Mask Tenders

CITY OF CARCAR, CEBU Tender

Healthcare and Medicine
Philippines
Details: Description Item No. Item Description Qty. Unit Unit Price Total Price Purchase Of Medical Equipment 1 X-ray Machine 1 Unit Specifications: "technical Specification A. Detectors " Name Conversion Screen Communication Focus 35c Deposited Csi (tl) Wireless Only With Charging Focus 43c Deposited Csi (tl) Wireless Only With Charging Focus Hd 35 Deposited Csi (tl) Wireless Only With Charging Focus Hd 43 Deposited Csi (tl) Wireless Only With Charging Drx-plus 3543c Deposited Csi (tl) Wireless/tethered Drx-plus 4343c Deposited Csi (tl) Wireless/tethered Drx-plus 2530c Deposited Csi (tl) Wireless (tabletop Application Only) Lux 35 Deposited Csi (tl) Wireless/tethered B. Tube Positioning Device (overhead Tube Crane) (floor Mount) Type "• 5 Axes Of Motion • Manual Movement In All 5 Axes Of Motion, • Motorized Movement Standard: Vertical • Motorized Movement Optional: Alpha Rotation / Longitude / Transverse • Motorized Movements Support Auto Tracking, Auto Centering. • All Motion Can Be Tube Rotation Around The Vertical Axis " "• 6 Axes Of Motion • Manual Movement In All 6 Axes Of Motion, • Motorized Movement Optional: Vertical / Alpha Rotation • Motorized Movements Support Auto Tracking, Auto Centering. • All Motion Can Be Locked At Any Position " Range Of Movement "• Tube Rotation Around The Horizontal Axis Relative To Zero (collimator Pointing Down) Is +175 Degrees To –175 Degrees • Tube Rotation Around The Vertical Axis Relative To Zero Is + 170degrees To – 155 Degrees • Range Of Telescope (vertical Travel) Is 150 Cm (59 In.) • Longitudinal Rail:-- Length = Standard 4 M (13.1 Ft), 1m (3.3 Ft) Extension Rail Option Available -- Movement Range: Standard 3.1 M (10.2 Ft) (manualmovement). • Transverse Bridge Rail: -- Length = 3.2 M (10.5 Ft) / 2.8 M (9.2 Ft)-- Movement Range: 2.2 M (7.2 Ft) / 1.8 M (5.9 Ft) (manual Movement). " "• Tube Rotation Around The Horizontal Axis Relative To Zero(collimator Pointing Down) Is +140 Degrees To –140degrees • Tube Rotation Around The Vertical Axis Relative To Zero Is+ 180 Degrees To – 180 Degrees • Vertical Travel: 154 Cm (60.6 In.) • Longitudinal Travel:-- 10 Ft. Track: 242cm (95.4 In.)-- 12 Ft. Track: 303cm (119.5in.) • Transverse Travel: ± 120 Mm (± 4.7in.) • Trunnion Mount: +45° To –20° Tube Rotation " Controls "• Single Handle Control And Individual Controls Of Longitudinal,transversal, Vertical, And Rotational Directions; Auto-centering And Auto-tracking Controls " "• Single Handle Control And Individual Controls Of Longitudinal, Transversal, Vertical, And Rotational Directions; Auto-centering And Auto-tracking Controls " Display "• Type: Lcd Touch-screen • Size: 10.1 Inch • Resolution:1280 X 800 • Color Depth:24 Bit • Display Contents: Sid, Tube Rotation Angle Mirror Screen Of The Console Software And Allow Same Operations As The Console Side Software. " "• Type: Lcd Touch-screen • Size: 10.1 Inch • Resolution:1280 X 800 • Color Depth:24 Bit • Display Contents: Sid, Tube Rotation Angle Mirror Screen Of The Console Software And Allow Same Operations As The Console Side Software. " Weight • 300 Kg (661 Lb) • 318 Kg (701 Lb) Optional Accessories • Ir Remote • Ir Remote, Table Bucky Tracker, Floor Rail Sid Feedback Auto Movements "• Automatic Tracking Of The Overhead Tube Assembly (x-ray Beam Axis) To Follow The Table Bucky Or Wall Stand Bucky Position • Automatic Centering And Perpendicular Alignment Of The Overhead Tube Assembly (x-ray Beam Axis) To The Table Bucky Or The Wall Stand Bucky Position. (fully Automated Only) • Automatic Positioning In 3 Pre-defined Position (fully Automated Only) • Accuracy: +/- 5 Mm " "• Automatic Tracking Of The Tube Assembly (x-ray Beam Axis) To Follow The Table Bucky Or Wall Stand Bucky Height • Automatic Centering(limited) And Perpendicular Alignment Of The Tube Assembly (x-ray Beam Axis) To The Wall Stand Bucky Or The Table Bucky Position. (limited, Manual Movement In Transverse And Longitudinal Rail) • Accuracy: +/- 5 Mm " Anti-collision • ⍰ Yes For Motorized Movements • ⍰yes For Motorized Movements "c. Generators – Three Phase Input Power Dimensions: Cgf-*: Width 650 Mm (25.6 In.), Depth 343 Mm (13.5 In.), Height 618 Mm (24.3 In.) / Stored Energy 650mm(25.6 In.),516mm(20.3 In.),995mm(39.2 In.) Cgn-*: Width 650 Mm (25.6 In.), Depth 343 Mm (13.5 In.), Height 428 Mm (16.9in.) " D. Tables – Fixed Position Type Elevating, Four-way Float Top Non-elevating, Four-way Float Top Table Height "raised 825 Mm ± 5 Mm Lowered 550 Mm ± 5 Mm " 725 Mm ± 5 Mm Table Weight 226.8 Kg (500 Lb) 158.5 Kg (350 Lb) Max Patient Weight 295 Kg (650 Lb) 295 Kg (650 Lb) Tabletop Size "length X Width: 2200 X 900 ± 40 Mm " "length X Width: 2200 X 900 ± 40 Mm " Imaging Area "length X Width: 1575 X 725 Mm ± 25 Mm " "length X Width: 1575 X 725 Mm ± 25 Mm " Tabletop Movement "longitudinal 770 Mm ± 5 % Transverse ± 152.5 Mm ± 5 % " "longitudinal 770 Mm ± 5 % Transverse ± 152.5 Mm ± 5 % " Tabletop Material Fiber Resin (phenolic) Fiber Resin (phenolic) Tabletop X-ray Density: < 1.2 Mm Al < 1.2 Mm Al Motion Controls "foot Pedal Up And Down Foot Pedal Float (2x) Auto Center / Auto Tracking Button Option – Control Handles Assembled On Tabletop (2 Types) All Motion Can Be Locked At Any Position " "foot Pedal Float Auto Center / Auto Tracking Button Option – Control Handles Assembled On Tabletop (2 Types) All Motion Can Be Locked At Any Position " Grids "one Grid Provided; Additional Grids Optional: • 10:1, 44 Lines Per Cm, Center Focus100cm, Interspace Material: Aluminum • 10:1, 40 Lines Per Cm, Center Focus100cm, Interspace Material: Aluminum • 12:1, 44 Lines Per Cm, Center Focus100cm, Interspace Material: Aluminum " "one Grid Provided; Additional Grids Optional: • 10:1, 44 Lines Per Cm, Center Focus100cm, Interspace Material: Aluminum • 10:1, 40 Lines Per Cm, Center Focus100cm, Interspace Material: Aluminum • 12:1, 44 Lines Per Cm, Center Focus100cm, Interspace Material: Aluminum" Bucky "• The Grid Is Stationary • The Grid Is Removable • Grid Present Information Provided To The Console • Detector Present Information Provided To The Console • Detector Orientation Information Provided To The Console • Detector Assembly Moves Out Of Table For Extremity Views Without Tabletop.* (* Grid Remains In The Table) • Support Analog " "• The Grid Is Stationary • The Grid Is Removable • Grid Present Information Provided To The Console • Detector Present Information Provided To The Console • Detector Orientation Information Provided To The Console • Detector Assembly Moves Out Of Table For Extremity Views Without Tabletop.* (* Grid Remains In The Table) • Support Analog " "tabletop-to-detector Plane Distance " 80 Mm (3.2 In.) 80 Mm (3.2 In.) Optional Accessories "• Aec 3-cell Ion Chamber • Patient Hand Grips • Control Handles • Compression Strap • Lateral Cassette Holder " "• Aec 3-cell Ion Chamber • Patient Hand Grips • Control Handles • Compression Strap • Lateral Cassette Holder " "auto Tracking X-ray Tube Tracks Bucky Up/down And Longitudinal Manual Movement. " Support Support Obstruction Sensors Yes Yes E. Wall Stands (no Tilting) (manual Tilting) Range Of Movement Up And Down: 1690 Mm "up And Down: 1690 Mm (bucky Horizontal Status) 1475 Mm (bucky Vertical Staus) Bucky Tilting: +90 To 0 To -20 Degrees " "bukcy Lowest Position (center Line) " 340 Mm "bucky Vertical: 320 Mm Bucky Horizontal: 480 Mm (top Sufurce Of The Bucky Cover) " Bucky Tilt No Yes "motorization (optional) " "motorized Motion For Vertical Support Automatic Lli " "motorized Motion For Vertical Support Automatic Lli " Weight Approx. 90.7 Kg (200 Lb) Approx. 188 Kg (415 Lb) "surface-to-detector Plane Distance " 43 Mm (1.7 In.) 43 Mm (1.7 In.) Motion Controls "vertical Lock Release Button Vertical Motorized Moving Buttons (optional) Auto Center / Auto Tracking Button All Motion Can Be Locked At Any Position " "vertical Lock Release Button Vertical Motorized Moving Buttons (optional) Tilt Lock Release Handle Auto Center / Auto Tracking Button All Motion Can Be Locked At Any Position Except The Bucky Tilt " Front Cover Density < 1.0 Mm Al < 1.0 Mm Al "receptor Front Cover Material " Fiber Resin (phenolic) Fiber Resin (phenolic) Bucky "• The Grid Is Stationary • The Grid Is Removable • Grid Present Information Provided To The Console • Detector Present Information Provided To The Console • Detector Orientation Information Provided To The Console • Support Analog " "• The Grid Is Stationary • The Grid Is Removable • Grid Present Information Provided To The Console • Detector Present Information Provided To The Console • Detector Orientation Information Provided To The Console • Support Analog " "grids (see Specs For Grids) " "one Grid Provided; Additional Grids Optional: (grid Line Direction = Landscape) • General Purpose:10:1, 44 Lines Per Cm, Center Focus130cm, Interspace Material: Aluminum10:1, 40 Lines Per Cm, Center Focus130cm, Interspace Material: Aluminum 12:1, 44 Lines Per Cm, Center Focus130cm, Interspace Material: Aluminum • Near:10:1, 44 Lines Per Cm, Center Focus100cm, Interspace Material: Aluminum 10:1, 40 Lines Per Cm, Center Focus100cm, Interspace Material: Aluminum 12:1, 44 Lines Per Cm, Center Focus100cm, Interspace Material: Aluminum • Far & Lli: 12:1, 44 Lines Per Cm, Center Focus180cm, Interspace Material: Aluminum " "one Grid Provided; Additional Grids Optional: (grid Line Direction = Landscape) • General Purpose: 10:1, 44 Lines Per Cm, Center Focus130cm, Interspace Material: Aluminum 10:1, 40 Lines Per Cm, Center Focus130cm, Interspace Material: Aluminum 12:1, 44 Lines Per Cm, Center Focus130cm, Interspace Material: Aluminum • Near: 10:1, 44 Lines Per Cm, Center Focus100cm, Interspace Material: Aluminum 10:1, 