Order Of Magnitude (rom) Cost Estimate. Rom Length Should Be No More Than 3 Pages. Provide Estimated Cost For The Following: This Section Of Your Response Should Provide Estimated Costs For Development, Non-recurring Engineering, Qualification Testing, And Future Production Costs. Specifically For Production, Include Helmet Unit Costs And Monthly Production Capacity For A Total 22,500 Production Units. The Government Is Interested In Obtaining Product Support Engineering Data Or A Technical Data Package (tdp) That Includes The Appropriate Level Of Data To Support An Organic Level Of Maintenance (that Could Include Up To Level 3 Drawings Iaw Mil-std-31000, Rev B, Sections 4.2 And 5.4.1.3). Furthermore, Please Provide An Estimate For Technical Manuals For The Helmets, Initial Provisioning Data And Any Required Updates Through Full Rate Production, And Training Costs To Include Training Evaluations And Fielding.
4. Please Provide A Program Schedule To Include Emd, Production, And Fielding Timelines.
5. Responses Shall Include The Following Information:
company/institute Name:
address:
point Of Contact (to Include Phone Number And Email Address):
cage Code:
unique Entity Id:
web Page Url:
state Whether The Company Is Domestically Or Foreign Owned (if Foreign, Indicate The Country Of Ownership).
state Whether The Company Is Interested In Being A Prime Contractor Or Subcontractor For This Requirement.
state The Company’s Manufacturing Readiness Level In Support Of Helmet Production And Provide A Manufacturing Readiness Assessment.
state The Business Readiness To Support Financial Capabilities To Support Government Testing And Production Of Helmets.
provide Data Supporting Design Is Stable And Meets Above Listed Capabilities And Requirements Outlined In Table Above.
provide Supply Chain Process And Capabilities To Support Helmet Production.
lead Time Projected For Vendors To Support Manufacturing Of First Article Delivery
provide An Assertion Your Helmet System Is Compliant With The Following Regulations:
far 52.225-1, Buy American-supplies
dfars 252.225-7012, Preference For Certain Domestic Commodities
provide Data Rights Assertions, Please Use The Table Below:
contractors Must Identify Any Noncommercial Data (data Is Technical Data And Computer Software) To Be Delivered Or Otherwise Provided Under The Contract To The Government With Data Rights Requirements More Restrictive That Unlimited Data Rights.
provide Assertions At The Lowest Practical Segregable Level:
software: Module Or Subroutine
technical Data: Subsystem, Component Or Sub-component.
refer To Dfars 252.227-7017 For Appropriate Language
data Rights Assertions | Technical Data/computer Software To Be Furnished With Restrictions |basis Of Assertion |asserted Rights Category |person Asserting Restrictions
6. All Prospective Contractors Must Be Registered In The System For Award Management (sam) Database To Be Awarded A Dod Contract. The North American Industry Classification System (naics) Code For This Requirement, If Applicable To The Company’s Capabilities, Should Be Included In The Company’s Naics Code Listing In Sam. To Learn More About This Sam Requirement And How To Register, Please Visit The Sam Website At Https://www.sam.gov/
7. The Naics Code For This Action Is 339113 – Helmets (except Athletic), Safety (e.g., Motorized Vehicle Crash Helmets, Space Helmets), Manufacturing With A Size Standard Of 800 Employees. Based On This Naics Code, Indicate Whether Your Company Qualifies As A:
self-certified Or Third Party Certified Small Business (yes / No)
self-certified Or Third Party Certified Women-owned Small Business (yes / No)
self-certified Or Third Party Certified Economically Disadvantaged Women- Owned Small Business (yes/no)
self-certified Or Third Party Certified Hubzone Certified (yes / No)
self-certified Or Third Party Certified Veteran-owned Small Business (yes / No)
self-certified Or Third Party Certified Service-disabled-veteran-owned Small Business (yes / No)
self-certified Or Third Party Certified 8(a) (yes / No)
self-certified Or Third Party Certified Sba
certification Date: ____________
sba Graduation Date: ______________
communication And Additional Considerations:
in Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s. Government To Form A Binding Contract.
the Government Will Not Award A Contract On The Basis Of This Rfi. A Determination Not To Compete This Action Based On Responses Received Is Solely Within The Government’s Discretion.
the Acquisition Strategy Is Still Being Determined. Market Research Results Will Assist The Air Force In Determining Whether This Requirement Will Be A Full And Open Competition, A Small Business Set Aside, A Sole Source Acquisition, Or Utilization Of Dla Contract.
not Responding To This Sss Does Not Preclude Participation In Any Future Rfp, If Any Is Issued.
the Government May Contact Respondents To Obtain Additional Information Or Clarification In Order To Fully Understand A Response. This May Include Discussions, Site Visits, Demonstrations, Etc. To Further The Government’s Understanding Of A Proposed Effort, As Well As The Respondent’s Understanding Of The Government’s Requirements.
responses To Questions From Interested Parties Will Be Promptly Answered And Posted On Sam.gov Unless Some Release Of Proprietary Information Is Involved Or The Answer Addresses A Question Peculiar To A Company Or That Company’s Response. Post Submittal, One-on-one Information Sessions With Respondents Are Not Contemplated; However, They May Be Offered To Respondents To Clarify The Government’s Understanding Of Their Submittal, The Capability Ramifications, Or To Discuss Their Business Approach. Information Feedback Sessions May Be Offered To Respondents After The Sss Assessments Are Completed.
verbal Questions Will Not Be Accepted. All Questions Will Be Answered Through Postings To Sam.gov; Except As Provided Above. Additionally, Questions Must Not Contain Trade Secrets Or Classified Information. The Government Reserves The Right To Not Address Questions Received After 30january 2025.
respondents That Submit Proprietary Data Shall Clearly Mark The Data With Appropriate Markings On The Cover Sheet And On Each Applicable Page. Any Proprietary Data Submitted May Be Handled By Contract Support Services Personnel Who Have Signed An Nda. Any Proprietary Information Received In Response To This Request Will Be Properly Protected From Any Unauthorized Disclosure. The Government Will Not Use Proprietary Information Submitted From Any One Firm To Establish The Capability And Requirements For Any Future Systems Acquisitions, So As To Not Inadvertently Restrict Competition. Any Material That Is Not Marked Proprietary Will Be Considered Publicly Releasable
broad Industry Participation For This Sources Sought Is Encouraged. U.s. And Non-u.s. Firms Are Permitted To Respond To This Sss/rfi.
if A Company Is Capable Of Some, But Not The Entire Requirement Stated In This Sources Sought Synopsis, Please Provide A Response That Explains The Requirements For Which You Are Capable.
small Businesses Are Encouraged To Provide Responses To This Sss In Order To Assist The Program Office In Determining Potential Levels Of Competition Available In The Industry, As Well As Helping To Establish A Basis For Developing Any Subsequent Subcontracting Goals.
companies Responding To This Sss/rfi Are Encouraged To Provide Quotes For Existing Items. These Quotes Are For Planning Purposes Only.
indicate Whether The Company Is Currently Selling Proposed Solution To Department Of Defense Customers And Whether The Capability Can Be Obtained Under An Existing Government Contract. Provide The Contract Number(s) And Government Points Of Contact Accordingly.
this Notice May Be Updated As Additional Information Becomes Available. Please Check The Sam.gov For Updates To This Announcement And Register To Receive E-mail Notices Of Any Updates.
Closing Date30 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools
United States
Details: Sources Sought Notice
this Is A Sources Sought Notice (ssn) Only. The U.s. Government Is Conducting Market Research Only To Determine The Availability Of Qualified Sources Capable Of Providing Stryker Neptune Full-service Maintenance And Repair Services For Stryker Neptune 3 And Stryker Neptune Docker Devices. Potential Contractors Are Invited To Provide A Response Via E-mail To Contract Specialist At Tracy.heath@va.gov By January 03, 2025, 15:00 (pt). Responses Will Be Used To Determine The Appropriate Strategy For A Potential Acquisition. Please Clearly Identify Any Information Your Company Considers Sensitive Or Proprietary. This Notice Is Issued Solely For Information And Planning Purposes - It Does Not Constitute A Request For Quotation (rfq), Or A Promise To Issue An Rfq In The Future. This Notice Does Not Commit The U.s. Government To Contract For Any Supply Or Service. Further, The U.s. Government Is Not Seeking Quotes, Or Proposals At This Time And Will Not Accept Unsolicited Quotes In Response To This Sources Sought Synopsis. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. Submittals Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfq, If Any Is Issued.
background: The Contractor Shall Provide All Preventative Maintenance And On-site Repairs. Contractor Shall Ensure That All Units Are Fully Operational According To Manufacturer Specifications Prior To Departure. Contractor Shall Provide All Necessary Travel, Labor, Materials, Tools, Documentation, And Parts Required For The Inspection, Support, And Repair Of The Equipment Listed In The Schedule Of Equipment Below.
naics: 811210, Electronic And Precision Equipment Repair And Maintenance
interested Potential Contractors Please Provide The Following.
1) Company Name, Address, Point Of Contact, Phone Number, Email Address, And Duns
please Indicate Business Size:
small Disadvantage Business (sdb)____
8(a)____
historically Underutilized Business Zone (hubzone)____
service-disabled Veteran-owned Small Business (sdvosb)____
veteran-owned Small Business (vosb)_____
economically Disadvantaged Women-owned Small Business (edwosb)_____
women-owned Small Business Concerns (wosb)_____
small Business_____
large Business_____
please State If You Possess A Federal Supply Schedule (fss)______.
2) Please Submit A Brief Capability Statement (maximum Three Pages) With Enough Information To Demonstrate To The Veterans Affairs That You Have The Enough Resources, Personnel, And Experience To Perform Full Preventative Maintenance And On-site Repairs Per The Manufacturer Specifications As Required In The Attached Draft Statement Of Work.
**draft Statement Of Work
statement Of Work
1. Contract Title
stryker Neptune Service Contract For The Va Puget Sound Health Care System Seattle Campus
2. Background
the Puget Sound Health Care System, Seattle Campus Requires On-site, Full-service Maintenance And Repair Services To Ensure The Stryker Neptune 3 And Stryker Neptune 2 Docker Devices Are Operating Suitably For Clinical Use.
3. Scope
this Contract Includes All Parts And Services To Properly Provide Preventative Maintenance And On-site Repairs. Contractor Shall Ensure That All Units Are Fully Operational According To Manufacturer Specifications Prior To Departure. Contractor Shall Provide All Necessary Travel, Labor, Materials, Tools, Documentation, And Parts Required For The Inspection, Support, And Repair Of The Equipment Listed In The Schedule Of Equipment (section 4).
4. Specific Tasks
schedule Of Equipment:
item #
system Name
qty
serial #
1
stryker Neptune 3
11
2421904073
2
stryker Neptune 2 Docker
2
2417328353
3
stryker Neptune S
3
tbd
4
stryker Neptune Sem Docker
1
tbd
the Contractor Shall Perform The Following Tasks:
1. Procare Protect Corrective Maintenance
stryker Shall Provide The Services For Equipment Set Forth In The Applicable Service Plan, Subject To The Limitations And Exclusions Contained Herein:
an Unlimited Number Of Repairs Or Replacements Of The Equipment, Due To Damage Associated With Normal Use, And Wear, Including All Parts And Labor Associated With Mail-in Services
repair Or Replacement Of Equipment At Stryker S Sole Discretion
if Applicable, Loaner Equipment During The Period That Equipment Is In Stryker S Possession For Repair, Except That All Such Loaner Equipment Is Subject To Availability And Stryker S Loaner Policy
all Freight Costs Associated With Shipments Of Repairs And Loaner Equipment To The Vapshcs
prioritized Repairs Over Non-contracted Customers, With No Additional Administration Or Approval Process
training To Participant Personnel And Surgeons In The Safe And Effective Use Of The Equipment
other Assistance Reasonably Requested By Participant In Connection With The Equipment
on Each Scheduled On-site Service Call, Stryker Personnel Will Inspect And Adjust Each Available Item Of Equipment As Required In Accordance With Stryker S Then-current Maintenance Procedures For The Equipment
any Maintenance Service Call Scheduled Outside Of Stryker S Normal Working Hours, (monday Through Friday, 7:00 Am To 5:00 Pm Local Time, Excluding Federal Holidays) May Carry An Additional Charge.
