Mask Tenders
Department Of Education Division Of Bais City Tender
Laboratory Equipment and Services
Philippines
Details: Description Item No. Articles And Description Quantity Unit Estimated Cost / Abc Unit Price (php) " 1" "beaker, 100 Ml, Borosilicate Performance Specifications: Must Be Able To Contain/hold /prepare Solids And Liquids During Chemical Reaction Up To 100 Ml Capacity And Heats Them Over A Bunsen Burner's Flame Up To More Than 150°c For Normal, Standard Use Service Design Specifications: 1. Type : Griffin, Low Form 2. Shape : Cylindrical Container With Straight Sides, A Flat Bottom, And With A Small Spout (or ""beak"") To Aid In Pouring 3. Material: Borosilicate, Clear And Transparent Bubble-free Glass With The Following Dimensions: A) Outside Diameter : 50 Mm-52 Mm B) Height: 70 Mm-72 Mm C) Thickness : 1.5 Mm-2.0 Mm" " 80" "pcs" "4. Capacity : 100 Ml ± 5% Etched Onto The Glass;"" 5. Graduation Starts At : 20 Ml In 10 Ml Increments. 6. Graduation Range : 20 Ml To 80 Ml 7. With Permanent White Enamel Graduations Of Approximate Volumes, Inscriptions 8. With Large White Marking Spot 9. Features An Easy-pour Spout 10. With Single Graduated Metric Scale 11. Can Withstand Heating Up To 200-230°c For Normal, Standard Use Service 12. Wrapped In Paper, Enclosed In Bubble Wrap, And Packed In A Compartmentalized Box 13. Must Be Free From Breakage, Cracks , Chipped Rims And Other Defects 14. Comes With A Brand, With Five (5) Years Existence In The Glass Wares Industry" 2 "beaker, 500 Ml, Borosilicate Performance Specifications: Used To Serve As Container For Mixing And For Heating Liquids Design Specifications: 1. Griffin Type, Borosilicate, Transparent, Bubble-free Glass 2. Shape: A Cylindrical Container With Flat Bottom 3. Thickness Range: 1.5 Mm To 2.0 Mm 4. Permanent White Graduations, With White Enamel Marking Spot 5. Features An Easy-pour Spout" 80 Pcs "6. Capacity: 500 Ml; 10% Enameled Onto The Glass 7. Single Graduated Metric Scale 8. Graduation Starts At 100 Ml In 50 Ml Increments 9. Height Range: 110 Mm To 130 Mm 10. Outside Diameter: 80 Mm To 90 Mm 11. There Must Be No Cracks And Sharp Parts 12. Safely Packed In A Compartmentalized Box" 3 "beaker, 1000 Ml, Borosilicate Functional Specifications: Used To Serve As Container For Mixing And For Heating Liquids Design Specifications: 1. Griffin Type, Borosilicate, Transparent, Bubble-free Glass 2. Shape: A Cylindrical Container With Flat Bottom 3. Thickness Range: 1.5 Mm To 2.0 Mm 4. Permanent White Graduations, With White Enamel Marking Spot 5. Features An Easy-pour Spout 6. Capacity: 1000 Ml; 10% Enameled Onto The Glass 7. Single Graduated Metric Scale 8. Graduation Starts At 200 Ml In 100 Ml Increments 9. Height Range: 140 Mm To 160 Mm 10. Outside Diameter: 100 Mm To 110 Mm 11. There Must Be No Cracks And Sharp Parts 12. Safely Packed In A Compartmentalized Box" 40 Pcs 4 "cork Borers Functional Specifications: Used To Bore Or To Cut A Round Hole Of Six Different Diameters In A Cork/rubber Stopper With A Steel Ramrod/ Eject Rod Pushing The Removed Cork Out Of The Borer Performance Specifications: Must Be Able To Bore Or To Cut A Round Hole Of Six Different Diameters In A Cork Or Rubber Stopper And Remove Cork Out Of The Borer By Pushing It With A Steel Ramrod/eject Rod Design Specifications: 1. Shape Of Cork Borer: Long Hollow Round Rod/tube With Sharpened Ends 2. Material Of Tube/rod: Nickel-plotted Steel Borer 3. A Set Of Six (6) Different Diameter Sizes:(4 Mm, 4.5 Mm. 6mm. 8 Mm, 9.5 Mm, 1 1 Mm)" 8 Pcs "4. Comes With A Handles Which Are Individually And Permanently Numbered (1-6) For Easy Identification Handle A) Shape Of Handle: T-shaped B) Material Of Handle: Hard Plastic C) Finish: Smooth D) Color Of Handle: Red 5. Includes A Ramrod/eject Rod Pushing The Removed Cork Out Of The Borer Material Of Ramrod/eject Rod: Steel 6. Packaging: Resealable Plastic Pouch 7.comes With A Brand" 5 "volumetric Flask, 250 Ml, Borosilicate Performance Specifications: Must Be Able To Measure/prepare/contain A Precise Volume Of Standard Solutions At A Certain Temperature And Precise Dilution Of Solutions Up To 250 Ml Design Specifications: 1. Type: Class A 2. Shape : A Round Or Pear-shaped Bulb, A Long Thin Neck Topped By A Snap Cap And With Flat Bottom 3. Material Of Body: Borosilicate, Clear, Transparent And Bubble-free Glass With The Following Dimensions:" 40 Pcs "a) Height: 225 Mm B) Outside Diameter : 78 Mm (approx. ) C) Size: 250 Ml D) Tolerance: ± 0.12 Ml 4. With Heavy Duty Rim 5. Comes With Snap Cap A) Material Of Snap Cap .-high Density Plastic (polyethylene) B) With Octagonal Grip C) Snap-cap : No. 250 D) Color Of Snap Cap: Blue" "6. Must Meet Astm E- 694 For Volumetric Ware, Astm E-542 For Calibration Of Volumetric Ware And Astm E-288 For Volumetric Flasks. 7. Calibrated ""to Contain"" (marked Tc"" Or ""in"") 8. Manufacturer Should Be Accredited By Nist Standards Orits Equivalent To The Country Of Origin To Certify That Their Items Are Calibrated. 9. Must Be Free From Breakage, Cracks, Sharp Rims And Other Defects 10. Packaging : Roll Up Glassware In Newspaper And Secure With Apiece Of Masking Tape And Placed In A Bubble Pouch And Individually Packed In A Sturdy Box 11. Comes With A Brand, With Five (5) Years Existence In The Glasswares Industry" 6 "glass Cover Slips, 100pcs/box Performance Specifications: Must Be Able To Secure The Wet Mounted Sample Specimen. Design Specifications: 1. Pre-cleaned Cover Glasses And Not Sticking From Each Other 2. Material: Transparent Glass 3. Quantity: 100’s/small Plastic Box 4. Dimension: 22 Mm X 22 Mm Square 5. Thickness: 0.13 Mm - 0.17 Mm 6. There Shall Be No Chipped Edges 7. Safely Packed In A Plastic Box" 80 Boxes " 7" "glass Slides, 72 Pcs/box Functional Specifications: Used To Contain Tire Specimen For Examination Under The Microscope. Performance Specifications: Must Be Able To Accommodate The Specimen Subject For Examination Under The Microscope." "80" "boxes" "design Specifications: 1. Clear, Flat Glass: Free From Moisture, Dirt, And Film; 2. No Color, No Frost And No Chipped Edges 3. Dimension: 75 Mm (±1 Mm) X 25 Mm (± 1 Mm); 4. Thickness: 1.1 Mm (±0.1 Mm) 5. No Sharp Edges And Pointed Corners 6. Packed In A Box Containing 72 Slides With Thin Paper Sheets In Between Them" 8 "nichrome Wire, 0.4, 100ft. (1 Spool Per Package = 1.1 Oz) Performance Specifications: Must Be Used As A Wire Loop On Which A Metal Salt Or Solid Ionic Compound Is Made To Adhere To And Is Heated To Emit A Characteristic Color On The Bunsen Flame To Identify The Particular Metal Present In The Compound In A Laboratory Activity (flame Test)." 8 Spools "design Specifications: 1. Shape: Round Wire 2. Material Of Wire: Nichrome-alloy Of Nickel And Chromium. Ni80 Cr2o With The Following Dimensions: A) Awg Size: 26 B) Diameter: 0.4 Mm C) Length : 100 Ft 3. Form: Soft, Rust-free Wire 4. Color: Silvery Grey 5. Resistance : 2.57 Ohms/foot 6. Annealed Soft 7. Perfectly Tensioned. Zero Elongation, Scratches, Or Other Flaws. 8. Comes In A Spool 9. Packed In A Resealable Plastic Pouch 10. Comes With A Brand" " 9" "protractor-student Type Design Specifications: 1. Protractor, Student-type, Plastic, Transparent, Semicircular, 180°; 2. Ø150mm (or 75mm Radius), 1mm Thick (minimum); 3. Angular Graduations Are In Degrees, From 0° To 180°. With Two (2) Sets Of Numerals, One Reading Clockwise And The Other Reading Counterclockwise;" "280" "pcs" "4. Linear Graduations Are In Millimeters, From 0 To 100mm; 5. With A Hole At Vertex Point Enough For A Fine String To Pass Through It; 6. Plastic Surface Finish: Smooth, Clear, And Free From Scratches; 7. It Must Be Horizontally Level When Laid Flat On A Table - No Warping; 8. Comes With A Plastic Case" " 10" "rubber Stopper #6 For Erlenmeyer Flask (narrow-mouth - 1 Hole) Performance Specifications: Must Be Able To Seal The Openings Of Narrow Mouth 250 Ml Erlenmeyer Flasks And Other Laboratory Glassware That Require A Tighter Seal Or A Greater Degree Of Chemical Resistance With One (1) Hole Opening For Insertion Of A Thermometer Glass Tubing Or Stirrer For Use During Chemical Reaction To Prevent Leaks, Hazards And Contamination. Design Specifications: 1. Shope: Cylindrical With A Tapered Bottom End" "40" "pcs" "2. Material : Premium Grade Sbr Black Rubber Compound With The Following Dimensions: A) Height: 25 Mm B) Top 0: 32 Mm C)bottom 0 : 26 Mm D) Hole 0: 5 Mm 3. Number Of Holes: With One ( 1 ) Hole 4. Dimension Tolerance On Height, Top And Bottom Diameter : ± 0.5 Mm 5. Hardness: 40 T 5 Duro 6. Packed In Resealable Plastic Bag 7. Comes With A Brand" 11 "rubber Stopper #6 For Erlenmeyer Flask (narrow-mouth: 2 Holes) Performance Specifications: Must Be Able To Seal The Openings Of Narrow Mouth 250 Ml Erlenmeyer Flasks And Other Laboratory Glassware That Require A Tighter Seal Or A Greater Degree Of Chemical Resistance With Two (2) Holes Opening For Insertion Of A Thermometer, Glass Tubing Or Stirrer For Use During Chemical Reaction To Prevent Leaks, Hazards And Contamination. Design Specifications: 1. Shape: Cylindrical With A Tapered Bottom End" 40 Pcs "2. Material : Premium Grade Sbr Black Rubber Compound With The Following Dimensions: A) Height: 25 Mm B) Top 0: 32 Mm C) Bottom 0 : 26 Mm D) Hole 0: 5 Mm 3. Number Of Holes : Two (2) Holes 4. Dimension Tolerance On Height, Top And Bottom Diameter : ± 0.5 Mm 5. Hardness: 40 ± 5 Duro 6. Packed In Resealable Plastic Bag 7. Comes With A Brand" 12 "ruler, Plastic, 12 Inches/30 Cm Functional Specifications: Used To Measure Length And Draw Straight Lines Performance Specifications: Must Be Able To Measure Length Of Objects In Flat Surfaces Up To 30cm In Metric And 12"" In English Standards Of Measurement." 319 Pcs "design Specifications: 1. Ruler, Plastic, Transparent, Smooth Surface, And 1 Mm Thick (minimum); 2. Approximate Width X Length: 28 Mm X 314 Mm; 3. Graduations: Metric Graduations On One Side While English Graduations On The Other Side: *metric Graduations Are In Centimeters, From 0 Cm To 30 Cm, With Every Cm Subdivided By 10 *english Graduations Are In Inches, From 0 Inches To 1 2 Inches, With Every Inch Subdivided By 16. 4. Clear, Readable Black, Non-groove Permanent Prints (will Not Fade And Cannot Be Scratched Off): 5. Bendable Up To U Shape When Held At Both Ends; And 6. The Item Shall Be Free From Toxic Materials" " 13" "set Of Tools A. Ball Peen Hammer, Handle Length Is 11"", 350g Approx. Weight, 1 Pc/set Functional Specifications: Used To Peen Dent Surfaces In Metals Performance Specifications: Should Be Able To Peen Dent Surfaces In Metals Design Specifications: Ball Peen Hammer, Handle Length 11 Inches, 350 Grams Gross Weight Approx., 1 Pc. /set B. Long Nose Pliers, 6"", 1 Pair/set Functional Specifications: Used To Bend Tiny Solid Wire Connectors Performance Specifications: Should Be Able To Bend Tiny Solid Wire Connectors 8" "sets" "design Specifications: Long Nose Pliers With Side Cutter, 6 Inches Long, Chrome Vanadium Material, 1 Pair/set C. Mechanical Wire Cutter And Pliers, 6.5"", 1 Pair/set Functional Specifications: Used To Bend Large Wires Performance Specifications: Should Be Able To Bend Large Wires Design Specifications: Mechanical-wire Cutter And Pliers, 6 1/2 Inches, Chrome Vanadium Material, 1 Pair/set D. Precision Screwdrivers Set, 6 Pcs/set, With Plastic Casing, 1 Set/set Performance Specifications: Should Be Able To Drive Precision Screws Design Specifications: Precision Screwdrivers Set, 6 Pc. (3 Phillips, 3 Flats)/set, With Plastic Casing, 1 Set" 14 "triangular File, Fine, 6 Inch Long With Plastic Handle Perfomance Specifications: Must Be Able To Cut The Glass Tube Design Specifications: 1. Type Of File: Triangular 2. Shape: Triangular 3. Material: High Carbon Steel 4. Kind Of File: Fine, Smooth 5. Length Of File: 6” (150-152.4 Mm) Long 6. Material Of Handle: Plastic 7. Packed In A Resealable Pouch 8. Comes With A Brand" 40 Pcs 15 "universal Ph Paper, Ph 0-14, 100 Strips/pack Specifications: Type-test Strips, Shape-rectangle, Material-cellulose/paper Based, Dimension Of Ph Strip(length-69mmx6mm); Number Of Colors In Indicator Test Strip: In Four Colors To Test Ph Values; Number Of Test Strips-100pc Strips; Packaging-clear, Transparent Box; Shape Of Box-square; With Complete Color Chart For Comparison With The Color Change To Get The Ph Reading Of The Sample Being Tested; No Sharp Edges On Box; Measures Ph 0-ph 14; Must Have A Brand" 40 Packs 16 "ph Meter, Handheld Performance Specifications: Must Be Able To Measure The Ph Of Each Substance/solution In 0.1 Ph Readability: A) For An Acid : Ph 0- Ph 6.0 B) For Basic/alkaline : Ph 8.0 To Ph 14.0 C) For Neutral (distilled Water) : Ph 7.0 Design Specifications: 1. Type: Portable Hand Held Digital Pen Type 2. Material : Plastic With The Following Dimensions: L: 6.2 In (155.45 Mm) W: 1.5 In (38.1 Mm) H: 1.3 In (33.02 Mm) 3. With Retractable Electrode 4.comes With One (1) Pc Protective Cap 5. Electrodes Extend Up To 3.15” (80.01 Mm)" 39 Pcs "6. Waterproof 7. Ph Range: Ph 0 To Ph 14 8. Accuracy: ± 0.2 Ph 9.features A Bold Lcd Display Of Ph 10. With Automatic Temperature Compensation 11. Supplied With Accessories: A) One (1) Bottle Ph 7.0 Buffer Solution Capacity Of Ph 7.0 Buffer Solution : 50 Ml" Note For Bidders: All Items Are To Be Grouped To Form One Complete Lot That Will Be Awarded To One Bidder To Form One Complete Contract. Please Make Sure To Have A Complete Bid.
Closing Date18 Feb 2025
Tender AmountPHP 262.7 K (USD 4.5 K)
City Of Manila Tender
Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Details: Description Office: Manilatraffic And Parking Bureau Pr No. 275 Charge To: Office Supplies Expenses Abc: Php200,000.00 1 40 Pc/s Ballpen, Fine Point, Black Php 12.00 Php Php 2 10 Pc/s Ballpen, Fine Point, Red Php 12.00 Php Php 3 10 Pc/s Sign Pen, Liquid Gel 0.5mm Needle Tip Php 30.00 Php Php High Quality, Black 4 5 Pc/s Sign Pen, Liquid Gel 0.5mm Needle Tip Php 30.00 Php Php High Quality, Red 5 30 Box/es Continous Form Paper 2 Ply (carbonized) Php 2,458.00 Php Php 11x9x1/2, 1000 Sets/box (280mmx241mm) 55gsm 6 10 Box/es Continous Form Paper 3 Ply (carbonized) Php 3,458.00 Php Php 11x9x1/2, 500sets/box (280mmxx241mm) 55-50-55gsm 7 20 Pc/s Correction Tape, (dong-a) 5mm X 10 Meters Php 36.00 Php Php 8 5 Pc/s Glue Clear (with Sponge Tip) 50 Cc Php 29.00 Php Php 9 1 Box Paper Clip (metal Colored) 100s/box, Big Php 40.00 Php Php 10 1 Box Paper Clip (metal Colored) 100s/box, Small Php 28.00 Php Php 11 6 Box/es Highlighter (stabilo) Asstd. Colors Php 205.00 Php Php 12 70 Box/es Staple Wire, Heavy Duty #35 Php 53.00 Php Php 13 4 Pc/s Stapler, Heavy Duty With Remover Php 586.00 Php Php 14 26 Carts Coin Envelope 8 1/2, Brown, 500's/cart Php 465.00 Php Php 15 6 Pack/s Folder, Long, White 100's/pack Php 1,000.00 Php Php 16 1 Pack Folder, Short, White 100's/pack Php 858.00 Php Php 17 2 Pack/s Folder Expandable, Green, Legal Size 12pcs/pack Php 550.00 Php Php 18 2 Pc/s Pencil With Eraser, #12 Php 13.25 Php Php 19 10 Pc/s Record Book, 500 Pages Serialize Php 130.00 Php Php 20 10 Pc/s Record Book, 300 Pages Php 100.00 Php Php Office: Manila Health Department-cemetery Pr No. 067 Charge To: Office Supplies Expenses Obr No. 100-2501-00470 Abc: Php69,194.00 1 30 Ream Paper Mimeo, Whitewove, Long Php 285.00 Php Php 2 30 Ream Paper Mimeo, Whitewove, A4 Php 240.00 Php Php 3 30 Ream Bond Paper Long Premium Grade 8.5 X 13 Long 80 Gsm Php 315.00 Php Php 4 60 Ream Bond Paper S20 A4, 8.5" X 11", 500's 80 Gsm Php 293.00 Php Php 5 2 Box Computer Continuous Form,3 Ply,11x9-1/2 Carbonless Php 1,990.00 Php Php 6 2 Box Computer Continuous Form,3 Ply,11x14-7/8 Carbonless Php 2,642.00 Php Php 7 4 Box Folder Short 100 Pcs (white) Php 886.00 Php Php 8 4 Box Folder Long 100 Pcs (white) Php 980.00 Php Php 9 10 Box Envelope, Document, Brown, Long,10"x15",500s Php 150.00 Php Php 10 4 Bots Glue, Multi Purpose, 130 G Php 75.00 Php Php 11 5 Pcs Record Book, 500 Pages 215mmx275mm Php 150.00 Php Php 12 5 Box Fastener Paper, Metal 50's/box Php 55.00 Php Php 13 5 Box Paper Clip , Plastic Coated, Small Php 23.00 Php Php 14 4 Box Paper Clip, Plastic Coated, Big Php 36.00 Php Php 15 4 Box Staple Wire #35 Php 58.00 Php Php 16 4 Pcs Ballpen, Black Php 13.00 Php Php 17 4 Pcs Ballpen, Red Php 13.00 Php Php 18 4 Box Pencil, Lead W/eraser #2 12's Php 136.00 Php Php 19 4 Pcs Marking Pen For Whiteboard, Black Php 78.00 Php Php 20 2 Pcs Puncher, Paper,heavy Duty,w/2 Holeguide Php 279.00 Php Php 21 2 Pcs Stamp Pad #2 Php 59.00 Php Php 22 2 Pcs Stamp Pad Ink Violet 50ml Php 172.00 Php Php 23 2 Pcs Stapler No. 35, Heavy Duty W/staple Remover Php 586.00 Php Php 24 2 Pcs Staple Wire #35 Php 58.00 Php Php 25 2 Pcs Printer Ink, Epson, #003 Black Php 372.00 Php Php 26 2 Pcs Printer Ink, Epson, #003 Blue Php 393.00 Php Php 27 2 Pcs Printer Ink, Epson, #003 Pink Php 393.00 Php Php 28 2 Pcs Printer Ink, Epson, #003 Yellow Php 393.00 Php Php Php Office: Office Of The City Legal Officer Pr No. 203 Charge To: Office Supplies Expenses Obr No. 100-2502-01030 Abc: Php74,323.00 1 30 Pcs. Ballpen, Black, 50's Php 12.50 Php 2 5 Pcs. Ballpen, Red, 50's Php 25.00 Php 3 5 Pcs. Ballpen, Blue, 50's Php 25.00 Php 4 1 Packs Cd, Rewritable, Formatted Php 1,942.00 Php 5 40 Rms. Bond Paper, 8 1/2 X 13, 70 Gsm. Php 293.00 Php 6 12 Rms. Bond Paper, 8 1/2 X 11, 70 Gsm. Php 243.00 Php 7 2 Pcs. Data File Boxes, 5"x9" X 15 3/4 Php 223.00 Php 8 2 Pcs. Flash Drive, 16gb Php 500.00 Php 9 4 Carts. Ink Cartridge, Hp678 - Black Php 750.00 Php 10 4 Carts. Ink Cartridge, Hp678 - Tricolor Php 750.00 Php 11 3 Pcs. Correction Tape, 5mm X 10mm Php 133.33 Php 12 1 Boxes Computer Continuous Forms, 3 Ply, 11" X 9 1/2" Php 2,834.40 Php 13 1 Boxes Computer Continuous Forms, 3 Ply, 11" X 14 7/8" Php 2,503.00 Php 14 6 Pcs. Ribbon Cartridge, Lq-2190 Php 1,350.00 Php 15 1 Pcs. Scissor, 8" Php 86.00 Php 16 7 Pcs. Sign Pens, 0.7, Ballpoint, Black Php 104.71 Php 17 7 Pcs. Sign Pens, 0.7, Ballpoint, Blue Php 104.71 Php 18 5 Pcs. Sign Pens, 0.7, Ballpoint, Red Php 146.60 Php 19 1 Pcs. Stapler No. 35, Hd With Staple Remover Php 514.00 Php 20 1 Packs Clip, Backfold, 1", 12 Pc/pack Php 21.00 Php 21 1 Packs Clip, Backfold, 1 1/4" 12 Pc/pack Php 29.00 Php 22 1 Packs Clip, Backfold, 2" 12 Pc/pack Php 68.00 Php 23 4 Boxes Paper Clip, Small Php 21.00 Php 24 4 Boxes Paper Clip, Big Php 42.00 Php 25 1 Pcs. Puncher Php 206.00 Php 26 1 Pcs. Marker, Permanent, Black Php 60.00 Php 27 2 Pcs. High Lighter, Colored 3's Php 332.80 Php 28 8 Packs Special Paper, A4 Php 45.00 Php 29 1 Roll Tape, Transparent Php 37.00 Php 30 1 Roll Tape, Packaging Php 65.60 Php 31 1 Carts. Toner, For Photocopier Mp2014hs Php 4,228.80 Php 32 2 Pads Notepads, 3" X 4" Php 80.00 Php 33 1 Packs Index Card, 5" X 8", Ruled Both Sides Php 57.60 Php 34 3 Carts. Ink, Ip-2770, #810, Black Php 1,429.00 Php 35 3 Carts. Ink, Ip-2770, #811, Colored Php 1,886.00 Php 36 3 Carts. Ink, Deskjet, No. 682, Black Php 770.00 Php 37 3 Carts. Ink, Deskjet, No. 682, Colored Php 550.00 Php 38 3 Carts. Ink, No. 003, Black, Epson Php 372.00 Php 39 3 Carts. Ink, No. 003, Cyan, Epson Php 393.00 Php 40 3 Carts. Ink, No. 003, Magenta, Epson Php 393.00 Php 41 3 Carts. Ink, No. 003, Yellow, Epson Php 393.00 Php 42 1 Packs Folder, Plain, Long Php 823.00 Php 43 1 Reams Folder, Pressboard, Long Php 1,715.00 Php 44 1 Packs Envelope, Expanded With String, 10's/pck Php 195.00 Php 45 1 Packs Envelope, Document, Brown, Long Php 143.00 Php 46 1 Packs Envelope, Document, Brown, Short Php 114.00 Php 47 3 Boxes Fasteners, Non-sharp Edge, 50's/box Php 58.67 Php 48 1 Pcs. Keyboard, Usb Type Php 643.00 Php 49 1 Pcs. Mouse, Usb Php 1,142.00 Php 50 1 Pcs. Mouse Pad With Cushion Armrest Php 166.00 Php 51 3 Bottle Ink, L110, Black Php 362.67 Php 52 3 Bottle Ink, L110, Cyan Php 229.33 Php 53 3 Bottle Ink, L110, Magenta Php 229.33 Php 54 3 Bottle Ink, L110, Yellow Php 229.33 Php Php Per Lot Basis Total Php 21 30 Reams Bond Paper, Hard Copy, Short Php 245.00 Php Php 22 80 Reams Bond Paper, Hard Copy, Long Php 280.00 Php Php 23 30 Reams Bond Paper, Hard Copy, A4 Php 250.00 Php Php 24 4 Bottles Stamp Pad Ink, Black Php 61.00 Php Php 25 2 Pc/s Stamp Pad Felt Pad Php 62.00 Php Php 26 4 Pc/s Ribbon Printer (lq310) Epson Php 260.00 Php Php 27 6 Pc/s Ribbon For Dot Matrix (lx310) Epson Php 165.00 Php Php 28 1 Pc Scissors, Symmetrical, Blade Length: 9" Php 161.00 Php Php 29 9 Bottles Ink, Epson Printer 3110, (black) 003 Php 375.00 Php Php 30 2 Bottles Ink, Epson Printer 3110, (yellow) 003 Php 395.00 Php Php 31 2 Bottles Ink, Epson Printer 3110, (magenta) 003 Php 395.00 Php Php 32 2 Bottles Ink, Epson Printer 3110, (cyan) 003 Php 395.00 Php Php 33 8 Bottles Ink, Epson Printer M3170, (blaack) 005/s Php 811.00 Php Php 34 1 Packs Envelope, Documentary Brown, Long 100's/pack Php 716.00 Php Php 35 3 Pc/s Tape, Transparent 24mm, 50 Meters, 1" Php 32.00 Php Php 36 1 Pc Puncher, Paper With Two-hole Guide, 1 Piece In Individual Box Php 258.00 Php Php 37 2 Box/es Rubber Bands, 50 Grams (everlasting Brands) Php 43.50 Php Php 38 2 Pc/s Ruler, Plastic 12" Php 33.00 Php Php 39 3 Rolls Masking Tape, 1" 50 M Php 50.50 Php Php 40 2 Packs Cd Recordable, 4.7 Gb/ 50 Pcs Php 972.00 Php Php 41 2 Packs Clip, Backfold, 2" (50mm)/12 Pcs Php 100.00 Php Php 42 2 Packs Clip, Backfold, 1" (25mm)/12 Pcs Php 32.00 Php Php 43 2 Packs Clip, Backfold, 3/4" (19mm)/12 Pcs Php 21.00 Php Php 44 1 Box Fastener, Paper Metal 50's Php 62.00 Php Php 45 1 Pc Calculator, 12 Digits Cap., Compact Electronic, 1 Unit In Individual Box Php 500.00 Php Php 46 4 Pc/s Envelope, Expanding Kraftboard, With String And Eyelet, Legal Size Php 28.00 Php Php 47 1 Box Rubber Bands, 350 Grams (arrow Brands) Php 322.00 Php Php 48 10 Pc/s Sticker Paper, Matte A4 10's Php 53.00 Php Php 49 2 Pc/s Mouse For Computer, Usb Type, With Keyboard Wireless Php 1,423.00 Php Php Php