40 Lines Per Cm, Center Focus100cm, Interspace Material: Aluminum 12:1, 44 Lines Per Cm, Center Focus100cm, Interspace Material: Aluminum • Far & Lli: 12:1, 44 Lines Per Cm, Center Focus180cm, Interspace Material: Aluminum " Optional Accessories "• Aec 3 Field Chamber • Patient “side Mounted” Handgrips • Patient “overhead” Handgrip " "• Aec 3 Field Chamber • Patient “side Mounted” Handgrips • Patient “overhead” Handgrip " "auto Tracking X-ray Tube Tracks Wall Stand Up/down Manual Movement. " Support Support Anti-collision Yes For Motorized Movements Yes For Motorized Movements F. Collimators Type Manual Shutter Control Manual Shutter Control Automatic Shutter Control Light Output > 160 Lux At 100 Cm > 160 Lux At 100 Cm > 160 Lux At 100 Cm Lamp Type Led Led Led Inherent Filtration 2.0 Mm Aluminum Equivalent At 75 Kv 2.0 Mm Aluminum Equivalent At 75 Kv 2.0 Mm Aluminum Equivalent At 75 Kv Added Special Filtration "internal: • No Filtration • 0.1 Mm Cu + 1 Mm Al (al Eq. 2.8 Mm) • 0.2 Mm Cu + 1 Mm Al (al Eq. 5.6 Mm) • 2 Mm Al (these Filtration Options Can Be Selected By The Integrated Filterwheel) " "external: • 0.1 Mm Cu + 1 Mm Al • 0.2 Mm Cu + 1 Mm Al • 1 Mm Al (these Filtration Options Can Be Added To The Rail Of The Collimator) " "internal: • No Filtration • 0.1 Mm Cu + 1 Mm Al (al Eq. 2.8 Mm) • 0.2 Mm Cu + 1 Mm Al (al Eq. 5.6 Mm) • 1 Mm Al + 1 Mm Al Support (these Filtration Options Appear With Each Press Of The Special Filtration Button) " Max Rating 150 Kvp 150 Kvp 150 Kvp X-ray Proofing < 30 Mr/h With X-ray Beam = 150 Kvp/4 Ma. En 60601-1-3 Par. 29.204.3 "< 30 Mr/h With X-ray Beam = 150 Kvp/4 Ma. En 60601-1-3 Par. 29.204.3 " "< 30 Mr/h With X-ray Beam = 150 Kvp/4 Ma. En 60601-1-3 Par. 29.204.3 " Pbl N/a N/a Support Optional Accessories "• Filter Rail • Embedded Filter • Blade Feedback " • Filter Rail "• Filter Rail • Blade Feedback " G. Grids 40l/cm(103l/inch) 10:1 44l/cm 10:1 44l/cm 12:1 200l/inch 10:1 Table Wall Stand Table Wall Stand Table Wall Stand Table Wall Stand Focus Range, Sid 34 - 44 In. 40 - 72 In. 100 Cm 130 Cm 100 Cm 180 Cm 34 - 44 In. 40 - 72 In. "nominal Focal Distance " 100 Cm 130 Cm 100 Cm 130 Cm 100 Cm 180 Cm 100 Cm 130 Cm "resolution, Lines/cm [l/in] " 40 [102] 40 [102] 44 [112] 44 [112] "44 [112] Or Landscape " 44 [112] 80 [203] 80 [203] Ratio 10:01 10:01 10:01 10:01 12:01 12:01 10:01 10:01 Interspacer Material Aluminum Aluminum Aluminum Aluminum Aluminum Aluminum Aluminum Aluminum Cover Material Aluminum Aluminum Aluminum Aluminum Aluminum Aluminum Aluminum Aluminum H. Imaging Workstation "the Single Operator Console Integrates Generator Settings, Detector Controls, And Image Delivery And Includes A Touch Screen Interface Plus Keyboard, Mouse And Barcode Reader. It Is Powered By Sophisticated Workflow And Image Processing Software. " I. Console Pc Hardware "• Hp Engage Flex Pro With Intel Core I3-8100 3.6 Ghz • Memory 16 Gb • Hard Drive 1tb Or More; • 10/100/1000 Base Network Interface • Dvd-rw Drives • Microsoft Windows Embedded Standard 10 " Data Input Barcode Scanner For Patient Registration And Wireless Detector Enable/disable Patient Data Entry "touch-screen Monitor; Keyboard, Bar Code Or Dicom Work List Through His/ris (optional) Procedure Code Mapping Software To Automatically Map Ris Codes To Specific Views For Each Examination " Image Storage Capacity "• At Least 10000 Images Can Be Saved For Retransmission Or Reprocessing. Images Can Be Protected; Otherwise They Are Reclaimed On A Fifo (first In, First Out) Basis. Images Can Be Saved To Removable Media On A Dvd-rw Drive. " Dicom 3.0 Compliance "dicom Store: Comply; Dicom Print: Comply; Dicom Modality Performed Procedure Step (option); Dicom Store Commit: Comply " Image Data Output 12-bit Log, 14.6 Mb Software Included "• Evp-plus Image Processing • Cd/dvd Image Burning • Dicom Modality Worklist • Ihe Scheduled Workflow And Patient Information Reconciliation " Image Processing "• High-order, Multi-frequency Image Processing; High-contrast And Low-contrast Visualization Of Bone And Soft Tissue • Consistent Fixed-look Body Part Processing And Improved Image Processing Of Un-known Body Parts • Choice Of Adaptive Image Processing “looks” • Simple Orthogonal Reprocessing Controls • Grid Detection And Suppression Software Automatically Detects And Suppresses Gridline Artifacts • Low Exposure Optimization Reduces Quantum Noise In Areas Of Low Exposure To Preserve Detail • Image Manipulations For Flip. Rotate, Pan, Zoom, Invert Grayscale, Brightness, Latitude, And Detail Contrast • Automated And Manually Adjusted Black Masking Eliminates Flare For Better Viewing • Tube&picc (optional) Use Optimized Image Processing Parameters To Increase The Contrast And Edge Enhancement Of The Chest Image And Make It Easier To Determine If The End Points Of Tube Or Picc Lines Are Properly Placed • Pneumothorax (optional) Optimizes The Image Processing Of A Chest Image So That It Is Easier To Detect A Pneumothorax. • Bone Suppression (optional) Allows The User To View An Image That Minimizes The Evidence Of Posterior Ribs And Clavicles, Allowing A Clearer View Of Chest Organs Such As The Lungs. It Reduces The Need For A Second X-ray Or A Ct Scan, With A Lesser Dose To The Patient As A Result. • Smart Grid (optional) The Radiologic Technologist May At Times Encounter Situations That Prevent The Use Of An Anti-scatter Grid. It Is For Situations Like This, That Smart Grid Can Help To Clean Up The Scatter Radiation In The Image • Auto Image Stitching Function For Long-length Imaging (optional) " Software Features "• Pediatric Workflow Optimization (optional) The System Can Be Configured For Pediatric Use, You Can Also Define The Age Ranges For Pediatric Patient Sizes In System Setting • Administrative And Analysis Software (optional) • Soft Dap (optional) • Smart Positioning, Smart Technique, Smart Imaging Quality Check (optional) • Annotations Including Text, Distance Measurements, Angles, Cobb Angle,comments, Electronic Markers, • Ihe Consistent Presentation Of Images For Consistent Presentation Of Images At Pacs Destinations • Mpps Color-scheme Status For Scheduled, Started, Completed, Arrived. • Security Audit Log Supports Privacy Regulation Requirements • Symantec Critical System Protection (csp) Monitors For Evidence Of Malicious Software; Provides Threat Protection And Mitigation • Repeat/reject Analysis And Exposure Data Monitors Staff Performance, Productivity, And Patient Care • Configurable Anonymous Emergency/trauma Defaults • Pre-configured Snomed Codes For Multi-accession Procedure Mapping, Hanging Protocols, And Patient Orientation • Exam Tutor Displays Positioning Icons As Visual Coach For Each Unexposed View In An Exam• Preview Image Displayed For Each Acquisition; Configurable For “auto-accept”and Ready For Next Exposure. • Dicom Image Transmission Configurable As Dx Or Cr Modality • Image Re-assignment For Patient/study/view Reconciliation/correction • Configurable High/low Watermarks For Image Retention, With Continuing Retention Of Patient Demographics " Others "acquisition And Distribution Of Data • Operator Input: Log On/log Off; Patient Demographics (add / Edit Patients);patient Accession Number, Study Selection; Search By Patient Name, Id, Or Visit Number; Output Setup Selection (workstations, Archives, Printers); Ris Interface To Acquire Patient Demographic And Exam Data (optional); And Auto Transmission Of Patient/exam/image Data. Exposure And Image Capture • Detector Portable Focus, Drx- Plus Preview Image Is Available In <4 Seconds; Total Cycle Time (processing Speed) Is 20 Seconds. • Detector Tethered Drx-plus Preview Image Is Available In <4 Seconds; Total Cycle Time (processing Speed) Is 11 Seconds. • Patient Holding Time For Auto Image Stitching Function For Long-length Imaging: 3 Images: 10 Seconds 5 Images: 19 Seconds • Exposure Factors For Each Exam View (programmed Default Factors With Manual Overrides; Small/medium/large Patient Size Selection; Manual Technique Selection; Tube Warm-up Capability; Detector Calibration). • Automatic Exposure Control (aec) (ion Chamber Selection; Manual Control, Aec • On/off); Exam Tutor; Detector Array; Detector Rotation Indicator (for Wall Stand Only); Exposure Button (prep/exposure Control Button; Audible/visible Exposure Indicator); And Generator On/off. Acquire And Process Digital Images • Optimize Grayscale Display And Apply Examination Specific Nonlinear Edge Enhancement With Built-in Perceptual Tone-scale Processing (pts). • Optional Evp (enhanced Visualization Image Processing) Software Is Available. • Display Preview Image (apply Image Cropping; Apply Image Multi-formatting; Add Image Markers, Flip And Rotate Image, Enter Technologist Comments; Accept/reject Image). Administrative • System Administrative (create/modify User Logon And Password; Create/modify Output Printer Configurations; Manage Image Output Queue; Re-send Image Output; Manage Local Database [view/delete Patient Image Files]; Protect Selected Patient/image Files From Reclamation; Create/modify Technologist Comments; Perform Detector Array Calibration; Generate Test Pattern Images For Output Device Qc). • Remote Diagnostic Service Capability Via Internet Connection. " J. Monitor Type "• 23” Wide Multi-touch Screen Display • Wide-screen All-in-one Display Presents The Dr Operator Interface Combined With The Full-featured Generator Console " Viewable Image Area 58.42 Cm (23 In) Wide Screen Diagonally Measured Display Resolution 1920 X 1080, 60 Hz Viewing Angles Typical 178° Horizontal And Vertical Monitor Footprint "with Stand 59.93 X 6.95 X 40.92 Cm (23.6 X 2.7 X 16.1 In) Head Only 59.93 X 4.05 X 50.7 Cm (23.6 X 1.6 X 16.1 In) " "k. X-ray Accessories 1) One (1) Pair X-ray Protective Gloves 2) One (1) Set X-ray Protective Gonadal Shield (3 Pieces) 3) One (1) Piece X-ray Lead Apron 4) One (1) Piece Chest Thickness Caliper 5) One (1) Piece X-ray Protective Thyroid Shield 6) Lead Glass (12x12 Inches) 7) One (1) Piece Abdominal Shield " 2 Stretcher 2 Unit Specifications: "*both Of The Platform And Side Rails Are Made Of Abs Material Shaped Once For All. *backrest Is Controlled By Hydraulic Auxiliary Gas Spring. *height Adjustable Is Operated By Crank. *dia.150mm Castors With Central Locking System. *to Be Equipped With Steering Castor. Technical Features: *outer Dimensions (side Rails Up): L1970*w660mm(±10mm) *mattress Platform: L1930*w610mm(±10mm) *bed Height: H580-870m(±10mm) *maximum Backrest Angle: ≥70° Maximum Thigh Rest: ≥25° *height Of Side Rails(above Mattress Platform): 380mm(±10mm) *safe Working Load: 200kgs " 3 Electrocardiogram (ecg) Machine 1 Unit Specifications: • Built In Rechargeable Battery. "•auto Power Off Function Automatically Turns Off Power In Battery Operation If The Device Was Left For More Than 5 Minutes. •quick Print Function Shortens The Printing Time Of Waveforms In Auto Mode. •internal Simulator Is Available. •auto Id Number Function Automatically Counts Id Number One By One After Recording In Auto Mode. •the Thickness Of The Waveform Baseline Can Be Selected As Either 2 Or 3 Dots •1-3 Recording Channel. •analysis In Arrhythmia Check Recording • Automatic Nervous Function. 