2. Procare Prevent Preventative Maintenance
procare Prevent Coverage. Stryker Shall Provide The Procare Protect Coverage For The Equipment Set Forth In The Applicable Service Plan, In Addition To The Services Below, Subject To The Limitations And Exclusions Contained Herein:
on-site Preventative Maintenance Inspections And Associated Documentation (i.e., The Joint Commission, Cms Or Dnv Equipment Checklists), For The Equipment
stryker May Perform Preventative Maintenance And Repairs At The Vapshcs Or At The Applicable Stryker Repair Facility In Stryker S Sole Discretion
all Travel Expenses Associated With Scheduled Preventative Maintenance Inspections
each Scheduled On-site Service Call, Stryker Personnel Will Inspect And Adjust Each Available Item Of Equipment As Required In Accordance With Stryker S Then-current Maintenance Procedures For The Equipment (the Preventative Maintenance ). The Contractor Shall Provide The Station Point Of Contact Reports For All Work Performed, As Outlined In The Delivery Schedule
preventative Maintenance Inspections Will Be Scheduled By Vapshcs Or Stryker At A Mutually Agreed Upon Time With The Facility. Equipment Not Made Available At The Mutually Agreed Upon Time Will Be Serviced During The Next Scheduled Service Call Or At Another Specified Date
preventative Maintenance Shall Be Performed By The Contractor At Intervals In Accordance With The Manufacturer S Recommendations, But No Less Than Annually
any Maintenance Service Call Scheduled Outside Of Stryker S Normal Working Hours, (monday Through Friday, 7:00 Am To 5:00 Pm Local Time, Excluding Federal Holidays) May Carry An Additional Charge
general Requirements
it Shall Be Understood That, Throughout Performance Of The Contract, The Contractor S Personnel, While On Va Property, Shall Adhere To All Requirements And Regulations That Govern The Va Health Care System And Its Property.
among All Other Requirements, The Va Health Care System And Its Property Are Now Entirely Smoke Free.
the Contractor And Their Personnel Shall Follow All U.s. Department Of Veterans Affairs (va) Policies, Standard Operating Procedures, Applicable Laws, And Applicable Regulations While On Va Property. Violations Of This May Result In Citation And Disciplinary Measures For Persons Violating The Law.
contractor And Their Personnel Shall Always Wear Visible Identification While They Are On Premises.
possession Of Weapons Is Prohibited.
contractor Shall Take All Reasonable Precautions Necessary To Protect Persons And Property From Injury Or Damage During The Performance Of This Contract.
invoicing Submissions
in Addition To Regulations Set Forth In Far 52.212-4 (contract Terms And Conditions Commercial Items) (g) Invoice And Vaar 852.232-72 (electronic Submission Of Payment Requests), Contractor Shall Submit Final Invoice On Any Services Performed No Later Than 30 Days After End Of The Period Of Performance Of Contract. This Ensures That Closeout Of Contracts Follows Far 4.804-1(b).
6. Performance Monitoring
the Contractor Shall Be Monitored By The Station Point Of Contact Or Their Designee. The Station Point Of Contact Shall Submit An Annual Performance Evaluation To Network Contracting Office 20 Summarizing The Performance Viewed Over The Period Of Performance.
8. Other Pertinent Information Or Special Considerations
all Contractor Personnel Must Have At Least Two Years Of Field Experience As A Field Service Engineer Or Meet Oem Standards For A Fully Qualified Field Service Engineer To Perform Maintenance On The Equipment. No Subcontracting Is Authorized For This Contract.
contractor Must Provide, Upon Request, Documentation Of Factory Certified Service/maintenance Training On The Specific Equipment Under The Terms Of This Contract. All Parts Used Shall Be Oem Parts Only. Reverse Engineered And/or Refurbished Parts Shall Not Be Utilized Under The Terms Of This Contract Without Explicit Permission, In Writing, From The Contracting Officer (co) After Co Consultation With Va Technical Representative (vatr). Subcontracting Of Any Ensuing Award Of This Solicitation Will Not Be Allowed Without Written Permission Of The Co.
contractor Will Provide The Necessary Manpower And Supervision To Properly Execute The Preventative And Corrective Maintenance Of The Equipment Specified On Equipment List .
the Station Point Of Contact Shall Conduct Routine Inspections, Product Sampling, And Monitoring Of Work While Contractor Is On Site. In The Event Of Any Concerns, The Station Point Of Contact Shall Notify Network Contracting Office 20 And Coordinate Addressing The Concerns.
equipment May Be Added Or Deleted From The Service Contract As Needed Upon Modification By The Contracting Officer (co). Deleted Equipment Shall Be Credited In The Full Amount If Deleted Before Any Scheduled Maintenance Has Been Performed On It.
7. Risk Control
vendor Must Coordinate With Station Point Of Contact For Access To The Seattle Campus. Once Vendor Completes The Service, They Must Check Out With Station Point Of Contact To Ensure That All Work Has Been Completed With No Issues. If Any Issues Arise The Station Point Of Contact Must Be Contacted.
8. Place Of Performance
department Of Veterans Affairs
puget Sound Health Care System
seattle Division
1660 S. Columbian Way
seattle, Wa 98108-1597
9. Period Of Performance.
this Will Be A Single Award Firm Fixed Price Contract With One (1) Base Year And Up To Four (4) Option Years For This Contract:
Base: 03/01/2025 02/28/2026
option Year 1: 03/01/2026 02/28/2027
option Year 2: 03/01/2027 02/29/2028
option Year 3: 03/01/2028 02/28/2029
option Year 4: 03/01/2029 02/28/2030
10. Delivery Schedule
deliverable Title
format
calendar Days After Co Start
full-service Report (fsr) For (3) Neptune S Rover 2pm Prevent Procare +sem
contractor-determined Format; Comprehensive Service Report And Corrective And Preventative Maintenance Checklist
within 24 Hours Of Service Completion, Email To Onsite Staff As Well As The Station Point Of Contact
full-service Report (fsr) For (11) Neptune 3 Rover 2pm Prevent Procare +sem
contractor-determined Format; Comprehensive Service Report And Corrective And Preventative Maintenance Checklist
within 24 Hours Of Service Completion, Email To Onsite Staff As Well As The Station Point Of Contact
full-service Report (fsr) For (3) Neptune 2 Docker 2pm Prevent Procare
contractor-determined Format; Comprehensive Service Report And Corrective And Preventative Maintenance Checklist
within 24 Hours Of Service Completion, Email To Onsite Staff As Well As The Station Point Of Contact
monthly Report
shows All The Work Accomplished Each Moth And All Work Planned To Be Accomplished In The Following Month. Identifies Unresolved Problems And Their Proposed Solution, As Well As Resolved Problems And The Steps Taken To Resolve Them.
due The Last Day Of Each Month
11. Security Requirements
the Contractor Employees Shall Not Have Access To Va Sensitive Or Computer Information And Will Not Require Routine Access To Va Facilities. The Contractor Employees Shall Require Intermittent Access Only And Will Be Escorted By Va Employees While At Va Facilities. No Background Investigation Is Required.
access To Va Information And Info Systems
the Contractor Or Subcontractor Must Notify The Contracting Officer Immediately When An Employee Working On A Va System Or With Access To Va Information Is Reassigned Or Leaves The Contractor Or Subcontractor S Employ. The Contracting Officer Must Also Be Notified Immediately By The Contractor Or Subcontractor Prior To An Unfriendly Termination.
contract Personnel Who Require Access To National Security Programs Must Have A Valid Security Clearance. National Industrial Security Program (nisp) Was Established By Executive Order 12829 To Ensure That Cleared U.s. Defense Industry Contract Personnel Safeguard The Classified Information In Their Possession While Performing Work On Contracts, Programs, Bids, Or Research And Development Efforts. The Department Of Veterans Affairs Does Not Have A Memorandum Of Agreement With Defense Security Service (dss). Verification Of A Security Clearance Must Be Processed Through The Special Security Officer Located In The Planning And National Security Service Within The Office Of Operations, Security, And Preparedness.
custom Software Development And Outsourced Operations Must Be In The U.s. To The Maximum Extent Practical. If Such Services Are Proposed To Be Performed Abroad And Are Not Disallowed By Other Va Policy Or Mandates, The Contractor/subcontractor Must State Where All Non-u.s. Services Are Provided And Detail A Security Plan, Deemed To Be Acceptable By Va, Specifically To Address Mitigation Of The Resulting Problems Of Communication, Control, Data Protection, And So Forth. Location Within The U.s. May Be An Evaluation Factor.
va Information Custodial Language
for Service That Involves The Storage, Generating, Transmitting, Or Exchanging Of Va Sensitive Information But Does Not Require C&a Or An Mou-isa For System Interconnection, The Contractor/subcontractor Must Complete A Contractor Security Control Assessment (csca) On A Yearly Basis And Provide It To The Cotr.
the Contractor/subcontractor Must Store, Transport, Or Transmit Va Sensitive Information In An Encrypted Form, Using Va-approved Encryption Tools That Are, At A Minimum, Fips 140-2 Validated.
the Contractor/subcontractor S Firewall And Web Services Security Controls, If Applicable, Shall Meet Or Exceed Va S Minimum Requirements. Va Configuration Guidelines Are Available Upon Request.
except For Uses And Disclosures Of Va Information Authorized By This Contract For Performance Of The Contract, The Contractor/subcontractor May Use And Disclose Va Information Only In Two Other Situations: (i) In Response To A Qualifying Order Of A Court Of Competent Jurisdiction, Or (ii) With Va S Prior Written Approval. The Contractor/subcontractor Must Refer All Requests For, Demands For Production Of, Or Inquiries About, Va Information And Information Systems To The Va Contracting Officer For Response.
notwithstanding The Provision Above, The Contractor/subcontractor Shall Not Release Va Records Protected By Title 38 U.s.c. 5705, Confidentiality Of Medical Quality Assurance Records And/or Title 38 U.s.c. 7332, Confidentiality Of Certain Health Records Pertaining To Drug Addiction, Sickle Cell Anemia, Alcoholism Or Alcohol Abuse, Or Infection With Human Immunodeficiency Virus. If The Contractor/subcontractor Is In Receipt Of A Court Order Or Other Requests For The Above-mentioned Information, That Contractor/subcontractor Shall Immediately Refer Such Court Orders Or Other Requests To The Va Contracting Officer For Response.
security Incident Investigation
the Term Security Incident Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. The Contractor/subcontractor Shall Immediately Notify The Cotr And Simultaneously, The Designated Iso And Privacy Officer For The Contract Of Any Known Or Suspected Security/privacy Incidents, Or Any Unauthorized Disclosure Of Sensitive Information, Including That Contained In System(s) To Which The Contractor/subcontractor Has Access.
to The Extent Known By The Contractor/subcontractor, The Contractor/subcontractor S Notice To Va Shall Identify The Information Involved, The Circumstances Surrounding The Incident (including To Whom, How, When, And Where The Va Information Or Assets Were Placed At Risk Or Compromised), And Any Other Information That The Contractor/subcontractor Considers Relevant.
with Respect To Unsecured Protected Health Information, The Business Associate Is Deemed To Have Discovered A Data Breach When The Business Associate Knew Or Should Have Known Of A Breach Of Such Information. Upon Discovery, The Business Associate Must Notify The Covered Entity Of The Breach. Notifications Need To Be Made In Accordance With The Executed Business Associate Agreement.
in Instances Of Theft Or Break-in Or Other Criminal Activity, The Contractor/subcontractor Must Concurrently Report The Incident To The Appropriate Law Enforcement Entity (or Entities) Of Jurisdiction, Including The Va Oig And Security And Law Enforcement. The Contractor, Its Employees, And Its Subcontractors And Their Employees Shall Cooperate With Va And Any Law Enforcement Authority Responsible For The Investigation And Prosecution Of Any Possible Criminal Law Violation(s) Associated With Any Incident. The Contractor/subcontractor Shall Cooperate With Va In Any Civil Litigation To Recover Va Information, Obtain Monetary Or Other Compensation From A Third Party For Damages Arising From Any Incident, Or Obtain Injunctive Relief Against Any Third Party Arising From, Or Related To, The Incident.
liquidated Damages For Data Breach
consistent With The Requirements Of 38 U.s.c. §5725, A Contract May Require Access To Sensitive Personal Information. If So, The Contractor Is Liable To Va For Liquidated Damages In The Event Of A Data Breach Or Privacy Incident Involving Any Spi The Contractor/subcontractor Processes Or Maintains Under This Contract.