Closing Date21 Mar 2025
Tender AmountPHP 343.5 K (USD 5.9 K)
Center For Health Development Region Vi Tender
Others
Philippines
Details: Description Republic Of The Philippines Department Of Health Western Visayas Center For Health Development Invitation To Bid For Procurement Of Office Supplies And Materials Ib No. 2025-068 The Department Of Health- Western Visayas Center For Health Development, Through The 2025 Dpc Funds Intends To Apply The Sum Of Five Million Two Hundred Fifty Thousand Nine Hundred Forty Eight Pesos And Fifty Cents (php 5,250,948.50), Being The Abc To Payments Under The Contract For Procurement Of Office Supplies And Materials, Ib No. 2025-068. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. The Department Of Health- Western Visayas Center For Health Development, Using A Single-year For A Duration Of One Year Framework Agreement, Through The 2025 Dpc Funds Intends To Apply The Sum Of Five Million Two Hundred Fifty Thousand Nine Hundred Forty Eight Pesos And Fifty Cents (php 5,250,948.50), Corresponding To The Total Cost Of Each Item To Be Bid Out And The Following Items Each Having The Abc To Payments Under The Contract, To Wit: Item No. Item Description Abc Per Item (php) 1 Bondpaper A4 500's 2,200,000.00 2 Bondpaper Long Size 500's 597,500.00 3 White Board 4x4ft 44,250.00 4 Filling Folder Hardbound W/ 3 Rings Portrait W/ Doh Logo 33,000.00 5 Filling Folder Hardbound W/ 3 Rings Landscape W/ Doh Logo 28,000.00 6 Record Book Sr. 500 Pages 8,800.00 7 Glue Gun Big G250 5,850.00 8 Glue Gun Big Mgka03 6,000.00 9 Floor Rug Cotton 1,125.00 10 Broom (walis Tambo) 4,240.00 11 Dust Pan W/ Aluminum Steel Handle 3,780.00 12 Feather Duster Multipurpose 3,450.00 13 Stamp Pad No.2 Violet 400.00 14 White Board Marker Black 2,250.00 15 White Board Marker Blue 2,250.00 16 White Board Marker Red 1,350.00 17 Desk Pad, L X W 4.6 X 6.5 " 100/,pad Small 5,800.00 18 Desk Pad, L X W 6 X 8 In 100/pad Big 8,300.00 19 Permanent Marker ,black, 12's 06mm X 0.8mm 2,191.50 20 Permanent Marker, Red, 12's 06mm X 0.8mm 2,800.00 21 Cleanser Powder, At Least 350g 630.00 22 Laid Paper Natural White, Long 85 Gsm,8.5 (w) X 14 12,600.00 23 Twin Mini Permanent Marker, Dong A 12's 0.4mm X 0.6mm (remove Brand Dong A) 2,000.00 24 Clear Plastic Envelope Long 7,500.00 25 Filler Sheet Protector, A4 10's 10,000.00 26 Filler Sheet Protector Long, 10's 18,000.00 27 Disinfectant Spray At Least 510 Grams 19,080.00 28 Disinfectant Spray At Least 430 Grams 8,250.00 29 Insecticide Spray, Multi Insect Killer, At Least 500 Ml 8,688.00 30 Notebook, Green Color With Doh Logo (logo Diameter: 2.5 Inches) 348,000.00 31 White Board Eraser 540.00 32 Binder Clips, Double Folded, 1" 2,640.00 33 Binder Clips, Double Folded, 2" 3,600.00 34 Battery Aa 4's / Pack, Good Quality 9,000.00 35 Battery Aaa 4's / Pack, Good Quality 14,280.00 36 Dater 1,000.00 37 Eraser/eraser Gum, Ordinary 1,000.00 38 Id Badge/seminar Id Badge 33,000.00 39 Correction Tape 15 Meters 10,800.00 40 Knife Cutter Blade, Heavy Duty, Good Quality 800.00 41 Envelope, Expandable, Green, With Doh Logo Diameter: 3.5 Inches, Long W/ Tie 33,000.00 42 Envelope, Expandable,assorted, Good Quality 6,000.00 43 Envelope, Mailing, Long, White, 500's/box 3,780.00 44 Envelope, Mailing, Brown, Long, 500's/box 756.00 45 Masking Tape 1 Inch 3,600.00 46 Paper Clips Small 400.00 47 Paper Clips Big 1,800.00 48 Permanent Marker, Blue 16,800.00 49 Sticker Paper, A4, Matte, White, 10's / Pack 9,600.00 50 Sticker Paper, A4, Matte, Yellow, 10's / Pack 9,600.00 51 Sticker Paper, A4, Matte, Green, 10's / Pack 9,600.00 52 Sticky Note 2"x3", 100's/pad, Assorted Colors 2,700.00 53 Sticky Note 3"x3", 100's/pad, Assorted Colors 3,600.00 54 Sticky Note 3"x4", 100's/pad, Assorted Colors 4,320.00 55 Board Paper Long, White/corn Creamfield, 10's 7,000.00 56 Colored Bondpaper, Assorted Colors 7,500.00 57 Date Received Stamp 7,200.00 58 Double Sided Tape 1" 2,400.00 59 Duct Tape 2" 8,640.00 60 Card Case A4 Size 12,500.00 61 Document Tray, 3 Layers 25,000.00 62 Folder, Long, Expandable, Green, With Doh Logo Diameter: 5 Inches 165,000.00 63 Paper Fastener, Small, Plastic, 50's / Box 4,800.00 64 Paper Clamp 2" 1,728.00 65 Plastic Envelope With Handle And Doh Logo (logo Diameter: 3 Inches) 270,000.00 66 Plastic Twine (straw Rope) 1,700.00 67 Puncher, Heavy Duty 21,000.00 68 Scissors, At Least 8", Stainless 6,720.00 69 Sharpener Machine 9,000.00 70 Stapler #35, Heavy Duty 47,500.00 71 Staple Remover (plier Type) 7,200.00 72 Staple Wire No. 10 1,200.00 73 Staple Wire No. 35 7,800.00 74 Transparent Tape 1", Clear (not Yellow), 50 M, Good Quality 3,600.00 75 Transparent Tape 2", 100 M, Good Quality 7,200.00 76 Ballpen, Black, Good Quality 33,000.00 77 Ballpen, Blue, Good Quality 6,600.00 78 Ballpen, Red, Good Quality 7,920.00 79 Binder Clip 1 Inch 2,120.00 80 Binder Clip 1.5 Inches 1,060.00 81 Binder Clip 2 Inches 5,000.00 82 Calculator 12-digits 21,000.00 83 Clear File With Filler Sheets (clearbook Style), With Doh Logo/ Customized (logo Diameter: 3.5 Inches), Color: Apple Green 125,000.00 84 Coin Envelope Size 4, 20's / Pack 312.00 85 Envelope, Brown, Short, Ordinary 8,640.00 86 Envelope, Brown, Long, Ordinary 9,000.00 87 Extension Cords With 4 Gangs With Individual Switch 13,200.00 88 Glue 130 Grams 9,000.00 89 Highlighter (assorted Color), 10's / Box 43,200.00 90 Folder, White, Long (ordinary) 40,000.00 91 Folder, White, Short (ordinary) 6,500.00 92 Folder, Assorted Colors, Long (ordinary) 8,000.00 93 Folder, Plastic, Assorted Colors, Long 75,000.00 94 Laminating Film 100mm X 150 Mm 3,000.00 95 Morroco Folder, Short, Blue 3,000.00 96 Notarial Seal, No. 25 40s, Shiny Gold 528.00 97 Plain / Corrugated Empty Box, Hard Carton Material With Print Doh Logo 4 Sides Size (l-22", H-13", W-15"), Thickness: 6 Mm, Logo Diameter: 5 Inches 264,000.00 98 Plain / Corrugated Empty Box, Hard Carton Material With Print Doh Logo 4 Sides Size (l-15 - 18", H-8 To 10", W-10-12"), Thickness: 6 Mm, Logo Diameter: 5 Inches 90,000.00 99 Photo Paper A4, 20's / Pack, Matte 18,000.00 100 Pencil No. 2 30,240.00 101 Rubber Band, 3-inch Diameter 9,000.00 102 Sign Pen 0.7 Black, 12's / Box 18,000.00 103 Sign Pen 0.7 Blue, 12's / Box 10,800.00 104 Sign Pen 0.5 Black, 12's / Box 21,600.00 105 Sign Pen 0.5 Blue, 12's / Box 12,960.00 106 Sign Pen 0.5 Red, 12's / Box 4,320.00 107 Sign Pen 0.4 Black, 12's / Box 46,800.00 108 Sign Pen 0.4 Blue, 12's / Box 28,080.00 109 Sign Pen 0.4 Red, 12's / Box 28,080.00 110 Sign Pen 0.3 Black, 12's / Box 45,000.00 Total 5,250,948.50 Bids Received In Excess Of The Total Cost Per Item Shall Be Automatically Rejected. The Department Of Health- Western Visayas Center For Health Development Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within Cy 2025. Bidders Should Have Completed, Within 3 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 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. Prospective Bidders May Obtain Further Information From The Department Of Health- Western Visayas Center For Health Development And Inspect The Bidding Documents At The Address Given Below During 8:00 Am -12:00 Nn And 1:00 – 5:00 Pm (monday – Friday Except Holiday. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 4, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. The Procuring Entity May Accept The Payment Of Bidding Documents In Postal Money Order, Cashier’s Check Or Manager’s Check Upon Submission Of The Bids, Provided It Must Be Sealed And Labeled Separately From The Eligibility/ Technical Documents And Financial Documents. Payment In Check Should Be Made Payable To Doh –wv Chd. Note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots The Department Of Health – Wv Chd Will Hold A Pre-bid Conference On March 11, 2025, 9:00 Am At Doh – Wv Chd, Santa Barbara, Iloilo, Through Videoconferencing/webcasting And Face To Face Subject To The Registration Requirement Stated Hereunder In Item 11, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before March 25, 2025, 9:00 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be Conducted Through Videoconferencing/webcasting And Face To Face Subject To Limitation As Noted In Item 11 On March 25, 2025, 9:00 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Department Of Health- Western Visayas Center For Health Development 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. Bidders Who Choose To Attend The Pre-bid And Bidding Conference Are Required To Pre-register Using The Link Below: Pre-registration Link Deadline Of Pre-registration For Video Conferencing/ Webcasting Https://bit.ly/3rpmvsr Pre-bid Conference On Or Before: March 10, 2025, 12:00 Nn Face To Face Https://bit.ly/3wv4bco Opening Of Bids On Or Before: March 24, 12:00 Nn For Further Information, Please Refer To: Bac Secretariat Department Of Health– Western Visayas Center For Health Development Bolong Oeste, Sta. Barbara, Iloilo 5029 Dohro6bac@gmail.com (033) 332-2329 Loc. 145/ (033)321-61-89 0961 586 6473/ 0966 755 2925 Url: Http://www.ro6.doh.gov.ph You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://drive.google.com/open?id=1ecjcq_xbgrowrxadpgnq0w7m7jbzmlma Http://notices.philgeps.gov.ph. March 3, 2025 Sgd._______________________________________ Arnold G. Celestino, Me, Mpa Chairperson, Bac Category A
Closing Date25 Mar 2025
Tender AmountPHP 5.2 Million (USD 91.8 K)
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)
Quirino State University Tender
Machinery and Tools
Philippines
Details: Description 1ream Acetate, Short, Lct Pvc 700.00 1ream Acetate, A4, Lct Pvc, 800.00 6ream Acetate, Long, Lct Pvc 850.00 30piece Ballpen (blue) / Piece 5.50 4spool Ballpen, Black, 50pcs/spool 275.00 4spool Ballpen, Blue, 50pcs/spool 275.00 2spool Ballpen, Red, 50pcs/spool 275.00 30piece Ballpen, Retractable (black) / Piece 5.50 30piece Ballpen, Retractable (red) / Piece 5.50 7spool Ballpen, Retractable, Black, 50pcs/spool 275.00 2spool Ballpen, Retractable, Blue, 50pcs/spool 275.00 3spool Ballpen, Retractable, Red, 50pcs/spool 275.00 12pack Battery, Dry Cell, Aa, 1.5 Volts, Alkaline (2 Pcs) 105.00 9pack Battery, Dry Cell, Aa, 1.5 Volts, Alkaline (4 Pcs) 210.00 20pack Battery, Dry Cell, Aaa, 1.5 Volts, Alkaline (2 Pcs) 85.00 1set Battery-rechargeable Aa (4pcs) With Charger 3,000.00 8box Binder Clip 1 5/8" By 12 Metal 65.00 25box Binder Clip 1" By 12 Metal 50.00 18box Binder Clip, 1/2" By 12 Metal 40.00 13box Binder Clip, 2" By 12 Metal 105.00 12box Binder Clip, 3/4" By 12 Metal 45.00 6box Binder Clip, 1 1/4", 12s, Metal 50.00 6box Binder Clip, 1/2"by 12s, Metal 50.00 6box Binder Clip, 2" By 12 Metal 105.00 2piece Blade Cutter 10pcs/pack 70.00 29box Bond Paper, A4, S20, Per Box 1,100.00 74box Bond Paper, Long ,s20, Per Box 1,250.00 20box Bond Paper, Short ,s20, Per Box 1,000.00 5box Bond Paper,a4, S20, Per Box 1,100.00 3pc Brother Bt5000 Cyan 650.00 3pc Brother Bt5000 Magenta 650.00 3pc Brother Bt5000 Yellow 650.00 2set Brother Ink 5000 (cyan,magenta,yellow) 885.00 4pc Brother Btd60 Black 650.00 3bottle Brother Ink Bt D60 (black) 320.00 1pack Cable Tie 6" 250.00 56pc Cartolina, Assorted Color 8.50 2piece Certificate Frame, Size 8.5 X 11 270.00 4piece Certificate Holder, A4 Size 50.00 11pc Clear Book ( Refillable, 20 Transparent 8.5" X 13" Cover Color Green) 65.00 1pack Clear Book Leaf Refill 100 Pcs Size Long (8.5" X 13") 60.00 4 Box Clear Sheet Refill, 11holes, Long 100pcs/box 600.00 35roll Clear Tape, 1" 40.00 30roll Clear Tape, 2" 45.00 11ream Colored Paper, Long 350.00 9box Continuous Paper, 3 Ply,carbonless, Letter Size 750.00 46pc Correction Tape 25.00 5piece Correction Tape, 5m X 5mm (tear-resistant Tape) 20.00 5piece Crayons 8's Ordinary 25.00 9piece Cutter Knife, Heavy Duty 280.00 1pc Cutting Mat, A2, Green 650.00 10pc Data File Box, Double 350.00 7pc Data File Box, Double, Red 350.00 6piece Data File Box, Double/ Grey 350.00 3piece Data File Box, Single, Dark Blue 250.00 8pc Data File Box, Single, Red 250.00 6piece Data File Storage Box Arlin/with Cover Buffalo Skin 600.00 1piece Data File Storage Box With Cover -legal (blue) Arlin/buffalo Skin 370.00 1piece Dater Stamp 900.00 42roll Double Sided Tape, 1" 55.00 8roll Double Sided Tape, 2" 75.00 7roll Duct Tape, 2", Blue 100.00 3roll Duct Tape, 2", Red 100.00 6roll Duct Tape, 2", Yellow 100.00 9pack Envelope With String, Expanding 200.00 1box Envelope, Expanding-long (green) 100 Pcs/box 1,500.00 101piece Envelope, Long, Brown 7.50 20piece Envelope, Short, Brown 5.00 13set Epson Ink 001 Set (black, Cyan,magenta, Yellow) 1,400.00 9bot Epson Ink 001, Black 350.00 2set Epson Ink 001pigment Inks-bk/cy/mg/yw 1,850.00 34set Epson Ink 003 (black) 350.00 3bottle Epson Ink 003 (cyan) 350.00 5bottle Epson Ink 003 (magenta) 350.00 5bottle Epson Ink 003 (yellow) 350.00 21set Epson Ink 003 Set (black,cyan,magenta,yellow) 1,400.00 11bottle Epson Ink 664 (black) 360.00 9bottle Epson Ink 664 (cyan) 360.00 9bottle Epson Ink 664 (magenta) 360.00 9bottle Epson Ink 664 (yellow) 360.00 2bottle Epson Ink 774, Black Pigment Ink 1,375.00 3set Epson Pigmented Ink (black, Cyan, Magenta, Yellow) 5,500.00 1set Epson Pigmented Ink (black, Cyan, Yellow, Megenta) 5,500.00 2set Epson Ink 001pigment Inks For L14150,l4160,l6160, L6170,l6190 Printer Bk/cy/mg/yw 1,850.00 4pc File Tray, 3 Layers, Steel 650.00 3piece Flash Drive, 128gb 850.00 4piece Flash Drive, 32gb 520.00 5piece Flash Drive, 64gb 695.00 2pc Flashdrive (2gb) 155.00 58pc Folder (brown)-long 7.50 20piece Folder Expanding, Long, (green) 17.00 8box Folder Expanding, Long, 100 Pcs Per Box (green) 1,700.00 6pc Glue Gun 350.00 6piece Heavy Duty Staple Remover Pliers Type 120.00 25pc High Lighter 35.00 12piece High Lighter (neon Green) 35.00 3piece High Lighter, Yellow 35.00 4bottle Hp Gt51, Black Ink Refill 350.00 2set Hp Gt52 Ink Set (magenta, Cyan, Yellow) Gt53/gt53xk Set 1,400.00 6box Laminating Film (95x135mm, 250 Microns Thickness)100 Sheets/pack) 1,200.00 2box Mailing Envelope, Long 300.00 15pc Masking Tape, 2" 50.00 1pack Morocco Paper Cover, A4, Red 280.00 3pc Mouse Pad 110.00 89piece Notebook Spiral 30.00 10piece Office Long Lever Arch Box File Folder 2 Holes Metal Clip Folder 250.00 5piece Official Record Book, 8.5 X 11, 300 Pages 210.00 28box Paper Clip, Jumbo 50.00 9box Paper Clip, Large 35.00 12box Paper Clip, Medium 30.00 2box Paper Clip, Small (28mm) 25.00 3box Paper Clip, Super Large Jumbo Paper Clip Vinyl Coated 30/pack 4" Assorted Color 350.00 1unit Paper Cutter B4 1,250.00 13box Paper Fastener, Plastic 45.00 20box Pencil #2 120.00 2pc Pencil Sharpener, Heavy Duty 320.00 5box Permanent Marker, Broad, 12s 300.00 12box Permanent Marker, Fine, 12s 500.00 1box Permanent Marker, Fine, 12s, Black 500.00 30pack Photo Paper, A4 (20 Sheets) 120.00 1pc Pigment Inks For Epson Workforce C5290 [1000ml] - Black 1,650.00 1pc Pigment Inks For Epson Workforce C5290 [1000ml] - Cyan 1,650.00 1pc Pigment Inks For Epson Workforce C5290 [1000ml] - Magenta 1,650.00 1pc Pigment Inks For Epson Workforce C5290 [1000ml] - Yellow 1,650.00 15pack Post Screw, 1 1/2'' By 12 (m5x40mm) 120.00 10pack Post Screw, 1/2" By 12 (m5 X 14mm) 75.00 15pack Post Screw, 1/4'' By 12 (m5x6mm) 65.00 20pack Post Screw, 1/8" By 12 (m4 X 4mm) 65.00 2pc Puncher, Three (3) Hole Heavy Duty, Adjustable W/ 30 Sheets Capacity 2,950.00 1pc Puncher, Two (2) Holes Heavy Duty No. 150 3,500.00 6box Push Pin 100s 50.00 2pc Receiving Rubber Stamp 650.00 2pc Receiving Rubber Stamp (year: 2025-2035) 650.00 15piece Record Book (300 Pages) 180.00 18pc Record Book (300 Pages), Official 210.00 18piece Record Book (500 Pages), Official 380.00 10pc Ring Binder Comb 1.2m:10mm 120.00 10pc Ring Binder Comb 1.2m:8mm 100.00 5pc Ring Binder Folder, 2 Holes, Long, Green 180.00 11piece Ruler 12" Metal 65.00 2piece Scissor, Big 20.00 2pc Scissor, Big 80.00 9piece Scissor Big 120.00 14pc Scissor,symmetrical, Blade Length 65mm 80.00 17box Signpen Gel, Black, 0.5mm Needle Tip, 12s 380.00 12box Signpen Gel, Blue, 0.5mm Needle Tip, 12s 380.00 2box Signpen Gel, Red, 0.5mm Needle Tip, 12s 380.00 12box Signpen, Black, 0.4mm, Needle Tip, 12s 380.00 1box Signpen, Blue, 0.4mm Needle Tip, 12s 380.00 4piece Signpen, Red, 0.4mm Needle Tip 35.00 3box Signpen, Red, 0.4mm Needle Tip, 12s 380.00 21pack Special Paper, 200 Gsm, A4 Color: White 42.00 19pack Special Paper, 200 Gsm, Long 50.00 20pack Special Paper, 200 Gsm, Long Color: White 50.00 5pack Special Paper, 200 Gsm, Short 40.00 2piece Stamp Pad (big) 120.00 2bottle Stamp Pad-violet # 4` 50.00 20box Staple Wire, #35 55.00 1box Staple Wire, #35, 5000 Staples,6mm (1/4") Leg Length 55.00 21pc Stapler W/ Puller, #35 260.00 1unit Stapler, Binder-type 1,500.00 25pc Stick Glue 15.00 14pack Sticker Paper, A4, Matte White, Inkjet And Laser Printer Support (10 Sheets) 120.00 5pack Sticker Photo Paper, A4 85.00 1pack Stick-on Note 5 Colours (0.5" X 1.7"/1.3 X4.3cm 10x25 Sheets 50.00 23pack Sticky Note, 2 X 3, Assorted Colors 35.00 5pack Sticky Note, 3x 3, Yellow 45.00 12pack Sticky Notes, 76 X 19 Mm, 5-in-1 50.00 1piece Tape Dispenser 130.00 1pc Tape Dispenser, 1" 130.00 10 Pc View Binder, 3 Holes, Long, Black, 2" Easy To Open Spine, Made Quality Pvc Materials, Transparent Pockets In Front And Back Sides For Display Purposes 450.00 13pc View Binder, 3 Holes, Long, Black, 3" Easy To Open Spine, Made Quality Pvc Materials, Transparent Pockets In Front And Back Sides For Display Purposes 450.00 7pc Water Proof Sticker Paper A4 325.00 1piece White Board, 3ft X 4ft, W/ Aluminum Frame, Wall 3,500.00 5bottle Whiteboard Marker Refill Ink, Black 87.00 3piece Whiteboard Marker, Black 25.00 16box Whiteboard Marker, Black, 12s 300.00 3piece Whiteboard Marker, Blue 25.00 3piece Whiteboard Marker, Red 25.00 2ream Worx Specialty Paper, 200 Gsm White, 8.5" X 11" (100 Sheets/pack) 400.00 3ream Worx Specialty Paper, 200 Gsm White, 8.5" X 13" (100 Sheets/pack) 400.00 3piece Wrist Rest Mouse Pad, Black 110.00
Closing Date17 Mar 2025
Tender AmountPHP 517.6 K (USD 9 K)
Province Of Occidental Mindoro Tender
Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Occidental Mindoro Municipality Of Sta. Cruz Invitation To Bid The Municipality Of Sta. Cruz, Through Its Bids And Awards Committee (bac), Invites Qualified Suppliers To Bid For The Implementation Of Hereunder Program. Name Of Project: Procurement Of Office Supplies Brief Description: See Hereunder List Of Items And Specifications Location: Lgu Sta. Cruz, Occidental Mindoro Approved Budget: ₱ 834,752.80 Source Of Fund: General Fund Fy-2025 Date Of Delivery: Within 15 Days After Issuance Of Notice Of Award Reference Number: 70-2025 Bid Security: Bid Security In The Prescribed Form, Amount And Validity Period: A. Cash Or Cashier’s/manager’s Check – Not Less Than 2% Of The Abc; B. Bank Draft/guarantee – Not Less Than 2% Of Abc; C. Surety Bond – Not Less Than 5% Of The Abc; D. Bid Securing Declaration – Notarize; All Particulars 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 Regulation (irr). The Complete Schedule Of Activities Is Listed As Follows: Activities Schedule 1. Issuance Of Bid Documents May 26, 2025 – June 2, 2025-2:00 Pm @ Bac Office, Municipal Bldg, Stcom. 2. Opening Of Bids June 2, 2025 – 2:00 Pm @ Bac Office, Municipal Bldg, Stcom. 3. Bid Evaluation June 3, 2025 – 2:00 Pm @ Bac Office, Municipal Bldg, Stcom. 4. Submission Of Additional Requirements June 4, 2025 – June 5, 2025 -2:00 Pm @ Bac Office, Municipal Bldg, Stcom. 5. Post-qualification June 9, 2025 – 2:00 Pm @ Bac Office, Municipal Bldg, Stcom. Bid Documents Will Be Available Only To Qualified Prospective Bidders Upon Payment Of Non-refundable Amount Of 1,000.00 To The Municipal Treasurer’s Office And Submission Of Letter Of Intent, Printed Copy Of Philgeps Registration Together With The Document Request List (drl) And Special Power Of Attorney (spa) In The Case Of Representative Of The Bidder. Interested Bidders May Obtain Further Information From Bac Secretariat And Inspect The Bidding Documents At Bac Office Inside Post Office Building, Municipal Compound Or Go To Accounting Office From 8:00 Am To 5:00pm From May 26, 2025 To June 2, 2025 Or Call At Mobile Nos. 09272319085 And 0975654703. The Lgu Of Sta. Cruz, Occidental Mindoro Reserves The Right To Reject Any Or All Bids, Waive Any Defects Or Formalities, Assumes No Obligation Whatsoever To Compensate Or Indemnify Bidders For Any Expenses That They May Incur In The Preparation Of Bid. Marynette T. Sibulan Bac Vice Chairperson Date Of Publication: May 26, 2025 List And Specification Of Office Supplies: Item # Qty. Unit Of Issue Item Description 1. 25 Bottle Alcohol 70% Solution, 500ml 2. 20 Bottle Alcohol 70% Solution, 1 Liter 3. 15 Gallon Alcohol 70% Solution, Gallon (3.75 Liters) 4. 61 Piece Highlighter, Assorted Color 5. 151 Piece Sign Pen, Black, Liquid Or Gel 6. 37 Piece Sign Pen, Blue, Liquid Or Gel 7. 33 Box Sign Pen, Black 0.5mm,12pcs/box 8. 29 Pack Battery, Size Aa, 4pcs/pack 9. 24 Pack Battery, Size Aaa, 4pcs/pack 10. 5 Pack Battery, Size Aaa, 2pcs/pack 11. 2 Unit Ups Battery12v 7ah 20hr Ps7-12 12 Volts 7 Ampere Rechargeable Valve Regulated Lead Acid Battery For Ups 12. 4 Piece Uninterruptable Power Supply 650va Avr Universal Outlet 230v 13. 9 Gallon Bleaching Solution, 3785ml/gallon 14. 19 Piece Broom, Tambo 15. 53 Dozen Fabric Conditioner, 38ml/sachet 16. 29 Piece Scrub Sponge 17. 4 Piece Scrub Brush, Long 18. 3 Dozen Towel, White, 12 Pcs 19. 8 Dozen Detergent Powder, 74g 20. 77 Bottle Dishwashing Liquid, 250ml 21. 8 Can Disinfectant Spray,340g 22. 13 Piece Door Mat 23. 12 Piece Spin Mop, Tornado 24. 38 Roll Trash Bag, Black, Medium Size, 25pcs/roll 25. 4 Roll Trash Bag, Transparent/black, Xxl Size, 100pcs/roll 26. 2 Piece Wastebasket, Plastic 27. 26 Bottle Ink, For Stamp Pad, Black, 30ml 28. 13 Bottle Ink, For Stamp Pad, Violet, 30ml 29. 2 Pack Carbon Paper, Long, Black, 100sheets/pack 30. 3 Pack Carbon Paper, Long, Blue, 100sheets/pack 31. 22 Box Laminating Pouch Film, 80mmx110mmx250mic., 100pcs/box 32. 1 Pack Pvc Binding Cover, A4 Size,200microns, 100sheets/pack 33. 3 Pack Pvc Binding Cover, Legal Size, 200microns, 100sheets/pack 34. 3 Unit External Hard Drive, 1tb 35. 21 Piece Flash Drive, 64gb 36. 18 Piece Flash Drive, 32gb 37. 3 Piece Flash Drive, 256gb 38. 4 Piece Usb Wi-fi Dongle Wireless Network Card Adapter 2.4g/5ghz 1600mbps 39. 3 Unit Computer Mouse, Wireless, 2.4 Ghz 40. 2 Unit Emergency Light, Twin Head, Rechargeable 41. 48 Bottle Glue, All-purpose, 200 Grams 42. 11 Bottle Glue, All-multipurpose, 130 Grams 43. 5 Box Gun Tacker Staple Wire 10mm, 3/8 44. 79 Box Staple Wire, #35, 26/6 45. 12 Box Staple Wire, #23/10, 10mm, 3/8*, 50-70 Sheets 46. 26 Pack Tape, Transparent, 24mm X 50yards 47. 45 Roll Tape, Transparent, 48mm X 20m 48. 63 Roll Tape, Double Sided, 1'' 49. 2 Roll Tape,double Sided, 1/2inch 50. 5 Roll Tape, Masking, 48mm 51. 20 Piece Ruler, Plastic, 450mm 52. 157 Piece Ballpen, Black 53. 4 Piece Ballpen, Red 54. 127 Box Ballpen, Black, 12pcs/box 55. 11 Box Ballpen, 0.5, Black, 50pcs/box 56. 20 Box Ballpen, 0.5, Gel Ink, Black, 12pcs/box 57. 1 Box Ballpen, 0.5, Blue, 50pcs/box 58. 17 Box Ballpen, Ballpoint, Blue, 12pcs/box 59. 2 Box Ballpen, Ballpoint, Red, 12pcs/box 60. 62 Box Binder Clip, 41mm, 12pcs/box 61. 28 Box Binder Clip, 51mm, 12pcs/box 62. 50 Box Binder Clip, 19mm, 12pcs/box 63. 20 Box Binder Clip, 25mm, 12pcs/box 64. 1 Pack Binding Ring, Plastic, 38mm, 84 Rings, 10pcs/pack 65. 2 Pack Binding Ring, Plastic, 45mm, 84 Rings, 10pcs/pack 66. 2 Pack Binding Ring, Plastic, 51mm, 84 Rings, 10pcs/pack 67. 33 Unit Calculator, 12 Digits 68. 195 Piece Correction Tape, 5mmx8m 69. 117 Piece Correction Tape, Large Capacity, 10mmx8m 70. 65 Piece Correction Tape, 5mmx10m 71. 218 Piece Correction Tape, 5mmx20m 72. 10 Piece Correction Tape, Film Base 6m Min. 73. 55 Piece Data File Box 74. 223 Piece Envelope, Expanding, Kraft, Legal 75. 50 Piece Envelope, Expanding, Kraft, Brown 76. 5 Pack Envelope, Mailing, White,long, 80gsm, 50pcs/pack 77. 355 Pc Envelope, Brown, Short 78. 791 Pc Envelope, Brown, Long 79. 83 Box Fastener, Colored, 7cm, 50pcs/box 80. 48 Box Fastener, Plastic, Long, 50pcs/box 81. 4 Box Fastener, Metal, Non-sharp Edge, 50pcs/box 82. 3 Piece File Holder, 4 Desktop Storage, Book Paper Desk Rack Organizer, Data Frame 83. 20 Piece Filing/sorting Box 84. 230 Piece Folder, Long 85. 24 Bundle Folder, Long, White, 14points, 100pcs/bundle 86. 8 Pack Folder, A4 Size, 10pcs/pack 87. 444 Piece Folder, Expandable, Long 88. 4 Bundle Folder, A4 Size,100pcs/bundle 89. 300 Piece Folder, White, Short 90. 11 Pack Folder, Legal, White,14points, 50pcs/pack 91. 20 Piece Marker, Whiteboard, Black 92. 12 Piece Marker, Permanent, Black, Broad 93. 25 Box Marker, Permanent, Black, Broad, 12pcs/box 94. 7 Piece Metal Desk Tray, 3 Layers 95. 5 Unit Paper Tray Organizer, Plastic, 3 Layers 96. 56 Box Paper Clip, Vinyl/plastic Coated, 33mm 97. 23 Box Paper Clip, Vinyl/plastic Coated, 48mm 98. 21 Box Paper Clip, Vinyl/plastic Coated, 40mm 99. 17 Box Paper Clip, Vinyl/plastic Coated, 51mm 100. 10 Bundle Paper Clip, Vinyl/plastic Coated, Jumbo, 50mm, 5boxes/bundle 101. 11 Box Paper Clip, 20x5mm 102. 2 Box Pencil, Lead/graphite, With Eraser, #2 103. 2 Piece Pencil Sharpener 104. 21 Piece Puncher, Paper, Heavy Duty, 2 Hole 105. 9 Piece Received Stamp 106. 6 Piece Stamp Pad, Black 107. 12 Piece Stamp Pad, No.2 108. 47 Pair Scissors, Heavy Duty 109. 17 Piece Stapler, Standard Type 110. 22 Unit Stapler, Heavy Duty, #35 111. 8 Piece Max Stapler, Hd - 50r 112. 2 Piece Gun Tucker, Arrow T-30, 3 Sizes Staple (6mm,8mm,10mm) 113. 12 Unit Staple Wire Remover, Pen Type 114. 9 Piece Tape Dispenser 115. 1 Box Technical Pen, Staedtler Mars Matic, 700, 0.8 116. 5 Piece Type Writer, Ribbon, Black 117. 240 Ream Bond Paper, 8.5x11, Subs.20, 70gsm, Ultra White 118. 440 Ream Bond Paper, 8.5x13, Subs.20, 70gsm, Ultra White 119. 260 Ream Bond Paper, A4 Size, Subs.20, 70gsm, Ultra White 120. 3 Box Bond Paper, A4 Size, 100gsm 121. 3 Ream Bond Paper, A3 Size, Subs.20 122. 42 Piece Columnar Notebook, 4 Columns 123. 11 Piece Index Card, 5x8 124. 17 Ream Photo Paper, Glossy, Inkjet Prints 125. 64 Pack Photo Paper, Semi-glossy, A4 Size,115gsm,100pcs/pack 126. 20 Pack Record Book, 150 Pages 127. 18 Book Record Book, 300 Pages 128. 33 Book Record Book, 500 Pages 129. 68 Book Sticker Paper, Glossy, A4,50pcs/pack 130. 37 Pack Tissue, 12rolls, 300sheets, 2ply 131. 17 Pack Toilet Tissue Paper, 2ply, 150 Pulls 132. 209 Pack Vellum Board Paper, Short, White, 220gsm,10pcs/pack 133. 15 Piece Ink Cartridge, Brother, Bt5000m, Magenta 134. 15 Piece Ink Cartridge, Brother, Bt5000c, Cyan 135. 15 Piece Ink Cartridge, Brother, Bt5000y, Yellow 136. 106 Piece Ink Cartridge, Epson 003, 65ml, Black 137. 66 Bottle Ink Cartridge, Epson 003, 65ml, Cyan 138. 79 Bottle Ink Cartridge, Epson 003, 65ml, Yellow 139. 70 Bottle Ink Cartridge, Epson 003, 65ml, Magenta 140. 6 Bottle Ink Cartridge, Epson 001, Black 141. 2 Bottle Ink Cartridge, Epson 001, Blue 142. 2 Bottle Ink Cartridge, Epson 001, Magenta 143. 2 Bottle Ink Cartridge, Epson 001, Yellow 144. 20 Bottle Ink, G3010, Black 145. 20 Bottle Ink, G3010, Magenta 146. 20 Bottle Ink, G3010, Yellow 147. 19 Bottle Ink, 644, Black 148. 15 Bottle Ink, 644, Magenta 149. 7 Bottle Ink, 645, Yellow 150. 7 Bottle Ink, 646, Cyan 151. 26 Bottle Bk-btd60, Black 152. 1 Piece Table Name Plate, Acrylic, 12x3'' 153. 3 Box Laminating Pouch Film,8.5inx13inx250mic,100pcs/box 154. 20 Piece Binding Ring, Plastic Comb, Long Size 155. 5 Pack Vellum Board Paper, Short, White, 220gsm,10pcs/pack 156. 10 Bottle Epson 008 ( Pigment ) Black 157. 5 Bottle Epson 008 ( Pigment ) Cyan 158. 5 Bottle Epson 008 ( Pigment ) Magenta 159. 5 Bottle Epson 008 ( Pigment ) Yellow 160. 12 Pad Sticky Note 161. 2 Piece Arch File 3"( 2 Ring Bind Blue A4 Size) 162. 4 Piece Arch File 3"( 2 Ring Bind Blue Long ) 163. 5 Reams Bond Paper Long 100 Gsm 164. 2 Reams Bond Paper Short 100 Gsm 165. 2 Piece Broom Stick ( Tingting) 166. 1 Piece Dust Pan 167. 2 Piece Plastic Pail ( Timba) 168. 2 Piece Plastic Dipper (tabo) 169. 1 Unit White Board (large Size With Stand)
Closing Date2 Jun 2025
Tender AmountPHP 834.7 K (USD 15 K)
Department Of Social Welfare And Development Region Xii Tender
Food Products
Philippines
Details: Description Department Of Social Welfare And Development Field Office Xii Regional Center, Brgy. Carpenter Hills, Koronadal City, 9506 Philippine Bidding Documents For The Procurement Of Food Items For The Use Of Supplementary Feeding Program For Fy 2025 Implementation In Lgu Polomolok, South Cotabato Project Identification No. Dswd12-sfp-2025-03-005lot20 Government Of The Republic Of The Philippines Sixth Edition July 2020 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B. Specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..7 Section Ii. Instructions To Bidders…………………………………………...10 1. Scope Of Bid ………………………………………………………………………. 11 2. Funding Information………………………………………………………………. 11 3. Bidding Requirements ……………………………………………………………. 11 4. Corrupt, Fraudulent, Collusive, And Coercive Practices………………………….. 11 5. Eligible Bidders…………………………………………………………………… 11 6. Origin Of Goods ………………………………………………………………….. 12 7. Subcontracts ……………………………………………………………………… 12 8. Pre-bid Conference ………………………………………………………………. 12 9. Clarification And Amendment Of Bidding Documents …………………………… 13 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 13 11. Documents Comprising The Bid: Financial Component …………………………... 13 12. Bid Prices …………………………………………………………………………. 13 13. Bid And Payment Currencies ……………………………………………………… 14 14. Bid Security ………………………………………………………………………. 14 15. Sealing And Marking Of Bids ……………………………………………………… 15 16. Deadline For Submission Of Bids …………………………………………………. 15 17. Opening And Preliminary Examination Of Bids ………………………………….. 15 18. Domestic Preference ……………………………………………………………… 15 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 15 20. Post-qualification ………………………………………………………………… 16 21. Signing Of The Contract …………………………………………………………… 16 Section Iii. Bid Data Sheet …………………………………………………..17 Section Iv. General Conditions Of Contract ……………………...………..21 1. Scope Of Contract ………………………………………………………………… 22 2. Advance Payment And Terms Of Payment ……………………………………….. 22 3. Performance Security ……………………………………………………………. 22 4. Inspection And Tests ……………………………………………………………… 22 5. Warranty …………………………………………………………………………. 23 6. Liability Of The Supplier ………………………………………………………….. 23 Section V. Special Conditions Of Contract ………………………………….24 Section Vi. Schedule Of Requirements ……………………………………....27 Section Vii. Technical Specifications …………………………………………30 Section Viii. Checklist Of Technical And Financial Documents …………..34 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Invitation To Bid For The Dswd12-sfp-2025-03-005lot20 Procurement Of Food Items For The Use Of Supplementary Feeding Program For Fy 2025 Implementation In Lgu Polomolok, South Cotabato 1. The Department Of Social Welfare And Development Field Office Xii, Through The General Appropriations Act Fy 2025 Intends To Apply The Sum Of Eight Million Fifty-nine Thousand And Seven Hundred Fifteen Pesos Only (₱8,059,715.00) Being The Abc To Payments Under The Contract For Dswd12-sfp-2025-03-005lot20 Procurement Of Food Items For The Use Of Supplementary Feeding Program For Fy 2025 Implementation In Lgu Polomolok, South Cotabato. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Social Welfare And Development Field Office Xii Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required As Per Scheduled By The End-user. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Social Welfare And Development Field Office Xii – Bids And Awards Committee Secretariat Office And Inspect The Bidding Documents At The Address Given Below During Office Hours (8:00a.m. To 5:00 P.m.). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 12 March 2025 To 31 March 2025, 05:00 P.m. From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos Only (php 10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Social Welfare And Development Field Office Xii Will Hold A Pre-bid Conference On 18 March 2025, 10:00 A.m. At Dswd Field Office 12, Regional Center, Brgy. Carpenter Hill, Koronadal City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below On Or Before 01 April 2025, 09:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening And Evaluation Shall Be On 01 April 2025, 10:30 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Social Welfare And Development Field Office Xii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Dswd 12 – Bac Secretariat Head Administrative Division – Procurement Section Dswd Field Office 12, Regional Center, Brgy. Carpenter Hills, Koronadal City, 9506 Procurement.fo12@dswd.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://fo12.dswd.gov.ph/bid-bulletin/ Https://www.philgeps.gov.ph 10 March 2025 Jackiya A. Lao Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1. Scope Of Bid The Procuring Entity, Department Of Social Welfare And Development Field Office Xii Wishes To Receive Bids For The Procurement Of Food Items For The Use Of Supplementary Feeding Program For Fy 2025 Implementation In Lgu Polomolok, South Cotabato With Identification Number Dswd12-sfp-2025-03-005lot20. The Procurement Project (referred To Herein As “project”) Is Composed Of One Lot Or Item, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 Approved Gaa In The Amount Of Eight Million Fifty-nine Thousand And Seven Hundred Fifteen Pesos Only (₱8,059,715.00). 2.2. The Source Of Funding The General Appropriations Act. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On 18 March 2025, 10:00 A.m. And At Its Physical Address Department Of Social Welfare And Development Field Office 12, Regional Center, Brgy. Carpenter Hill, Koronadal City As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, On/or Before 22 March 2025 Or At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components X 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In The Bds. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In The Bds. 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until 31 July 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.2. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Notes On The Bid Data Sheet The Bid Data Sheet (bds) Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information, Or Requirements Included In The Itb Found In Section Ii, Which Are Specific To Each Procurement. This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing The Bds, The Following Aspects Should Be Checked: A. Information That Specifies And Complements Provisions Of The Itb Must Be Incorporated. B. Amendments And/or Supplements, If Any, To Provisions Of The Itb As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply And Delivery Of Food Items Such As Commercial Rice, Fruits, Meat, And Vegetables, And Grocery Products B. Completed Within At Least Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed 12 The Price Of The Goods Shall Be Quoted Ddp Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than ₱161,194.30 Or The Amount Equivalent To Two Percent (2%) Of Abc If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than ₱402,985.75 Or The Amount Equivalent To Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 19.1 1. All Forms Must Be Submitted Using The Prescribed Format Provided By The Procuring Entity And Completed Without Any Alterations To Their Format, And No Substitute Form Shall Be Accepted. All Blank Spaces Shall Be Filled In With The Information Requested. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder, Otherwise, Bids Shall Be Subject To An Outright Disqualification. 20.2 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Supplier Of The Notice Of Post Qualification From The Bac That The Supplier Has The Lowest Calculated Bid (lcb) Or Single Calculated Bid (scb), The Supplier Shall Submit And/or Present The Following Requirements For Post Qualification In Accordance To Section 34 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra9184: 1. Present Original Copy Of The Following: A. A. Latest Income Tax Return And Business Tax Return ( For 4th Quarter Of 2025) B. B. Latest Value Added Tax (vat) Return ( For 4th Quarter Of 2025) Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing & Payment System (efps) Shall Be Accepted. C. Valid Philgeps Registration Certificate (platinum Membership) (all Pages) D. Valid Registration Certificate From Securities And Exchange Commission (sec) For Corporations, Or From Department Of Trade And Industry (dti) For Sole Proprietorship, Or From Cooperative Development Authority (cda) For Cooperatives; E. Valid Business/mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Bidder Is Located; F. Valid Tax Clearance Per Eo 398, Series Of 2005, As Finally Reviewed And Approved By The Bir; G. Bureau Of Internal Revenue (bir) Registration Certificate. H. Copy Of Contracts Or Po’s, Notice Of Award (noa) And Notice To Proceed (ntp) For All On-going Contracts I. End-user’s Acceptance, Official Receipt (duplicate Or Triplicate Copy) Or Sales Invoice With Collection Receipt/s (duplicate Or Triplicate Copy) Relative To Single Largest Completed Contract J. Company Profile And Organizational Chart. Company Printed Brochure May Be Included. K. Vicinity Map/location Of The Business. L. Other Appropriate Licenses And Permits Required By Law And Stated In The Bidding Documents. Failure To Submit Any Of The Post-qualification Requirements On Time, Or A Finding Against The Veracity Thereof, Shall Disqualify The Bidder For Award. Provided In The Event That A Finding Against The Veracity Of Any Of The Documents Submitted Is Made, It Shall Cause The Forfeiture Of The Bid Security In Accordance With Section 69 Of The Irr Of Ra 9184. Note: For Post Qualification Purposes Only 20.3 Each Bidder Shall Submit The Following In One (1) “mother” Envelope Duly Sealed And Labeled, Containing Two (2) Sets Of Envelopes For Technical Component Envelope And Financial Component Envelope. Bidding Documents Shall Be Prepared With Proper Label And Tabbing For Easy Checking And Evaluation During Bid Opening. 20.4 All Envelopes Shall Be Labeled/marked As Follows: To : Jackiya A. Lao Chairperson Bids And Awards Committee Dswd-field Office 12 From :_______________________________ (name Of Bidder In Capital Letters) Address: _______________________________ (address Of Bidder In Capital Letters) Project: Procurement Of Food Items For The Use Of Supplementary Feeding Program For Fy 2025 Implementation In Lgu Polomolok, South Cotabato Bid Ref No.: Itb No. Dswd12-sfp-2025-03-005lot20 Approved Budget For The Contract : Eight Million Fifty-nine Thousand And Seven Hundred Fifteen Pesos Only (₱8,059,715.00) Do Not Open Before: 01 April 2025; 10:30 A.m. 21.2 No Further Instructions Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The General Conditions Of Contract (gcc) In This Section, Read In Conjunction With The Special Conditions Of Contract In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. Matters Governing Performance Of The Supplier, Payments Under The Contract, Or Matters Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Included In The Gcc And Special Conditions Of Contract. Any Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Special Conditions Of Contract. 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc Found In Section Iv. The Special Conditions Of Contract (scc) Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Goods Purchased. In Preparing This Section, The Following Aspects Should Be Checked: A. Information That Complements Provisions Of The Gcc Must Be Incorporated. B. Amendments And/or Supplements To Provisions Of The Gcc As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of The Gcc Should Be Incorporated Herein. Special Conditions Of Contract Gcc Clause Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: Delivery Term: As Per Scheduled By The End-user Place Of Delivery / Venue: Lgu Polomolok, South Cotabato Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – Not Applicable Packaging – Not Applicable The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. Transportation – Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 The Terms Of Payment Shall Be As Follows: Partial Payment Must Correspond To The Value Of Goods Delivered And Accepted After The Appropriate Inspection And Acceptance Procedures. Proof Of Deliveries (delivery Receipts Or Acknowledgement Receipts) Must Be Signed By An Authorized Person To Support Claims For Payment. 