12 Lead Simultaneous Data Acquisition. Interpretation Feature • Arrhythmia Classification: Vpb, Svpb, Rate, Drop, Late, R-r, Irregular. • R-r Analysis: Total R-r, Mean Rate, Mean R-r, Maximum R-r, Standard Deviation Or R-r, Coefficient Of Variation Of R-r. • The Fme Ecg Diagnostic Program Has 173 Interpretation Codes Including 135 Codes For Adult And 38 Codes For Child. •svpb Waveform Recording Prints The Vpb Waveform For 7 Seconds From The Previous 2 Heart Beats For All Svpb Waveform In Arrhythmia Check Recording. •the Diagnostic Criteria Of Left Ventricular Hypertrophy In Fme Analysis Code 0310, 0330,0340,0311, 0312 Can Be Change In Adult Resting Ecg. •arrhythmia Diagnostic Criteria Can Be Change In Child Resting Ecg. •acute Infraction Diagnosis Executes In Adult Resting Ecg. " 4 Hospital Bed 3 Piece Specifications: "● Abs (acrylonitrile Butadiene Styrene) Head & Foot Boards Can Be Removable. ● Aluminum Alloy Side Rail, 6-staff, Collapsed Type With Safe Lock. ● Bed Sheet Top Made From Perforated Steel, Epoxy Powder Coated And Baked Finish. ● Bed Framework Made From Mild Steel Erw Rectangular Tubes. ● Covered Casters Dia125mm With Brake. ● Dimension: 2080*970*500mm ● 3 Functions Adjusted By Hand Crank: Backrest Lifting Angle: 80°±5° Knee Rest Lifting Angle: 45°±5° Height Adjustment (without Mattress): 500-750mm ● With Telescopic Ss Iv Pole And Previsions. ● Bed Frame: 40*80*1.6mm ● Bed Surface Use One-step Molding Technology. ● Bed Surface Thickness: 1.5mm ● Dimension: 2080*980*500mm " 5 Exam Table 1 Unit Specifications: "features: • Powder-coated Steel Frame • 3 Panel Padded Foam Mattress • Pullout Foot Stool • Easy To Clean, Stain Resistant Upholstery • Four Front Storage Drawers. • Large Drawer • Elevating Backrest • One Pair Of Stirrup • Adjustable Leg Rest • Manual, Hamilton Type" "specifications: • Backrest Angle: 0 ~ 80 Degrees • Legrest Angle: 270 ~ 360 Degrees • Max Capacity: 300lbs • Foam Thickness: 4 Inches • Foam Thickness For Head: 7 Inches • Total Mattress Length: 178cm • Foot Stool Size: 29 X 18 X 2 Cm • Product Size: 141 X 51 X 87cm" 6 Exam & Ob (ob Gyn) Table W/foot Stool 1 Piece Specifications: "examination Table, Gynae, Cabinet & Drawers Description • 2 Section Examination Table Fitted With 50mm Mattress Covered With Washable Vinyl Fabric. • Frame Made Form M.s. Square Section Pipe And Crca Sheet. • Main Body Fitted With 3 Drawers And 3 Utility Cabinets. • Fitted With An Adjustable Tray On The Side For A B.p. Apparatus. • Perineal Cut Provided At The Foot Section. • Back-rest Adjustable By Pneumatic Pump. • All Metal Components Pre-treated And Epoxy Powder Coated. • Legs Fitted With Pvc / Rubber Stumps. • Provided With2 Adjustable Knee Crutches. (a) A Recessible Footstep For Patient’s Convenience. Dimensions: • Approx. 1870 X 560 X 810mm (l X W X H). " 7 Emergency Cart (hospital Emergency Treatment Trolley) 1 Unit "specifications Emergency Treatment Trolley 1 Material: (acrylonitrile Butadiene Styrene) 2 One Drawer 3 Stainless Steel Guardrail 4 Four Castors, Two With Brakes Features: 1. One-piece Abs Plastic Top Board With Arc Handle And Raised-edge Design , Covered Transparent Soft Plastic Glass 2. Stainless Steel Guard Rail 3. Dust Basket, Utility Container, Needle Disposal Holder ,sliding Side Shelf 4. Iv Pole, Defibrillator Shelf, C.p.r Board (cardiac Massage Table), Power Outlet &hooks, Oxygen Cylinder Holder. 5. Centralized Lock 6. Four Luxurious Noiseless Casters, Two With Brakes 7. High-quality Aluminum Columns 8. Label Cards For Drawers Must Have A Technical Support Team For Installation Of The Equipment " 8 Diagnostic Integrated Wall System 1 Set Specifications: "medical Diagnostic Tools You Need To Maximize Productivity As You Capture Patient In-take And Vital Signs Are Within Arm's Reach. Configure To Meet Your Facility Needs With Options For A Thermometer, A Blood Pressure Gauge, Otoscopes, And Ophthalmoscopes. The Coaxial Ophthalmoscope Enables Easier Entry Into The Eye, A Larger Field Of View, And Reduced Glare Compared To Standard Ophthalmoscopes. It Has 18 Unique Aperture/filter Combinations, And 28 Focusing Lenses With A Range Of -25 To +40 Diopters The Panoptic Basic Ophthalmoscope Has A 20x Larger Viewing Area Than Standard Ophthalmoscopes And A Long-lasting Led That Reduces The Need For Lamp Replacement. Compatible With 3.5 V Power Sources. The Panoptic Plus Ophthalmoscope Features Quick Eye Alignment Lights On The Patient's Side To Help Direct The Patient's Gaze And Works Optically Or Digitally With The Iexaminer Pro App. Mount A Smartphone On The Back Of The Tool And Digitally View The Patient's Retina On A Screen. Compatible With 3.5 V Power Sources. The Macroview Basic Otoscope Offers A 3x Larger Viewing Area For Ear Exams When Compared To Views Through A Standard Or Pocket Otoscope. The Led Illumination Lasts Longer Than Standard Bulbs Reducing The Need For Lamp Replacement. Compatible With 3.5 V Power Sources. The Lumiview Clear Single-use Ear Specula Dispenser For Otoscopes Gives An 8x Brighter View When Compared To A Black Ear Speculum. " "provides Certified Accuracy To Reduce Errors And Improve Patient Care With A Recessed, Laser-engraved Dial Face And A High-contrast Pointer. Reduce The Cost Of Ownership With A Lifetime Calibration Warranty. Includes Size-11 Flexiport Reusable Blood Pressure Cuff The Suretemp Plus Thermometer Features Technology That Sets The Standard For Speed And Accuracy. The Large Lcd Displays Fahrenheit Or Celsius, The Shelf Stores 25 Probe Covers, And The Recall Button Shows The Last Temperature Recorded. Captures Oral Readings In Approximately 4-6 Seconds And Pediatric/adult Axillary And Rectal Readings In 10-15 Seconds. " 9 Laryngoscope Set 1 Set "the Laryngoscope Set With Fiber Optic E-macintosh Blades And Led Lamps Has Been Redesigned To Be Lighter, Brighter, And More Durable. Features • E-macintosh Laryngoscope Blades O Improved Lifting Mechanics O Increased Length To Assist Intubation In Patients With An Anterior Larynx O Reduced Height For Easier Intubation In Patients With Limited Oral Access • Innovative Design Reduces Weight For Improved Balance And Maneuverability • Durable Single-piece Stainless Steel Blade Ensures Integrity And Minimizes Corrosion • Removable Light Pipe And Smooth Surface Design • Knurled Finish Ensure Durability And A Secure Grip • Led Lamps Are 3x Brighter And Stay On 3x Longer (guaranteed 7 Years) • Two Lightweight Handles Included (aa & C Battery Handles) • Transport And Organize Handles With Set Case What's In The Box • Fiber Optic E-macintosh Blade Size 1 • Fiber Optic E-macintosh Blade Size 2 • Fiber Optic E-macintosh Blade Size 3 • Fiber Optic E-macintosh Blade Size 4 • C Size Handle • Aa Size Handle • Case" 10 Microscope 2 Unit Item Specification Optical System Infinity Correction Optical System Illumination "built In 0.5 W Led Illumination System 5-6 V 0.5 A Ac Adapter:100-240 V 50/60 Hz 0.4 A Power Consumption: 1.7 W " Focusing Mechanism "stage Height Adjustment Mechanism Movement Distance Per Scale Of Fine Adjustment Knob: 25 Μm Movement Distance Per Round Of Fine Adjustment Knob: 0.3 Mm Total Movement Range: 15mm Pre-focusing Knob Provided, Tension Of The Coarse Adjustment Knob Adjustable " Revolving Nosepiece 4 Holes Revolving Nosepiece (fixed Backward) Binocular Observation Tube Field Number 20 Tube Tilting Angle 30⁰ Interpupillary Distance Adjustment Range 48 To 87 Mm Stage Size 120 X 132 Mm (with Mechanical Stage) Movement Range X Direction: 76 Mm X Y Direction:30mm Specimen Holder Holds A Single Specimen Condenser Type Abbe Condenser N.a. 1.25 (when Immersed In Oil) Aperture Iris Diaphragm Built In Dimensions And Weight 198 (w) X 258 (d) X 384 (h) Mm / Approx. 