the Contractor/subcontractor Shall Provide Notice To Va Of A Security Incident As Set Forth In The Security Incident Investigation Section Above. Upon Such Notification, Va Must Secure From A Non-department Entity Or The Va Office Of Inspector General An Independent Risk Analysis Of The Data Breach To Determine The Level Of Risk Associated With The Data Breach For The Potential Misuse Of Any Sensitive Personal Information Involved In The Data Breach. The Term 'data Breach' Means The Loss, Theft, Or Other Unauthorized Access, Or Any Access Other Than That Incidental To The Scope Of Employment, To Data Containing Sensitive Personal Information, In Electronic Or Printed Form, That Results In The Potential Compromise Of The Confidentiality Or Integrity Of The Data. Contractor Shall Fully Cooperate With The Entity Performing The Risk Analysis. Failure To Cooperate May Be Deemed A Material Breach And Grounds For Contract Termination.
each Risk Analysis Shall Address All Relevant Information Concerning The Data Breach, Including The Following:
(1) Nature Of The Event (loss, Theft, Unauthorized Access);
(2) Description Of The Event, Including:
(a) Date Of Occurrence;
(b) Data Elements Involved, Including Any Pii, Such As Full Name, Social Security Number, Date Of Birth, Home Address, Account Number, Disability Code;
(3) Number Of Individuals Affected Or Potentially Affected;
(4) Names Of Individuals Or Groups Affected Or Potentially Affected;
(5) Ease Of Logical Data Access To The Lost, Stolen Or Improperly Accessed Data In Light Of The Degree Of Protection For The Data, E.g., Unencrypted, Plain Text;
(6) Amount Of Time The Data Has Been Out Of Va Control;
(7) The Likelihood That The Sensitive Personal Information Will Or Has Been Compromised (made Accessible To And Usable By Unauthorized Persons);
(8) Known Misuses Of Data Containing Sensitive Personal Information, If Any;
(9) Assessment Of The Potential Harm To The Affected Individuals;
(10) Data Breach Analysis As Outlined In 6500.2 Handbook, Management Of Security And Privacy Incidents, As Appropriate; And
(11) Whether Credit Protection Services May Assist Record Subjects In Avoiding Or Mitigating The Results Of Identity Theft Based On The Sensitive Personal Information That May Have Been Compromised.
based On The Determinations Of The Independent Risk Analysis, The Contractor Shall Be Responsible For Paying To The Va Liquidated Damages In The Amount Of $37.50 Per Affected Individual To Cover The Cost Of Providing Credit Protection Services To Affected Individuals Consisting Of The Following:
(1) Notification;
(2) One Year Of Credit Monitoring Services Consisting Of Automatic Daily Monitoring Of At Least
3 Relevant Credit Bureau Reports;
(3) Data Breach Analysis;
(4) Fraud Resolution Services, Including Writing Dispute Letters, Initiating Fraud Alerts And Credit Freezes, To Assist Affected Individuals To Bring Matters To Resolution;
(5) One Year Of Identity Theft Insurance With $20,000.00 Coverage At $0 Deductible; And
(6) Necessary Legal Expenses The Subjects May Incur To Repair Falsified Or Damaged Credit Records, Histories, Or Financial Affairs.
security Controls
on A Periodic Basis, Va, Including The Office Of Inspector General, Reserves The Right To Evaluate Any Or All Of The Security Controls And Privacy Practices Implemented By The Contractor Under The Clauses Contained Within The Contract. With 10 Working-days Notice, At The Request Of The Government, The Contractor Must Fully Cooperate And Assist In A Government-sponsored Security Controls Assessment At Each Location Wherein Va Information Is Processed Or Stored, Or Information Systems Are Developed, Operated, Maintained, Or Used On Behalf Of Va, Including Those Initiated By The Office Of Inspector General. The Government May Conduct A Security Control Assessment On Shorter Notice (to Include Unannounced Assessments) As Determined By Va In The Event Of A Security Incident Or At Any Other Time.â¬
training
all Contractor Employees And Subcontractor Employees Requiring Access To Va Information And Va Information Systems Shall Complete The Following Before Being Granted Access To Va Information And Its Systems:
(1) Sign And Acknowledge (either Manually Or Electronically) Understanding Of And Responsibilities For Compliance With The Contractor Rules Of Behavior, Appendix E Relating To Access To Va Information And Information Systems;
(2) Successfully Complete The Va Cyber Security Awareness And Rules Of Behavior Training And Annually Complete Required Security Training;
(3) Successfully Complete The Appropriate Va Privacy Training And Annually Complete Required Privacy Training; And
(4) Successfully Complete Any Additional Cyber Security Or Privacy Training, As Required For Va Personnel With Equivalent Information System Access [to Be Defined By The Va Program Official And Provided To The Contracting Officer For Inclusion In The Solicitation Document E.g., Any Role-based Information Security Training Required In Accordance With Nist Special Publication 800-16, Information Technology Security Training Requirements.]
a. The Contractor Shall Provide To The Contracting Officer And/or The Cotr A Copy Of The Training Certificates And Certification Of Signing The Contractor Rules Of Behavior For Each Applicable Employee Within 1 Week Of The Initiation Of The Contract And Annually Thereafter, As Required.
b. Failure To Complete The Mandatory Annual Training And Sign The Rules Of Behavior Annually, Within The Timeframe Required, Is Grounds For Suspension Or Termination Of All Physical Or Electronic Access Privileges And Removal From Work On The Contract Until Such Time As The Training And Documents Are Complete.
12. Government-furnished Equipment (gfe)/government-furnished Information (gfi)
no Gfe Or Gfi Shall Be Provided To The Contractor For The Performance Of This Contract.
information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor/subcontractor In Performance Or Administration Of The Contract Shall Be Used Only For Those Purposes And Shall Not Be Used In Any Other Way Without The Prior Written Agreement Of The Va. This Clause Expressly Limits The Contractor/subcontractor's Rights To Use Data As Described In Rights In Data - General, Far 52.227-14(d) (1).
va Information Should Not Be Co-mingled, If Possible, With Any Other Data On The Contractors/subcontractor S Information Systems Or Media Storage Systems In Order To Ensure Va Requirements Related To Data Protection And Media Sanitization Can Be Met. If Co-mingling Must Be Allowed To Meet The Requirements Of The Business Need, The Contractor Must Ensure That Va S Information Is Returned To The Va Or Destroyed In Accordance With Va S Sanitization Requirements. Va Reserves The Right To Conduct On-site Inspections Of Contractor And Subcontractor It Resources To Ensure Data Security Controls, Separation Of Data And Job Duties, And Destruction/media Sanitization Procedures Are In Compliance With Va Directive Requirements. Prior To Termination Or Completion Of This Contract, Contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor In The Course Of Performing This Contract Without Prior Written Approval By The Va.
any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Of The Contract.
the Contractor/subcontractor Must Receive, Gather, Store, Back Up, Maintain, Use, Disclose And Dispose Of Va Information Only In Compliance With The Terms Of The Contract And Applicable Federal And Va Information Confidentiality And Security Laws, Regulations, And Policies. If Federal Or Va Information Confidentiality And Security Laws, Regulations And Policies Become Applicable To The Va Information Or Information Systems After Execution Of The Contract, Or If Nist Issues Or Updates Applicable Fips Or Special Publications (sp) After Execution Of This Contract, The Parties Agree To Negotiate In Good Faith To Implement The Information Confidentiality And Security Laws, Regulations, And Policies In This Contract.
the Contractor/subcontractor Shall Not Make Copies Of Va Information Except As Authorized And Necessary To Perform The Terms Of The Agreement Or To Preserve Electronic Information Stored On Contractor/subcontractor Electronic Storage Media For Restoration In Case Any Electronic Equipment Or Data Used By The Contractor/subcontractor Needs To Be Restored To An Operating State. If Copies Are Made For Restoration Purposes, After The Restoration Is Complete, The Copies Must Be Appropriately Destroyed.
if Va Determines That The Contractor Has Violated Any Of The Information Confidentiality, Privacy, And Security Provisions Of The Contract, It Shall Be Sufficient Grounds For Va To Withhold Payment To The Contractor Or Third Party Or Terminate The Contract For Default Or Terminate For Cause Under Federal Acquisition Regulation (far) Part 12.
Closing Date3 Jan 2025
Tender AmountRefer Documents
DEPARTMENT OF MIGRANT WORKERS DAVAO CITY, DAVAO DEL SUR Tender
Others
Philippines
Details: Description Re Quest For Price Quotation Date: 23 January 2025 Rfq No: 001-2025 Company/business Name: Address: Business/mayor’s Permit No. Tin No. Philgeps Registration No.: The Department Of Migrant Workers (dmw) Ro Xi, Through Its Bids And Awards Committee (bac), Intends To Procure The Security Service For Dmw Ro Xi For Cy 2025 Through Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein Addressed To: Atty. Persis Niña M. Mula-enriquez Chairperson, Bids And Awards Committee 3/f Nccc Buhangin, Km. 7 Tigatto Rd., Buhangin, Davao City Contact No. 09310298009 E-mail Address: Davao@dmw.gov.ph Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By Your Authorized Representative Not Later Than 28 January 2025 At 11:00 Am. The Following Documents Are Also Required To Be Submitted Along With Your Quotation On The Specified Above Or Before A Notice Of Award Is Submitted: Documents Remarks 2025 Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired 2024 Mayor’s Or Business Permit With The Official Receipt Of The Renewal Application. However, A Copy Of Your 2025 Mayor’s Or Business Permit Shall Be Required To Be Submitted Before The Award Of The Contract. Philgeps Registration Number For Procurement Requiring A Mayor’s Permit And Philgeps Registration Number, A Certificate Of Platinum Membership May Be Submitted In Lieu Of The Said Documents. Latest Income/business Tax Return Required For Abc Above P500k. Omnibus Sworn Statement Required For Abc Above P50k. If Unable To Have The Document Notarized, You May Submit A Signed Unnotarized Omnibus Sworn Statement (in The Prescribed Template), Subject To Compliance Therewith Before The Award Of The Contract. For Any Clarification, You May Contact Us At The Telephone Number Or Email Address Provided. Valid License To Operate From Supervisory Office For Security And Investigation Agency (sosia); Valid Philippine Association Of Detective And Protective Agency Operators (padpao) Certificate; And For Any Clarification, You May Contact Us At The Telephone Number Or Email Address Provided. Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. 1. Do Not Alter The Contents Of This Form In Any Way. 2. The Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. In Case Of Any Changes, Bidders Must Use Or Refer To The Latest Version Of The Rfq, Except When The Latest Version Of The Rfq Only Pertains To Deadline Extension. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. In Case A Prospective Supplier/service Provider Submits A Filled-out Rfq With A Supporting Document (i.e., A Price Quotation In A Different Format), Both Documents Shall Be Considered Unless There Will Be Discrepancies. In This Case, Provisions In The Rfq Shall Prevail. 3. All Mandatory Technical Specifications (with Asterisk) Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/ Disqualified. 4. Quotations May Be Submitted Through Electronic Mail At Davao@dmw.gov.ph. Compressed Password-protected Price Quotations, In Case Of Electronic Submission, Shall Be Sent At Davao@dmw.gov.ph With The Corresponding Password. 5. Quotations Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. 6. Do Not Leave Any Blank Items. Indicate “0” If The Item Being Offered Is For Free. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotation/s Must Be Valid For A Period Of Sixty (60) Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/ Lowest Calculated And Responsive Quotation, The Dmw Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With The Gppb Circular 06-2005. 7. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. Item/s Delivered Shall Be Inspected On The Scheduled Date And Time Of The Dmw. The Delivery Of The Item/s Shall Be Acknowledged Upon Delivery To Confirm Compliance With The Technical Specifications. 10. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. 11. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered, Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Dmw May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. After Having Carefully And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Security Services For Dmw Ro Xi For Cy 2025 Technical Specifications Yes No Remarks Manpower Requirement 1. The Department Of Migrant Workers (dmw) Is In Need Of Security Services For Cy 2025, To Maintain Safety, Peace And Order Inside The Building And Around The Dmw’s Premises; As Well As Protect Its Officials, Employees, Visitors And Guests From Assault, Harassment, Threat And/or Intimidation And Other Criminal Acts; Guard And Protect Its Property From Theft, Arson, Pilferage, Trespass, Robbery, Destruction Or Damage And Other Unlawful Acts By Strangers Or Employees. 2. The Prospective Bidder Must Be An Active Member Of The Philippine Association Of Detective And Protective Agency Operators (padpao), Inc. For At Least Five (5) Years, With Good Standing And Duly Accredited With The Philippine-government Electronic Procurement System (phil-geps) Of The Department Of Budget And Management (dbm). 3. The Prospective Bidder Must Have Completed And/or Has An Ongoing Similar Contract. 4. The Prospective Bidder Shall Comply And Submit The Required Eligibility Requirements Per Ra 9184 And Dmw Bids And Awards Committee (bac). 5. The Security Agency Must Have A Branch Office In Davao City To Provide The Following: Location No. Of Security Guards Davao City 2 Sg (7:00 Am To 7:00 Pm) A Total Of Two (2) Qualified And Competent Uniformed, Armed, And Bonded Security Guards In Accordance With Ra 5487, Private Security Agency Law As Amended And As Well As Other Related Laws And Regulations. The Security Personnel Shall Render Service Five (5) Days A Week. Upon The Exigency Of The Service Or Need Of The Security Personnel Posted, The Guard Shall Extend Duty Hours And Shall Be Entitled To Overtime Pay. The Agency Shall Submit A Weekly Deployment Schedule Of Guards And Daily Actual Deployment Report. Subject To Approval Of The Official Where They Are Assigned. 6. For This Purpose, The Security Agency Shall Provide Dmw A Security Plan And Complete List Of The Names Of The Security Guards And Their Supervisors, Together With The Necessary Firearms And Ammunitions To The Guards Assigned To The Dmw As Well As Communications And Transportation Equipment, Health Paraphernalia Such As Face Shield And Face Mask For The Guard And Other Security Equipment Services And Shall See To It That When On Duty, They Are In Prescribed Uniform With Complete Accoutrements (see Item 12 (ii-5); Completeness Of Uniform And Paraphernalia). Likewise, Their Respective Dates Of Hiring Together With Their Respective Bio-data Duly Subscribed And Sworn To. In Case Of Any Change In The Roster Of Security Guards Including Their Supervisor Assigned To The Dmw, The Agency Shall Immediately Inform The Dmw And Shall Submit The Aforecited Data. 7. The Security Agency Shall Ensure That The Guards To Be Deployed Must Present Medical Certificate And Nbi Clearance. 8. The Supervisor Of The Security Guards Shall Initiate And Implement, With The Concurrence Of The Dmw, Other Security Measures, Aside From The Approved Security Plan, To Further Improve And Maintain Effective And Efficient Security Service For The Dmw. Any Member Of The Security Force Deployed By The Security Agency May Be Replaced Or Rotated Upon The Recommendation Of The Dmw. 9. It Is Expressly Understood And Agreed That The Security Agency Is Not An Agency Or Employee Of The Dmw And The Personnel To Be Assigned By The Security Agency To The Dmw Are In No Case Employee To The Latter As They, For All Intents And Purpose, Are Under Contract With The Security Agency. Accordingly, The Dmw Shall Not Be Responsible For Any And All Claims For Personnel Injury Or Damage, Including Death Arising Out Or, Or On The Course Of, The Lawful Performances Of The Regular And Official Function Of The Said Security Personnel. 10. The Security Agency Shall Exercise Discipline, Supervision, Control And Administration Over Its Guards In Accordance With Law, Ordinances And Permanent Governmental Rules And Regulations As Well As The Rules And Policies Prescribed By The Dmw On The Matter. Schedule Of Requirements: Post Area Of No. Of Hour Day No. Responsibility Guards Coverage 1 Dmw Regional 2 7:00 Am To Mon- Office Xi 7:00 Pm Fri Within The Duration Of The Contract The Security Service Contractor (ssc)/private Security Agency (psa) Shall Provide The Minimum Requirement Of Equipment But Not Limited To The Following: Quantity Unit Description 2 Units Side Arms 2 Units Night Sticks (batons) & Whistle 2 Units Handheld Radio With Headset 2 Pcs Spare Battery Of Handheld Radio 2 Units Handheld Metal Detector I. Scope Of Services The Security Agency Shall Provide And Deploy Sufficient Number Of Efficient, Well Trained, Experienced And Trustworthy Personnel For Security Services Daily, For The Year 2025 Per Labor Advisory No. 15, Series Of 2018 Under The Herein Schedule Of Deployments And Work Shift. The Agency Shall Provide The Supplies And Equipments As Stated In Item No. 10 - Schedule Of Requirements. Ii. Performance Criteria 1. The Security Agency Must Have Deployed At Least 10 Guards With Its Previous Contract With Other Government Agency. 2. The Security Agency Must Be Of Good Standing And Should Not Have Pending Cases With Other Agencies, Department Of Labor (dole), National Labor Relations Commission (nlrc), Other Government/private Agency And Judicial Courts. Any Pending Case By The Agency That In The Discretion Of Dmw May Be Detrimental And / Or Disadvantageous To The Administration May Be A Ground For Outright Denial And/or Disqualification By Security Agency From Further Participating In The Procurement Activity To Be Conducted By Dmw. Iii. Additional Set Of Technical Evaluation Parameters 1. Stability A) Years Of Experience – At Least 5 Years In Business B) Liquidity Of The Contractor – At Least 5 Million (current Assets Minus Stocks Minus Current Liabilities Based On Balance Sheet As Of December 31, 2022) C) Organizational Set-up – With Good Office Set-up, Personnel And Office Tools And Equipment. (submit Organizational Structure And List Of Officers) 2. Resources A) Number Of Licensed Firearms B) Number And Kind Of Communication Devices C) Number And Kind Of Motor Powered Vehicles Number And Kind Of Equipment And Supplies – With The Minimum Number And Kind Of Equipment And Supplies As Specified In Item No. 10 - Schedule Of Requirements D) Number Of Guards – With At Least 50 Security Guards 3. Security Plan General Security Protocol A) The Security Agency Shall Provide The Dmw With Twelve (12) Hour Security Service Based On The Schedule Of Requirements: Deployment Schedule. B) The Security Agency Shall Maintain A Pool Of Security Guards And Promptly Provide Relievers/replacements In Case Of Absences Of Any Of The Assigned Security Officer Or Guard In Order To Insure Continuous And Uninterrupted Security Service. The Head Of Office Shall Promptly Be Informed Of The Contingency Arrangements By The Security Agency In Cases Of Absences And/or Necessary Replacements Of Their Security Personnel Assigned To Dmw. A Security Guard Shall In No Case, Act As A Reliever After His Tour Of Duty. C) The Security Guard On Duty Shall Be Responsible For Closely Monitoring And Recording Of Movement Of All Office Materials, Supplies And Personnel Within The Assigned Area Of Responsibility. Whenever Equipment Is Brought Out Of The Building, The Security Guard On Duty Shall Demand A Gatepass Duly Signed By The Head Of The Office. D) The Security Guard On Duty Shall Be Responsible For The Proper Screening Of Visitors And Guest Observing The Proper Decorum In A Very Courteous And Polite Manner. The Security Guard Shall Require Visitors And Guests To Register In The Visitor’s Logbook, Issue A Visitor’s Pass, If Applicable, And Check For Any Firearms Or Deadly Weapons That They May Deposit For Safekeeping And Issued With The Appropriate Acknowledgement Receipt. E) The Security Guard On Duty Shall Be Duly Authorized To Inspect Bags And Packages And Search Individuals, Including Employees When Necessary. 4. Disaster Management Plan A) Fire B) Earthquake C) Flood D) Bomb Threat 5. Recruitment And Selection Criteria A) The Security Agency Shall Ensure That The Security Guards Are Properly Screened, Declared Physically And Mentally Fit And Undergone On-the-job-training Before They Are Allowed To Report To Their Assigned Posts. Security Guards Shall In No Instance Be In The Influence Of Liquor/alcohol Or Any Prohibited Drugs While On Duty. Upon The Instance When Dmw Through Its Head Of Office Found Any Security Guard To Be Under The Influence Of Liquor Or Any Prohibited Drugs, The Security Agency Shall Immediately Replace The Said Security Guard. B) All Security Guards To Be Assigned By The Security Agency To Dmw Must Possess The Following Minimum And Basic Qualifications: B.1) Filipino Citizen; B.2) 21 Years Old But Not More Than 45* Years Of Age; Preferably At Least 2nd Year College Of Sound And Alert Mind And Physically Fit For Security Duties; *more Than 45 Years Old Are Subject To Approval Of Dmw B.3) At Least 5 Feet In Height Of Medium Built; B.4) Duly Licensed And Must Have Passed The Physical And Neuro-psychiatric Examination And Drug Test Required By The Pnp And Cleared By The Pnp, Nbi And Other Concerned Government Officers; B.5) Must Be A Holder Of Certificate Of Training For Security Guards Issued By Recognized Police Agency And Such Other Requirements Under R.a. 5478, As Amended; B.6) If Those With Military Background, Must Submit Honorable Discharge Papers; And B.7) Of Good Moral Character C) The Security Agency Shall Conduct Seminars At Least Once Every Quarter To Further Train Its Security Guards On Emergency Response, Public Relations, Courtesy, Discipline, First Aid, Report Writing, Crisis Management, Proper Use And Maintenance Of Firearms, Laws On Arrest, Seizure, Searchers, Evidence, Strikes, Crime Against Persons And Property, And Other Related Topics; D) All Security Guards Shall Be Screened By The Head Of Office Before Their Acceptance. The Following Should Be Submitted For Evaluation Of The Head Of Office: D.1) Transcript Of Records Showing Compliance To Education Requirements; D.2) Medical Certificate Attested Within Two (2) Weeks Prior To Assignment To The Dmw, Showing The Physical And Mental Fitness, Height And Weight Of The Candidate; D.3) Certificate Of Live Birth Of The Candidate Showing Exact Date Of Birth On Record; D.4) Nbi Clearance D.5) Current/unexpired Security Guard License Issued By The Pnp. D.6) Certificate Of Training D.7) Recent 2x2 Picture D.8) Sss Membership D.9) Drug Test Certification D.10) Police And Barangay Clearances Showing That The Candidate Is A Citizen Of Good Moral Character In The Community. E) After Evaluation Of The Submitted Documentary Requirements And Acceptance Of Security Personnel, The Security Agency Shall Submit To The Head Of Office The Duty Detail Order Of The Accepted Security Personnel To Be Deployed To Dmw Ro Xi F) The Number Of Security Guards May Be Subsequently Increased Or Decreased As May Be Determined By Dmw Depending Upon The Circumstances; 6. Completeness Of Uniform And Paraphernalia I. The Security, Shall At All Times During The Tour Of Duty, Assign To Dmw Uniformed And Adequately Trained Security Personnel With Duly Licensed Firearms And Ammunitions With Adequate Licenses And Permits From Appropriate Government Agencies And Fully Equipped With Supplies Necessary For The Successful Implementation Of Their Duties. Ii. The Security Agency Shall Provide All Security Guards And Security Officers With Clean And Presentable Uniforms, Nametags/id, Raincoats, Batons At Its Own Cost And Other Necessary Tools Such As But Not Limited To Metal Detectors, Weapons And Ammunitions Needed. Iv. Other Duties Of Security Agency 1. The Security Agency Shall Be Under The Direct Control And Supervision Of The Dmw Head In So Far As The Security Requirements And Concerns Of The Latter. 