4 The Inspections And Tests That Will Be Conducted By The Inspection (dswd Inspection Committee), Designated Inspectorate At The Regional Level, Final Acceptance By The Dswd Acceptance Committee, And End-user Section Vi. Schedule Of Requirements Dswd12-sfp-2025-03-005lot20 Procurement Of Food Items For The Use Of Supplementary Feeding Program For Fy 2025 Implementation In Lgu Polomolok, South Cotabato The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months Lot 20 South Cotabato Province Polomolok Delivery Of The Goods Is Required To Be Delivered As Per Scheduled By The End-user Fish And Poultry Products: 1 Frozen Dressed Whole Chicken (at Least 1kg Per Pc - Packed Per Piece), With Halal Logo 11000 Kg 11000 Kg 2 Fresh Barilison, (packed Based On Per Dcc Allocation) 1540 Kg 1540 Kg 3 Chicken Liver, (packed Based On Per Dcc Allocation) 1540 Kg 1540 Kg 4 Dried Dilis (lobo-lobo - Packed Per 100 Grams), Small (1-1.5 Inches) Total # Of Packs @ 100g/pack = 3,600 Packs 360 Kg 360 Kg Grocery Items: 5 Canned Tuna Flakes In Oil, Non-spicy,with Omega 3 And Dha, (with The Following Nutrition Facts Per 56g/serving: 90-120 Calories, 4-7g Total Fat, (0 Trans Fat), 5-10mg Cholesterol, 1-2g Total Carbohydrates, 5-8g Protein And 240-400 Mg Sodium), 155 Grams Per Can, Easy-open, With Halal Logo 5801 Can 5801 Can 6 Canned Corned Beef, Plain, Non-spicy, Fortified With Iron And Zinc (with The Following Nutrition Facts Per 56 G/serving: 90-120 Calories, 1-5g Total Fat (0 Trans Fat),1-5g Total Carbohydrates, 5-6g Protein,8-15mg Cholesterol, And 240- 300 Mg Sodium), 150g/can, Easy-open, With Halal Logo 11560 Can 11560 Can 7 Canned Sardines In Tomato Sauce,w/ Omega 3 & Lycopene, (with The Following Nutrition Facts Per 75g/serving: 50-60 Calories, 1-2.5g Total Fat,1-3g Total Carbohydrates,6-8g Protein And 240-450 Mg Sodium), Non-spicy, 155g/can, Easy-open, With Halal Logo 7802 Can 7802 Can 8 Coconut Cooking Oil, Fortified With Vit. A, With Sangkap Pinoy Seal (1000ml Per Bottle), With Halal Logo 3772 Bottle 3772 Bottle 9 Soy Sauce (500 Ml/bottle), With Halal Logo 1536 Bottle 1536 Bottle 10 Brown Sugar (500g Per Pack) 1919 Pack 1919 Pack 11 Coarse Iodized Salt, (250g Per Pack) With Sangkap Pinoy Seal, With Halal Logo 576 Pack 576 Pack 12 Flour, 1st Class (packed Per 500 Grams) 577 Pack 577 Pack 13 Cocoa Powder (sweetened), 150 Grams Per Pack, With Halal Logo 1955 Pack 1955 Pack 14 Evaporated Liquid Creamer, 360 Ml Per Can, With Halal Logo 1955 Can 1955 Can 15 Bihon, (454 Grams Per Pack), Cornstarch Sticks, With Halal Logo 1940 Pack 1940 Pack 16 Dried Pancit Canton (200 Grams/pack), With Halal Logo 3860 Pack 3860 Pack 17 Pancake Mix With Syrup (200g Per Pack), With Halal Logo 12000 Pack 12000 Pack 18 White Commercial Rice, Well Milled, 50 Kg Per Bag, (preferred Variety; 7 Tonner/banay-banay/rc 160) 538 Bag 538 Bag Delivery Term: Delivery Will Commence As Per Schedule By The End-user. Delivery Is Within The Attached Schedule Of Delivery And Timeline (8:00 To 12:00 Nn) Notes: Free Delivery To Lgu's Designated Receiving Areas. Supplier Must Attach Pictures Of Their Offered Products And Must Bring Samples Of Grocery Items During Bidding. Supplier Must Observe The Health/safety Protocols, Must Wear Face Mask And Gloves During Delivery. All Food Items On The Delivery Schedule Must Be Delivered On The Same Day @ The Designated Receiving Areas. Any Changes In The Delivery Schedule, The End-user Will Coordinate To The Supplier 3-5 Days Before The Delivery Date. Any Damaged/lacking Goods Upon Delivery Shall Be Replaced Immediately. The Supplier Must Bring Buffer Stock For Replacement. Expiration Dates Of Grocery Items Shall Be Minimum Of Six (6) Months Upon Delivery. Perishable Goods To Be Delivered In Cold Storage. Chicken Must Be Frozen, And Must Have Nmis Certification During Delivery. Vegetables Must Be Fresh Upon Delivery. Packaging: (in Sets Per Dcc Based On The Attached Schedule And Quantity) Shall Be Done In The Supplier's Warehouse Prior To The Date Of Delivery. The Supplier Shall Provide Clean And Durable Packaging Of Goods (eco-bags/sako Bags/boxes) To Prevent Damages Or Deterioration During Transit To Their Final Destination. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit. Warehouse: Supplier Should Have Their Main Warehouse Within Region 12 With Sanitary Permit, Amenities For Packaging, Hygienic And Clean Facility, Washing Area, And Sample Of Packaging Shall Be Checked During Post-qualification. The Supplier Must Have Clean Delivery Vehicle. The Supplier Must Provide "lapagan" Like "trapal", And Crates Where The Food Items Will Be Placed During Delivery. The Supplier Must Have A Certificate Of Good Performance Or Certificate Of Satisfactory Performance Of Similar Completed Contract. Repacked/unlabeled Goods Such As Cooking Oil, Soy Sauce, Salt, Pancit Canton, Bihon, Catsup, And Cocoa Powder Are Not Accepted To Ensure Food Safety. Acceptance And Inspection: Acceptance By The Lgu;c/mswdo/focal Person/sfp Staff. Inspected By The Dswd Inspection Committee. Final Acceptance By The Dswd Acceptance Committee. Payment Term: Twenty (20) Working Days After Submission Of Billing Statement And Other Supporting Documents. General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ Section Vii. Technical Specifications Technical Specifications Dswd12-sfp-2025-03-005lot20 Procurement Of Food Items For The Use Of Supplementary Feeding Program For Fy 2025 Implementation In Lgu Polomolok, South Cotabato Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] Lot 20 South Cotabato Province Polomolok Fish And Poultry Products: 1 Frozen Dressed Whole Chicken (at Least 1kg Per Pc - Packed Per Piece), With Halal Logo -11000 Kg 2 Fresh Barilison, (packed Based On Per Dcc Allocation) -1540 Kg 3 Chicken Liver, (packed Based On Per Dcc Allocation) -1540 Kg 4 Dried Dilis (lobo-lobo - Packed Per 100 Grams), Small (1-1.5 Inches) Total # Of Packs @ 100g/pack = 3,600 Packs -360 Kg Grocery Items: 5 Canned Tuna Flakes In Oil, Non-spicy,with Omega 3 And Dha, (with The Following Nutrition Facts Per 56g/serving: 90-120 Calories, 4-7g Total Fat, (0 Trans Fat), 5-10mg Cholesterol, 1-2g Total Carbohydrates, 5-8g Protein And 240-400 Mg Sodium), 155 Grams Per Can, Easy-open, With Halal Logo -5801 Can 6 Canned Corned Beef, Plain, Non-spicy, Fortified With Iron And Zinc (with The Following Nutrition Facts Per 56 G/serving: 90-120 Calories, 1-5g Total Fat (0 Trans Fat),1-5g Total Carbohydrates, 5-6g Protein,8-15mg Cholesterol, And 240- 300 Mg Sodium), 150g/can, Easy-open, With Halal Logo -11560 Can 7 Canned Sardines In Tomato Sauce,w/ Omega 3 & Lycopene, (with The Following Nutrition Facts Per 75g/serving: 50-60 Calories, 1-2.5g Total Fat,1-3g Total Carbohydrates,6-8g Protein And 240-450 Mg Sodium), Non-spicy, 155g/can, Easy-open, With Halal Logo -7802 Can 8 Coconut Cooking Oil, Fortified With Vit. A, With Sangkap Pinoy Seal (1000ml Per Bottle), With Halal Logo -3772 Bottle 9 Soy Sauce (500 Ml/bottle), With Halal Logo -1536 Bottle 10 Brown Sugar (500g Per Pack) -1919 Pack 11 Coarse Iodized Salt, (250g Per Pack) With Sangkap Pinoy Seal, With Halal Logo -576 Pack 12 Flour, 1st Class (packed Per 500 Grams) -577 Pack 13 Cocoa Powder (sweetened), 150 Grams Per Pack, With Halal Logo -1955 Pack 14 Evaporated Liquid Creamer, 360 Ml Per Can, With Halal Logo -1955 Can 15 Bihon, (454 Grams Per Pack), Cornstarch Sticks, With Halal Logo -1940 Pack 16 Dried Pancit Canton (200 Grams/pack), With Halal Logo -3860 Pack 17 Pancake Mix With Syrup (200g Per Pack), With Halal Logo -12000 Pack 18 White Commercial Rice, Well Milled, 50 Kg Per Bag, (preferred Variety; 7 Tonner/banay-banay/rc 160) -538 Bag Delivery Term: Delivery Will Commence As Per Schedule By The End-user. Delivery Is Within The Attached Schedule Of Delivery And Timeline (8:00 To 12:00 Nn) Notes: Free Delivery To Lgu's Designated Receiving Areas. Supplier Must Attach Pictures Of Their Offered Products And Must Bring Samples Of Grocery Items During Bidding. Supplier Must Observe The Health/safety Protocols, Must Wear Face Mask And Gloves During Delivery. All Food Items On The Delivery Schedule Must Be Delivered On The Same Day @ The Designated Receiving Areas. Any Changes In The Delivery Schedule, The End-user Will Coordinate To The Supplier 3-5 Days Before The Delivery Date. Any Damaged/lacking Goods Upon Delivery Shall Be Replaced Immediately. The Supplier Must Bring Buffer Stock For Replacement. Expiration Dates Of Grocery Items Shall Be Minimum Of Six (6) Months Upon Delivery. Perishable Goods To Be Delivered In Cold Storage. Chicken Must Be Frozen, And Must Have Nmis Certification During Delivery. Vegetables Must Be Fresh Upon Delivery. Packaging: (in Sets Per Dcc Based On The Attached Schedule And Quantity) Shall Be Done In The Supplier's Warehouse Prior To The Date Of Delivery. The Supplier Shall Provide Clean And Durable Packaging Of Goods (eco-bags/sako Bags/boxes) To Prevent Damages Or Deterioration During Transit To Their Final Destination. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit. Warehouse: Supplier Should Have Their Main Warehouse Within Region 12 With Sanitary Permit, Amenities For Packaging, Hygienic And Clean Facility, Washing Area, And Sample Of Packaging Shall Be Checked During Post-qualification. The Supplier Must Have Clean Delivery Vehicle. The Supplier Must Provide "lapagan" Like "trapal", And Crates Where The Food Items Will Be Placed During Delivery. The Supplier Must Have A Certificate Of Good Performance Or Certificate Of Satisfactory Performance Of Similar Completed Contract. Repacked/unlabeled Goods Such As Cooking Oil, Soy Sauce, Salt, Pancit Canton, Bihon, Catsup, And Cocoa Powder Are Not Accepted To Ensure Food Safety. Acceptance And Inspection: Acceptance By The Lgu;c/mswdo/focal Person/sfp Staff. Inspected By The Dswd Inspection Committee. Final Acceptance By The Dswd Acceptance Committee. Payment Term: Twenty (20) Working Days After Submission Of Billing Statement And Other Supporting Documents. General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ Section Viii. Checklist Of Technical And Financial Documents Notes On The Checklist Of Technical And Financial Documents The Prescribed Documents In The Checklist Are Mandatory To Be Submitted In The Bid, But Shall Be Subject To The Following: A. Gppb Resolution No. 09-2020 On The Efficient Procurement Measures During A State Of Calamity Or Other Similar Issuances That Shall Allow The Use Of Alternate Documents In Lieu Of The Mandated Requirements; Or B. Any Subsequent Gppb Issuances Adjusting The Documentary Requirements After The Effectivity Of The Adoption Of The Pbds. The Bac Shall Be Checking The Submitted Documents Of Each Bidder Against This Checklist To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion Pursuant To Section 30 Of The 2016 Revised Irr Of Ra No. 9184. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (d) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (e) Conformity With The Technical Specifications, Which Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts; And ⬜ (f) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (h) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (i) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (j) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (k) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (l) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Closing Date1 Apr 2025
Tender AmountPHP 8 Million (USD 140.6 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Description: Sources Sought Notice
important: Read This Notice In Its Entirety Before Responding. Services Are Sporadic And No Routine Schedule Or Quantity Can Be Firmly Identified
the Department Of Veterans Affairs (va), Network Contracting Office (nco) 23, On Behalf Of The Sioux Falls Sd Va Hospital, Is Seeking Information And Potential Sources For Onsite Licensed General Surgeon Gastroenterology Services. The Period Of Performance Will Be For One Year And Includes Four (4) One-year Option Periods.
the Contractor Shall Provide Onsite Licensed General Surgeon Gastroenterology Services In Accordance With The Terms, Conditions, And Specifications Contained Herein To Beneficiaries Of The Department Of Veteran Affairs (va), Sioux Falls Va Health Care System (vahcs). The Total Number Of Hours Required Is 416 Hours Annually. Services May Be Required On A 24-hour Per Day, Seven Days Per Week Basis, Including Holidays And Weekends. On Call Services May Be Required. See Attached Performance Work Statement (pws) For Additional Information.
the Naics For This Requirement Is 561320 Temporary Help Services, Which Has A Small Business Size Standard Of $34.0 Million. It Is The Intent Of The Va To Issue A Single Award, Firm Fixed Price Contract.
this Is A Sources Sought Notice Only. This Sources Sought Notice Will Be Used To Obtain Information Regarding The Provision Of F Onsite Licensed General Surgeon Gastroenterology Services From Potential Vendors, Identify Potential Vendors That Would Be Interested And Capable Of Providing Onsite Licensed General Surgeon Gastroenterology Services Within The Requested Timeframe, And To Assist The Contracting Officer In Making A Set-aside Determination. This Source Sought Notice And Any Responses Are For Market Research Purposes Only And Shall Not Be Considered An Obligation On The Part Of The Government To Acquire Any Services.
this Source Sought Notice Is Not A Solicitation, And No Contractual Arrangement Will Be Made As A Result. Vendors Are Advised That No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of A Contractor Submission To This Sources Sought Notice Or The Government's Use Of Such Information. All Costs Associated With Responding To This Sources Sought Notice Are Solely At The Responding Vendors Expense. The Government Reserves The Right To Reject, In Whole Or In Part, Any Vendor's Input Resulting From This Sources Sought Notice. Information Submitted In Response To This Sources Sought Notice Will Not Be Returned.
all Submitted Information Should Be Unclassified Or Non-proprietary. Vendors Are Solely Responsible For Properly Marking And Clearly Identifying Any Proprietary Information Or Trade Secrets Contained With Its Response. The Government Will Not Be Liable For Or Suffer Any Consequential Damages For Any Proprietary Information Not Properly Marked And Clearly Identified.
by Responding To This Sources Sought Notice, The Vendor Provides The Government Permission To Share Its Submitted Capabilities And Contact Information With Other Government Organizations In Relationship To Similar Requirements For Market Research Purposes. To Be Considered Complete, Responses To This Sources Sought Notice Shall Include The Information Below.
provide A Brief Description Of The Company Background, Experience In Providing Onsite Licensed General Surgeon Gastroenterology Services As The Prime Contractor/subcontractor, Socioeconomic Status, Past Performance With Government Contracts, And Contractor Sam Uei Number.
indicate If Subcontractors/partners Be Used For Any Part Of The Delivery Of Onsite Licensed General Surgeon Gastroenterology Services? If Yes, Specify The Duties Of The Prime Contractor And Any Subcontractors/partners.
if Company Is A Veteran And/or Small Business, Indicate If Able To Comply With The Limitations On Subcontracting At 13 Cfr 125.6, Which States That For Services A Small Business Concern Must Agree That It Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Similarly Situated.
include Copy Of Small Business Administration Verification At Veteran Small Business Certification (sba.gov) If Claiming Veteran-owned Small Business Or Service-disabled Veteran-owned Small Business Socioeconomic Status As Prime Contractor Or For Any Subcontractors/partners.
provide A Copy Of Current Certificate Of Liability Insurance In Vendor S Name.
all Interested Parties, Regardless Of Socioeconomic Status, Capable Of Providing The Required Onsite Licensed General Surgeon Gastroenterology Services Above Shall Submit A Response Via Email To The Contracting Specialist At Tina.bernad@va.gov No Later Than January 3, 2025, 11:00 A.m. Central Time.
performance Work Statement
onsite General Surgeon Gastroenterology Services
general:
services Provided: The Contractor Shall Provide Board Certified/board Eligible General Surgery Physician Services Onsite In Accordance With The Specifications Contained Herein To Beneficiaries Of The Va And The Royal C. Johnson Veterans Memorial Hospital (sioux Falls Va).
place Of Performance: Contractor Shall Furnish Services At The Royal C. Johnson Veterans Memorial Hospital (sioux Falls Va), 2501 W 22nd St, Sioux Falls, Sd 57105.
authority: Title 38 Usc 8153, Health Care Resources (hcr) Sharing Authority. Remember To Identify The Federal Acquisition Regulation (far) Parts Used (far 12 In Combination With 13, 15 And/or Va Acquisition Regulation (vaar) Part 873)
policy/directives/handbooks. The Contractor Shall Be Subject To The Following Policies, Including Any Subsequent Updates During The Period Of Performance. The Policies Listed Below Can Be Accessed Electronically At The Following: Va Publications Vha Publications
va Directive 1663: Health Care Resources (hcr) Contracting Buying Title 38 U.s.c. 8153
1.4.2. Vha Directive 1003.04: Vha Patient Advocacy
vha Directive 1065: Productivity And Staffing Guidance For Specialty Provider Group Practice
vha Directive 1088(1): Communicating Test Results To Providers And Patients
vha Directive 1100.18: Reporting And Responding To State Licensing Boards
vha Directive 1100.20: Credentialing Of Health Care Providers
vha Directive 1100.21: Privileging
vha Directive 1192.01: Seasonal Influenza Vaccination Program For Vha Health Care Personnel
vha Directive 1220(1): Facility Procedure Complexity Designation Requirements To Perform Invasive Procedures In Any Clinical Setting
vha Directive 1400.01: (not Applicable, Please Remove)
vha Directive 1605.01: Privacy And Release Of Information
vha Directive 1907.01: Vha Health Information Management And Health Records
vha Handbook 1100.17: National Practitioner Data Bank (npdb) Reports
vha Handbook 1400.04: (not Applicable, Please Remove)
privacy Act Of 1974 (5 U.s.c. 552a) As Amended: Http://www.justice.gov/oip/foia_updates/vol_xvii_4/page2.htm
acronyms/definitions: Terms Used In This Contract Shall Be Interpreted As Follows Unless The Context Expressly Requires A Different Construction And/or Interpretation. In Case Of A Conflict In Language Between The Definitions And Other Sections Of This Contract, The Language In This Section Shall Govern.
abs: American Board Of Surgery Http://www.absurgery.org/
acgme: Accreditation Council For Graduate Medical Education
acls: Advanced Cardiac Life Support
ajic: American Journal For Infection Control
aql: Acceptable Quality Level
baa: Business Associate Agreement
bba: Balanced Budget Act
bls: Basic Life Support
cdc: Centers For Disease Control And Prevention
cdr: Contract Deficiency Report
ceu: Certified Education Unit
clinical Privileging: Clinical Privileging Is The Process By Which A Practitioner, Licensed For Independent Practice; E.g., Without Supervision, Direction, Required Sponsor, Preceptor, Mandatory Collaboration, Etc.; Is Permitted By Law And The Facility To Practice Independently, To Provide Specific Medical Or Other Patient Care Services Within The Scope Of The Individual S License, Based Upon The Individual S Clinical Competence As Determined By Peer References, Professional Experience, Health Status, Education, Training And Licensure. Clinical Privileges Must Be Facility-specific And Provider-specific, And Within Available Resources.
cme: Continuing Medical Education
cmp: Civil Monetary Penalty
cms: Centers For Medicare And Medicaid Services
co: Contracting Officer: The Person Executing This Contract On Behalf Of The Government With The Authority To Enter Into And Administer Contracts And Make Related Determinations And Findings.
coi: Conflict Of Interest
cor: Contracting Officer S Representative: A Person Appointed By The Co To Take Necessary Action To Ensure The Contractor Performs In Accordance With And Adheres To The Specifications Contained In The Contract And To Protect The Interest Of The Government. The Cor Shall Report To The Co Promptly Any Indication Of Non-compliance In Order That Appropriate Action Can Be Taken.