5.8 Kg Operating Environment "indoor Use Altitude: Max 2,000 Meters Ambient Temperature: 5 To 40 ⁰c (41 To 104 ⁰f) Humidity: Max 80% (31⁰c Or Less) (without Condensation) In Case Of Over 31 ⁰c (88⁰f), The Humidity In Operating Environment Is Decreased Linearly Through 70% At 34 ⁰c (93⁰f) 60% At 37 ⁰c (99⁰f) To 50% At 40 ⁰c 104 ⁰f Supply Voltage Fluctuation ±10% Pollution Degree: 2 (in Accordance With Iec 60664-1) Installation/overvoltage Category: Ii (in Accordance With Iec 60664-1) " Transportation/storage Environment "temperature: Min -25⁰c, Max 65⁰c Humidity: Min 0%, Max 90% Without Condensation " 11 Microprocessor Centrifuge 1 Unit Technical Specification "speed: 600-4000 Rpm Timer: 0-30 Min. Digital Timer Motor: Dc Brushless Motor Rotor Type Swing Out Capacity: 16x(5-7) Ml, 12 (10-15)ml, 4x50ml Power Supply: Ac 100-240 V 50/60 Hz • Dc Brushless Motor Is Durable And Maintenance Free • 9 Sets Program Memory Function • Self Diagnostic Function Which Can Detect The Errors For Unbalance, Over Heat, Over Current, Over Voltage, Over Speed, Lid Opening • Auto Balancing System Can Extend Motor Life And Reduce Noise • With Safety Interlock, It Can Prevent The Lid From Being Opened During Operation • Forced Fan Air Convection Prevents The Motor From Overheating • Precision Digital Timer Can Be Set To 30 Minutes With 1 Second Increment • Can Offer Short Runs By Pushing The Function Key • Lcd Digital Display Enables Users To Monitor The Present Speed Value And The Remaining Time • Automatic Brake System Can Offer Rapid Deceleration • Features A See-through Window • The Lid Will Be Opened Automatically Once The Rotor Stops Spinning" 12 Infrared Lamp 1 Unit Specifications: "variable Intensity And Timer Gooseneck Type Standby Model With 250w Bulb " 13 Parallel Bars 1 Unit "specifications: - Made Of Stainless-steel Bars - Steel Base - Height Adjusts 20”- 32” - Adjustable Width (12” To 24”) - Length Adjust (6 Ft To 10 Ft) " 14 Therapy Rolls 1 Unit "specifications: Integral Waterproof Polyurethane Coating That Is Washable Dimension: 24” X 4” " 15 Therapy Rolls 1 Unit "specifications: Integral Waterproof Polyurethane Coating That Is Washable Dimension: 36” X 8” " 16 Therapy Wedges 1 Piece "specifications: Integral Waterproof Polyurethane Coating That Is Washable Lxwxh: 22” X 20” X 4” Inclination 11° " 17 Dynamic Movement Intervention Therapy Kit 2 Set "a Specialized Therapy Tool Used In Pediatric Rehabilitation And Physical Therapy To Help Children With Neuromotor Impairments Improve Movement, Strength, And Coordination Technical Specifications: Material: 15mm High-quality European Birch B/bb Grade Plywood Other: Pencil-routed Or Rounded Edges And Sanded For Safety Includes: 2 X Large Boxes 2 X Large Slotted Boxes (double-sided) 2 X Small Boxes 1 X Square Board 2 X Long Board Or Balance Beams 2 X Cubes Connectors 1 X Large Round 1 X Small Square 1 X Short Board 1 X Assembly Kit That Contains: -assembly Instructions -wood Glue -screws " 18 Refrigerators For Vaccine 1 Unit "gross Volume: 249 Liters Vaccine Net Storage Capacity: 240 Liters Lockable And Sealable Cold Life Without Power Supply At + 43°c Up To 77.3 Hours Characteristics ⚫ Rotomoulded With Polyethylene ⚫ 1 Lockable Lid With 2 Catches ⚫ Silicon Gasket Ensures Tight Sealing ⚫ 4 Heavy Duty Rollers For Easy Transport ⚫ New Cold Chain Controller ⚫ Automatic Drain Water Evaporation ⚫ Green Technology Technical Data Outer Dimensions: 915 X 1625 X 780 Mm (h X W X D) Net Weight: 148 Kg Shipping Dimensions: 1040 X 1660 X 805 Mm (h X W X D) Shipping Weight: 192 Kg Outer Material: Polyethylene Insulation: Polyurethane Interior Material: Polyethylene Insulation Thickness: 100 Mm Temperature Class: +5°c To +43°c Ambient Temperature (hot Zone Appliance) Voltage: 220-240 V / 50-60 Hz Or 115 V / 60 Hz Power: 140 W Energy Consumption At +43°c: 0.85 Kwh / 24h (stable Running) (220-240v) 1.24 Kwh / 24h (cool Down) Refrigerant: R600a (60 Gr.) Ice Lining: 25 L (ice Packs Act As Ice Bank During Power Cuts) Accessories: 6 Pc. Wire Baskets For An Optimum Storage 2 Pc. Keys 1 Pc. Brush Documentation Option: Cold Chain Data Logger- For Remote Monitoring. All Ac/dc Units Are Supplied With Preparation For Cold Chain Data Logger (= Logger Prepared Unit)* Characteristics: • Real Time Monitoring Of Temperature(s), Lid Openings & Gps Position • Includes A Sim Chip With A 10 Years’ Subscription On Communication • Crucial For The Quality Surveillance Of The Cold Chain And Monitoring Of Vaccines • Alarm For Preventive And Corrective Maintenance • Rechargeable Battery • Worldwide Remote Monitoring & Data Access Over Web • Only Gsm Network Coverage Is Necessary To Operate • Google Maps Positioning Using Integrated Gps Module • Alarms Include Temperature Deviations And Lid Openings • Alarms Are Send By Text Messages Or Emails • Works On Both Sdd And Ac Installations " 19 Whole-body Vibration Machine 1 Unit "a Specialized Therapy Tool Used In Pediatric Rehabilitation And Physical Therapy By Causing Local Or Entire Body Muscles To Vibrate, The Vibration Stimulation Can Increase The Activation Degree Of The Muscle Spindle, Cause High Frequency Discharge And Recruit More Motor Units, Thus Promoting Muscle Contraction Technical Specifications: Frequency Range: 5-25 Hz Amplitude: 8mm G-force Range: 0.1g-10g Platform Movement: Pivotal Platform Size: 655mm (w) X 395 Mm (d) Machine Size:655mm (w) X 395 Mm (d) X 150 Mm (h) " "terms: =one (1) Year Standard Warranty On Parts And Labor Service Under Normal Working Condition. Two (2x) Preventive Maintenance With Calibration. =delivery Period: Within Fifteen (45) Days Upon Receipt Of Purchase Order =delivery Place: Carcar City Super Health Center And Diagnostic Center Conditions: =equipments/machines Shall Undergo Test Run Within One (1) Month Before Acceptance =valid License To Operate As Wholesaler, Manufacturer Or Distributor =the Supplier Must Provide Training, Orientation And Product Demonstration For End-users =certificate Of Training Shall Be Issued By The Supplier/bidder And Must Be Noted By The City Health Officer. To Be Submitted After Training =certification From The Bidder That It Has The Capability For Corrective And Preventive Maintenance Of The Equipment =any Manufacturing Defect Or Damaged During Delivery Shall Be Replaced Within Fifteen (15) Calendar Days From The Time That The Supplier Is Notified " Note: The Bidding Shall Be Done Through Per Item Basis And Partial Bid Is Allowed Total Brand And Model: Delivery Period: Warranty: Price Validity: After Having Read And Accepted Your General Conditions, I/we Quote Your On The Item At Price Noted Above. Printed Name / Signature Tel. No./ Cellphone No./e-mail Address Date: __________________________________
Closing Date3 Jun 2025
Tender AmountPHP 13.2 Million (USD 237.6 K)

BARANGAY STA ROSA, BALANGIGA EASTERN SAMAR Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description S P E C I F I C A T I O N S B.5 Project Billboard The Contractor Shall Install One (1) Billboard Measuring 8 Ft. X 8 Ft. Tarpaulin, In Front Of The Project Site. Project Billboard Shall Be Installed For Government Information Projects To Inform The Public Of The Implementation Of The Project And To Advise The Road Users Of The On-going Construction. Upon Completion Of The Work, All Signs Installed Shall Be Removed From The Site. 102(1) Roadway Excavation Removal Of Unsuitable Material Where The Plans Show The Top Portion Of The Roadbed To Be Selected Topping, All Unsuitable Materials Shall Be Excavated To The Depth Necessary For Replacement Of The Selected Topping To The Required Compacted Thickness. Where Excavation To The Finished Graded Section Results In A Subgrade Or Slopes Of Unsuitable Soil, The Engineer May Require The Contractor To Remove The Unsuitable Material And Backfill To The Finished Graded Section With Approved Material. The Contractor Shall Conduct His Operations In Such A Way That The Engineer Can Take The Necessary Cross-sectional Measurements Before The Backfill Is Placed. The Excavation Of Muck Shall Be Handled In A Manner That Will Not Permit The Entrapment Of Muck Within The Backfill. The Material Used For Backfilling Up To The Ground Line Or Water Level, Whichever Is Higher, Shall Be Rock Or Other Suitable Granular Material Selected From The Roadway Excavation, If Available. If Not Available, Suitable Material Shall Be Obtained From Other Approved Sources. Unsuitable Material Removed Shall Be Disposed Off In Designated Areas Shown On The Plans Or Approved By The Engineer. Item 201 – Aggregate Base Course 201.1 Description This Item Shall Consist Of Furnishing, Placing And Compacting An Aggregate Base Course On A Prepared Sub-grade/sub-base In Accordance With This Specification And The Lines, Grades, Thickness And Typical Cross-sections Shown On The Plans, Or As Established By The Lgu Project Engineer. 201.2 Material Requirements Aggregate For Base Course Shall Consist Of Hard, Durable Particles Or Fragments Of Crushed Stone, Crushed Slag Or Crushed Or Natural Gravel And Filler Of Natural Or Crushed Sand Or Other Finely Divided Mineral Matter. The Composite Material Shall Be Free From Vegetable Matter And Lumps Or Balls Of Clay, And Shall Be Of Such Nature That It Can Be Compacted Readily To Form A Firm, Stable Base. In Some Areas Where The Conventional Base Course Materials Are Scarce Or Non-available, The Use Of 40% Weathered Limestone Blended With 60% Crushed Stones Or Gravel Shall Be Allowed, Provided That The Blended Materials Meet The Requirements Of This Item. The Base Course Material Shall Conform To Table 201.1, Whichever Is Called For In The Bill Of Quantities Table 201.1 – Grading Requirements Sieve Designation Mass Percent Passing Standard, Mm Alternate Us Standard Grading A Grading B 50 2” 100 37.5 1-1/2” - 100 25.0 1” 60 – 85 - 19.0 ¾” - 60 – 85 12.5 ½” 35 – 65 - 4.75 No. 4 20 – 50 30 – 55 0.425 No. 40 5 – 20 8 – 25 0.075 No. 200 0 – 12 2 – 14 The Fraction Passing The 0.075 Mm (no. 200) Sieve Shall Not Be Greater Than 0.66 (two Thirds) Of The Fraction Passing The 0.425 Mm (no. 40) Sieve. The Fraction Passing The 0.425 Mm (no. 40) Sieve Shall Have A Liquid Limit Not Greater Than 25 And Plasticity Index Not Greater Than 6 As Determined By Aashto T 89 And T 90, Respectively. The Coarse Portion, Retained On A 2.00 Mm (no. 10) Sieve Shall Have A Mass Percent Of Wear Not Exceeding 50 By The Los Angeles Abrasion Test Determined By Aashto T 96. The Material Passing The 19 Mm (3/4 Inch) Sieve Shall Have A Soaked Cbr Value Of Not Less Than 80% As Determined By Aashto T 193. The Cbr Value Shall Be Obtained At The Maximum Dry Density (mdd) As Determined By Aashto T 180, Method D. If Filler, In Addition To That Naturally Present, Is Necessary For Meeting The Grading Requirements Or For Satisfactory Bonding, It Shall Be Uniformly Blended With The Base Course Material On The Road Or In A Pug Mill Unless Otherwise Specified Or Approved. Filler Shall Be Taken From Sources Approved By The Lgu Project Engineer, Shall Be Free From Hard Lumps And Shall Not Contain More Than 15 Percent Of Material Retained On The 4.75 Mm (no. 4) Sieve. 