2. The Security Agency Shall Accordingly Coordinate With Head Of Office To Conduct A Survey Of The Areas Of The Security Plan Based On Their Requirements. The Agency Shall Submit A Security Plan Based On Their Survey As Part Of Their Documentary Submissions. The Security Agency Shall Strategically Position Their Guards In Accordance With The Security Plan Save In Those Instances When There Is A Duly Authorized Special Security Arrangement With The Chief Of Office Concerned Or The Building Administration Office, As Cleared And Duly Coordinated With Administrative Unit. 3. The Security Agency Shall Immediately Replace Any Security Guard Or Officer/personnel Who May Be Found To Be Undesirable And/or Incompetent, Involve With Immoral And Illegal Activities By The Dmw Through Administrative Unit Or Head Of The Office) Upon Receipt And Verification Of Any Complaint Report Or Request. 4. The Security Agency Shall Visit The Client Or Its Representative Regularly For A Meeting At Least Twice A Month Concerning Security Operations And Other Concerns Of The Detachment; 5. The Security Guards Shall Undergo A Quarterly Drug Test At The Expense Of The Security Agency; Submit Test Results As Proof Of Compliance; If Found Positive, The Security Agency Shall Notify Dmw In Writing And Provide Replacement. 6. The Head Of The Office Jointly Or By Themselves, Shall Have The Right To Randomly Inspect The Security Guards In Their Posts To Determine Compliance On The Physical Condition Of The Security Guard On Duty, With Emphasis On Checking Whether The Guard Is Under The Influence Of Liquor And Other Intoxicating Experience Or Prohibited Substances. Reports Of Security Guards Under The Influence Of Liquor Or Other Prohibited Substances Shall Be Ground For Suspension Or Debarment Of Such Person Or If Warranted, The Pre-termination Of The Contract With Security Agency With The Dmw Without Prejudice To Any “blacklisting” Proceedings That May Be Initiated By Dmw Against The Security Agency. 7. The Security Agency Shall Be Directly Liable For The Loss, Due To Negligence Of The Assigned Security Guards Of Any Properties Of The Dmw. 8. It Is Mutually Agreed Between The Parties That The Retirement Benefits Due To The Guards Shall Exclusively Be Borne By The Security Agency Accordingly. V. Other Terms And Conditions That Will Be Included In The Contract 1. The Dmw Shall Deduct The Cost Of Maintaining The Post For The Day/shift If The Assigned Guard Is Under The Influence Of Liquor Or Prohibited Drugs Were Learned, Even If Replacement/reliever Has Been Provided; 2. Any Case Regardless Of The Nature Thereof By The Security Agency Against Dmw, Its Officers And / Or Any Of Its Personnel, That In The Discretion Of Dmw May Be Detrimental And / Or Disadvantageous To The Administration Shall Be A Ground For Outright Denial And / Or Disqualification By The Security Agency From Further Participating In The Procurement Activity To Be Conducted By Dmw. 3. The Security Agency With Pending Case Or Have Filed A Case Against Dmw Is Not Allowed To Participate In The Bidding. Vi. Payment Of Security Services Rendered 1. Payments For Services Rendered In Accordance With The Contract Shall Be Made By The Administration With The Security Agency On A Twice A Month Or Monthly Basis As The Case Maybe, Subject To The Withholding Of Any Lawful Charges And Subject Further To The Presentation By The Ssc/psa Of A Certification Of Compliance With All Existing Social And Labor Laws: The Wages (minimum Wage, 13th Month Pay, Service Incentive Leave With Pay) Have Been Paid And That All Remittances Due To The Government (retirement Benefit (ra 7641)/ Sss/ Philhealth/ Insurance Fund/ Pag-big/ Ecc Premium Contributions And Other Mandatory Benefits.) Are Made As Required Under Existing Government Auditing Rules And Regulation. The Department Reserves The Right To Inspect The Payroll Of The Security Agency In Order To Verify That The Wages Have Been Paid. Any Violation Shall Be Sufficient Ground For The Termination Of The Contract Without Prejudice To The Liability Of The Ssc/psa. 2. Claims For Payment By The Security Agency Must Be Supported By A Copy Of All Remittances Due To Sss, Pag- Ibig And Philhealth. The Security Agency Is Also Required To Submit Rf-1 (philhealth), R-3 (sss) And Hdmf Remittance Lists For Pag-ibig And Other Deductions/contributions Authorized By Law. 3. Payment Shall Be Made Within Fifteen (15) Working Days Upon Complete Submission Of The Following Documents: A) Dtrs Of All Security Guards Signed By The Duly Authorized Officer; B) Proof Of Preceding Month Remittances To Sss, Philhealth And Pag-ibig Together With The Transmittal Sheet With Stamped Received By The Said Agencies I.e. Sss, Philhealth, Pag-ibig, And Other Documents As May Be Required; And C) Invoice Of Billing Or Statement Of Account For The Period Covered. 4. All Taxes Payable To The Government Shall Be Borne By The Security Agency. 5. In Case Of Increase In Wages Rates Due To Enactment Of New Laws, The Security Agency May Seek Adjustment In Writing, Subject To The Approval Of The Authorities Concerned. 6. The Security Agency Shall Guarantee Payment To The Dmw, For Any Loss Of Or Damage To Its Property Provided That The Same Occurred Within The Jurisdiction Of The Security Agency And It Was Duly Established After Due Investigation That Said Loss Or Damaged Was The Result Principally Of The Act, Omission, Negligence Of Fault Of The Security Agency Or Its Security Personnel. Provided, Further That Such Loss, Pilferage, Or Damage On The Properties Involved Is Reported In Writing To The Security Agency Within Three (3) Working Days From The Occurrence Or Discovery Thereof. When Such Loss Or Damage Is Caused By Force Majeure Or Fortuitous Events, The Security Agency Shall Not In Any Way Be Held Responsible. In The Event The Security Agency Is Made To Pay For Such Loss Or Damage, It Shall Be Subrogated To The Rights Of The Client Against The Party Or Parties Responsible For Such Loss Or Damage. The Security Agency Performance Security Shall Be Liable For The Damages Or Losses That May Arise Directly Or Indirectly Attributable To The Negligence Or Misbehavior Or Direct Participation Of The Security Guard Assigned By The Security Agency. In Case The Bond Is Not Sufficient To Cover Such Losses Or Damages, The Security Agency Will Have To Pay The Balance Directly To The Dmw. Vii. Termination Of Contract 1. The Security Agency Shall Assume Full Responsibility For Any Claim For Any Compensation On Injuries From Accidents In Connection With Performance Of The Duties Of Security Guards And Shall Free The Dmw For Any Legal Suit In Connection Therewith. 2. Any Provision, Converts And Stipulations In The Contract Which May Be Contrary To Law, Morals, Good Customs, Public Order Or Public Policy Shall Be Void An Initio And Deemed Not To Have Been Written And In Their Instead, The General Provisions Of Law Shall Apply. 3. In Case Of Any Violations Of The Stipulations And Covenants Of The Contract, The Security Agency Agrees To Allow The Dmw To Automatically Rescind And/or Terminate The Same Without Notice To The Security Agency, And That The Dmw Shall Be Entitled For Damages Sustained. The Dmw Has The Right To Unilaterally Award Or Renegotiate The Unfinished Services/unexpired Portion Of The Contract To Another Security Agency. 4. Any And All Disputes Arising From The Implementation Of A Contract Shall Be Submitted To Arbitration In The Philippines According To The Provisions Of Republic Act No. 876, Otherwise Known As The Arbitration Law; Provided, That By Mutual Consent, The Parties May Agree In Writing To Resort To Alternative Models Of Dispute Resolution. 5. The Parties Hereunto Agree That Any Or All Actions Arising From The Contract Shall Be Filed In The City Of Davao. Viii. Assessment Or Evaluation Of The Performance Of The Service Provider/contractor 1. Before End Of The Year, Dmw Shall Conduct An Assessment Or Evaluation Of The Performance Of The Service Provider/contractor. 2. The Security Service Contractor (ssc)/private Security Agency (psa) Shall Maintain A Satisfactory Level Of Performance Throughout The Term Of The Contract Based On A Prescribed Set Of Performance Criteria. The Performance Criteria To Be Applied Shall Include, Among Others, The Following: A) Quality Of Service Delivered; B) Time Management; C) Management And Suitability Of Personnel; D) Contract Administration And Management; And E) Provision Of Regular Progress Reports. 3. Based On Its Assessment, Dmw May Pre-terminate The Contract For Failure By The Ssc/psa To Perform Its Obligations Thereon Following The Procedure Prescribed Under The Guidelines On Termination Of Contracts Issued By The Government Procurement Policy Board Under Resolution No.018-2004 Dated 22 December 2004. Ix. Contract Cost And Duration 1. The Contract Shall Be For Cy 2025, January To December 2024. However, Either Party May Terminate The Contact By Giving The Other Party Thirty (30) Days Notice In Writing Prior To Such Termination. 2. The Approved Budget Cost For The Security Service For Cy 2025 Is Five Hundred Seventy Two Thousand One Hundred Ninety Three And 36/100 Pesos Only (p572,193.36) Inclusive Of Vat. 3. The Financial Proposal Shall Contain A Breakdown Of All Costs, Including Cost Of Supplies And Equipment, Necessary For The Execution Of The Contract. 4. Retirement Benefits Shall Be Released To The Security Guard/officer Upon Retirement, Resignation, Transfer Of Service To Sister Agency Or Other Agency Or As The Security Guard/officer Is No Longer Connected To The Agency. 5. The Security Guard/officer Is Entitled To Overtime Pay Provided That Dmw Has Written Request To The Security Service Contractor (ssc)/private Security Agency (psa), Signed By The Administrator. 6. All Bid Prices For A Duration Of One (1) Year Shall Be Fixed And Shall Not Be Adjusted During Contract Implementation, Except For The Following: A. Increase In Minimum Daily Wage Pursuant To Law Or New Wage Order Issued After Date Of Bidding, Increase In Taxes; And B. If During The Term Of The Contract The Dmw Sees The Need For An Increase Or Decrease In The Number Of Security Guards, The Resulting Cost Of Said Increase Or Decrease, Provided That The Abc For The Relevant Year Is Not Exceeded. 7. The Dmw Ro Xi Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. I Hereby Certify To Comply With All The Technical Specifications Stated In The Terms Of Reference. Name Of Company/bidder Signature Over Printed Name Date Financial Offer: Security Service For Dmw Ro Xi For Cy 2025 Approved Budget For The Contract: Five Hundred Seventy Two Thousand One Hundred Ninety Three And 36/100 Pesos Only (p572,193.36) Qty Unit Description Monthly Rate (inclusive Of Vat) Total Amount For Jan-dec 2025 (inclusive Of Vat) 1 Lot Security Service For Dmw Ro Xi For Cy 2025: - 2 Guards (7:00 Am To 7:00 Pm) Total Amount In Words: Signature Over Printed Name Position/designation Office Tel./fax/mobile Nos. E-mail Address/es
Closing Date28 Jan 2025
Tender AmountPHP 572.1 K (USD 9.7 K)
Bureau Of Customs Tender
Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description Procurement Of Provision Of Photocopier Rental And Related Services For Fy 2025 (early Procurement Activity) (series No) Government Of The Republic Of The Philippines Section I. Invitation To Bid Invitation To Bid For The Provision Of Photocopier Rental And Related Services For Fy 2025 1. The Bureau Of Customs Sub-port Of Mactan, Through The National Expenditure Program (nep) Of Fy 2025 Intends To Apply The Sum Of Two Hundred Thirty-eight Thousand Pesos (₱238,000.00) Being The Abc To Payments Under The Contract For The Provision Of Photocopier Rental And Related Services For Fy 2025 With Project Identification Number _____________. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Customs Sub-port Of Mactan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required For The Period January 1, 2025 To December 31, 2025. 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. 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. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00 Am On December 30, 2024. Late Bids Shall Not Be Accepted. The Bidders Shall Drop Their Duly Accomplished Technical Proposal Including The Eligibility Requirements And Financial Proposals In Two Separate Sealed Envelopes In The Bid Box Located At The Address Indicated Below. Late Bids Shall Not Be Accepted. 5. Bid Opening Shall Be On December 30, 2024, 3:00 Pm At The Given Address Below. 6. The Bureau Of Customs Sub-port Of Mactan 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. 7. Further, Please Be Informed That This Is An Early Procurement Of The Fy 2025 Program/activity/project To Ensure Efficient And Full Implementation Of Program/activity/project Within The Validity Period Of The Fy 2025 National Budget Per Gppb Circular No. 06-2019. The Appropriation For This Expense Is Included The Fy 2025 National Expenditure Program Submitted To Congress For Enactment. The Notice Of Award Shall Be Issued Upon Approval Of The Fy 2025 General Appropriations Act (gaa) By Congress And Signed By The President Into Law. 8. For Further Information, Please Refer To: Jennifer A. Duyogan (coo I, Acting Procurement Officer) Or Victoria C. Arandillo (coo Iii, Acting Accountant) Bureau Of Customs Sub-port Of Mactan Mcia Cargo Access Road, Barangay Ibo, Lapu-lapu City Jennifer.duyogan@customs.gov.ph /victoria.arandillo@customs.gov.ph +639171649903 Section Ii. Instructions To Bidders 1. Scope Of Bid The Bureau Of Customs Sub-port Of Mactan Wishes To Receive Bids For The Provision Of Photocopier Rental And Related Services For Fy 2025 With Identification Number ___________________. The Procurement Project (referred To Herein As “project”) Is Composed 1 Lot Photocopier Rental And Related Services, 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 Fy 2025 In The Amount Of Two Hundred Thirty-eight Thousand Pesos (₱238,000.00). 2.2 The Source Of Funding Is Fy 2025 National Expenditure Program. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1 Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2 Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3 Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4 The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 8. Pre-bid Conference Non-applicable. 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: 10.1 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 Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents) 11. Bid Prices 11.1. 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. V. Price Validity Shall Be For A Period Of Ninety (90) Calendar Days. 12. Bid And Payment Currencies 12.1 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. 12.2 Payment Of The Contract Price Shall Be Made In Philippine Pesos. 13. Bid Security 13.1 The Bidder Shall Submit A Bid Securing Declaration2 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. 13.2 The Bid And Bid Security Shall Be Valid Until February 23, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14. Sealing And Marking Of Bids 14.1 Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. 14.2 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. 15. Deadline For Submission Of Bids 15.1 The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 16. Opening And Preliminary Examination Of Bids 16.1 The Bac Shall Open The Bids 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. 16.2 The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 17. Domestic Preference 17.1 The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 18. Detailed Evaluation And Comparison Of Bids 18.1 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. 18.2. 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. 18.3. 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. 18.4. The Project Shall Be Awarded As Follows: One Project Having Several Items That Shall Be Awarded As One Contract. 18.5. 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. 19. Post-qualification 19.1 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. 20. Signing Of The Contract 20.1 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. 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. Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 11.1 In The Event That The Bidder Is A Corporation, A Secretary Certificate, Spa Or Any Other Document Showing The Authority Of The Signatory On The Bid Form And Other Documents Should Also Be Attached. 15 Bidders Are Encouraged To Submit Their Bids Through Their Duly Authorized Representative Using The Forms Specified In The Bidding Documents. Bidders Shall Enclose Their Original And Copy 1 Of Eligibility And Technical Documents And Financial Documents In One (1) Sealed Envelope. The Single Envelope Will Be Marked "the Bid" And Address All Bids To The Bac Chairperson: Cornelia B. Wilwayco Chief, Assessment Bac Chairperson 18.3 One (1) Lot, Photocopier Rental And Related Services For Fy 2025, With Abc Of ₱ 238,000.00. Partial Bid Is Not Allowed. The Goods Are Grouped In A Single Lot And The Lot Shall Not Be Divided Into Sub-lots For The Purpose Of Bidding, Evaluation, And Contract Award. In All Cases, The Nfcc Computation, If Applicable, Must Be Sufficient For All The Lots Or Contracts To Be Awarded To The Bidder. 20.1 No Further Instructions. Section Iv. General Conditions Of Contract General Conditions Of The 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 He 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 Test 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 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. Specific Scope Of Service Supplier’s Must State Here Either “comply” Or Any Equivalent Term In The Column “supplier’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each Specification. Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free. After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation For The Item/s As Follows: Specific Scope Of Service The Service Provider Shall Provide The Following Monthly Services As Shown Based On The Estimated Copy Volume Of Standard/monochrome And A3/colored Capable Machines: Type Of Machine Estimated Copy Volume Per Year Price Total Per Year Standard/monochrome 150,000 ₱1.00 / Copy ₱150,000.00 A3/colored (collector’s Office) 80,000 ₱1.10 / Copy 88,000.00 *the Above Quoted Prices Are Inclusive Of All Costs And Applicable Taxes. __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Project Requirement Minimum Technical Requirements Unless Otherwise Specified A. Standard Type Photocopying Machines General Specifications : Three (3) Refurbished Units Main Function : Copy, Print, Scan Color Support : Monochromatic Copying And Printing Monthly Duty Dycle : Paper Input Capacity : 500 Sheets X 2 + 1 Bypass System Memory : 1 Gb Toner System : Eco-friendly Toner Or Equivalent Copier Specification Copier Resolution : 600 X 600 Dpi Multiple Copy : 1-999 Sheets Original Size : A5-legal Size Magnification : 25-400% Warm-up Time : 30 Secs Or Less First Copy Time : 6.4 Secs Or Less Printer Specification Printer Speed : 36 Pages Per Minute Print Resolution : 600 X 600 Dpi Scanner Scan Speed : 30 Originals Per Minute Scan Resolution : 600 X 600 Dpi System Specification Interface Standard : Fast Ethernet/usb 2.0 Reverse Automatic Document Feeder : 50 Sheets Or Higher Automatic Duplexing : Stackless 60-120 Gsm Finishing Modes : Electronic Sorting/collating Function Model Year : 2022 Or Newer Version B. A3/colored Capable Photocopying Machine General Specifications : One (1) Brand New Unit For The Collector’s Office Main Function : Digital Copy, Print, Scan Imaging System : Eco-friendly Toner Or Print/copy Speed : Up To 20 Prints Per Minute Print/copy Resolution : 600 X 600 Dpi Original Size : A5-a3 Model Year : 2022 Or Newer Version Note: The Deployment Scheme Of Photocopier Machines Shall Be Provided To The Winning Bidder Confidentiality Agreement Photocopier Rental And Related Services Description Confidentiality Of Agreement Bidders Statement Of Compliance In Delivery Date Photocopier Rental And Related Services The Winning Bidder Shall Execute And Sign A Confidentiality And Non-disclosure Undertaking Upon Receipt Of Notice Of Award __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Financial Offer Photocopier Rental And Related Services Approved Budget For The Contract (abc) (2025) Product Offered Quotation/per Print (photocopy) Two Hundred Thirty-eight Thousand Pesos Only (₱238,000.00) Standard/monochrome A3/colored Responsibilities Of The Service Provider Provide The Following During The Duration Of The Contract: 1. Photocopying Machines To Be Installed At The Designated Offices As Indicated Above Must Be Of The Same Brand And Model Number; 2. Ensure That The One (1) Unit Of A3/colored Machine Is Brand New And The Remaining Three (3) Unites Are Certified Refurbished. The Service Provider Is Required To Submit A Manufacturer’s Letter Or Equivalent For Brand New A3/colored Capable Unit And Certification Or Equivalent Proof That The Units Are Renewed/refurbished For The Rest Of The Machines, Which Shall Be Validated By The Supplier Officer; 3. All Cost Relative To Installation Shall Be For The Account Of The Service Provider; 4. Free Monthly Maintenance, Service, Spare Parts And Consumables (supply Of Paper Is For The Account Of The Bureau Of Customs, Sub-port Of Mactan (boc Mactan); 5. Free Comprehensive Key Operator Training Rental Scheme. No Cash Outlay; 6. Provide Available Technical Support 8 Hours A Day, 5 Days A Week Within The Contract Period. Any Issues Must Be Resolved Within One (1) Business Day Upon The Receipt Of The Report; 7. Continuous Improvement Of Rental System: With Model Upgrading, Availment Of A Back-up Unit And/or Services At No Extra Cost To Boc Mactan; 8. All Toner And Other Consumables Provided Must Be Brand New And Original; 9. Minimum One Percent (1%) Allowance On Gross Copies For Spoilage; 10. Provide At Least Three (3) Sets Of Consumables To Be Replenished Within Forty-eight (48) Hours Upon Consumption, Such As But Not Limited To Toners And Cartridges, Which Shall Be Stored For Safekeeping And Monitoring At The Supply Section. The Delivery Time Of These Items Shall Be Within Thirty Days (30) After The Delivery Of The Photocopy Machine Units; 11. Provide One (1) Back-up Service Unit To Be Stored At The Supply Section For Safekeeping. This Unit Must Be Regularly Maintained And Replaced If Necessary; 12. Conduct Regular Monthly Meter Readings, Which Shall Be Accompanied By An Authorized Administrative/or Supply Officer. In Addition, The Service Provider Shall Submit A Monthly Report To The Supply/or Administrative Officer Providing The Exact Number Of Copies And Cost Per Machine; 13. Conduct Training To A Least One (1) Boc Mactan Personnel (per Designated Office) Subject To The Schedule Agreed Upon During Contract Implementation; Other Conditions 1. In The Event That Excess Copies Are Produced Beyond The Estimated Copy Volume Per Year, They Shall Be Charged With The Same Price As Stated In The Bid Price; 2. In Case Of Violation Of Any Terms And Condition Of The Contract, The Aggrieved Party May Outright Terminate The Contract Within One (1) Month Upon Receipt Of A Written Notice. Documentary Requirements For Processing Of Payment Provide The Following During The Duration Of The Contract: 1. Statement Of Account Showing Actual Copies Within Estimated Copy Volume For Contract And Additional Copies In Excess Of Ecv; 2. Meter Reading Ticket (or Equivalent Document) Received By Each Office/end-user And An Authorized Administrative/supply Officer. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents A) ⬜ Valid Philgeps Registration Certificate (platinum Membership If Public Bidding) (all Pages) In Accordance With Section 8.5.2 Of The Irr; 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.