cos: Chief Of Staff
cpars: Contractor Performance Assessment Reporting System
credentialing: Credentialing Is The Process Of Obtaining, Verifying, And Assessing The Qualifications Of A Health Care Provider To Provide Care Or Services In Or For The Va Health Care System. Credentials Are Documented Evidence Of Licensure, Education, Training, Experience Or Other Qualifications.
dea: Drug Enforcement Agency
ehr: Electronic Health Record - Electronic Health Record System Used By The Va
epa: Environmental Protection Agency
fapiis: Federal Awardee Performance And Integrity Information System
far: Federal Acquisition Regulation
foia: Freedom Of Information Act
fppe: Focused Provider Practice Evaluation
fsmb: Federation Of State Medical Boards
fte: Full Time Equivalent: Va S Standard Definition Is For Full Time Working The Equivalent Of 80 Hours Every Two Weeks, 2080 Hours Per Year. Â however, Providers May Propose Using Their Standard Fte Definition.
hhs: Department Of Health And Human Services
hicpac: Hospital Infection Practices Advisory Committee
hipaa: Health Insurance Portability And Accountability Act
igra: Interferon-gamma Release Assays
iso: Information Security Officer
key Personnel: The Individuals Specified In This Contract Who Are Essential To Work Performance.
mri: Magnetic Resonance Imaging
mst: Military Sexual Trauma
npi: National Provider Identifier. Npi Is A Standard, Unique 10-digit Numeric Identifier Required By Hipaa. The Vha Must Use Npis In All Hipaa-standard Electronic Transactions For Individual (health Care Practitioners) And Organizational Entities (medical Centers).
nppes: National Plan And Provider Enumeration System
nso: National Surgery Office
ogc: Office Of General Counsel
oig: Office Of Inspector General
oppe: Ongoing Provider Practice Evaluation
or: Operating Room
pop: Period Of Performance
ppd: Purified Protein Derivative
ppirs: Past Performance Information Retrieval System
pws: Performance Work Statement
qa/qi: Quality Assurance/quality Improvement
qm/pi: Quality Management/performance Improvement
qasp: Quality Assurance Surveillance Plan
rfp: Request For Proposal
scs: Specialty Care Services
ssac: Sole Source Affiliate Contract
tjc: The Joint Commission
tst: Tuberculosis Skin Test
usc: United States Code
va: Department Of Veterans Affairs
va-fsc: Va Financial Services Center
vaar: Va Acquisition Regulation
vetpro: Is Vha S Mandatory Credentialing Software Platform To Document The Credentialing Of Vha Health Care Providers. This System Facilitates Completion Of A Uniform, Accurate And Complete Credentials File.
vha: Veterans Health Administration
vista: Veterans Integrated Systems Technology Architecture
qualifications:
staff/facility
license: The Contractor S Physician(s) Assigned By The Contractor To Perform The Services Covered By This Contract Shall Have A Current License To Practice Medicine In Any State, Territory, Or Commonwealth Of The United States Or The District Of Columbia) When Services Are Performed Onsite On Va Property.
all Licenses Held By The Key Personnel Working On This Contract Shall Be Full And Unrestricted Licenses. Contractor S Physician(s) Who Have Current, Full And Unrestricted Licenses In One Or More States, But Who Have, Or Ever Had, A License Restricted, Suspended, Revoked, Voluntarily Revoked, Voluntarily Surrendered Pending Action Or Denied Upon Application Will Not Be Considered For The Purposes Of This Contract.
board Certification: All Contractor S Physician(s) Shall Be Board Certified/board Eligible By The Abs Http://www.absurgery.org/, And Be Currently Certified In Bls, Acls Or Equivalency. All Continuing Education Courses Required For Maintaining Certification Must Be Kept Up To Date At All Times. Documentation Verifying Current Certification Shall Be Provided By The Contractor To The Va Cor On An Annual Basis For Each Year Of Contract Performance.
credentialing And Privileging: Credentialing And Privileging Is To Be Done In Accordance With The Provisions Of Vha Directive 1100.20 And Vha Directive 1100.21 Referenced Above. The Contractor Is Responsible To Ensure That Proposed Physician(s) Possesses The Requisite Credentials Enabling The Granting Of Privileges. No Services Shall Be Provided By Any Contractor S Physician(s) Prior To Obtaining Approval By The Facility Medical Executive Board And Medical Center Director.
if A Contractor S Physician(s) And/or Other Contract Provider(s) Are Not Credentialed And Privileged Or Has Credentials/privileges Suspended Or Revoked, The Contractor Shall Furnish An Acceptable Substitute Without Any Additional Cost To The Government.
technical Proficiency: Contractor S Physician(s) Shall Be Technically Proficient In The Skills Necessary To Fulfill The Government S Requirements, Including The Ability To Speak, Understand, Read And Write English Fluently. Contractor Shall Provide Documents Upon Request Of The Co/cor To Verify Current And Ongoing Competency, Skills, Certification And/or Licensure Related To The Provision Of Care, Treatment And/or Services Performed. Contractor Shall Provide Verifiable Evidence Of All Educational And Training Experiences Including Any Gaps In Educational History For All Contractor S Physician(s) And Contractor S Physician(s) Shall Be Responsible For Abiding By The Facility's Medical Staff By-laws, Rules, And Regulations (referenced Herein) That Govern Medical Staff Behavior.
continuing Medical Education (cme)/ Certified Education Unit (ceu) Requirements: Contractor Shall Provide The Cor Copies Of Current Cmes As Required Or Requested By The Facility. Contractor S Physician(s) Registered Or Certified By National/medical Associations Shall Continue To Meet The Minimum Standards For Cme To Remain Current. Contractor Shall Report Cme Hours To The Credentials Office For Tracking. These Documents Are Required For Both Privileging And Re-privileging. Failure To Provide Shall Result In Loss Of Privileges For Contractor S Physician(s).
training (acls, Bls, Ehr And Va Mandatory): Contractor Shall Meet All Va Educational Requirements And Mandatory Course Requirements Defined Herein; All Training Must Be Completed By The Contractor S Physician(s) As Required By The Va. Other Training May Become Required. Va Will Communicate Any Changes To The Training Requirement To The Contractor.
training
frequency
annual Hours
acls/bls
as Necessary To Maintain Certification.
active Threat Training
annually
30 Minutes
blood Administration: Complication
annually
30 Minutes
ehr
annually
2 Hours
government Ethics
annually
30 Minutes
hospice And Palliative Care For Va Clinicians
annually
30 Minutes
military Sexual Trauma (mst) For Medical Providers
annually
30 Minutes
moderate Sedation In-service Training
annually
30 Minutes
pact Act 2022 Toxic Exposure Screening (tes)
annually
30 Minutes
patient Abuse
annually
30 Minutes
patient Rights
annually
30 Minutes
patient Safety
annually
30 Minutes
prevention/management Of Disruptive Behavior/violence Prevention Level I
annually
30 Minutes
prevention Of Workplace Harassment/no Fear Act
annually
30 Minutes
suicide Prevention: Suicide Risk Management Training For Clinicians
annually
30 Minutes
sux Infection Control And Blood Borne Pathogens
annually
30 Minutes
va Core Values Training (icare Recommitment)
annually
30 Minutes
va Privacy And Information Security Awareness And Rules Of Behavior
annually
30 Minutes
vha Mri Safety Training Level 1 Training (all Who Enter Mri Suites)
annually
30 Minutes
vha Privacy And Hipaa Focused Training
annually
30 Minutes
vista Imaging
one Time
30 Minutes
radiation Safety
annually
30 Minutes
standard Infection Control Measures (ppd, Immunizations, Etc.): Contractor Shall Provide Proof Of The Following For Physicians Within Five (5) Calendar Days After Contract Award And Prior To The First Duty Shift To The Cor And Co. Tests Shall Be Current Within The Past Year.
tuberculosis Testing: Contractor Shall Provide Proof Of A Negative Tuberculosis Skin Test (tst) Or Interferon-gamma Release Assays (igra) For All Contractor S Physician(s) Upon Hire In Accordance With Cdc Guidance. (this Is Applicable To All Health Care Workers). A Negative Chest Radiographic Report For Active Tuberculosis Shall Be Provided In Cases Of Positive Tst Or Igra Results.
measles, Mumps, & Rubella Testing: Contractors Shall Provide Proof Of Immunity For All Contractor Physicians {this Is Applicable To All Health Care Workers}.
varicella: Contractors Shall Provide Proof Of Immunity For All Contractor Physicians {this Is Applicable To All Health Care Workers}.
acellular Pertussis: Contractors Shall Provide Proof Of 1 Dose Of Tdap Vaccination For All Contractor Physicians {this Is Applicable To All Health Care Workers}.
influenza: Contractors Shall Provide Proof That All Contractor Physicians Have Received The Annual Influenza Vaccine Unless It Is Contraindicated. If The Contractor Physician Has A Medical Contraindication To The Vaccine They Shall Be Required To Wear A Mask During The Influenza Season. {this Is Applicable To All Health Care Workers}.
covid-19: Contractors Shall Comply With Vha Supplemental Contract Requirements For Combatting Covid-19 {this Is Applicable To All Health Care Workers}. See Section D Attachment.
osha Regulation Concerning Occupational Exposure To Bloodborne Pathogens: Contractor Shall Provide Evidence Of Completing And Passing Generic Self-study Blood-borne Pathogen Training For All Contractor S Physician(s) {this Is Applicable To All Health Care Workers}; Provide Their Own Hepatitis B Vaccination Series And Hepatitisâ b Surface Antigen Test Resultsâ following The Hepatitis B Vaccination Series; Maintain An Exposure Determination And Control Plan; Maintain Required Records; And Ensure That Proper Follow-up Evaluation Is Provided Following An Exposure Incident.
the Facility Shall Notify The Contractor Of Any Significant Communicable Disease Exposures As Appropriate. Contractor Shall Adhere To Current Cdc/hicpac Guideline For Infection Control In Health Care Personnel (as Published In American Journal For Infection Control - Ajic 1998; 26:289-354 Http://www.cdc.gov/hicpac/pdf/infectcontrol98.pdf) For Disease Control. Contractor Shall Provide Follow Up Documentation Of Clearance To Return To The Workplace Prior To Their Return.
npi: Npi Is A Standard, Unique 10-digit Numeric Identifier Required By Hipaa. The Vha Must Use Npis In All Hipaa-standard Electronic Transactions For Individual (health Care Practitioners) And Organizational Entities (medical Centers). The Contractor Shall Have Or Obtain Appropriate Npi And If Pertinent The Taxonomy Code Confirmation Notice Issued By The Cms Nppes Be Provided To The Co With The Proposal.
dea: Contractor Shall Provide Copy Of Current Dea Certificate.
Conflict Of Interest (coi): The Contractor And All Contractor S Physician(s) Are Responsible For Identifying And Communicating To The Co And Cor Conflicts Of Interest At The Time Of Proposal And During The Entirety Of Contract Performance. At The Time Of Proposal, The Contractor Shall Provide A Statement Which Describes, In A Concise Manner, All Relevant Facts Concerning Any Past, Present, Or Currently Planned Interest (financial, Contractual, Organizational, Or Otherwise) Or Actual Or Potential Organizational Conflicts Of Interest Relating To The Services To Be Provided. The Contractor Shall Also Provide Statements Containing The Same Information For Any Identified Consultants Or Subcontractors Who Shall Provide Services. The Contractor Must Also Provide Relevant Facts That Show How It S Organizational And/or Management System Or Other Actions Would Avoid Or Mitigate Any Actual Or Potential Organizational Conflicts Of Interest. These Statements Shall Be In Response To The Vaar Provision 852.209-70 Organizational Conflicts Of Interest And Fully Outlined In Response To The Subject Attachment In Section D Of The Solicitation Document.
citizenship Related Requirements:
the Contractor Certifies That The Contractor Shall Comply With Any And All Legal Provisions Contained In The Immigration And Nationality Act Of 1952, As Amended; Its Related Laws And Regulations That Are Enforced By Homeland Security, Immigration And Customs Enforcement And The U.s Department Of Labor As These May Relate To Non-immigrant Foreign Nationals Working Under Contract Or Subcontract For The Contractor While Providing Services To Va Patient Referrals.
while Performing Services For The Va, The Contractor Shall Not Knowingly Employ, Contract Or Subcontract With An Illegal Alien; Foreign National Non-immigrant Who Is In Violation Their Status, As A Result Of Their Failure To Maintain Or Comply With The Terms And Conditions Of Their Admission Into The United States. Additionally, The Contractor Is Required To Comply With All E-verify Requirements Consistent With Executive Order 12989 And Any Related Pertinent Amendments, As Well As Applicable Far.
if The Contractor Fails To Comply With Any Requirements Outlined In The Preceding Paragraphs Or Its Agency Regulations, The Va May, At Its Discretion, Require That The Foreign National Who Failed To Maintain Their Legal Status In The United States Or Otherwise Failed To Comply With The Requirements Of The Laws Administered By Homeland Security, Immigration And Customs Enforcement And The U.s Department Of Labor, Shall Be Prohibited From Working At The Contractor S Place Of Business That Services Va Patient Referrals; Or Other Place Where The Contractor Provides Services To Veterans Who Have Been Referred By The Va; And Shall Form The Basis For Termination Of This Contract For Breach.
this Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under 18 U.s.c. 1001.
the Contractor Agrees To Obtain A Similar Certification From Its Subcontractors. The Certification Shall Be Made As Part Of The Offerors Response To The Rfp Using The Subject Attachment In Section D Of The Solicitation Document.
annual Oig Statement: In Accordance With Hipaa And The Balanced Budget Act (bba) Of 1977, The Hhs Oig Has Established A List Of Parties And Entities Excluded From Federal Health Care Programs. Specifically, The Listed Parties And Entities May Not Receive Federal Health Care Program Payments Due To Fraud And/or Abuse Of The Medicare And Medicaid Programs.
therefore, Contractor Shall Review The Hhs Oig List Of Excluded Individuals/entities On The Hhs Oig Web Site At Http://oig.hhs.gov/exclusions/index.asp To Ensure That The Proposed Contractor S Physician(s) Are Not Listed. Contractor Should Note That Any Excluded Individual Or Entity That Submits A Claim For Reimbursement To A Federal Health Care Program, Or Causes Such A Claim To Be Submitted, May Be Subject To A Civil Monetary Penalty (cmp) For Each Item Or Service Furnished During A Period That The Person Was Excluded And May Also Be Subject To Treble Damages For The Amount Claimed For Each Item Or Service. Cmp S May Also Be Imposed Against The Contractor That Employ Or Enter Into Contracts With Excluded Individuals To Provide Items Or Services To Federal Program Beneficiaries.
by Submitting Their Proposal, The Contractor Certifies That The Hhs Oig List Of Excluded Individuals/entities Has Been Reviewed And That The Contractors Are And/or Firm Is Not Listed As Of The Date The Offer/bid Was Signed.
clinical/professional Performance: The Qualifications Of Contractor Personnel Are Subject To Review By Facility Cos Or His/her Clinical Designee And Approval By The Medical Center Director As Provided In Vha Directive 1100.20 And Vha Directive 1100.21. Clinical/professional Performance Monitoring And Review Of All Clinical Personnel Covered By This Contract For Quality Purposes Will Be Provided By The Facility Cos And/or The Chief Of The Service Or His Designee. A Clinical Cor May Be Appointed, However, Only The Co Is Authorized To Consider Any Contract Modification Request And/or Make Changes To The Contract During The Administration Of The Resultant Contract.
non Personal Healthcare Services: The Parties Agree That The Contractor And All Contractor S Physician(s) Shall Not Be Considered Va Employees For Any Purpose.
indemnification: The Contractor Shall Be Liable For, And Shall Indemnify And Hold Harmless The Government Against, All Actions Or Claims For Loss Of Or Damage To Property Or The Injury Or Death Of Persons, Arising Out Of Or Resulting From The Fault, Negligence, Or Act Or Omission Of The Contractor, Its Agents, Or Employees.
prohibition Against Self-referral: Contractor S Physicians Are Prohibited From Referring Va Patients To Contractor S Or Their Own Practice(s).
inherent Government Functions: Contractor And Contractor S Physician(s) Shall Not Perform Inherently Governmental Functions. This Includes, But Is Not Limited To, Determination Of Agency Policy, Determination Of Federal Program Priorities For Budget Requests, Direction And Control Of Government Employees (outside A Clinical Context), Selection Or Non-selection Of Individuals For Federal Government Employment Including The Interviewing Of Individuals For Employment, Approval Of Position Descriptions And Performance Standards For Federal Employees, Approving Any Contractual Documents, Approval Of Federal Licensing Actions And Inspections, And/or Determination Of Budget Policy, Guidance, And Strategy.
employee Status: The Contractor Shall Be Responsible For Protecting Contractor S Physician(s) Furnishing Services. To Carry Out This Responsibility, The Contractor Shall Provide Or Certify That The Following Is Provided For All Their Staff Providing Services Under The Resultant Contract:
workers Compensation
professional Liability Insurance
health Examinations
income Tax Withholding, And
social Security Payments.
tort Liability: The Federal Tort Claims Act Does Not Cover Contractor Or Contractor S Physician(s). When A Contractor Or Contractor S Physician(s) Has Been Identified As A Provider In A Tort Claim, The Contractor Shall Be Responsible For Notifying Their Legal Counsel And/or Insurance Carrier. Any Settlement Or Judgment Arising From A Contractor S (or Contractor S Physician(s)) Action Or Non-action Shall Be The Responsibility Of The Contractor And/or Insurance Carrier.
key Personnel:
the Va Full Time Equivalent (fte) For The Services Required Is 416 Hours = .20 Va Fte.
the Minimum Number Of Board Certified/board Eligible General Surgery Physicians Required To Be Onsite Daily Is 1 To Be Onsite As Defined In Paragraph Hours Of Operation In This Section.
the Contractor Shall Be Responsible For Providing Coverage To The Va During Periods Of Vacancies Of The Contractor S Personnel Due To Sick Leave, Personal Leave, Vacations And Additional Coverage As Required. In The Event A Scheduled Physician Is Unable To Complete An Assigned Shift, The Contractor Shall Provide Replacement Physician Coverage Within 2 Hours And Notify The Cor Immediately Of The Schedule Change.
personnel Substitutions: During The First Ninety (90) Calendar Days Of Performance, The Contractor Shall Make No Substitutions Of Key Personnel Unless The Substitution Is Necessitated By Illness, Death Or Termination Of Employment. The Contractor Shall Notify The Co, In Writing, Within 7 Calendar Day(s) After The Occurrence Of Any Of These Events And Provide The Information Required Below. After 90 Days, The Contractor Shall Submit The Information Required Below To The Co At Least 60 Calendar Days Prior To Making Any Permanent Substitutions.
the Contractor Shall Provide A Detailed Explanation Of The Circumstances Necessitating The Proposed Substitutions, Complete Resumes For The Proposed Substitutes, And Any Additional Information Requested By The Co. Proposed Substitutes Shall Have Comparable Qualifications To Those Of The Persons Being Replaced. The Co Will Notify The Contractor Within 7 Calendar Days After Receipt Of All Required Information Of The Decision On The Proposed Substitutes. The Contract Will Be Modified To Reflect Any Approved Changes Of Key Personnel.
for Temporary Substitutions Where The Key Person Shall Not Be Reporting To Work For 2 Consecutive Workdays Or More, The Contractor Shall Provide A Qualified Replacement For The Key Person. The Substitute Shall Have Comparable Qualifications To The Key Person. Any Period Exceeding Two Weeks Will Require The Procedure As Stated Above.
the Government Reserves The Right To Refuse Acceptance Of Any Contractor Personnel At Any Time After Performance Begins, If Personal Or Professional Conduct Jeopardizes Patient Care Or Interferes With The Regular And Ordinary Operation Of The Facility. Breaches Of Conduct Include Intoxication Or Debilitation Resulting From Drug Use, Theft, Patient Abuse, Dereliction Or Negligence In Performing Directed Tasks, Or Other Conduct Resulting In Formal Complaints By Patient Or Other Staff Members To Designated Government Representatives. Standards For Conduct Shall Mirror Those Prescribed By Current Federal Personnel Regulations. Should The Va Cos Or Designee Show Documented Clinical Problems Or Continual Unprofessional Behavior/actions With Any Contractor S Physician(s), S/he May Request, Without Cause, Immediate Replacement Of Said Contractor S Physician(s). The Co And Cor Shall Deal With Issues Raised Concerning Contractor S Physician(s) Conduct. The Final Arbiter On Questions Of Acceptability Is The Co.
contingency Plan: Because Continuity Of Care Is An Essential Part Of Facility S Medical Services, The Contractor Shall Have A Contingency Plan In Place To Be Utilized If The Contractor S Physician(s) Leaves Contractor S Employment Or Is Unable To Continue Performance In Accordance With The Terms And Conditions Of The Resulting Contract.
va Hours Of Operation/scheduling:
va Business Hours: Va Clinc Days And Prouders Are From Monday Through Friday 7am To 3pm.
clinic Or Or Schedule: Contract S Physician(s) Will Be Scheduled Tuesday S And Friday S Between The Hours Of 7am To 3pm.
patients Must Be Seen By A Contractor S Physician(s) Onsite At The Sfvamc In A Timely Manner In Accordance With Va Rules And Regulations On Clinic Wait Times And Consult Completion. Contractor Shall Notify The Cor At Least Monthly About Any Obstacles To Meeting This Performance Measure.
contractor S Physician(s) Shall Be Available And Present In Clinic During Normal Sfvamc Clinic Hours, Which Will Be Established, And May Be Revised, As Deemed Appropriate For Patient Care By The Cos. Currently, Normal Clinic Hours Are 7am To 3pm.
federal Holidays: The Following Holidays Are Observed By The Va:
new Year S Day
president S Day
martin Luther King S Birthday
memorial Day
juneteenth
independence Day
labor Day
columbus Day
veterans Day
thanksgiving
christmas
any Day Specifically Declared To Be A National Holiday.
cancellations: 45 Days Notice From Contractor, If No Provider S Are Available.
contractor Responsibilities:
clinical Personnel Required: The Contractor Shall Provide Contractor S Physician(s) Who Are Competent, Qualified Per This Performance Work Statement And Adequately Trained To Perform Assigned Duties.
contractor S Physician(s) Shall Be Responsible For Signing In And Out When In Attendance. Time Sheets Will Be Used By The Cor To Confirm Hours/day And Services Provided Against The Contractor S Invoices.
standards Of Care: The Contractor S Physician(s) Care Shall Cover The Range Of General Surgery Services As Would Be Provided In A State-of-the-art Civilian Medical Treatment Facility And The Standard Of Care Shall Be Of A Quality, Meeting Or Exceeding Currently Recognized The Joint Commission (tjc), Va And National Standards As Established By:
the Abs Http://www.absurgery.org/
the Professional Standards Of Tjc: Http://www.jointcommission.org/standards_information/standards.aspx
the Standards Of The American Hospital Association (aha): Http://www.hpoe.org/resources?show=100&type=8
the Requirements Contained In This Pws
(not Applicable)
medical Records:
authorities: Contractor S Physician(s) Providing Healthcare Services To Va Patients Shall Be Considered As Part Of The Department Healthcare Activity And Shall Comply With The 5 U.s.c.552a (privacy Act), 38 U.s.c. 5701 (confidentiality Of Claimants Records), 5 U.s.c. 552 (foia), 38 U.s.c. 5705 (confidentiality Of Medical Quality Assurance Records) 38 U.s.c. 7332 (confidentiality Of Certain Medical Records), Title 5 U.s.c. § 522a (records Maintained On Individuals) As Well As 45 C.f.r. Parts 160, 162, And 164 (hipaa).
hipaa: This Contract And Its Requirements Meet Exception In 45 Cfr 164.502(e), And Do Not Require A Baa In Order For Covered Entity To Disclose Protected Health Information To: A Health Care Provider For Treatment Of Va Patients. Based On This Exception, A Baa Is Not Required For This Contract. Health Records Generated By This Contract Or Provided To The Contractors By The Va Are Covered By The Va Privacy Act System Of Records Entitled Patient Medical Records-va (24va10a7). Contractor Generated Va Patient Records Are The Property Of The Va And Shall Not Be Accessed, Released, Transferred, Or Destroyed Except In Accordance With Applicable Laws And Regulations. Contractor Shall Ensure That All Records Pertaining To Medical Care And Services Provided To Va Patients Are Captured In The Va Electronic Health Record System As Required By Va Policy As Discussed In 4.4.4.
disclosure: Contractor S Physician(s) May Have Access To Patient Medical Records For The Purpose Of Providing Medical Care And Services To Va Patients And Performing Services Under The Contract; However, Contractor Shall Obtain Permission From The Va Before Disclosing Any Patient Information Outside Va. Va Authorizes The Contractor To Discuss Patient Health Information For Coordination Of Care Within Community Health Care Providers In Compliance With Va Regulations, Hipaa And Vha Directive 1605.1, Privacy And Release Of Information. The Va Will Provide The Contractor With A Copy Of Vha Directive 1907.01, Health Information Management And Health Records And Vha Directive1605.1, Privacy And Release Of Information. The Penalties And Liabilities For The Unauthorized Disclosure Of Va Patient Information Mandated By The Statutes And Regulations Mentioned Above, Apply To The Contractor.
professional Standards For Documenting Care: Care Shall Be Appropriately Documented In Medical Records In Accordance With Standard Commercial Practice And Guidelines Established By Vha Directive 1907.01 Health Information Management And Health Records: Https://www.va.gov/vhapublications/viewpublication.asp?pub_id=9235 And All Guidelines Provided By The Facility.
release Of Information: The Va Shall Maintain Control Of Releasing Any Copies Of Patient Health Information Or Health Records And Will Follow Policies And Standards As Defined, But Not Limited To Privacy Act Requirements. The Contractor Will Not Release Or Disclose Copies Of Records And Will Refer All Such Requests To The Release Of Information Department At The Va Facility Where Assigned.
management For Medical Records: National Archives And Records Administration Record Disposition Requirements Are Found In Rcs 10-1 Chapter 6, 6000 Series.
direct Patient Care: 100% Of The Time Involved In Direct Patient Care. Contractor Shall Be Responsible For:
scope Of Care: Contractor S Physician(s) Shall Be Responsible For Providing General Surgery Physician Care, Including, But Not Limited To:
clinic Responsibilities: Contractor Physician(s) Shall Be Present On Time For Any Scheduled Clinics/surgeries Start Times As Documented By Physical Presence In The Clinic Or Or At The Scheduled Start Time.
communication Of Test Results: Mechanisms Must Be In-place To Provide Notification Of Test Results For Patients Receiving Care In Accordance With Vha Directive 1088, Communicating Test Results To Providers And Patients.
medications: Contractor S Physician(s) Shall Follow All Established Medication Policies And Procedures. No Sample Medications Shall Be Provided To Patients.
discharge Education: Provide Discharge Education And Follow Up Instructions That Are Coordinated With The Next Care Setting For All General Surgery Clinical Or Surgical Patients.