201.3 Construction Requirements 201.3.1 Preparation Of Existing Surface The Existing Surface Shall Be Graded And Finished As Provided Under Item 105, Sub-grade Preparation, Before Placing The Base Material. 201.3.2 Placing It Shall Be In Accordance With All The Requirements Of Subsection 200.3.2, Placing. 201.3.3 Spreading And Compacting It Shall Be In Accordance With All The Requirements Of Subsection 200.3.3, Spreading And Compacting. 201.3.4 Additional Filler Additional Filler, When Required And When Not Added At The Screening Plant, Shall Be Spread In A Uniform Layer Over The Loosely Spread Base Material As Specified By The Lgu Project Engineer, Scarified By Appropriate Heavy Equipment And Then Watered And Mixed As Described Above. These Materials Are Incidental To The Work And No Payment Shall Be Made By The Project To The Contractor. 201.3.5 Trial Sections Trial Sections Shall Conform In All Respects To The Requirements Specified In Subsection 200.3.4. 201.3.6 Tolerances The Aggregate Base Course Shall Be Laid To The Designed Level And Transverse Slopes Shown On The Plans. The Allowable Tolerances Shall Be In Accordance With Following: Permitted Variation From Design Thickness Of Layer ± 10 Mm Permitted Variation From Design Level Of Surface + 5 Mm -10 Mm Permitted Surface Irregularity Measured By 3-m Straight-edge 5 Mm Permitted Variation From Design Crossfall Or Camber ± 0.2% Permitted Variation From Design Longitudinal Grade Over 25 M In Length ± 0.1% 201.4 Environmental Measures During The Course Of Hauling Operations, The Contractor Must At All Times Provide The Necessary Cover For The Dump Body Of The Hauling Equipment To Prevent Accidental Spoilage Of Earth Materials That Will Injure The Travelling Public Or People Living Near By. The Travel Route Of The Hauling Equipment’s Must Always Be Moist To Prevent Blowing Up Of Dusts Particles. Likewise, The Contractor Must Always Observe The Noise Level Of The Exhaust Mufflers Of The Heavy Equipment’s To Be At Minimum. Otherwise, Exhaust Muffler Must Be Provided With Silencers To Reduce Noise Levels Of The Hauling Equipment’s. Travelling Speed Of All Hauling Equipment’s Must Be Reduce When Passing Populated Areas Or At The School Site During School Days. Item 311 – Portland Cement Concrete Pavement 311.1 Description This Item Shall Consist Of Pavement Of Portland Cement Concrete, With Or Without Reinforcement, Constructed On The Prepared Base In Accordance With This Specification And In Conformity With Lines, Grades, Thickness And Typical Cross-section Shown On The Plans. 311.2 Material Requirements 311.2.1 Portland Cement Only Type I Portland Cement Shall Be Used Unless Otherwise Provided For In The Special Provisions. Different Brands Or The Same Brands From Different Mills Shall Not Be Mixed Nor Shall They Be Used Alternately Unless The Mix Is Approved By The Lgu Project Engineer. Cement Which For Any Reason Has Become Partially Set Or Which Contains Lumps Of Caked Cement Will Be Rejected. Cement Salvaged From Discarded Or Used Bags Shall Not Be Used. Samples Of Cement Shall Be Obtained In Accordance With Aashto T 127. 311.2.2 Fine Aggregate It Shall Consist Of Natural Sand, Stone Screenings Or Other Inert Materials With Similar Characteristics, Or Combinations Thereof, Having Hard, Strong And Durable Particles. Fine Aggregate From Different Sources Of Supply Shall Not Be Mixed Or Stored In The Same Pile Nor Used Alternately In The Same Class Of Concrete Without The Approval Of The Lgu Project Engineer. It Shall Not Contain More Than Three (3) Mass Percent Of Material Passing The 0.075 Mm (no. 200 Sieve) By Washing Nor More Than One (1) Mass Percent Each Of Clay Lumps Or Shale. The Use Of Beach Sand Will Not Be Allowed Without The Approval Of The Lgu Project Engineer. If The Fine Aggregate Is Subjected To Five (5) Cycles Of The Sodium Sulfate Soundness Test, The Weighted Loss Shall Not Exceed 10 Mass Percent. The Fine Aggregate Shall Be Free From Injurious Amounts Of Organic Impurities. If Subjected To The Colorimetric Test For Organic Impurities And A Color Darker Than The Standard Is Produced, It Shall Be Rejected. However, When Tested For The Effect Of Organic Impurities Of Strength Of Mortar By Aashto T 71, The Fine Aggregate May Be Used If The Relative Strength At 7 And 28 Days Is Not Less Than 95 Mass Percent. The Fine Aggregate Shall Be Well-graded From Coarse To Fine And Shall Conform To Table 311.1 Table 311.1 – Grading Requirements For Fine Aggregate Sieve Designation Mass Percent Passing 9.5 Mm (3/8 In) 100 4.75 Mm (no. 4) 95 – 100 2.36 Mm (no. 8) - 1.18 Mm (no. 16) 45 – 80 0.600 Mm (no. 30) - 0.300 Mm (no. 50) 5 – 30 0.150 Mm (no. 100) 0 – 10 311.2.3 Coarse Aggregate It Shall Consist Of Crushed Stone, Gravel, Blast Furnace Slag, Or Other Approved Inert Materials Of Similar Characteristics, Or Combinations Thereof, Having Hard, Strong, Durable Pieces And Free From Any Adherent Coatings. It Shall Contain Not More Than One (1) Mass Percent Of Material Passing The 0.075 Mm (no. 200) Sieve, Not More Than 0.25 Mass Percent Of Clay Lumps, Nor More Than 3.5 Mass Percent Of Soft Fragments. If The Coarse Aggregate Is Subjected To Five (5) Cycles Of The Sodium Sulfate Soundness Test, The Weighted Loss Shall Not Exceed 12 Mass Percent. It Shall Have A Mass Percent Of Wear Not Exceeding 40 When Tested By Aashto T 96. If The Slag Is Used, Its Density Shall Not Be Less Than 1120 Kg/m3 (70 Lb./cu. Ft.). The Gradation Of The Coarse Aggregate Shall Conform To Table 311.2. Only One Grading Specification Shall Be Used From Any One Source. Table 311.2 – Grading Requirement For Coarse Aggregate Sieve Designation Mass Percent Passing Standard Mm Alternate U. S. Standard Grading A Grading B Grading C 75.00 3 In. 100 - - 63.00 2-1/2 In. 90-100 100 100 50.00 2 In. - 90-100 95-100 37.5 1-1/2 In. 25-60 35-70 - 25.0 1 In. - 0-15 35-70 19.0 ¾ In. 0-10 - - 12.5 ½ In. 0-5 0-5 10-30 4.75 No. 4 - - 0-5 311.2.4 Water Water Used In Mixing, Curing Or Other Designated Application Shall Be Reasonably Clean And Free Of Oil, Salt, Acid, Alkali, Grass Or Other Substances Injurious To The Finished Product. Water Will Be Tested In Accordance With And Shall Meet The Requirements Of Item 714, Water. Water Which Is Drinkable May Be Used Without Test. Where The Source Of Water Is Shallow, The Intake Shall Be So Enclosed As To Exclude Silt, Mud, Grass Or Other Foreign Materials. 311.2.5 Reinforcing Steel It Shall Conform To The Requirements Of Item 404, Reinforcing Steel. Dowels And Tie Bars Shall Conform To The Requirements Of Aashto M 31 Or M 42, Except That Rail Steel Shall Not Be Used For Tie Bars That Are To Be Bent And Re-straightened During Construction. Tie Bars Shall Be Deformed Bars. Dowels Shall Be Plain Round Bars. Before Delivery To The Site Of Work, One-half Of The Length Of Each Dowel Shall Be Painted With One Coat Of Approved Lead Or Tar Paint. The Sleeves For Dowel Bars Shall Be Metal Of Approved Design To Cover 50 Mm ( 2 Inches), Plus Or Minus 5 Mm (1/4 Inch) Of The Dowel, With A Closed End, And With A Suitable Stop To Hold The End Of The Sleeve At Least 25 Mm (1 Inch) From The End Of The Dowel. Sleeves Shall Be Of Such Design That They Do Not Collapse During Construction. 311.2.6 Joint Fillers Poured Joint Fillers Shall Be Mixed Asphalt And Mineral Or Rubber Filler. Preformed Joint Filler Shall Conform To The Applicable Requirements. It Shall Be Punched To Admit The Dowels Where Called For In The Plans. The Filler For Each Joint Shall Be Furnished In A Single Piece For The Full Depth And Width Required For The Joint. 311.2.7 Admixtures Air-entraining Admixture Shall Conform To The Requirements Of Aashto M 154. Chemical Admixtures, If Specified Or Permitted, Shall Conform To The Requirements Of Aashto M 194. Fly Ash, If Specified Or Permitted As A Mineral Admixture And As 20% Partial Replacement Of Portland Cement In Concrete Mix Shall Conform To The Requirements Of Astm C 618. Admixture Should Be Added Only To The Concrete Mix To Produce Some Desired Modifications To The Properties Of Concrete Where Necessary, But Not As Partial Replacement Of Cement. 311.2.8 Curing Materials Curing Materials Shall Conform To The Following Requirements As Specified; A) Burlap Cloth - Aashto M 182 B) Liquid Membrane Forming Compounds - Aashto M 148 C) Sheeting (film) Materials - Aashto M 171 Cotton Mats And Water-proof Paper Can Be Used. 311.2.9 Calcium Chloride/calcium Nitrate It Shall Conform To Aashto M 144, If Specified Or Permitted By The Lgu Project Engineer, As Accelerator. 