Closing Date21 Jan 2025
Tender AmountPHP 238 K (USD 4 K)
Department Of Education Division Of Albay Tender
Manpower Supply
Philippines
Details: Description Invitation To Bid For Procurement Of Security Services 2025, Re-bid Project Identification No.: Pb-albaygoods-24-21 1. The Department Of Education, Schools Division Office Of Albay, Through The General Appropriations Act Of 2024 Intends To Apply The Sum Of Philippine Pesos One Million Two Hundred Thousand (php 1,200,000.00) Only Being The Abc As Payment For The Above-mentioned Contract. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Quantity Unit Of Measure Item Description Estimated Unit Cost (php) Estimated Cost (php) Procurement Of Security Services 2025, Re-bid 3 Guard Day Shift Security Guards From January – December 2025 (monday To Sunday) 17,550.00 631,800.00 2 Guard Day Shift Security Guards From January – December 2025 (saturday & Sunday) 4,160.00 99,840.00 2 Guard Night Shift Security Guards From January – December 2025 (monday To Sunday) 19,515.00 468,360.00 Total 1,200,000.00 Additional Information: Days Shift Sg Rate/month Months Per Year Weekdays Day 4 Php 14,000.00 12 Php 672,000.00 Night 2 Php 14,300.00 12 Php 343,200.00 Sat/sun/holidays Day 4 Php 15,300.00 2 Php 122,400.00 Night 2 Php 15,600.00 2 Php 62,400.00 Total Php 1,200,000.00 Note: The Number Of Guards For Every Shift Is Two (2) Guards. The Total Number Of Guards For All Shifts Is Six (6). Revised Security Plan Of The Schools Division Of Albay I. Rationale Article Ii, Section 18 Of The Constitution Of The Republic Of The Philippines States That, "the State Affirms Labor As A Primary Social Economic Force. It Shall Protect The Rights Of Workers And Promote Their Welfare." Chapter Ii, Article 168 Of The Labor Code Of The Philippines (as Amended), Also States, "the Secretary Of Labor And Employment Shall, By Appropriate Orders, Set And Enforce Mandatory Occupational Safety And Health Standards To Eliminate Or Reduce Occupational Safety And Health Hazards In All Workplaces Xxx." Section 2 Of Presidential Decree No. 1445 Otherwise Known As The State Auditing Code Of The Philippines States That "all Resources Of The Government Shall Be Managed, Expended Or Utilized In Accordance With Law, Rules And Regulations & Safeguarded Against Loss Or Wastage Xxx". The Responsibility To Take Care Of Such Policy Rests Directly With The Chief Or The Head Of The Government Agency Concerned. As A Government Workplace, It Is Therefore Inherent To Schools Division Of Albay To Have A Security Plan To Protect Not Just Its Employees And Properties But Its Clientele And Visitors As Well, Against Assault, Arson, Mischief, Pilferage, Robbery, Sabotage, Terrorism And Theft. It Should Also Provide Safety Measures And Response To Prevent And Minimize Loss Or Damage From Calamities And Civil Disturbance. Ii. Objectives ܀ To Undertake Security Measures For Total Protection Of The Schools Division Of Albay Personnel Which Might Endanger Their Lives And The Agency's Properties As Well ܀ To Undertake Security Operations Which Includes, But Not Limited To, Traffic/crowd Control And Emergency Response ܀to Enforce Sdo's Existing Rules & Regulations On The Security Of Personnel ܀ To Undertake Measures To Prevent Unauthorized Persons From Entering The Office Building ܀ To Perform Such Other Functions As May Deemed Necessary By The Schools Division Of Albay Iii. Scope This Plan Shall Be Implemented In The Schools Division Office, Ligñon Hill, Bogtong, Legazpi City, Albay. Iv. Definition Of Terms For Purposes Of This Plan The Following Terms Are Defined As Follows (reference: Dole Department Order No. 150-16, S. 2016): Principal - Refers To Any Individual, Company, Cooperative, Or Establishment, Including Government Agencies And Government - Owned And Controlled - Corporations, Who Or Which Puts Out Or Farms Out A Security And/or Detective Job, Service, Or Work To A Private Security Service Contractor. Security Guard - Refers To Any Person Who Offers To Renders Personal Service To Watch Or Secure A Residence, Business Establishment, Building, Compound, Any Other Area Or Property; Or Inspects, Monitors, Or Performs Body Checks Or Searches Of Individuals Or Baggage And Other Forms Of Security Inspection. Security Service Contractor (ssc) - Is Synonymous With Private Security Agency (psa) Which Refers To Any Person, Association, Partnership, Firm Or Private Corporation Engaged In Contracting, Recruitment, Training, Furnishing, Or Posting Of Security Guard And Other Private Security Personnel To Individuals, Corporations, Offices And Organizations, Whether Private Or Public, For Their Security Needs As The Philippine National Police (pnp) May Approve. Service Agreement – Refers To Contract Between The Principal And The Ssc/psa Containing The Terms And Conditions Governing The Performance Or Completion Of Security Service, Job, Or Work Being Farmed Out For A Definite Or Predetermined Period. Duty Detail Order – Refers To A Written Order/schedule/assignment Issued To A Security Guard And Other Private Security Personnel By A Superior Officer, Usually The Private Security Agency Or Branch Manage Or Operation’s Officer, For The Performance Of Security And/or Detective Service Duty/ies. V. Target Implementation A. Pre-deployment In Coordination With The Sdo-albay Management, Otherwise Known As The Principal, And The Outgoing Security Service Contractor (ssc), The Incoming Ssc Shall Organize An Advance Team Who Will Conduct A Pre-deployment Orientation Onsite. At The Expense Of The Winning Bidder, The Said Advance Team Will Render Duties Side By Side With The Personnel Of The Outgoing Security Provider At Least Two Days Before The Formal Assumption. B. Deployment A Minimum Of Eight (8) Hours Before Expiration Of The Security Contract Of The Outgoing Security Contractor, The Incoming Security Force Listed In The Manning Detail Order Must Attend A Briefing To Be Conducted By The Office Of The Administrative Officer V (general Services). Thereafter, They Shall Be Posted Alongside With The Outgoing Security Guards To Get Acquainted With The New Assignments. Authorized Representative Of The Outgoing Security Contractor Shall Be Required To Make Proper Endorsement Of Accountability To The Authorized Representative Of The Incoming Security Contractor In The Presence Of The Authorized Sdo-albay Representative Prior To Their Departure. A List Of Incoming Security Personnel Who Will Take-over Duties At The Sdo-albay Together With Their Individual Bio-data And Licenses And Mandatory Clearances Shall Be Submitted Five (5) Days Earlier To The Administrative Officer V (general Services) For Scrutiny, Including Training Certificate Which Show Proof That They Have Undergone Required Training For Security Guards And Must Have The Knowledge Of Pertinent Rules And Regulations. Guards To Be Posted Should All Be New, And No Retention Of Old Security Guards, Unless The Head Of The Agency Approves. During The Actual Takeover Of Duties At The Sdo-albay, The Security Guards Shall Be Accompanied And Closely Supervised By A Senior Official Of The Incoming Security Contractor (agency). All Incoming Security Personnel Who Will Assume To Take Over Duties Shall Report In Proper Uniform With Head Gears And Paraphernalia, Prescribed Equipment (as Prescribed In The Technical Proposal) And All Necessary Documents Such As Duty Detail Order, Guard’s License, Copy Of Firearm License, And Individual Company Id. Weekly Submission Of Incident Reports To The Office Of The Administrative Officer V (general Services) For Record Purposes, But Unusual/untoward Incidents Must Be Reported Immediately After Their Occurrence. C. Logistics Security Contractor Will Provide The Security Force With The Minimum Equipment Required Under The Bidding Rules Such As Firearms, Licensed Radio Communications Equipment And Other Equipment Deemed Necessary In The Effective Implementation Of Security Policies, Rules & Regulations Of Department Of Education, Schools Division Office Of Albay. Daily Time Record And Other Logistical Supplies Shall Also Be Provided By The Security Contractor. D. Administration 1. Organizational Structure Headquarters Security Agency/security Service Contractor (ssc) Security Coordinator 1st Shift 2nd Shift 3rd Shift Guard Guard Guard 2. Minimum Requirements A. Security Manpower A. Minimum Qualifications Of Security Officer/s And Security Guards A.1 The Security Guards Shall Have The Following Minimum Qualifications: A.1.i) Must Be At Least 25 Years Old. A.1.ii) At Least High School Graduate, As Indicated In The Private Security License Card A.1.iii) Has Undergone Pre-licensing Training Program For New Recruits, Or Refresher Training Program To Include Among Others, First-aid Administration, Fire-fighting Techniques, And For Security Guards With More Than One Year Experience, As Indicated In The Private Security License Card. A.1.iv) Physically And Mentally Fit, As Indicated In The Private Security License Card. A.1.v) Of Good Moral Character And Reputation Supported With Nbi Clearance. A.1.vi) Knows How To Deal Pleasantly And Courteously With Personnel, Clients And The General Public, Supported With A Certification From The Security Agency. A.1.vii) Proof Of Neuro-psychiatric And Drug Test Clearance From Any Accredited Drug Testing Laboratory A.2 Valid Private Security License Card And Nbi Clearance During The Opening Of Bids And Contract Signing And Implementation. B. Security Equipment Supplies/materials/equipment Unit/piece/set Required Operational, Functional And Well-maintained Firearms - 9mm Pistol With Valid License In The Name Of The Security Agency & One (1) Magazine. 2 Handheld Radio With Valid Ntc License 2 Pre-numbered Logbook 15 Flashlights 2 Big Umbrella 1 First Aid Kit 1 3. Guard Assignments/tour Of Duty No. Security Station Tour Of Duty No. Of Hours Days Of Duties Shift 1 1 Gate Guard (entrance) 0600h - 1400h 8 Monday - Sunday 2 Gate Guard (exit/roving) 0600h - 1400h 8 Monday - Sunday Shift 2 1 Gate Guard (entrance) 1400h – 2200h 8 Monday - Sunday 2 Gate Guard (exit/roving) 1400h – 2200h 8 Monday - Sunday Shift 3 1 Gate Guard (entrance) 2200h – 0600h 8 Monday - Sunday 2 Gate Guard (exit/roving) 2200h – 0600h 8 Monday - Sunday 4. Operating Policies & Procedures 4.a. Duties & Responsibilities Of The Security Agency And Security Guards 4.a.) Security Service Contractor (ssc)/security Agency Shall: 1. Provide The Principal (sdo-albay) With Qualified And Trained Security Guards And Security Officers To, At All Times, Maintain Security And Safeguard The Building, Offices And Properties Within The Premises Of The Sdo, As Well As To Provide Protection To Its Officials, Employees, Visitors, Guests And Transacting Public; 2. Ensure, On Its Account, All Equipment Necessary For The Performance Of Its Obligations Under The Contract, Including The Items Stated Under D.2.b (minimum Requirements For Security Equipment); 3. Be Liable And Answerable To The Principal, For Damages Or Losses Within Its Premises And For Such Actions Which Directly Prejudice The Integrity, Efficiency, And Effectiveness Of The Principal, Its Operations And Its Officials And Employees Caused By Or Due To The Negligence And/or Misdemeanor Of The Ssc Personnel, But Not For Any Loss Or Damage Or Harm Due To Any Fortuitous Event, Force Majeure Or Causes Beyond The Control Of Ssc Personnel; 4. Ensure The Adequacy Of The Compensation And Benefits Of Its Guards And Submit To The Principal Its Monthly Or Quarterly Remittances On Various Contributions In Support To The Claims For Payout; 5. Assign One Head Security Guard Or Security Coordinator Who Shall Exercise The Tasks As Enumerated Under 4.a.1; 6. Provide The Principal With The 201 Files Of The Security Guards; 7. Retain And Exercise The Sole, Exclusive And Absolute Right To Suspend, Lay-off, Terminate And/or Impose Disciplinary Measures, Direct And Control Its Personnel And To Assign, Rotate And Re-assign Security Guards, Subject To The Approval Of A Duty Detail/schedule By The Office Of The Superintendent, Provided, That No Security Guard Shall Be Removed, Changed Or Transferred To Any Place Of Assignment Without Sufficient Notice To The Principal. The Schools Division Superintendent Shall Have The Right To Select, Change Or Refuse Any Security Guard Assigned. Duty Detail Order Of Every Assigned Security Guard Shall Contain, Among Others, The Following Information (section 5,2 Dole Department Order No. 150-16, S. 2016): 1. Name, Address, Active Telephone/contact Number & Email Address Of The Agency; 2. Issue Serial Number And Date Of The Duty Detail Order; 3. Complete Name And Designation Of Grantee; 4. Purpose; 5. Inclusive Dates Of Retail; 6. Firearms Description & License Number; 7. Authorized Uniform To Be Used; 8. Other Specific Instructions Or Remarks; And 9. Signature And Designation Of The Issuing Officer. 8. Not Withdraw Or Replace Any Security Guard Involved In Any Violation Of The Sdo’s Policies, Rules And Regulations Or Involved In Any Administrative Case Against Sdo Officials And Employees Until After Proper Investigation And Resolution Of The Case Have Been Made By The Sdo And Other Authorities Concerned. 9. Act Upon The Referred Concerns And Complaints Within 24-hours To The Satisfaction Of The Principal; 10. Submit Directly To The Office Of The Superintendent Such Weekly/monthly Incident Reports And Other Reports As May Be Required From Time To Time By The Principal. 11. As Part Of Its Bid, The Security Agency, Shall Submit An Undertaking To Pay Their Security Guards The Prescribed Benefits (section 7.2 Dole Department No. 150-16, S. 2016). 4.a.1) Officer-in-charge/security Coordinator 1. Act As Liaison With Deped, Sdo-albay And The Security Agency. 2. Has Over-all Responsibility Of The Members Of The Security Force. 3. Provide Guidance & Assistance To The Members Of The Security Force Assigned At Sdo-albay. 4. Monitor The Daily Operations Of The Security Force At Sdo-albay Installations. 