(not Applicable)
qa/qi Documentation: The Contractor S Physician(s) Shall Complete The Appropriate Qm/pi Documentation Pertaining To All Procedures, Complications And Outcome Of Examinations.
patient Safety Compliance And Reporting: Contractor S Physician(s) Shall Follow All Established Patient Safety And Infection Control Standards Of Care. Contractor S Physician(s) Shall Make Every Effort To Prevent Medication Errors, Falls, And Patient Injury Caused By Acts Of Commission Or Omission In The Delivery Of Care. All Events Related To Patient Injury, Medication Errors, And Other Breeches Of Patient Safety Shall Be Documented In The Medical Record Of Those Impacted And Disclosed To The Patient Or Surrogate. As Soon As Practicable (but Within 24 Hours) Contractors Shall Notify Cor Of Incident And Submit An Entry In The Va Patient Safety Reporting System, Following Up With Cor As Required Or Requested.
performance Standards, Quality Assurance (qa) And Quality Improvement(qi):
quality Management/quality Assurance Surveillance: Contract Personnel Shall Be Subject To Quality Management Measures, Such As Patient Satisfaction Surveys, Timely Completion Of Medical Records, And Peer Reviews. Methods Of Surveillance: Focused Provider Practice Evaluation (fppe) And Ongoing Provider Practice Evaluation (oppe). Contractor Performance Will Be Monitored By The Government Using The Standards As Outlined In This Pws And Methods Of Surveillance Detailed In The Qasp. The Qasp Shall Be Attached To The Resultant Contract And Shall Define The Methods And Frequency Of Surveillance Conducted.
patient Complaints: The Co Will Resolve Complaints Concerning Contractor Relations With The Government Employees Or Patients. The Co Is Final Authority On Validating Complaints. If The Contractor Is Involved And Named In A Validated Patient Complaint, The Government Reserves The Right To Refuse Acceptance Of The Services Of Such Personnel. This Does Not Preclude Refusal In The Event Of Incidents Involving Physical Or Verbal Abuse.
the Government Reserves The Right To Refuse Acceptance Of Any Contractor Personnel At Any Time After Performance Begins, If Personal Or Professional Conduct Jeopardizes Patient Care Or Interferes With The Regular And Ordinary Operation Of The Facility. Breaches Of Conduct Include Intoxication Or Debilitation Resulting From Drug Use, Theft, Patient Abuse, Dereliction Or Negligence In Performing Directed Tasks, Or Other Conduct Resulting In Formal Complaints By Patient Or Other Staff Members To Designated Government Representatives. Standards For Conduct Shall Mirror Those Prescribed By Current Federal Personnel Regulations. The Co And Cor Shall Deal With Issues Raised Concerning Contractor S Conduct. The Final Arbiter On Questions Of Acceptability Is The Co.
performance Standards:
measure: Provider Quality Performance
performance Requirement: All Contractor S Physician(s) Shall Perform In Accordance With Clinical Standards
standard: Oppe Documentation For All (100%) Staff Providing Services Under The Contract. All Staff (100%) Meet Standards
aql: 100% Meet Standards
surveillance Method: Oppe Data Pertinent To Care Performed For Each Provider Working Under This Contract. Oppe Data Will Review The Following Elements:
patient Care Performance
medical/clinical Knowledge
practiced Based Learning And Improvement
interpersonal And Communication Skills
professionalism
system Based Practice
frequency: Annual
measure: Qualifications Of Key Personnel
performance Requirement: All Contractor S Physician(s) Shall Be Board Certified/board Eligible Accordance With Abs Standards For General Surgery
standard: All (100%) Contractor S Physician(s) Are Board Certified/board Eligible
aql: 100%
surveillance Method: Periodic Inspection Of Qualification Documents
frequency: Bi-annually
measure: Scope Of Practice/privileging
performance Requirement: Contractor S Physician(s) Perform Within Their Individual Scopes Of Practice/privileging
standard: All (100%) Contractor S Physician(s) Perform Within Their Scope Of Practice/privileges 100% Of The Time
aql: 100% Contractor S Physician(s) Perform Within Their Scope Of Practice/privileges 100% Of The Time
surveillance Method: Random Sampling Of Records
frequency: Every 6 Months
measure: Patient Access
performance Requirement: The Contractor Shall Provide Contractor S Physician(s) In Accordance With The Operating Hours And Va Clinical Schedule Outlined In This Pws
standard: All (100%) Contractor S Physician(s) Are On Time And Available To Perform Services
aql: Contractor S Physician(s) Is On-time And Available To Perform Services 95% Of The Time
surveillance Method: Periodic Inspection Of Time And Attendance Sheets
frequency: Daily
measure: Patient Safety
performance Requirement: Patient Safety Incidents Shall Be Reported Using Va Patient Safety Reporting System. All Incidents Reported Immediately (within 24 Hours.)
standard: All (100%) Of Patient Safety Incidents Are Reported Using Va Patient Safety Reporting System Within 24 Hours Of Incident
aql: 100% Of Patient Safety Incidents Are Reported Using Va Patient Safety Reporting System Within 24 Hours Of Incident
surveillance Method: Periodic Inspection
frequency: Daily
measure: Maintains Licensing, Registration, And Certification
performance Requirement: Updated Licensing, Registration And Certification Shall Be Provided As They Are Renewed. Licensing And Registration Information Kept Current
standard: All (100%) Licensing, Registration(s) And Certification(s) For Contractor S Physician(s) Shall Be Provided As They Are Renewed. Licensing And Registration Information Kept Current
aql: 100% Licensing, Registration(s) And Certification(s) For Contractor S Physician(s) Shall Be Provided As They Are Renewed. Licensing And Registration Information Kept Current. No Acceptable Deviation.
surveillance Method: Periodic Inspection
frequency: Annually
measure: Mandatory Training
performance Requirement: Contractor Shall Complete All Required Training On Time Per Facility Policy
standard: All (100%) Of Required Training Is Complete On Time By Contractor S Physician(s)
aql: 95% Completions
surveillance Method: Periodic Inspection Or Random Sampling
frequency: Annually
measure: Privacy, Confidentiality And Hipaa
performance Requirement: Contractor Is Aware Of All Laws, Regulations, Policies And Procedures Relating To Privacy, Confidentiality And Hipaa And Complies With All Standards Zero Breaches Of Privacy Or Confidentiality
standard: All (100%) Contractor S Physician(s) Comply With All Laws, Regulations, Policies And Procedures Relating To Privacy, Confidentiality And Hipaa
aql: 100% Compliance
surveillance Method: Periodic Inspection; Contractor Shall Provide Evidence Of Annual Training Required By The Facility, Reports Violations Per Va Handbook 6500.6
frequency: Annually
registration With Contractor Performance Assessment Reporting System
as Prescribed In Far Part 42.15, The Va Evaluates Contractor Past Performance On All Contracts That Exceed The Simplified Acquisition Threshold And Shares Those Evaluations With Other Federal Government Contract Specialists And Procurement Officials. The Far Requires That The Contractor Be Provided An Opportunity To Comment On Past Performance Evaluations Prior To Each Report Closing. To Fulfill This Requirement Va Uses An Online Database, Cpars, Which Is Maintained By The Naval Sea Logistics Center In Portsmouth, New Hampshire. Cpars Has Connectivity With The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies. Ppirs Is The System Used To Collect And Retrieve Performance Assessment Reports Used In Source Selection Determinations And Completed Cpars Report Cards Transferred To Ppirs. Cpars Also Includes Access To The Federal Awardee Performance And Integrity Information System (fapiis). Fapiis Is A Web-enabled Application Accessed Via Cpars For Contractor Responsibility Determination Information.
each Contractor Whose Contract Award Is Estimated To Exceed The Simplified Acquisition Threshold Requires A Cpars Evaluation. A Government Focal Point Will Register Your Contract Within Thirty Days After Contract Award And, At That Time, You Will Receive An Email Message With A User Id (to Be Used When Reviewing Evaluations). Additional Information Regarding The Evaluation Process Can Be Found At Www.cpars.gov Or If You Have Any Questions, You May Contact The Customer Support Desk @ Dsn: 684-1690 Or Comm: 207-438-1690.
for Contracts With A Period Of One Year Or Less, The Co Will Perform A Single Evaluation When The Contract Is Complete. For Contracts Exceeding One Year, The Co Will Evaluate The Contractor S Performance Annually. Interim Reports Will Be Filed Each Year Until The Last Year Of The Contract, When The Final Report Will Be Completed. The Report Shall Be Assigned In Cpars To The Contractor S Designated Representative For Comment. The Contractor Representative Will Have Sixty (60) Days To Submit Any Comments And Re-assign The Report To The Co.
failure For The Contractor S Representative To Respond To The Evaluation Within Those Sixty (60) Days, Will Result In The Government S Evaluation Being Placed On File In The Database With A Statement That The Contractor Failed To Respond; The Contractor S Representative Will Be Locked Out Of The Evaluation And May No Longer Send Comments.
government Responsibilities:
va Support Personnel, Services Or Equipment: Not Needed
contract Administration/performance Monitoring: After Award Of Contract, All Inquiries And Correspondence Relative To The Administration Of The Contract Shall Be Addressed To: (enter Contract Administration If Not Already Listed In Another Area- List The Title (not Name) And Contact Information For Cor, Clinical Point Of Contact, And Any Other Relevant Personnel Involved).
co Responsibilities:
the Co Is The Only Person Authorized To Approve Changes Or Modify Any Of The Requirements Of This Contract. The Contractor Shall Communicate With The Co On All Matters Pertaining To Contract Administration. Only The Co Is Authorized To Make Commitments Or Issue Any Modification To Include (but Not Limited To) Terms Affecting Price, Quantity Or Quality Of Performance Of This Contract.
the Co Shall Resolve Complaints Concerning Contractor Relations With The Government Employees Or Patients. The Co Is Final Authority On Validating Complaints. In The Event The Contractor Effects Any Such Change At The Direction Of Any Person Other Than The Co Without Authority, No Adjustment Shall Be Made In The Contract Price To Cover An Increase In Costs Incurred As A Result Thereof.
in The Event That Contracted Services Do Not Meet Quality And/or Safety Expectations, The Best Remedy Will Be Implemented, To Include But Not Limited To A Targeted And Time Limited Performance Improvement Plan; Increased Monitoring Of The Contracted Services; Consultation Or Training For Contractor Personnel To Be Provided By The Va; Replacement Of The Contract Personnel And/or Renegotiation Of The Contract Terms Or Termination Of The Contract.
cor Responsibilities:
the Cor Shall Be The Va Official Responsible For Verifying Contract Compliance. After Contract Award, Any Incidents Of Contractor Noncompliance As Evidenced By The Monitoring Procedures Shall Be Forwarded Immediately To The Co.
the Cor Will Be Responsible For Monitoring The Contractor S Performance To Ensure All Specifications And Requirements Are Fulfilled. Quality Improvement Data That Will Be Collected For Ongoing Monitoring Includes But Is Not Limited To: Enter Data That May Be Collected.
the Cor Will Maintain A Record-keeping System Of Services By Electronical Fileinvoice Payment Process System (ipps). The Cor Will Review This Data Monthly When Invoices Are Received And Certify All Invoices For Payment By Comparing The Hours Documented On The Va Record-keeping System And Those On The Invoices. Any Evidence Of The Contractor's Non-compliance As Evidenced By The Monitoring Procedures Shall Be Forwarded Immediately To The Co.
the Cor Will Review And Certify Monthly Invoices For Payment. If In The Event The Contractor Fails To Provide The Services In This Contract, Payments Will Be Adjusted To Compensate The Government For The Difference.
all Contract Administration Functions Will Be Retained By The Va.
special Contract Requirements:
reports/deliverables: The Contractor Shall Be Responsible For Complying With All Reporting Requirements Established By The Contract. Contractor Shall Be Responsible For Assuring The Accuracy And Completeness Of All Reports And Other Documents As Well As The Timely Submission Of Each. Contractor Shall Comply With Contract Requirements Regarding The Appropriate Reporting Formats, Instructions, Submission Timetables, And Technical Assistance As Required.
the Following Are Brief Descriptions Of Required Documents That Must Be Submitted By Contractor: Upon Award; Weekly; Monthly; Quarterly ; Annually, Etc. Identified Throughout The Pws And Is Provided Here As A Guide For Contractor Convenience. If An Item Is Within The Pws And Not Listed Here, The Contractor Remains Responsible For The Delivery Of The Item.
note To Contracting: These Items Must Be Described In 52.212-1 Addendum To Instructions To Offerors
what
submit As Noted
submit To
quality Control Plan: Description And Reporting Reflecting The Contractor S Plan For Meeting Of Contract Requirements And Performance Standards
upon Proposal And As Frequently As Indicated In The Performance Standards
co
other Than Cost And Price Information Supporting Proposed Physician Rate (required For Affiliate Onsite Hourly- Remove If It Does Not Apply)
upon Proposal, To Submit Epa Request, Upon Change In Key Personnel
co
copy Of Subcontracting Plan Is Required For All Large Businesses. Copy Of Contractor Certification Statement If No Subcontracting Possibilities Exist
upon Proposal And As Updated
co
copies Of Any And All Licenses, Board Certifications, Npi, To Include Primary Source Verification Of All Licensed And Certified Staff
upon Proposal And Upon Renewal Of Licenses And Upon Renewal Of Option Periods Or Change Of Key Personnel
co With Proposal; Renewal Submitted To Vetpro System
certification That Staff List Has Been Compared To Oig List
upon Proposal And Upon New Hires
co
proof Of Indemnification And Medical Liability Insurance
upon Proposal And Upon Renewals
co
certificates Of Completion For Cyber Security And Patient Privacy Training Courses
before Receiving An Account On Va Network And Annual Training And New Hires.
co
acls/bls Certification
upon Award And Every Two Years After Award
cor
contingency Plan For Replacing Key Personnel To Maintain Services As Required Under The Terms Of The Contract
upon Proposal And As Updated
cor
billing:
invoice Requirements And Supporting Documentation: Supporting Documentation And Invoice Must Be Submitted No Later Than The Last Workday Of The Month. Subsequent Changes Or Corrections Shall Be Submitted By Separate Invoice. In Addition To Information Required For Submission Of A Proper Invoice In Accordance With Far 52.212-4 (g), All Invoices Must Include:
name And Address Of Contractor
invoice Date And Invoice Number
contract Number And Purchase/task Order Number
date Of Service
contractor S Physician(s) (name Of Contractor S Employee)
hourly Rate
quantity Of Hours Worked
total Price
vendor Electronic Invoice Submission Methods:
invoices Will Be Electronically Submitted To The Tungsten Website At Https://www.tungstenautomation.com/. Tungsten Automation Direct Vendor Support Number Is 877-489-6135 For Va Contracts. The Va-fsc Pays All Associated Transaction Fees For Va Orders. During Implementation (technical Set-up) Tungsten Automation Will Confirm Your Taxpayer Id Number With The Va-fsc. This Process Can Take Up To 5 Business Days To Complete To Ensure Your Invoice Is Automatically Routed To Your Certifying Official For Approval And Payment. To Successfully Submit An Invoice To Va-fsc Please Review How To Create An Invoice Within The How To Guides. All Invoices Submitted Through Tungsten Automation To The Va-fsc Should Mirror The Current Submission Of Invoice. Clarification Of Additional Requirements Should Be Confirmed With Your Certifying Official (your Co Or Buyer). Payment Will Only Be Made For Actual Services Rendered. Payments Shall Be Made Monthly In Arrears. The Va-fsc Requires Specific Information In Compliance With The Prompt Pay Act And Business Requirements. The Contractor Shall Be Reimbursed Upon Receipt Of A Proper Invoice. For Additional Information, Please Contact:
tungsten Support
phone: 1-877-489-6135
website: Https://www.tungstenautomation.com/
department Of Veterans Affairs Financial Service Center
https://www.fsc.va.gov/einvoice.asp
â
reduction In Services: This Is A Fixed Quantity Contract For A Specified Number Of Hours. If, At The End Of The Pop, The Government Has Not Utilized The Total Number Of Hours Required Under This Contract Because Of A Change In Its Requirements, The Parties Agree That They Will Attempt To Negotiate In Good Faith A Contract Modification Reducing The Scope Of The Contract With A Corresponding Adjustment In The Total Contract Price. In No Event Will The Va Pay For Hours That Exceed The Total Number Of Hours Specified In The Contract For The Pop.
payments In Full/no Billing Va Beneficiaries: The Contractor Shall Accept Payment For Services Rendered Under This Contract As Payment In Full. Va Beneficiaries Shall Not Under Any Circumstances Be Charged Nor Their Insurance Companies Charged For Services Rendered By The Contractor, Even If Va Does Not Pay For Those Services. This Provision Shall Survive The Termination Or Ending Of The Contract.
to The Extent That The Veteran Desires Services Which Are Not A Va Benefit Or Covered Under The Terms Of This Contract, The Contractor Must Notify The Veteran That There Will Be A Charge For Such Service And That The Va Will Not Be Responsible For Payment.
the Contractor Shall Not Bill, Charge, Collect A Deposit From, Seek Compensation, Remuneration, Or Reimbursement From, Or Have Any Recourse Against, Any Person Or Entity Other Than Va For Services Provided Pursuant To This Contract. It Shall Be Considered Fraudulent For The Contractor To Bill Other Third-party Insurance Sources (including Medicare) For Services Rendered To Veteran Enrollees Under This Contract.
contractor Security Requirements (va Handbook 6500.6): Pulled From Ecms, Team Should Select Language From Each Section As Applicable.