311.2.10 Storage Of Cement And Aggregate All Cement Shall Be Stored, Immediately Upon Delivery At The Site, In Weatherproof Building Which Will Protect The Cement From Dampness. The Floor Shall Be Raised From The Ground. The Buildings Shall Be Placed In Locations Approved By The Lgu Project Engineer. Provisions For Storage Shall Be Ample, And The Shipments Of Cement As Received Shall Be Separately Stored In Such A Manner As To Allow The Earliest Deliveries To Be Used First And To Provide Easy Access For Identification And Inspection Of Each Shipment. Storage Buildings Shall Have Capacity For Storage Of A Sufficient Quantity Of Cement To Allow Sampling At Least Twelve (12) Days Before The Cement Is To Be Used. Bulk Cement, If Used, Shall Be Transferred To Elevated Air Tight And Weatherproof Bins. Stored Cement Shall Meet The Test Requirements At Any Time After Storage When Retest Is Ordered By The Lgu Project Engineer. At The Time Of Use, All Cement Shall Be Free-flowing And Free Of Lumps. The Handling And Storing Of Concrete Aggregates Shall Be Such As To Prevent Segregation Or The Inclusion Of Foreign Materials. The Lgu Project Engineer May Require That Aggregates Be Stored On Separate Platforms At Satisfactory Locations. In Order To Secure Greater Uniformity Of Concrete Mix, The Lgu Project Engineer May Require That The Coarse Aggregate Be Separated Into Two Or More Sizes. Different Sizes Of Aggregate Shall Be Stored In Separate Bins Or In Separate Stockpiles Sufficiently Removed From Each Other To Prevent The Material At The Edges Of The Piles From Becoming Intermixed. 311.2.11 Proportioning, Consistency And Strength Of Concrete The Contractor Shall Prepare The Design Mix Based On The Absolute Volume Method As Outlined In The American Concrete Institute (aci) Standard 211.1, “recommended Practice For Selecting Proportions For Normal And Heavyweight Concrete”. It Is The Intent Of This Specification To Require At Least 364 Kg Of Cement Per Cubic Meter Of Concrete To Meet The Minimum Strength Requirements. The Lgu Project Engineer Shall Determine From Laboratory Tests Of The Materials To Be Used, The Cement Content And The Proportions Of Aggregate And Water That Will Produce Workable Concrete Having A Slump Of Between 40 And 75 Mm (1-1/2 And 3 Inches) If Not Vibrated Or Between 10 And 40 Mm (1/2 And 1-1/2 Inches) If Vibrated, And A Flexural Strength Of Not Less Than 3.8 Mpa (550 Psi) When Tested By The Third-point Method Or 4.5 Mps (650 Psi) When Tested By The Mid-point Method At Fourteen (14) Days In Accordance With Aashto T97 And T177, Respectively; Or A Compressive Strength Of 24.1 Mps (3500 Psi) For Cores Taken At Fourteen (14) Days And Tested In Accordance With Aashto T24. Slump Shall Be Determined Using Aashto T 119. The Designer Shall Consider The Use Of Lean Concrete (econcrete) Mixtures Using Local Materials Or Specifically Modified Conventional Concrete Mixes In Base Course And In The Lower Course Composite, Monolithic Concrete Pavements Using A Minimum Of 75 Mm (3 Inches) Of Conventional Concrete As The Surface Course. The Mix Design Shall Be Submitted To The Lgu Project Engineer For Approval And Shall Be Accompanied With Certified Test Data From An Approved Laboratory Demonstrating The Adequacy Of The Mix Design. A Change In The Source Of Materials During The Progress Of Work May Necessitate A New Design Mix. 311.3 Construction Requirements 311.3.1 Quality Control Of Concrete 1. General The Contractor Shall Be Responsible For The Quality Control Of All Materials During The Handling, Blending, And Mixing And Placement Operations. 2. Quality Control Plan The Contractor Shall Furnish The Lgu Project Engineer A Quality Control Plan Detailing His Production Control Procedures And The Type And Frequency Of Sampling And Testing To Insure That The Concrete Produces Complies With The Specifications. The Lgu Project Engineer Shall Be Provided Free Access To Recent Plant Production Records, And If Requested, Informational Copies Of Mix Design, Materials Certifications And Sampling And Testing Reports. 3. Qualification Of Workmen Experienced And Qualified Personnel Shall Perform All Batching Or Mixing Operation For The Concrete Mix, And Shall Be Present At The Plant And Job Site To Control The Concrete Productions Whenever The Plant Is In Operation. They Shall Be Identified And Duties Defined As Follows: A. Concrete Batcher. The Person Performing The Batching Or Mixing Operation Shall Be Capable Of Accurately Conducting Aggregate Surface Moisture Determination And Establishing Correct Scale Weights For Concrete Materials. He Shall Be Capable Of Assuring That The Proportioned Batch Weights Of Materials Are In Accordance With The Mix Design. B. Concrete Technician. The Person Responsible For Concrete Production Control And Sampling And Testing For Quality Control Shall Be Proficient In Concrete Technology And Shall Have A Sound Knowledge Of The Specifications As They Relate To Concrete Production. He Shall Be Capable Of Conducting Tests On Concrete And Concrete Materials In Accordance With These Specifications. He Shall Be Capable Of Adjusting Concrete Mix Designs For Improving Workability And Specification Compliance And Preparing Trial Mix Designs. He Shall Be Qualified To Act As The Concrete Batcher In The Batcher’s Absence. 4. Quality Control Testing The Contractor Shall Perform All Sampling, Testing And Inspection Necessary To Assure Quality Control Of The Component Materials And The Concrete. The Contractor Shall Be Responsible For Determining The Gradation Of Fine And Coarse Aggregates And For Testing The Concrete Mixture For Slump, Air Content, Water-cement Ratio And Temperature. He Shall Conduct His Operations So As To Produce A Mix Conforming To The Approved Mix Design. 5. Documentation The Contractor Shall Maintain Adequate Records Of All Inspections And Tests. The Records Shall Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And Rejected, And Nature Of Any Corrective Action Taken. The Lgu Project Engineer May Take Independent Assurance Samples At Random Location For Acceptance Purposes As He Deems Necessary. 311.3.2 Equipment Equipment And Tools Necessary For Handling Materials And Performing All Parts Of The Work Shall Be Approved By The Lgu Project Engineer As To Design, Capacity And Mechanical Condition. The Equipment Shall Be At The Jobsite Sufficiently Ahead Of The Start Of Construction Operations To Be Examined Thoroughly And Approved. 1. Batching Plant And Equipment A. General. The Batching Shall Include Bins, Weighing Hoppers, And Scales For The Fine Aggregate And For Each Size Of Coarse Aggregate. If Cement Is Used In Bulk, A Bin, A Hopper, And Separate Scale For Cement Shall Be Included. The Weighing Hopper Shall Be Properly Sealed And Vented To Preclude Dusting Operation. The Batch Plant Shall Be Equipped With A Suitable Non-resettable Batch Counter Which Will Correctly Indicate The Number Of Batches Proportioned. B. Bins And Hoppers. Bins With Adequate Separate Compartments For Fine Aggregate And For Each Size Of Coarse Aggregate Shall Be Provided In The Batching Plant. C. Scales. Scales For Weighing Aggregates And Cement Shall Be Of Either The Beam Type Or The Spring-less-dial Type. They Shall Be Accurate Within One-half Percent (0.5%) Throughout The Range Of Use. Poises Shall Be Designed To Be Locked In Any Position And To Prevent Unauthorized Change. Scales Shall Be Inspected And Sealed As Often As The Lgu Project Engineer May Deem Necessary To Assure Their Continued Accuracy. D. Automatic Weighing Devices. Unless Otherwise Allowed On The Contract, Batching Plants Shall Be Equipped With Automatic Weighing Devices Of An Approved Type To Proportion Aggregates And Bulk Cement. 2. Mixers. A. General. Concrete May Be Mixed At The Site Of Construction Or At A Central Plant, Or Wholly Or In Part In Truck Mixers. Each Mixer Shall Have A Manufacturer’s Plate Attached In A Prominent Place Showing The Capacity Of The Drum In Terms Of Volume Of Mixed Concrete And The Speed Of Rotation Of The Mixing Drum Or Blades. B. Mixers At Site Of Construction. Mixing Shall Be Done In An Approved Mixer Capable Of Combining The Aggregates, Cement And Water Into A Thoroughly Mixed And Uniform Mass Within The Specified Mixing Period And Discharging And Distributing The Mixture Without Segregation On The Prepared Grade. The Mixer Shall Be Equipped With An Approved Timing Device Which Will Automatically Lock The Discharge Lever When The Drum Has Been Charged And Released It At The End Of The Mixing Period. In Case Of Failure Of The Timing Device, The Mixer May Be Used For The Balance Of The Day While It Is Being Repaired, Provided That Each Batch Is Mixed 90 Seconds. The Mixer Shall Be Equipped With A Suitable Non-resettable Batch Counter Which Shall Correctly Indicate The Number Of The Batches Mixed. C. Truck Mixer And Truck Agitators. Truck Mixers Used For Mixing And Hauling Concrete, And Truck Agitators Used For Hauling Central-mixed Concrete, Shall Conform To The Requirements Of Aashto M 157. D. Non-agitator Truck. Bodies Of Non-agitating Hauling Equipment For Concrete Shall Be Smooth, Mortar-tight Metal Containers And Shall Be Capable Of Discharging The Concrete At A Satisfactory Controlled Rate Without Segregation. 3. Paving And Finishing Equipment The Concrete Shall Be Placed With An Approved Paver Designed To Spread, Consolidate, Screed And Float Finish The Freshly Placed Concrete In One Complete Pass Of The Machine In Such A Manner That A Minimum Of Hand Finishing Will Be Necessary To Provide A Dense And Homogeneous Pavement In Conformance With The Plans And Specifications. The Finishing Machine Shall Be Equipped With At Least Two (2) Oscillating Type Transverse Screed. Vibrators Shall Operate At A Frequency Of 8,300 To 9,600 Impulses Per Minute Under Load At A Maximum Spacing Of 60 Cm. 4. Concrete Saw The Contractor Shall Provide Sawing Equipment In Adequate Number Of Units And Power To Complete The Sawing With Water-cooled Diamond Edge Saw Blade Or An Abrasive Wheel To The Required Dimensions And At The Required Rate. He Shall Provide At Least One (1) Stand-by Saw In Good Working Condition And With An Ample Supply Of Saw Blades. 