5. Provide Leadership And Direction For The Security Guards. 6. Responsible To The Sdo-albay Management For The Implementation Of All Rules Regulations Relevant To Security Matters. 7. Monitor The Performance And Efficiency Of The Guards And Recommend The Relief Of Misfits. 8. Prepare And Submit Special Report/s Of Unusual Incidents, As Well As Guard Detail Order And Monthly Security Report And Conditions Of Secured Properties. 9. Advise Sdo-albay Officials Concerned Regarding Measures To Be Undertaken To Improve The Security Of The Building Premises. 10. Conduct Troop Information And Education To All Guards On A Regular Basis Or As The Need Arises. 11. Perform Other Duties As Sdo-albay And/or The Security Agency May Direct. 4.a.2) Entrance/exit Gate/parking Guards 1. Screen Visitors With Utmost Courtesy And Guide Them To The Office They Desire To Transact Business. Also Notify By Two-way Radio The Official Or Employee To Be Visited. 2. Issue Visitor’s Pass In Exchange Of A Current And Valid Government Issued Identification Card. 3. Advise All Visitors And Employees To Pin Their Ids While Inside The Building. 4. Inspect Thoroughly (metal Detector) All Bags, Packages And Attaché Case Hand-carried By Visitors. 5. Maintain A Logbook For Visitors And A Separate Logbook For Office Personnel. 6. Control Flow Or Traffic And Direct Drivers To Park Vehicles Properly In Designated Parking Areas. 7. Safeguard And Protect Parked Vehicles From Pilferage Of Accessories And Other Attachments. 8. Not Allow Sdo Vehicles To Leave The Compound Without Necessary Trip Ticket Duly Signed By The Authorized Signatory. 9. Maintain The Logbook On The Arrival And Departure Of Sdo Vehicles. 10. Submit To The Management, Thru The Office Of The Administrative Officer V Or The Supply And Property Section A Monthly Report On The Movement Of The Service Vehicles. 11. Control The Parking Of Vehicles Of Visitors To The Designated Parking Area. Employee’s Vehicles Shall Be Allowed Entry And To Park In The Designated Area For Privately Owned Vehicles. When Departing However, Their Vehicles Shall Be Subjected To Inspection. 12. Enforce The Established System Control Over The Removal Of Property And Materials From The Compound, As May Be Applicable. 13. Respond To Suspicious Activities Of Lawless Elements. 14. Enforce All Existing Sdo Security Rules And Regulations (to Be Discussed By The Office Of The Administrative Officer V (general Services). 15. Submit Reports Of Any Unusual Incidents. 16. Perform Other Duties As The Sdo And/or Security Agency May Direct. 4.a.3) Roving Guards 1. All Roving Guards Must Politely Guide, Check And Observe Situations Of Visitors/within Area Of Responsibility. 2. Guide Visitors To Their Office Destination. 3. Check And Prevent Unauthorized Persons From Loitering In The Corridors Or Entering Offices Without Official Business Or Transactions. 4. Prohibit Vendors Or Solicitors From Entering The Office During Office Hours. 5. Observe And Patrol Designated Perimeters, Areas, Structures And Activities Of Security Interest. 6. Apprehend Person Attempting Or Gaining Unauthorized Access To Restricted Areas And Those Committing Unlawful Acts. 7. Check Depositories, Rooms Or Buildings Of Security Interest Any Item, In Addition To The Normal Working Hours To Determine That They Are Properly Locked And Are Otherwise In Order. 8. Check All Office Equipment And Appliance Before Or After Office Hours. See To It That These Office Equipment And Appliances Are In Proper Places, And Then, Close/lock All Offices After Determining That Everything Is Secured. 9. Conduct Inventory Of Movable Equipment In The Office. 10. See To It That All Lights Are Switched Off And All Electrically Operated Equipment And Appliances Are Unplugged When Occupants Of An Office Are All Gone. 11. Impose All Existing Sdo Security Rules & Regulations. 12. Be Familiar With The Location Of The Fire-alarm System And Fire-fighting Equipment. Be Alert At All Times. 17. Submit Reports Of Any Unusual Incidents. 1. Perform Other Duties As The Sdo And/or Security Agency May Direct. 4.b. Compound/building Security Access System 4.b.1) Entry Of Packages 4.b.1.i) For Hand-carried Items: The Guard Shall: Monitor By Using Metal Detector And Frisk Suspicious Looking People Of Deadly Weapon, Explosives, Contraband Items, Prohibited Drugs And Other Harmful Substances. Inspect All Bags And Parcels To Ensure That No Deadly Paraphernalia Brought Inside The Compound. Inspect The Surroundings For Suspicious Objects Which Do Not Belong To The Ground. Require Individuals Possessing Firearms To Leave/deposit The Firearm To The Security Guard After Issuing A Deposit Slip. Turn Over To The Nearest Police Station Individuals Who Are Found Possessing Deadly Or Other Harmful Materials And/properties. Call The Recipient Of The Delivery Boxes To Confirm Whether Or Not He/she Is Expecting Delivery Boxes/properties. 4.b.1.ii) For Vehicles Of Visitors, Clients And Employees: The Guard Shall: Maintain A Record Of Departure And Arrival Of Vehicle Within Client Premises. The Record Will Indicate The Plate Number, Time-in And Out, The Name Of The Driver And Company. All Vehicles Entering The Compound Will Be Subject To Thorough Inspections. The Guard Will Require The Vehicle Owners To Open Its Compartment For Inspection, And If There Are Illegal Contraband Items On Board, Initiate Arrest. Direct The Inward And Outward Flow Of Traffic And Apply Existing Parking Regulations. Visitors Who Refuse To Subject His Vehicle For Inspection Shall Be Denied Entry. The Guard At The Entrance Gate Must Be Equipped With The Under-chassis Mirror For Inspection Under The Vehicle. 4.b.2) Record Of Entry Of Packages The Guard Shall: Maintain A Record Of Visitor’s Logbook Within Its Post. The Logbook Will Indicate The Name Of The Visitors, Company/residence Address, Purpose Of Visit, Signature And Time In/out. Verified With The Recipient Of The Delivered Boxes If He Is Expecting Any Delivery. 4.b.3) Safekeeping Of The Deadly Weapon Individuals Found In Possession Of Deadly Weapons Will Be Subject For Investigation. If He Is Authorized By Law, The Owner Will Deposit The Firearms/weapons To The Guard And The Duty Guard Will Issue A Deposit Slip Indicating The Name Of The Owner, Model, Type, Caliber Of Firearm, Date And Time In/out. When The Owner Needs To Leave The Compound He/she Must Surrender The Deposit Slip To The Guard To Retrieve His Weapons/firearms. Individual In Possession Of Deadly Weapons Who Are Found Unauthorized By Law Will Be Apprehended And Turned Over To The Nearest Police Station. 4.b.4) Exit Of Packages/equipment Hand-carried Deped, Sdo-albay Property Brought Out Of The Compound Shall Be Accompanied With Property Pass Slip Signed By The Sdo Property Officer. Guard Shall Deny The Pull-out Of The Sdo Property That Is Not Covered By Pass Slip. Guards Must Inspect And Ensure That The Property Being Brought Out Are Indicted In The Property Slip Or Gate Pass. They Will Record The Name/kind Of The Equipment Including The Serial Number, Person Responsible, Time And Date. Sealed Boxes Brought Outside The Building/compound Will Be Required For Inspection. 4.b.5) Exit Of Vehicles The Gate Guard Will Require The Owner Of Every Vehicle Intending To Leave The Area To Open Its Trunk Compartment. If Sdo Property Is Found On Board, Pass Slip Or Gate Pass Shall Be Required. 4.c. Maintain A List Of Sdo Officials Who Are Authorized To Issue Gate Pass (for Properties) 4.c.1) The Security Will Be Provided With A List Of Sdo Officials Who Are Authorized To Sign The Property Pass. The List Shall Contain The Signature Of The Authorized Individual Or His Duly Authorized Representative For Comparison With The Submitted Gate Pass Of The Concerned Party. 4.c.2) If The Gate Pass Is Found Suspicious, The Guard Shall Verify With The Signatory If He Issued Such Gate Pass To The Specified Person. 4.d Check Of Entry Of Individuals For Proper Indentification 4.d.1) Sdo Employees Shall Wear Their Ids All The Time. 4.d.2) Employees Without Id Cards Must Be Advised To Secure From The Office In-charge Of Id Printing. 4. D.3) Strict Implementation Of “no Id, No Entry” System On All Gates And Entrances Of The Sdo For Security Purposes Shall Be Imposed. 4.d.4) Visitors Are Required To Present/show Valid Identification, Such As School/office Id, Voter’s Id, Etc. Before Signing In On The Logbook. Then They Are Required To Leave Their Personal Id In Exchange Of Visitor’s Pass Which They Will Wear While Inside The Compound. 4.d.5) All Guards Shall Maintain A Logbook For Visitors. Logbook Must Be Kept In The Security Office, And Shall Be Made Available When Asked For Verification Purposes. 4.e Emergency Plan 4.e.1) Fire In Case Of Fire, Responding Guard Shall Use Fire Extinguisher To The Base Of The Fire Until It Is Totally Covered. If The Fire Cannot Be Stopped, The Guard Shall Immediately Initiate To Call The Nearest Fire Department. Secure All Entrances And Exit Doors And Allow No One To Enter The Building Except Those Authorized. All Emergency Exits Shall Be Opened. Identify And Prepare Safe Place For Evacuation And For Temporary Use By The Victims. Observe Any Suspicious Looking Individual Who Could Be A Possible Arson Suspect. Record The Event Of Fire From Time To Time To Help The Investigators In Locating Possible Evidences. 4.e.2) Bomb Threats In The Case Of Bomb Threat, The Following Shall Be Done By The Security Guards Assigned: Use Coded Messages, To Avoid Panic Among The Employees Inside The Building Coordinate With The Local Law Enforcement Authorities, Call The Bomb Disposal Units And Inform The Fire Department. Tighten Security Measures By Implementing Luggage Control And Body Frisking. Evacuate People In The Nearby Places That May Not Be Reached By The Explosion. If The Bomb Has Already Been Defused By The Experts, Search To Clear The Area Allowing Nobody To Enter The Place. 4.e.3) Typhoons Observe The Surroundings And Detect Possible Danger From Fall Branches Or Any Object Place On A Higher Ground. Check If The Water Reaches The Electric Outlets, If So, Inform The Administrative Officer V (general Services) For Appropriate Action. Prepare All Emergency Lights For Possible Power Cut-off. Monitor Radio News Report To Be Updated Of The Situation. After The Typhoon, Request The Maintenance Personnel To Inspect All Electrical Lines Especially Plugs In The Lower Level For Possible Danger. 4.e.4) Earthquake Guard On Post Must Immediately Assist To The Best Of His Ability To Protect And Evacuate To A Safer Area The Concerned Vips And Employees Of The Sdo. Send Immediately Those Employees Hurt In The Course Of The Quake To The Nearest Hospital. Search For Other Persons Left In The Building After Evacuation And Report All Damages In Properties And Injured Persons To The Drrm Coordinator.. Security Guards Shall Act As The First Responder For Basic Life Support And First Aid. 4.e.5) Theft/robbery Upon Receiving A Compliant For Loss Of Properties, The Guard On Post Shall Prepare An Incident Report. 5. Other Services To Be Provided By The Security Agency Additional Administrative Services To Be Provided To The Sdo Free Of Charge: 1. Nightly Inspection Of The Guards On Post By The Designated Agency Inspectors. 2. Investigate Report On Security Agency Personnel Irregularities In Connection With Their Service/work, Including Investigation Of Reported Losses. This Task Is Handed By Agency Investigator Duly Accredited By The Philippine National Police (pnp) - Civil Security Group. 3. Other Security Gadgets/equipment Which The Sdo May Require To Meet Possible Future Needs. 2. The Department Of Education, Schools Division Office Of Albay Now Invites Bids For The Above-cited Procurement Opportunity. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders In The Amount Of Php 5,000.00 Pursuant To The Latest Guidelines Issued By The Gppb. Delivery Of Services Is Required By January 1, 2025 To December 31, 2025. 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) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Department Of Education, Schools Division Office Of Albay, Bids And Awards Committee Office, And Inspect The Bidding Documents At The Address Given Below From Monday To Friday During Office Hours (8:00 Am To 5:00 Pm). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 11 To January 3, 2024; 9:00 Am From The Address Below And Upon Payment Of Php 5,000.00 As The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity (www.depedalbay.com) Starting December 11, 2024 Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Education, Schools Division Office Of Albay Will Hold A Pre-bid Conference On December 18, 2024; 9:00 Am At 2f Lobby, Deped Sdo Albay, Ligñon Hill, Bogtong, Legazpi City, Which Shall Be Opened To Qualified Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 3, 2024; 9:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Bid Opening Shall Be On January 3, 2024; 9:00 Am At 2f Lobby, Deped Sdo Albay, Ligñon Hill, Bogtong, Legazpi City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. Prospective Bidders Are Strongly Encouraged To Order Or Download The Electronic Copy Of The Bidding Documents From The Philgeps Website, For Them To Be Included In The Document Request List Of The Project. The Bidding Documents May Be Viewed Also At The Deped Sdo Albay Schools Division Office Website: Www.depedalbay.com. 9. The Department Of Education, Schools Division Office Of Albay Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Jade O. Alberto Education Program Supervisor Bac Secretariat Head-designate Office Of The Bids And Awards Committee 2nd Floor, Deped Sdo Albay, Ligñon Hill, Bogtong, Legazpi City Tel.no.: 052-204-8535 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.depedalbay.com December 10, 2024 (sgd.) Bernie C. Despabiladero, Edd Assistant Schools Division Superintendent Bac Chairperson For Goods And Consulting Services
Closing Date3 Jan 2025
Tender AmountPHP 1.2 Million (USD 20.7 K)
9081-9090 of 9128 archived Tenders