Closing Date3 Jan 2025
Tender AmountRefer Documents
Department Of Education Division Of Masbate City Tender
Laboratory Equipment and Services
Philippines
Details: Description 1. The Department Of Education, Division Of Masbate Province, Through The Fy 2024 Gaa, Sub-allotment Release Order No. Ro-5-24-1862 Intends To Apply The Sum Of One Million Two Thousand Five Hundred Ninety-three And Seventy-three Centavos. (php1,002,593.73) Being The Abc To Payments Under The Contract For The Purchase And Delivery Of Science And Mathematics Equipment (sme) Packages For Public Elementary, Junior And Senior High Schools - Rebid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Package Contents Item Description No. Of Recipient Schools Package Cost Abc Note: Each Package Contains The Following Items Listed Below: (a) Grades 1-3 5 Pcs Beaker Borosilicate 100ml 5pcs Beaker Borosilicate 500ml 40pcs Protractor Student Type 40pcs Plastic Ruler Beaker, Borosilicate, 100ml. Design Specifications: 1.type: Griffin, Low Form 2.shape: Cylindrical Container With Straight Sides, A Flat Bottom, And With A Small Spout (or “beak”) To Aid In Pouring 3.material: Borosilicate, Clear And Transparent Bubble-free Glass With The Following Dimensions: Outside Diameter:50mm-52mm Height:70mm-72mm Thickness:1.5mm-2.0mm 4.capacity:100ml±etched Onto The Glass 5.graduation Starts At:20ml In 10ml Increments 6. Graduation Range At:20ml To 80ml 7.with Permanent White Enamel Graduations Of Approximate Volumes, Inscriptions 8.with Large White Marking Spot 9.features An Easy-pour Spout 10.with Single Graduated Metric Scale 11.can Withstand Heating Up To 200-230c For Normal, Standard Use Service 12.wrapped In Paper, Enclosed In Bubble Wrap, And Packed In A Compartmentalized Box 13.must Be Free From Breakage, Cracks, Chipped Rims And Other Defects 14.comes With A Brand, With Five (5) Years Existence In The Glass Wares Industry. Beaker, Borosilicate 500ml 1. Type: Berzellius, Tall Form 2. Shape: Cylindrical Container With Straight Sides, A Flat Bottom, With A Small Spout (or "beak") To Aid Pouring 3. Material: Borosilicate, Clear, Bubble Free Glass Berzellius. Tall Form With The Following Dimensions: A. Outside Diameter Range: 75 Mm- 80 Mm B. Height Range: 136 Mm -140 Mm C. Thickness: 1.5 Mm To 2.0 Mm 4. Capacity :500 Ml ; ± 5% Etched/embossed Onto The Glass 5.with Permanent White Enamel Graduations Of Approximate Volumes, Inscriptions And 6. With Large White Marking Spot 7. With Easy Pour Spout 8. Double Graduated Metric Scale 9. Marked To Fill: Graduation Starts At 50 Ml, In 50 Ml, Increments 10. Marked To Empty: Graduation Starts At O Ml In 50 Ml, Increments 11. 11.can Withstand Heating Up To 200-2300 C For Normal, Standard Use Service 12.wrapped In Paper, Enclosed In Bubble Wrap And Packed Individually In A Compartmentalized Box 13.must Be Free From Breakage, Cracks, Chipped Rims And Other Defects 14.comes A Brand, With Five (5) Years Existence In The Glass Wares Indust Protractor, Student-type 1. Protractor, Student-type, Plastic, Transparent, Semi-circular, 1800• 2. Ø150mm (or 75mm Radius), 1mm Thick (minimum); 3. Angular Graduations Are In Degrees, From 00 To 1800. With Two (2) Sets Of Numerals, One Reading Clockwise And The Other Reading Counterclockwise; 4. Linear Graduations Are In Millimeters, From O To 100mm; 5. With A Hole At Vertex Point Enough For A Fine String To Pass Through It; 6. Plastic Surface Finish: Smooth, Clear, And Free From Scratches; 7. It Must Be Horizontally Level When Laid Flat On A Table - No Warping; 8. Comes With A Plastic Case. Ruler, Plastic, 12 Inches/30cm 1. Ruler, Plastic, Transparent, Smooth Surface, And 1 Mm Thick (minimum); 2. Approximate Width X Length: 28 Mm X 314 Mm; 3. Graduations: Metric Graduations On One Side While English Graduations On The Other Side: *metric Graduations Are In Centimeters, From O Cm To 30 Cm, With Every Cm Subdivided By 10. *english Graduations Are In Inches, From O Inches To 12 Inches, With Every Inch Subdivided By 16. 4. Clear, Readable Black, Non-groove Permanent Prints (will Not Fade And Cannot Be Scratched Off); 5. Bendable Up To U-shape When Held At Both Ends; And 6. The Item Shall Be Free From Toxic Materials. 91 2,850.00 259,350.00 Package Contents Item Description No. Of Recipient Schools Package Cost Abc B Grades 4-6 5 Pcs Beaker Borosilicate 100ml 5pcs Beaker Borosilicate 500ml 40pcs Protractor Student Type 40pcs Plastic Ruler Beaker, Borosilicate, 100ml. Design Specifications: 1.type: Griffin, Low Form 2.shape: Cylindrical Container With Straight Sides, A Flat Bottom, And With A Small Spout (or “beak”) To Aid In Pouring 3.material: Borosilicate, Clear And Transparent Bubble-free Glass With The Following Dimensions: Outside Diameter:50mm-52mm Height:70mm-72mm Thickness:1.5mm-2.0mm 4.capacity:100ml±etched Onto The Glass 5.graduation Starts At:20ml In 10ml Increments 6. Graduation Range At:20ml To 80ml 7.with Permanent White Enamel Graduations Of Approximate Volumes, Inscriptions 8.with Large White Marking Spot 9.features An Easy-pour Spout 10.with Single Graduated Metric Scale 11.can Withstand Heating Up To 200-230c For Normal, Standard Use Service 12.wrapped In Paper, Enclosed In Bubble Wrap, And Packed In A Compartmentalized Box 13.must Be Free From Breakage, Cracks, Chipped Rims And Other Defects 14.comes With A Brand, With Five (5) Years Existence In The Glass Wares Industry. Beaker, Borosilicate 500ml 1. Type: Berzellius, Tall Form 2. Shape: Cylindrical Container With Straight Sides, A Flat Bottom, With A Small Spout (or "beak") To Aid Pouring 3. Material: Borosilicate, Clear, Bubble Free Glass Berzellius. Tall Form With The Following Dimensions: A. Outside Diameter Range: 75 Mm- 80 Mm B. Height Range: 136 Mm -140 Mm C. Thickness: 1.5 Mm To 2.0 Mm 4. Capacity :500 Ml; ± 5% Etched/embossed Onto The Glass 5.with Permanent White Enamel Graduations Of Approximate Volumes, Inscriptions And 6. With Large White Marking Spot 7. With Easy Pour Spout 8. Double Graduated Metric Scale 9. Marked To Fill: Graduation Starts At 50 Ml, In 50 Ml, Increments 10. Marked To Empty: Graduation Starts At O Ml In 50 Ml, Increments 11. 11.can Withstand Heating Up To 200-2300 C For Normal, Standard Use Service 12.wrapped In Paper, Enclosed In Bubble Wrap And Packed Individually In A Compartmentalized Box 13.must Be Free From Breakage, Cracks, Chipped Rims And Other Defects 14.comes A Brand, With Five (5) Years Existence In The Glass Wares Indust Protractor, Student-type 1. Protractor, Student-type, Plastic, Transparent, Semi-circular, 1800• 2. Ø150mm (or 75mm Radius), 1mm Thick (minimum); 3. Angular Graduations Are In Degrees, From 00 To 1800. With Two (2) Sets Of Numerals, One Reading Clockwise And The Other Reading Counterclockwise; 4. Linear Graduations Are In Millimeters, From O To 100mm; 5. With A Hole At Vertex Point Enough For A Fine String To Pass Through It; 6. Plastic Surface Finish: Smooth, Clear, And Free From Scratches; 7. It Must Be Horizontally Level When Laid Flat On A Table - No Warping; 8. Comes With A Plastic Case. Ruler, Plastic, 12 Inches/30cm 1. Ruler, Plastic, Transparent, Smooth Surface, And 1 Mm Thick (minimum); 2. Approximate Width X Length: 28 Mm X 314 Mm; 3. Graduations: Metric Graduations On One Side While English Graduations On The Other Side: *metric Graduations Are In Centimeters, From O Cm To 30 Cm, With Every Cm Subdivided By 10. *english Graduations Are In Inches, From O Inches To 12 Inches, With Every Inch Subdivided By 16. 4. Clear, Readable Black, Non-groove Permanent Prints (will Not Fade And Cannot Be Scratched Off); 5. Bendable Up To U-shape When Held At Both Ends; And 6. The Item Shall Be Free From Toxic Materials. 80 2,850.00 228,0000 Package Contents Item Description Qty. Package Cost Total Amount C Junior Hs 5pcs Musical Instrument (miniature Guitar) 1 Set Of Tools 5 Pcs. Beaker, Borosilicate 1000ml 10boxes Glass Cover Slips 100’s/box 10 Boxes Glass Slides, 72’s/box 40pcs, Protractor, Student-type 40pcs, Ruler, Plastic, 12 Inches/30cm 10pcs Beaker, Borosilicate 100ml 10pcs Beaker, Borosilicate 500ml 1 Pc, Cork Borer 5pcs, Flask, Volumetric, Borosilicate 250ml 1spool, Per Package Nichrome Wire 0.4, 100ft 5pcs, Ph Meter, Hand-held 5 Pcs. Rubber Stopper #6 For Erlenmeyer: Flask (narrow -mouth) 250ml, 1hole 5 Pcs. Rubber Stopper #6 For Erlenmeyer: Flask (narrow -mouth) 250ml, 2hole 5pcs Triangular File, Fine, 6-inch Long With Plastic Handle 5packs Universal Ph Paper, Ph 0-14, 100strips/pack Musical Instrument (miniature Guitar) 1. Mini Acoustic Type, Half-size Guitar, Any Color, Surface Finish: Varnish 2. Made Of Good Quality Wood Without Any Sign Of Obstruction Or Getting Struck Or Loosen Up Warp 3. Minimum Dimensions: Overall Length: 33 Inches, Width: 12 Inches, Depth: 3 1/2 Inches 4. Standard Guitar Steel Strings (nos. 1-6), 18 Fret Minimum Set Of Tools 1. Ballpen Hammer, Handle Length Is 11”, 350g Approx. Weight, 1pcs/set 2. Long Nose Pliers, 6”, 1 Pair/set 3. Mechanical Wire Cutter And Pliers, 6.5”, 1 Pair/set 4.precision Screwdrivers Set, 6 Pcs/set, Withb Plastic Casing, 1 Set/set 5. Screwdriver, Flat 6”, 1pc/set 6. Screwdriver, Phillips, 6”, 1 Pc/set 7. Soldering Iron, 60watts, 1 Pc/set 8. Soldering Lead, 1mm Diameter 9. Soldering Paste, 50 Grams/can, 1 Can/set 10. Tweezers, Stainless Steel, With Curved Tips, 6.5” Long, 1 Pair/set Beaker, Borosilicate, 1000ml. 1. Griffin Type, Borosilicate, Transparent, Bubble-free Glass 2. Shape: A Cylindrical Container With Flat Bottom 3. Thickness Range: 1.5 Mm To 2.0 Mm 4. Permanent White Graduations, With White Enamel Marking Spot 5. Features An Easy-pour Spout 6. Capacity: 1000 Ml}, ± 10% Enameled Onto The Glass 7. Single Graduated Metric Scale 8. Graduation Starts At 200 Ml, In 100 Ml, Increments 9. Height Range: 140 Mm To 160 Mm 10. Outside Diameter: 100 Mm To 110 Mm 11. There Must Be No Cracks And Sharp Parts Safely Packed In A Compartmentalized Box Glass Cover Slips, 1oo's/box 1. Pre-cleaned Cover Glasses And Not Sticking From Each Other 2. Material: Transparent Glass 3. Quantity: 100's/small Plastic Box 4. Dimension: 22 Mm X 22 Mm Square 5. Thickness: O. 13 Mm - 0.17 Mm 7. There Shall Be No Chipped Edges 8. Safely Packed In A Plastic Box Glass Slides, 72’s/box 1. Clear, Flat Glass; Free From Moisture, Dirt, And Film; 2. No Color, No Frost And No Chipped Edges 3. Dimension: 75 Mm (±i Mm) X 25 Mm (± I Mm); 4. Thickness: 1.1 Mm (± 0.1 Mm) No Sharp Edges And Pointed Corners 5. Packed In A Box Containing 72 Slides With Thin Paper Sheets In Between Them Protractor, Student-type 1. Protractor, Student-type, Plastic, Transparent, Semi-circular, 1800• 2. Ø150mm (or 75mm Radius), 1mm Thick (minimum); 3. Angular Graduations Are In Degrees, From 00 To 1800. With Two (2) Sets Of Numerals, One Reading Clockwise And The Other Reading Counterclockwise; 4. Linear Graduations Are In Millimeters, From O To 100mm; 5. With A Hole At Vertex Point Enough For A Fine String To Pass Through It; 6. Plastic Surface Finish: Smooth, Clear, And Free From Scratches; 7. It Must Be Horizontally Level When Laid Flat On A Table - No Warping; 8. Comes With A Plastic Case. Ruler, Plastic, 12 Inches/30cm 1. Ruler, Plastic, Transparent, Smooth Surface, And 1 Mm Thick (minimum); 2. Approximate Width X Length: 28 Mm X 314 Mm; 3. Graduations: Metric Graduations On One Side While English Graduations On The Other Side: *metric Graduations Are In Centimeters, From O Cm To 30 Cm, With Every Cm Subdivided By 10. *english Graduations Are In Inches, From O Inches To 12 Inches, With Every Inch Subdivided By 16. 4. Clear, Readable Black, Non-groove Permanent Prints (will Not Fade And Cannot Be Scratched Off); 5.bendable Up To U-shape When Held At Both Ends; And 6.the Item Shall Be Free From Toxic Materials. Beaker, Borosilicate, 100ml. Design Specifications: 1. Type: Griffin, Low Form 2. Shape: Cylindrical Container With Straight Sides, A Flat Bottom, And With A Small Spout (or “beak”) To Aid In Pouring 3. Material: Borosilicate, Clear And Transparent Bubble-free Glass With The Following Dimensions: Outside Diameter:50mm-52mm Height:70mm-72mm Thickness:1.5mm-2.0mm 4. Capacity:100ml±etched Onto The Glass 5. Graduation Starts At:20ml In 10ml Increments 6. Graduation Range At:20ml To 80ml 7. With Permanent White Enamel Graduations Of Approximate Volumes, Inscriptions 8. With Large White Marking Spot 9. Features An Easy-pour Spout 10. With Single Graduated Metric Scale 11. Can Withstand Heating Up To 200-230c For Normal, Standard Use Service 12. Wrapped In Paper, Enclosed In Bubble Wrap, And Packed In A Compartmentalized Box 13. Must Be Free From Breakage, Cracks, Chipped Rims And Other Defects 14. Comes With A Brand, With Five (5) Years Existence In The Glass Wares Industry. Beaker, Borosilicate 500ml 1. Type: Berzellius, Tall Form 2. Shape: Cylindrical Container With Straight Sides, A Flat Bottom, With A Small Spout (or "beak") To Aid Pouring 3. Material: Borosilicate, Clear, Bubble Free Glass Berzellius. Tall Form With The Following Dimensions: A. Outside Diameter Range: 75 Mm- 80 Mm B. Height Range: 136 Mm -140 Mm C. Thickness: 1.5 Mm To 2.0 Mm 4. Capacity :500 Ml; ± 5% Etched/embossed Onto The Glass 5. With Permanent White Enamel Graduations Of Approximate Volumes, Inscriptions And 6. With Large White Marking Spot 7. With Easy Pour Spout 8. Double Graduated Metric Scale 9. Marked To Fill: Graduation Starts At 50 Ml, In 50 Ml, Increments 10. Marked To Empty: Graduation Starts At O Ml In 50 Ml, Increments 11. 11. Can Withstand Heating Up To 200-2300 C For Normal, Standard Use Service 12. Wrapped In Paper, Enclosed In Bubble Wrap And Packed Individually In A Compartmentalized Box 13. Must Be Free From Breakage, Cracks, Chipped Rims And Other Defects 14.comes A Brand, With Five (5) Years Existence In The Glass Wares Industry Cork Borer 1. Shape Of Cork Borer : Long, Hollow Round Rod/tube With Sharpened Ends 2. Material Of Tube/rod: Nickel-plated Steel Borer 3. A Set Of Six (6) Different Diameter Sizes:(4 Mm, 4.5 Mm, 6 Mm, 8 Mm, 9.5 Mm, Il Mm) 4. Comes With A Handles Which Are Individually And Permanently Numbered (1-6) For Easy Identification Handle A) Shape Of Handle: T-shaped B) Material Of Handle : Hard Plastic C) Finish: Smooth D) C010r Of Handle: Red 5. Includes A Ramrod/ Eject Rod Pushing The Removed Cork Out Of The Borer Material Of Ramrod/eject Rod: Steel 6.packaging: Resealable Plastic Pouch Comes With A Brand. Flask, Volumetric, Borosilicate 250ml 1. Type: Class A 2. Shape: A Round Or Pear-shaped Bulb, A Long Thin Neck Topped By Snap Cap And With Flat Bottom 3. Material Of Body: Borosilicate, Clear, Transparent And Bubble-free, Glass With The Following Dimensions: A. Height: 225 Mm B. Outside Diameter: 78 Mm (approx.) C. Size: 250 Rnl D. Tolerance: ± O. 12 Rnl 4. A. Material Of Snap Cap: High Density Plastic (polyethylene) B. With Octagonal Grip C. Snap-cap: No. 250 D. Color Of Snap Cap: Blue 5. Must Meet Astm E- 694 For Volumetric Ware, Astm E-542 For Calibration Of Volumetric Ware And Astm E-288 For Volumetric Flasks. 6. Calibrated "to Contain" (marked "tc" Or "in") 7. Manufacturer Should Be Accredited By Nist Standards Or Its Equivalent To The Country Of Origin To That Their Items Are Calibrated. 8. Must Be Free From Breakage, Cracks, Sharp Rims And Other Defects 10. Packaging: Roll Up Glassware In Newspaper And Secure With A Piece Of Masking Tape And Place In A Bubble Pouch And Individually Packed In A Sturdy Box Il. Comes With A Brand, With Five (5) Years Existence In The Glass Wares Industry. Nichrome Wire. 0.4, 100 Ft. 1. Shape: Round Wire 2. Material Of Wire: Nichrome-a110y Of Nickel And Chromium, Ni80 Cr20 With The Following Dimensions: Awg Size: 26 A. Diameter: 0.4 Mm B. Length: 100 Ft 3. Form: Soft, Rust-free Wire 4. Color: Silvery Grey 5. Resistance: 2.57 Ohms/foot 6. Annealed Soft 7. Perfectly Tensioned. Zero Elongation, Scratches, Or Other Flaws. 8. Comes In A Spool 9. Packed In A Resealable Plastic Pouch 10. Comes With A Brand Ph Meter, Hand-held 1. Type: Portable Hand Held Digital Pen Type 2. Material: Plastic With The Following Dimensions A) Length: 6.2 In (155.45 Mm) (min) B) Width: 1.5 In (38.1 Mm) (min) C) Height: 1.3 In (33.02 Mm) (min) 3. With Retractable Electrode 4. Comes With One (1) Pc Protective Cap 5. Electrodes Extend Up To 3.15" (80.01 Mm) (min) 6. Waterproof 7. Ph Range: Ph O To Ph 14 8. Accuracy: ± 0.2 Ph 9. Features A Bold Lcd Display Of Ph 10. With Automatic Temperature Compensation 11. Supplied With Accessories A) One (i) Bottle Ph 7.0 Buffer Solution Capacity Of Ph 7.0 Buffer Solution: 50 Rnl Rubber Stopper # 6 For Erlenmeyer Flask (narrow-mouth) 250 Ml, 1 Hole 1. Shape: Cylindrical With A Tapered Bottom End 2. Material: Premium Grade Sbr Black Rubber Compound With The Following Dimensions: A. Height: 25 Mm B. Top Õ: 32 Mm C. Bottom Ø : 26 Mm D. Hole Õ: 5 Mm 3. Number Of Holes: With One (1) Hole 4. Dimension Tolerance On Height, Top And Bottom Diameter • ± 0.5 5. Hardness: 40 ± 5 Duro 6. Packed In Resealable Plastic Bag 7.cornes With A Brand Rubber Stopper # 6 For Erlenmeyer Flask (narrow-mouth) 250 Ml, 2 Holes 1. Shape: Cylindrical With A Tapered Bottom End 2. Material: Premium Grade Sbr Black Rubber Compound With The Following Dimensions: A. Height: 25 Mm B. Top Õ: 32 Mm C. Bottom Ø : 26 Mm D. Hole Õ: 5 Mm 3.number Of Holes: With One (1) Hole 4. Dimension Tolerance On Height, Top And Bottom Diameter • ± 0.5 5. Hardness: 40 ± 5 Duro 6. Packed In Resealable Plastic Bag 7.cornes With A Brand Triangular File, Fine, 6-inch-long With Plastic Handle 1.type Of File: Triangular 2.shape: Triangular 3.material: High Carbon Steel 4.kind Of File: Fine, Smooth 5.length Of File: 6" (150-152.4 Mm) Long 6.material Of Handle: Plastic 7.packed In A Resealable Pouch 8.comes With A Brand Universal Ph Paper, Ph 0-14, 100 Strips / Pack 1.type: Test Strips 2.shape: Rectangle 3.material: Cellulose/paper Based 4. Dimension Of Ph Strip A) Length: 69 Mm X 6 Mm 5.number Of Colors In Indicator Test Strip: In Four Colors To Test Ph Values 6.number Of Test Strips: 100 Pc Strips 7.packaging: Clear, Transparent Box 8.shape Of Box: Square 9.with Complete Color Chart For Comparison With The Color Change To Get The Ph Reading Of The Sample Being Tested 10.no Sharp Edges On Box 11.measures Ph O-ph 14 12.comes With A Brand 21 18,000.00 378,000.00 Package Contents Item Description Qty. Package Cost Total Amount D Shs-stem 5 Pcs Beaker, Plastic 500ml 5 Pcs Dry Cell, 9 Volts 5 Pcs Musical Instrument 5 Pcs Beaker Borosilicate 100ml 5pcs Beaker Borosilicate 500ml 1 Pc, Cork Borer 5pcs, Flask, Volumetric, Borosilicate 250ml 1spool, Per Package Nichrome Wire 0.4, 100ft 5pcs, Ph Meter, Hand-held 5 Pcs. Rubber Stopper #6 For Erlenmeyer: Flask (narrow -mouth) 250ml, 1hole 5 Pcs. Rubber Stopper #6 For Erlenmeyer: Flask (narrow -mouth) 250ml, 2hole 5pcs Triangular File, Fine, 6-inch Long With Plastic Handle 5packs Universal Ph Paper, Ph 0-14, 100strips/pack Beaker, Plastic Measure 500 Rnl Of Water Using A Standard 100 Ml, Graduated Cylinder, And Pour Into It To Check The Accuracy And Preciseness Of The Printed Graduations And Verify Whether The Required Minimum/maxim Urn Volumetric Capacity Of The Glass, As Stipulated In The Technical Specifications, Is Met. The Capacity Must. Be 500 Ml}. ± 10% Dry Cell, 9 Volts I. Set The Blr Reference Digital Multimeter To 20vdc A. Insert The Black Test Probe To The "com" Terminal Of The Digital Multi Meter And The Red Test Probe To The "vqhz" Terminal Of The Digital Multimeter B. Switch On The Digital Multi Meter Connect The Black Test Lead Of The Blr Reference Digital Multimeter To The Negative Terminal Of The Dry Cell And The Red Test Lead To The Positive Terminal Of The Dry Cell C. The Blr Reference Digital Multi Meter Should Register A Reading Of At Least 9.0 Volts Dc Musical Instrument (miniature Guitar) 1.mini Acoustic Type, Half-size Guitar, Any Color, Surface Finish: Varnish 2.made Of Good Quality Wood Without Any Sign Of Obstruction Or Getting Struck Or Loosen Up Warp 3.minimum Dimensions: Overall Length: 33 Inches, Width: 12 Inches, Depth: 3 1/2 Inches 4.standard Guitar Steel Strings (nos. 1-6), 18 Fret Minimum Beaker, Borosilicate, 100ml. Design Specifications: 1. Type: Griffin, Low Form 2. Shape: Cylindrical Container With Straight Sides, A Flat Bottom, And With A Small Spout (or “beak”) To Aid In Pouring 3. Material: Borosilicate, Clear And Transparent Bubble-free Glass With The Following Dimensions: Outside Diameter:50mm-52mm Height:70mm-72mm Thickness:1.5mm-2.0mm 4. Capacity:100ml±etched Onto The Glass 5. Graduation Starts At:20ml In 10ml Increments 6. Graduation Range At:20ml To 80ml 7. With Permanent White Enamel Graduations Of Approximate Volumes, Inscriptions 8. With Large White Marking Spot 9. Features An Easy-pour Spout 10. With Single Graduated Metric Scale 11. Can Withstand Heating Up To 200-230c For Normal, Standard Use Service 12. Wrapped In Paper, Enclosed In Bubble Wrap, And Packed In A Compartmentalized Box 13. Must Be Free From Breakage, Cracks, Chipped Rims And Other Defects 14. Comes With A Brand, With Five (5) Years Existence In The Glass Wares Industry. Beaker, Borosilicate 500ml 1. Type: Berzellius, Tall Form 2. Shape: Cylindrical Container With Straight Sides, A Flat Bottom, With A Small Spout (or "beak") To Aid Pouring 3. Material: Borosilicate, Clear, Bubble Free Glass Berzellius. Tall Form With The Following Dimensions: A. Outside Diameter Range: 75 Mm- 80 Mm B. Height Range: 136 Mm -140 Mm C. Thickness: 1.5 Mm To 2.0 Mm 4. Capacity :500 Ml; ± 5% Etched/embossed Onto The Glass 5. With Permanent White Enamel Graduations Of Approximate Volumes, Inscriptions And 6. With Large White Marking Spot 7. With Easy Pour Spout 8. Double Graduated Metric Scale 9. Marked To Fill: Graduation Starts At 50 Ml, In 50 Ml, Increments 10. Marked To Empty: Graduation Starts At O Ml In 50 Ml, Increments 11. 