5. Forms Forms Shall Be Of Steel, Of An Approved Section, And Of Depth Equal To The Thickness Of The Pavement At The Edge. The Base Of The Forms Shall Be Of Sufficient Width To Provide Necessary Stability In All Directions. The Flange Braces Must Extend Outward On The Base To Not Less Than 2/3 The Height Of The Form. All Forms Shall Be Rigidly Supported On Bed Of Thoroughly Compacted Material During The Entire Operation Of Placing And Finishing The Concrete. Forms Shall Be Provided With Adequate Devices For Secure Setting So That When In Place, They Will Withstand, Without Visible Spring Or Settlement, The Impact And Vibration Of The Consolidation And Finishing Or Paving Equipment. 311.3.3 Preparation Of Grade After The Sub-grade Of Base Has Been Placed And Compacted To The Required Density, The Areas Which Will Support The Paving Machine And The Grade On Which The Pavement Is To Be Constructed Shall Be Trimmed To The Proper Elevation By Means Of A Properly Designed Machine Extending The Prepared Work Areas Compacted At Least 60 Cm Beyond Each Edge Of The Proposed Concrete Pavement. If Loss Of Density Results From The Trimming Operations, It Shall Be Restored By Additional Compaction Before Concrete Is Placed. If Any Traffic Is Allowed To Use The Prepared Sub-grade Or Base, The Surface Shall Be Checked And Corrected Immediately Ahead Of The Placing Concrete. The Sub-grade Or Base Shall Be Uniformly Moist When The Concrete Is Placed. 311.3.4 Setting Forms 1. Base Support. The Foundation Under The Forms Shall Be Hard And True To Grade So That The Form When Set Will Be Firmly In Contact For Its Whole Length And At The Specified Grade. (any Roadbed, Which At The Form Line Is Found Below Established Grade, Shall Be Filled With Approved Granular Materials To Grade In Lifts Of Three (3) Cm Or Less, And Thoroughly Re-rolled Or Tamped.) Imperfections Or Variations Above Grade Shall Be Corrected By Tamping Or By Cutting As Necessary. 2. Form Setting Forms Shall Be Set Sufficiently In Advance Of The Point Where Concrete Is Being Placed. After The Forms Have Been Set To Correct Grade, The Grade Shall Be Thoroughly Tamped, Mechanically Or By Hand, At Both The Inside And Outside Edges Of The Base Of The Forms. The Forms Shall Not Deviate From True Line Bv More Than One (1) Cm At Any Point. 3. Grade And Alignment The Alignment And Grade Elevations Of The Forms Shall Be Checked And Corrections Made By The Contractor Immediately Before Placing The Concrete. Testing As To Crown And Elevation, Prior To Placing Of Concrete Can Be Made By Means Of Holding An Approved Template In A Vertical Position And Moved Backward And Forward On The Forms. When Any Form Has Been Disturbed Or Any Grade Has Become Unstable, The Form Shall Be Reset And Rechecked. 311.3.5 Conditioning Of Sub-grade Or Base Course When Side Forms Have Been Securely Set To Grade, The Sub-grade Or Base Course Shall Be Brought To Proper Cross-section. High Areas Shall Be Trimmed To Proper Elevation. Low Areas Shall Be Filled And Compacted To A Condition Similar To That Of Surrounding Grade. The Finished Grade Shall Be Maintained In A Smooth And Compacted Condition Until The Pavement Is Placed. Unless Waterproof Sub-grade Or Base Course Cover Material Is Specified, The Sub-grade Or Base Course Shall Be Uniformly Moist When The Concrete Is Placed. If It Subsequently Becomes Too Dry, The Sub-grade Or Base Course Shall Be Sprinkled, But The Method Of Sprinkling Shall Not Be Such As To Form Mud Or Pools Of Water. 311.3.6 Handling, Measuring And Batching Materials The Batch Plant Site, Layout, Equipment And Provisions For Transporting Material Shall Be Such As To Assure A Continuous Supply Of Material To The Work. Stockpiles Shall Be Built Up In Layers Of Not More Than One (1) Meter In Thickness. Each Layer Shall Be Completely In Place Before Beginning The Next Which Shall Not Be Allowed To “cone” Down Over The Next Lower Layer. Aggregates From Different Sources And Of Different Grading Shall Not Be Stockpiled Together. All Washed Aggregates And Aggregates Produced Or Handled By Hydraulic Methods, Shall Be Stockpiled Or Binned For Draining At Least Twelve (12) Hours Before Being Batched. When Mixing Is Done At The Side Of The Work, Aggregates Shall Be Transported From The Batching Plant To The Mixer In Batch Boxes, Vehicle Bodies, Or Other Containers Of Adequate Capacity And Construction To Properly Carry The Volume Required. Partitions Separating Batches Shall Be Adequate And Effective To Prevent Spilling From One Compartment To Another While In Transit Or Being Dumped. When Bulk Cement Is Used, The Contractor Shall Use A Suitable Method Of Handling The Cement From Weighing Hopper To Transporting Container Or Into The Batch Itself For Transportation To The Mixer, With Chute, Boot Or Other Approved Device, To Prevent Loss Of Cement, And To Provide Positive Assurance Of The Actual Presence In Each Batch Of The Entire Cement Content Specified. Bulk Cement Shall Be Transported To The Mixer In Tight Compartments Carrying The Full Amount Of Cement Required For The Batch. However, If Allowed In The Special Provisions, It May Be Transported Between The Fine And Coarse Aggregate. When Cement Is Placed In Contact With The Aggregates, Batches May Be Rejected Unless Mixed Within 1-1/2 Hours Of Such Contact. Cement In Original Shipping Packages May Be Transported On Top Of The Aggregates, Each Batch Containing The Number Of Sacks Required By The Job Mix. The Mixer Shall Be Charged Without Loss Of Cement. Batching Shall Be So Conducted As To Result In The Weight To Each Material Required Within A Tolerance Of One (1) Percent For The Cement And Two (2) Percent For Aggregates. Water May Be Measured Either By Volume Or By Weight. The Accuracy Of Measuring The Water Shall Be Within A Range Of Error Of Not Over Than One (1) Percent. Unless The Water Is To Be Weighed, The Water-measuring Equipment Shall Include An Auxiliary Tank From Which The Measuring Tank Shall Be Equipped With An Outside Tap And Valve To Provide Checking The Setting, Unless Other Means Are Provided For Readily And Accurately Determining The Amount Of Water In The Tank. The Volume Of The Auxiliary Tank Shall Be At Least Equal To That Of The Measuring Tank. 311.3.7 Mixing Concrete The Concrete May Be Mixed At The Site Of The Work In A Central-mix Plant, Or In Truck Mixers. The Mixer Shall Be Of An Approved Type And Capacity. Mixing Time Will Be Measured From The Time All Materials, Except Water, Are In The Drum. Ready-mixed Concrete Shall Be Mixed And Delivered In Accordance With Requirements Of Aashto M 157, Except That The Minimum Required Revolutions At The Mixing Speed For Transit-mixed Concrete May Be Reduced To Not Less Than That Recommended By The Mixer Manufacturer. The Number Of Revolutions Recommended By The Mixer Manufacturer Shall Be Indicated On The Manufacturer’s Serial Plate Attached To The Mixer. The Contractor Shall Furnish Test Data Acceptable To The Lgu Project Engineer Verifying That The Make And Model Of The Mixer Will Produce Uniform Concrete Conforming To The Provision Of Aashto M 157 At The Reduced Number Of Revolutions Shown On The Serial Plate. When Mixed At The Site Or In A Central Mixing Plant, The Mixing Time Shall Not Be Less Than Fifty (50) Seconds Nor More Than Ninety (90) Seconds, Unless Mixer Performance Tests Prove Adequate Mixing Of The Concrete Is A Shorter Time Period. Four (4) Seconds Shall Be Added To The Specified Mixing Time If Timing Starts At The Instant The Skip Reaches Its Maximum Raised Positions. Mixing Time Ends When The Discharge Chute Opens. Transfer Time In Multiple Drum Mixers Is Included In Mixing Time. The Contents Of An Individual Mixer Drum Shall Be Removed Before A Succeeding Batch Is Emptied Therein. The Mixer Shall Be Operated At The Drum Speed As Shown On The Manufacturer’s Name Plate Attached On The Mixer. Any Concrete Mixed Less Than The Specified Time Shall Be Discarded And Disposed Off By The Contractor At His Expense. The Volume Of Concrete Mixed Per Batch Shall Not Exceed The Mixer’s Nominal Capacity In Cubic Metre, As Shown On The Manufacturer’s Standard Rating Plate On The Mixer, Except That An Overload Up To Ten (10) Percent Above The Mixer’s Nominal Capacity May Be Permitted Provided Concrete Test Data For Strength, Segregation, And Uniform Consistency Are Satisfactory, And Provided No Spillage Of Concrete Takes Place. The Batches Shall Be So Charged Into The Drum That A Portion Of The Mixing Water Shall Be Entered In Advance Of The Cement And Aggregates. The Flow Of Water Shall Be Uniform And All Water Shall Be In The Drum By The End Of The First Fifteen (15) Seconds Of The Mixing Period. The Throat Of The Drum Shall Be Kept Free Of Such Accumulations As May Restrict The Free Flow Of Materials Into The Drum. Mixed Concrete From The Central Mixing Plant Shall Be Transported In Truck Mixers, Truck Agitators Or Non-agitating Truck Specified In Subsection 311.3.2, Equipment. The Time Elapsed From The Time Water Is Added To The Mix Until The Concrete Is Deposited In Place At The Site Shall Not Exceed Forty Five (45) Minutes When The Concrete Is Hauled In Non-agitating Trucks, Nor Ninety (90) Minutes When Hauled In Truck Mixers Or Truck Agitators, Except That In Hot Weather Or Under Other Conditions Contributing To Quick Hardening Of The Concrete, The Maximum Allowable Time May Be Reduced By The Lgu Project Engineer. In Exceptional Cases And When Volumetric Measurements Are Authorized For Small Project Requiring Less Than 75 Cu.m. Of Concrete Per Day Of Pouring, The Weight Proportions Shall Be Converted To Equivalent Volumetric Proportions. In Such Cases, Suitable Allowance Shall Be Made For Variations In The Moisture Condition Of The Aggregates, Including The Bulking Effect In The Fine Aggregate. Batching And Mixing Shall Be In Accordance With Astm C 685, Section 6 Through 9. Concrete Mixing By Chute Is Allowed Provided That A Weighing Scale For Determining The Batch Weight Will Be Used. Retendering Concrete By Adding Water Or By Other Means Shall Not Be Permitted, Except That When Concrete Is Delivered In Truck Mixers, Additional Water May Be Added To The Batch Materials And Additional Mixing Performed To Increase The Slump To Meet The Specified Requirements, If Permitted By The Lgu Project Engineer, Provided All These Operations Are Performed Within Forty-five (45) Minutes After The Initial Mixing Operation And The Water-cement Ratio Is Not Exceeded. Concrete That Is Not Within The Specified Slump Limits At The Time Of Placement Shall Not Be Used. Admixtures For Increasing The Workability Or For Accelerating The Setting Of The Concrete Will Be Permitted Only When Specifically Approved By The Lgu Project Engineer. 