11. Can Withstand Heating Up To 200-2300 C For Normal, Standard Use Service 12. Wrapped In Paper, Enclosed In Bubble Wrap And Packed Individually In A Compartmentalized Box 13. Must Be Free From Breakage, Cracks, Chipped Rims And Other Defects 14.comes A Brand, With Five (5) Years Existence In The Glass Wares Industry Cork Borer 1. Shape Of Cork Borer: Long, Hollow Round Rod/tube With Sharpened Ends 2. Material Of Tube/rod: Nickel-plated Steel Borer 3. A Set Of Six (6) Different Diameter Sizes:(4 Mm, 4.5 Mm, 6 Mm, 8 Mm, 9.5 Mm, Il Mm) 4. Comes With A Handle Which Are Individually And Permanently Numbered (1-6) For Easy Identification Handle D) Shape Of Handle: T-shaped E) Material Of Handle: Hard Plastic F) Finish: Smooth D) C010r Of Handle: Red 5. Includes A Ramrod/ Eject Rod Pushing The Removed Cork Out Of The Borer Material Of Ramrod/eject Rod: Steel 6.packaging: Resealable Plastic Pouch Comes With A Brand. Flask, Volumetric, Borosilicate 250ml 1. Type: Class A 2. Shape: A Round Or Pear-shaped Bulb, A Long Thin Neck Topped By Snap Cap And With Flat Bottom 3. Material Of Body: Borosilicate, Clear, Transparent And Bubble-free, Glass With The Following Dimensions: A. Height: 225 Mm B. Outside Diameter: 78 Mm (approx.) C. Size: 250 Rnl D. Tolerance: ± O. 12 Rnl 4. A. Material Of Snap Cap: High Density Plastic (polyethylene) B. With Octagonal Grip C. Snap-cap: No. 250 D. Color Of Snap Cap: Blue 5. Must Meet Astm E- 694 For Volumetric Ware, Astm E-542 For Calibration Of Volumetric Ware And Astm E-288 For Volumetric Flasks. 6. Calibrated "to Contain" (marked "tc" Or "in") 7. Manufacturer Should Be Accredited By Nist Standards Or Its Equivalent To The Country Of Origin To That Their Items Are Calibrated. 8. Must Be Free From Breakage, Cracks, Sharp Rims And Other Defects 10. Packaging: Roll Up Glassware In Newspaper And Secure With A Piece Of Masking Tape And Place In A Bubble Pouch And Individually Packed In A Sturdy Box Il. Comes With A Brand, With Five (5) Years Existence In The Glass Wares Industry. Nichrome Wire. 0.4, 100 Ft. 1. Shape: Round Wire 2. Material Of Wire: Nichrome-a110y Of Nickel And Chromium, Ni80 Cr20 With The Following Dimensions: Awg Size: 26 A. Diameter: 0.4 Mm B. Length: 100 Ft 3. Form: Soft, Rust-free Wire 4. Color: Silvery Grey 5. Resistance: 2.57 Ohms/foot 6. Annealed Soft 7. Perfectly Tensioned. Zero Elongation, Scratches, Or Other Flaws. 8. Comes In A Spool 9. Packed In A Resealable Plastic Pouch 10. Comes With A Brand Ph Meter, Hand-held 1. Type: Portable Hand-held Digital Pen Type 2. Material: Plastic With The Following Dimensions D) Length: 6.2 In (155.45 Mm) (min) E) Width: 1.5 In (38.1 Mm) (min) F) Height: 1.3 In (33.02 Mm) (min) 3. With Retractable Electrode 4. Comes With One (1) Pc Protective Cap 5. Electrodes Extend Up To 3.15" (80.01 Mm) (min) 6. Waterproof 7. Ph Range: Ph O To Ph 14 8. Accuracy: ± 0.2 Ph 9. Features A Bold Lcd Display Of Ph 10. With Automatic Temperature Compensation 11. Supplied With Accessories A) One (i) Bottle Ph 7.0 Buffer Solution Capacity Of Ph 7.0 Buffer Solution: 50 Rnl Rubber Stopper # 6 For Erlenmeyer Flask (narrow-mouth) 250 Ml, 1 Hole 1. Shape: Cylindrical With A Tapered Bottom End 2. Material: Premium Grade Sbr Black Rubber Compound With The Following Dimensions: A. Height: 25 Mm B. Top Õ: 32 Mm C. Bottom Ø : 26 Mm D. Hole Õ: 5 Mm 3. Number Of Holes: With One (1) Hole 4. Dimension Tolerance On Height, Top And Bottom Diameter • ± 0.5 5. Hardness: 40 ± 5 Duro 6. Packed In Resealable Plastic Bag 7.cornes With A Brand Rubber Stopper # 6 For Erlenmeyer Flask (narrow-mouth) 250 Ml, 2 Holes 1. Shape: Cylindrical With A Tapered Bottom End 2. Material: Premium Grade Sbr Black Rubber Compound With The Following Dimensions: A. Height: 25 Mm B. Top Õ: 32 Mm C. Bottom Ø : 26 Mm D. Hole Õ: 5 Mm 3.number Of Holes: With One (1) Hole 4. Dimension Tolerance On Height, Top And Bottom Diameter • ± 0.5 5. Hardness: 40 ± 5 Duro 6. Packed In Resealable Plastic Bag 7.cornes With A Brand Triangular File, Fine, 6-inch-long With Plastic Handle 1.type Of File: Triangular 2.shape: Triangular 3.material: High Carbon Steel 4.kind Of File: Fine, Smooth 5.length Of File: 6" (150-152.4 Mm) Long 6.material Of Handle: Plastic 7.packed In A Resealable Pouch 8.comes With A Brand Universal Ph Paper, Ph 0-14, 100 Strips / Pack 1.type: Test Strips 2.shape: Rectangle 3.material: Cellulose/paper Based 4. Dimension Of Ph Strip A) Length: 69 Mm X 6 Mm 5.number Of Colors In Indicator Test Strip: In Four Colors To Test Ph Values 6.number Of Test Strips: 100 Pc Strips 7.packaging: Clear, Transparent Box 8.shape Of Box: Square 9.with Complete Color Chart For Comparison With The Color Change To Get The Ph Reading Of The Sample Being Tested 10.no Sharp Edges On Box 11.measures Ph O-ph 14 12.comes With A Brand 5 14,500.00 72,500.00 Package Contents Item Description Qty. Package Cost Total Amount E Shs-core 1 Set Of Tools 10pcs, Beaker, Borosilicate, 100ml 5pcs, Beaker Borosilicate 500ml 1pc Cork Borer 5pcs Flask, Volumetric, Borosilicate 250ml 1spool Nichrome Wire, 0.4, 100ft 5pcs Ph Meter, Hand-held 5pcs Rubber Stopper #6 For Erlenmeyer Flask (narrow-mouth) 250ml 1hole 5pcs Rubber Stopper #6 For Erlenmeyer Flask (narrow-mouth) 250ml 2holes 5pcs Triangular File, Fine, 6 Inch Long With Plastic Handle 5packs Universal Ph Paper, Ph 0-14, 100 Strips/pack Set Of Tools 1.ballpen Hammer, Handle Length Is 11”, 350g Approx. Weight, 1pcs/set 2.long Nose Pliers, 6”, 1 Pair/set 3.mechanical Wire Cutter And Pliers, 6.5”, 1 Pair/set 4.precision Screwdrivers Set, 6 Pcs/set, Withb Plastic Casing, 1 Set/set 5.screwdriver, Flat 6”, 1pc/set 6.screwdriver, Phillips, 6”, 1 Pc/set 7.soldering Iron, 60watts, 1 Pc/set 8.soldering Lead, 1mm Diameter 9.soldering Paste, 50 Grams/can, 1 Can/set 10.tweezers, Stainless Steel, With Curved Tips, 6.5” Long, 1 Pair/set Beaker, Borosilicate, 100ml. Design Specifications: 1.type: Griffin, Low Form 2.shape: Cylindrical Container With Straight Sides, A Flat Bottom, And With A Small Spout (or “beak”) To Aid In Pouring 3.material: Borosilicate, Clear And Transparent Bubble-free Glass With The Following Dimensions: Outside Diameter:50mm-52mm Height:70mm-72mm Thickness:1.5mm-2.0mm 4.capacity:100ml±etched Onto The Glass 5.graduation Starts At:20ml In 10ml Increments 6. Graduation Range At:20ml To 80ml 7.with Permanent White Enamel Graduations Of Approximate Volumes, Inscriptions 8.with Large White Marking Spot 9.features An Easy-pour Spout 10.with Single Graduated Metric Scale 11.can Withstand Heating Up To 200-230c For Normal, Standard Use Service 12.wrapped In Paper, Enclosed In Bubble Wrap, And Packed In A Compartmentalized Box 13.must Be Free From Breakage, Cracks, Chipped Rims And Other Defects 14.comes With A Brand, With Five (5) Years Existence In The Glass Wares Industry. Beaker, Borosilicate 500ml I. Type: Berzellius, Tall Form 2. Shape: Cylindrical Container With Straight Sides, A Flat Bottom, With A Small Spout (or "beak") To Aid Pouring 3.material: Borosilicate, Clear, Bubble Free Glass Berzellius. Tall Form With The Following Dimensions: A. Outside Diameter Range: 75 Mm- 80 Mm B. Height Range: 136 Mm -140 Mm C. Thickness: 1.5 Mm To 2.0 Mm 4. Capacity :500 Ml; ± 5% Etched/embossed Onto The Glass 5.with Permanent White Enamel Graduations Of Approximate Volumes, Inscriptions And 6.with Large White Marking Spot 7.with Easy Pour Spout 8.double Graduated Metric Scale 9.marked To Fill: Graduation Starts At 50 Ml, In 50 Ml, Increments 10.marked To Empty: Graduation Starts At O Ml In 50 Ml, Increments 11. 11.can Withstand Heating Up To 200-2300 C For Normal, Standard Use Service 12. Wrapped In Paper, Enclosed In Bubble Wrap And Packed Individually In A Compartmentalized Box 13.must Be Free From Breakage, Cracks, Chipped Rims And Other Defects 14.comes A Brand, With Five (5) Years Existence In The Glass Wares Industry Cork Borer 1.shape Of Cork Borer : Long, Hollow Round Rod/tube With Sharpened Ends 2.material Of Tube/rod : Nickel-plated Steel Borer 3.a Set Of Six (6) Different Diameter Sizes:(4 Mm, 4.5 Mm, 6 Mm, 8 Mm, 9.5 Mm, Il Mm) 4.comes With A Handle Which Are Individually And Permanently Numbered (1-6) For Easy Identification Handle G) Shape Of Handle: T-shaped H) Material Of Handle: Hard Plastic I) Finish: Smooth D)c010r Of Handle: Red 5.includes A Ramrod/ Eject Rod Pushing The Removed Cork Out Of The Borer Material Of Ramrod/eject Rod: Steel 6.packaging: Resealable Plastic Pouch Comes With A Brand. Flask, Volumetric, Borosilicate 250ml 1.type: Class A 2.shape: A Round Or Pear-shaped Bulb, A Long Thin Neck Topped By Snap Cap And With Flat Bottom 3.material Of Body: Borosilicate , Clear, Transparent And Bubble-free, Glass With The Following Dimensions: A. Height: 225 Mm B. Outside Diameter: 78 Mm (approx.) C. Size: 250 Rnl D. Tolerance: ± O. 12 Rnl 4. A. Material Of Snap Cap: High Density Plastic (polyethylene) B. With Octagonal Grip C. Snap-cap: No. 250 D. Color Of Snap Cap: Blue 5.must Meet Astm E- 694 For Volumetric Ware, Astm E-542 For Calibration Of Volumetric Ware And Astm E-288 For Volumetric Flasks. 6.calibrated "to Contain" (marked "tc" Or "in") 7.manufacturer Should Be Accredited By Nist Standards Or Its Equivalent To The Country Of Origin To That Their Items Are Calibrated. 8.must Be Free From Breakage, Cracks, Sharp Rims And Other Defects 10. Packaging: Roll Up Glassware In Newspaper And Secure With A Piece Of Masking Tape And Place In A Bubble Pouch And Individually Packed In A Sturdy Box Il. Comes With A Brand, With Five (5) Years Existence In The Glass Wares Industry. Nichrome Wire. 0.4, 100 Ft 1.shape: Round Wire 2.material Of Wire: Nichrome-a110y Of Nickel And Chromium, Ni80 Cr20 With The Following Dimensions: Awg Size: 26 A. Diameter: 0.4 Mm B. Length : 100 Ft 3.form: Soft, Rust-free Wire 4.color: Silvery Grey 5. Resistance: 2.57 Ohms/foot 6. Annealed Soft 7. Perfectly Tensioned. Zero Elongation, Scratches, Or Other Flaws. 8. Comes In A Spool 9. Packed In A Resealable Plastic Pouch 10. Comes With A Brand Ph Meter, Hand-held 1.type: Portable Hand-held Digital Pen Type 2. Material: Plastic With The Following Dimensions G) Length: 6.2 In (155.45 Mm) (min) H) Width: 1.5 In (38.1 Mm) (min) I) Height: 1.3 In (33.02 Mm) (min) 3.with Retractable Electrode 4.comes With One (1) Pc Protective Cap 5.electrodes Extend Up To 3.15" (80.01 Mm) (min) 6.waterproof 7.ph Range: Ph O To Ph 14 8.accuracy: ± 0.2 Ph 9.features A Bold Lcd Display Of Ph 10.with Automatic Temperature Compensation 11.supplied With Accessories A) One (i) Bottle Ph 7.0 Buffer Solution Capacity Of Ph 7.0 Buffer Solution: 50 Rnl Rubber Stopper # 6 For Erlenmeyer Flask (narrow-mouth) 250 Ml, 1 Hole 1.shape: Cylindrical With A Tapered Bottom End 2. Material: Premium Grade Sbr Black Rubber Compound With The Following Dimensions: A. Height: 25 Mm B. Top Õ: 32 Mm C. Bottom Ø : 26 Mm D. Hole Õ: 5 Mm 3.number Of Holes :with One (1) Hole 4.dimension Tolerance On Height, Top And Bottom Diameter • ± 0.5 5. Hardness: 40 ± 5 Duro 6.packed In Resealable Plastic Bag 7.cornes With A Brand Rubber Stopper # 6 For Erlenmeyer Flask (narrow-mouth) 250 Ml, 2 Holes 1.shape: Cylindrical With A Tapered Bottom End 2. Material: Premium Grade Sbr Black Rubber Compound With The Following Dimensions: A. Height: 25 Mm B. Top Õ: 32 Mm C. Bottom Ø : 26 Mm D. Hole Õ: 5 Mm 3.number Of Holes: With One (1) Hole 4.dimension Tolerance On Height, Top And Bottom Diameter • ± 0.55. Hardness: 40 ± 5 Duro 6.packed In Resealable Plastic Bag 7.cornes With A Brand Triangular File, Fine, 6 Inch Long With Plastic Handle 1.type Of File: Triangular 2.shape: Triangular 3.material: High Carbon Steel 4.kind Of File: Fine, Smooth 5.length Of File: 6" (150-152.4 Mm) Long 6.material Of Handle: Plastic 7.packed In A Resealable Pouch 8.comes With A Brand Universal Ph Paper, Ph 0-14, 100 Strips / Pack 1.type: Test Strips 2.shape: Rectangle 3.material: Cellulose/paper Based 4. Dimension Of Ph Strip A) Length: 69 Mm X 6 Mm 5.number Of Colors In Indicator Test Strip: In Four Colors To Test Ph Values 6.number Of Test Strips: 100 Pc Strips 7.packaging: Clear, Transparent Box 8.shape Of Box: Square 9.with Complete Color Chart For Comparison With The Color Change To Get The Ph Reading Of The Sample Being Tested 10.no Sharp Edges On Box 11.measures Ph O-ph 14 12.comes With A Brand 2 13,500.00 27,000.00 Delivery Cost 37,743.73 Total Abc 1,002,593.73 2. The Department Of Education, Division Of Masbate Province, Through The Bids And Awards Committee (bac), Now Invites Bids For The Goods And Services Contemplated In This Project And As Detailed In The Schedule Of Requirements And The Table Of Technical Specifications Indicated In The Bidding Documents. Expected Completion Of Delivery Of The Goods Is Sixty (60) Calendar Days Upon Receipt Of Notice To Proceed (ntp) At Deped Masbate Province Districts/central Schools Drop-off Points. Prospective Bidders Should Have Completed, Within Five (5) Years Immediately Preceding The Deadline For The Submission Of Bids, Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid And The Value Of Which, Adjusted, If Necessary, By The Bidder To Current Prices Using The Philippine Statistics Authority (psa) Consumer Price Index, Must Be At Least Fifty (50%) Of The Abc Of The Lot Bid For; Or, At Least Two (2) Similar Contracts And The Total Of The Aggregated Contract Amount Should Be Equivalent To At Least Twenty-five (25%) Of The Abc Of The Lot Bid For; And The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Required Percentage Of The Abc Of The Project To Be Bid. The Contracts May Come From Different Agencies/companies. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Education, Division Of Masbate Province And Inspect The Bidding Documents At The Address Given In Item No. 11 From 8:00 A.m. To 5:00 P.m. February 25, 2025 (tuesday) – March 14, 2025 (friday), Excluding Saturdays, Sundays, Non-working Holidays And 8:00 A.m – 12:00 P.m. March 17, 2025 (monday) At The Bac Secretariat/procurement Office, Deped Division Of Masbate Province. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 8:00 A.m. To 5:00 P.m. February 25, 2025 (tuesday) – March 14, 2025 (friday), Excluding Saturdays, Sundays, Non-working Holidays And 8:00 A.m – 12:00 P.m. March 17, 2025 (monday) At The Bac Secretariat/procurement Office, Deped Division Of Masbate Province Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (php 5,000.00). It Can Also Be Acquired For Free By Downloading Through Philgeps Website And Agency Website. Bid Documents Should Be Paid Before Bid Submission 6. The Department Of Education, Division Of Masbate Province Will Hold A Pre-bid Conference On March 5, 2025, 10:00 A.m. At Executive Lounge, Deped Division Of Masbate, Rodeo Road, Masbate City. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual/physical Submission On Or Before March 17, 2025, 12:00 P.m. (pagasa Time) Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be March 17, 2025, 1:00 P.m. At Executive Lounge, Deped Division Of Masbate, Rodeo Road, Masbate City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Education, Division Of Masbate Province Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Contact: Maria Theresa A. Basas, Cpa Bac Secretariat/procurement Office Department Of Education, Division Of Masbate Division Office, Procurement Section Mobile No. 0929-4905672 Email Address: Procurement@depedmasbate.ph 12. You May Visit The Following Websites: Philgeps.gov.ph And/or Depedmasbate.ph Maria Sheila V. Lagoda Bac Chairperson
Closing Date17 Mar 2025
Tender AmountPHP 1 Million (USD 17.4 K)
Province Of South Cotabato Tender
Electronics Equipment...+2Machinery and Tools, Electrical and Electronics
Philippines
Details: Description Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within Activity Date Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0362 March 21, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than April 02, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 1 Meals And Snacks With Venue , June 24, 2025 Pax Venue: Koronadal City Am Snacks: Heavy Snacks With 350 Ml Bottled Water Or Canned Juice Lunch: 3 Viands With Rice, Soup, Dessert And 350 Ml Bottled Water Or Canned Juice (buffet Set-up With Service Crew) And With Free Flowing Coffee And Malt/cocoa Pm Snacks: Heavy Snacks With 350 Ml Bottled Water Or Canned Juice Dinner: 3 Viands With Rice, Soup, Dessert And 350 Ml Bottled Water Or Canned Juice (buffet Set-up With Service Crew) And With Free Flowing Coffee And Malt/cocoa 35 2 Room Accommodation , June 24, 2025 Pax Koronadal City 35 3 Meals And Snacks With Venue , June 25, 2025 Pax Venue: Koronadal City Breakfast: Viands With Rice, Soup, Dessert And 350 Ml Bottled Water Or Canned Juice (buffet Set-up With Service Crew) And With Free Flowing Coffee And Malt/cocoa Am Snacks: Heavy Snacks With 350 Ml Bottled Water Or Canned Juice Lunch: 3 Viands With Rice, Soup, Dessert And 350 Ml Bottled Water Or Canned Juice (buffet Set-up With Service Crew) And With Free Flowing Coffee And Malt/cocoa Pm Snacks: Heavy Snacks With 350 Ml Bottled Water Or Canned Juice Dinner: 3 Viands With Rice, Soup, Dessert And 350 Ml Bottled Water Or Canned Juice (buffet Set-up With Service Crew) And With Free Flowing Coffee And Malt/cocoa 35 4 Room Accommodation , June 25, 2025 Pax Koronadal City 35 5 Meals And Snacks With Venue , June 26, 2025 Pax Venue: Koronadal City Breakfast: Viands With Rice, Soup, Dessert And 350 Ml Bottled Water Or Canned Juice (buffet Set-up With Service Crew) And With Free Flowing Coffee And Malt/cocoa Am Snacks: Heavy Snacks With 350 Ml Bottled Water Or Canned Juice Lunch: 3 Viands With Rice, Soup, Dessert And 350 Ml Bottled Water Or Canned Juice (buffet Set-up With Service Crew) And With Free Flowing Coffee And Malt/cocoa Pm Snacks: Heavy Snacks With 350 Ml Bottled Water Or Canned Juice 35 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: 110009550; Pr.no.25 - 0439 Page 1 Of 5 Total Abc: P 190,750.00 X-x-x Page 3 Follows X-x-x Notes: -venue *the Service Supplier Shall Have Its Own Environmental Policy. The Environmental Policy Shall Cover The Reduction Of Chemical Substances Usage, The Reduction Of Waste And Energy Consumption, And Water Saving. *the Service Supplier Shall Provide Organic, Local Or Regional Products Or Products Which Are Produced In A Sustainable Way (esp. Avoid Overfishing, No Products From Threatened Species) When Offering Food And Beverages. *the Service Supplier Shall Ensure That Indoor Lighting Is Energy Efficient. *the Service Supplier Shall Reduce Packaging And Usage Of Disposable Containers For Food, Drink And Condiments. *the Service Supplier Shall Post Its Environmental Policies Or Targets In Places Where Guests And Employees Can Easily Notice Them. *with Complete Training Amenities: Use Of Projectors, Backdrop, Audio System, Extension Wires And With Free Flowing Coffee And Malt/cocoa. *with Very Good Internet Connection. *for The Use Of Ipho In The Conduct Of Expanded Program On Immunization (epi) Basic Skills Training On June 24-26, 2025 At Koronadal City, South Cotabato Total Amount Of Bid: Source Of Fund: Pho-4412-rs-fh-sc - Mooe-5-02-02-010 - Mooe-25-02-12078 Approved Budget: P 190,750.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: 110009550; Pr.no.25 - 0439 Page 2 Of 5 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within Before Activity Date Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0362 March 21, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than April 02, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 6 Notebook , Composition, 40lvs. 40 Pcs 7 Ballpen , Special, Black 20 Pcs 8 Ballpen , Special, Blue 20 Pcs 9 Sign Pen , My-gel, 0.5mm, Blue 6 Pcs 10 Masking Tape , 1" X 15m 4 Rolls 11 Scotch Tape , 2" X 50m 4 Pcs 12 Marking Pen , Permanent, Broad, Black 10 Pcs 13 Marker , Whiteboard, Blue 10 Pcs 14 Manila Paper 100 Pcs 15 Expanded Envelope , Long, Brown, With Elastic Rp 50 Pcs 16 Folder , Long, 14pts, Pink 50 Pcs 17 Cartolina , Pink 1 Dozen 18 Cartolina , Peach 1 Dozen 19 Cartolina , Yellow 1 Dozen 20 Certificate Frame , Wooden, A4 (8.27" X 11.69") 5 Pcs 21 Certificate Holder , A4 40 Pcs 22 Sticker Paper , Short (8.5" X 11"), 10's, White 10 Pcks 23 Paper , Linen, A4, 185gsm, Cream 1 Rm 24 Ink , Epson 003- Black 5 Btls 25 Ink , Epson 003- Cyan 5 Btls 26 Ink , Epson 003- Magenta 5 Btls 27 Ink , Epson 003- Yellow 5 Btls 28 Paper , Book, A4, S20 5 Rms 29 Desk Tray , 3 Layers, Metal 1 Pc 30 Arch File Folder 5 Pcs 31 Scissors , Large, Heavy Duty 2 Pcs 32 Post It Notes/ Sticky Notes , 3" X 2", 100 Lvs., Green/yellow/pink/blue 5 Pads 33 Crayons , 16's 2 Box 34 Paper , Colored, 100's/pack, Assorted Color 2 Pcks 35 Paper Clip , Color-coated, Small, 32mm, 100's 3 Box Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: 110009550; Pr.no.25 - 0439 Page 3 Of 5 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within Before Activity Date Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0362 March 21, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than April 02, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 36 Puncher , 2 Holes, Big, Heavy Duty 1 Pc 37 Stapler , #35, Branded, With Remover 1 Pc 38 Staple Wire , #35 4 Box 39 Correction Tape , 5mm X 8m 3 Pcs Total Abc: P 18,928.56 X-x-x Page 5 Follows X-x-x Notes: *please Indicate Brand *for The Use Of Ipho In The Conduct Of Expanded Program On Immunization (epi) Basic Skills Training On June 24-26, 2025 At Koronadal City, South Cotabato Total Amount Of Bid: Source Of Fund: Pho-4412-rs-fh-sc - Mooe-5-02-02-010 - Mooe-25-02-12078 Approved Budget: P 18,928.56 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: 110009550; Pr.no.25 - 0439 Page 4 Of 5 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within Before Activity Date Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0362 March 21, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than April 02, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 40 Customized Umbrella , With Print 50 Pcs Total Abc: P 17,500.00 X-x-x Nothing Follows X-x-x Notes: *for Item No. 40 Please See Attached Lay Out Or Contact End User. *for The Use Of Ipho In The Conduct Of Expanded Program On Immunization (epi) Basic Skills Training On June 24-26, 2025 At Koronadal City, South Cotabato Total Amount Of Bid: Source Of Fund: Pho-4412-rs-fh-sc - Mooe-5-02-02-010 - Mooe-25-02-12078 Approved Budget: P 17,500.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: 110009550; Pr.no.25 - 0439 Page 5 Of 5
Closing Date2 Apr 2025
Tender AmountPHP 227.1 K (USD 3.9 K)
8121-8130 of 8224 archived Tenders