311.3.8 Limitation Of Mixing No Concrete Shall Be Mixed, Placed Or Finished When Natural Light Is Insufficient, Unless An Adequate And Approved Artificial Lighting System Is Operated. During Hot Weather, The Lgu Project Engineer Shall Require That Steps Be Taken To Prevent The Temperature Of Mixed Concrete From Exceeding A Maximum Temperature Of (900f 320c). Concrete Not In Place Within Ninety (90) Minutes From The Time The Ingredients Were Charged Into The Mixing Drum Or That Has Developed Initial Set Shall Not Be Used. Retendering Of Concrete Or Mortar Which Has Partially Hardened, That Is Remixing With Or Without Additional Cement, Aggregate, Or Water, Shall Not Be Permitted. In Order That The Concrete May Be Properly Protected Against The Effects Of Rain Before The Concrete Is Sufficiently Hardened, The Contractor Will Be Required To Have Available At All Times Materials For The Protection Of The Edges And Surface Of The Unhardened Concrete. 311.3.9 Placing Concrete Concrete Shall Be Deposited In Such A Manner To Require Minimal Rehandling. Unless Truck Mixers Or Non-agitating Hauling Equipment Are Equipped With Means To Discharge Concrete Without Segregation Of The Materials, The Concrete Shall Be Unloaded Into An Approved Spreading Device And Mechanically Spread On The Grade In Such A Manner As To Prevent Segregation. Placing Shall Be Continuous Between Transverse Joints Without The Use Of Intermediate Bulkheads. Necessary Hand Spreading Shall Be Done With Shovels, Not Rakes. Workmen Shall Not Be Allowed To Walk In The Freshly Mixed Concrete With Boots Or Shoes Coated With Earth Or Foreign Substances. When Concrete Is To Be Placed Adjoining A Previously Constructed Lane And Mechanical Equipment Will Be Operated Upon The Existing Lane, That Previously Constructed Lane Shall Have Attained The Strength For Fourteen (14) Day Concrete. If Only Finishing Equipment Is Carried On The Existing Lane, Paving In Adjoining Lanes May Be Permitted After Three (3) Days. Concrete Shall Be Thoroughly Consolidated Against And Along The Faces Of All Forms And Along The Full Length And On Both Sides Of All Joint Assemblies, By Means Of Vibrators Inserted In The Concrete. Vibrators Shall Not Be Permitted To Come In Contact With A Joint Assembly, The Grade, Or A Side Form. In No Case Shall The Vibrator Be Operated Longer Than Fifteen (15) Seconds In Any One Location. Concrete Shall Be Deposited As Near As Possible To The Expansion And Contraction Joints Without Disturbing Them, But Shall Not Be Dumped From The Discharge Bucket Or Hopper Into A Joint Assembly Unless The Hopper Is Well Centered On The Joint Assembly. Should Any Concrete Material Fall On Or Be Worked Into The Surface Of A Complete Slab, It Shall Be Removed Immediately. 311.3.10 Test Specimens As Work Progresses, At Least One (1) Set Consisting Of Three (3) Concrete Beam Test Specimens, 150 Mm X 150 Mm X 525 Mm Or 900 Mm Shall Be Taken From Each 330 M2 Of Pavement, 230 Mm Depth, Or Fraction Thereof Placed Each Day. Test Specimens Shall Be Made Under The Supervision Of The Lgu Project Engineer, And The Contractor Shall Provide All Concrete And Other Facilities Necessary In Making The Test Specimens And Shall Protect Them From Damage By Construction Operations. Cylinder Samples Shall Not Be Used As Substitute For Determining The Adequacy Of The Strength Of Concrete. The Beams Shall Be Made, Cured, And Tested In Accordance With Aashto T 23 And T 97. 311.3.11 Strike-off Of Concrete And Placement Of Reinforcement Following The Placing Of The Concrete, It Shall Be Struck Off To Conform To The Cross-section Shown On The Plans And To An Elevation Such That When The Concrete Is Properly Consolidated And Finished, The Surface Of The Pavement Will Be At The Elevation Shown On The Plans. When Reinforced Concrete Pavement Is Placed In Two (2) Layers, The Bottom Layer Shall Be Struck Off And Consolidated To Such Length And Depth That The Sheet Of Fabric Or Bar Mat May Be Laid Full Length On The Concrete In Its Final Position Without Further Manipulation. The Reinforcement Shall Then Be Placed Directly Upon The Concrete, After Which The Top Layer Of The Concrete Shall Be Placed, Struck Off And Screened. Any Portion Of The Bottom Layer Of Concrete Which Has Been Placed More Than 30 Minutes Without Being Covered With The Top Layer Shall Be Removed And Replaced With Freshly Mixed Concrete At The Contractor’s Expense. When Reinforced Concrete Is Placed In One Layer, The Reinforcement May Be Firmly Positioned In Advance Of Concrete Placement Or It May Be Placed At The Depth Shown On The Plans In Plastic Concrete, After Spreading By Mechanical Or Vibratory Means. Reinforcing Steel Shall Be Free From Dirt, Oil, Paint, Grease, Mill Scale And Loose Or Thick Rust Which Could Impair Bond Of The Steel With The Concrete. 311.3.12 Joints Joints Shall Be Constructed Of The Type And Dimensions, And At The Locations Required By The Plans Or Special Provisions. All Joints Shall Be Protected From The Intrusion Of Injurious Foreign Material Until Sealed. 1. Longitudinal Joint Deformed Steel Tie Bars Of Specified Length, Size, Spacing And Materials Shall Be Placed Perpendicular To The Longitudinal Joints, They Shall Be Placed By Approved Mechanical Equipment Or Rigidly Secured By Chair Or Other Approved Supports To Prevent Displacement. Tie Bars Shall Not Be Painted Or Coated With Asphalt Or Other Materials Or Enclosed In Tubes Or Sleeves. When Shown On The Plans And When Adjacent Lanes Of Pavement Are Constructed Separately, Steel Side Forms Shall Be Used Which Will Form A Keyway Along The Construction Joint. Tie Bars, Except Those Made Of Rail Steel, May Be Bent At Right Angles Against The Form Of The First Lane Constructed And Straightened Into Final Position Before The Concrete Of The Adjacent Lane Is Placed, Or In Lieu Of Bent Tie Bars, Approved Two-piece Connectors May Be Used. Longitudinal Formed Joints Shall Consist Of A Groove Or Cleft, Extending Downward From And Normal To, The Surface Of The Pavement. These Joints Shall Be Effected Or Formed By An Approved Mechanically Or Manually Operated Device To The Dimensions And Line Indicated On The Plans And While The Concrete Is In A Plastic State. The Groove Or Cleft Shall Be Filled With Either A Premolded Strip Or Poured Material As Required. The Longitudinal Joints Shall Be Continuous, There Shall Be No Gaps In Either Transverse Or Longitudinal Joints At The Intersection Of The Joints. Longitudinal Sawed Joints Shall Be Cut By Means Of Approved Concrete Saws To The Depth, Width And Line Shown On The Plans. Suitable Guide Lines Or Devices Shall Be Used To Assure Cutting The Longitudinal Joint On The True Line. The Longitudinal Joint Shall Be Sawed Before The End Of The Curing Period Or Shortly Thereafter And Before Any Equipment Or Vehicles Are Allowed On The Pavement. The Sawed Area Shall Be Thoroughly Cleaned And, If Required, The Joint Shall Immediately Be Filled With Sealer. Longitudinal Pavement Insert Type Joints Shall Be Formed By Placing A Continuous Strip Of Plastic Materials Which Will Not React Adversely With The Chemical Constituent Of The Concrete. 2. Transverse Expansion Joint The Expansion Joint Filler Shall Be Continuous From Form To Form, Shaped To Sub-grade And To The Keyway Along The Form. Preformed Joint Filler Shall Be Furnished In Lengths Equal To The Pavement Width Or Equal To The Width Of One Lane. Damaged Or Repaired Joint Filler Shall Not Be Used. The Expansion Joint Filler Shall Be Held In A Vertical Position. An Approved Installing Bar, Or Other Device, Shall Be Used If Required To Secure Preformed Expansion Joint Filler At The Proper Grade And Alignment During Placing And Finishing Of The Concrete. Finished Joint Shall Not Deviate More Than 6 Mm From A Straight Line. If Joint Fillers Are Assembled In Sections, There Shall Be No Offsets Between Adjacent Units. No Plugs Of Concrete Shall Be Permitted Anywhere Within The Expansion Space. 3. Transverse Contraction Joint/weakened Joint When Shown On The Plans, It Shall Consist Of Planes Of Weakness Created By Forming Or Cutting Grooves In The Surface Of The Pavement And Shall Include Load Transfer Assemblies. The Depth Of The Weakened Plane Joint Should At All Times Not Be Less Than 50 Mm, While The Width Should Not Be More Than 6 Mm. A. Transverse Strip Contraction Joint. It Shall Be Formed By Installing A Parting Strip To Be Left In Place As Shown On The Plans. B. Formed Groove. It Shall Be Made By Depressing An Approved Tool Or Device Into The Plastic Concrete. The Tool Or Device Shall Remain In Place At Least Until The Concrete Has Attained Its Initial Set And Shall Then Be Removed Without Disturbing The Adjacent Concrete, Unless The Device Is Designed To Remain In The Joint. C. Sawed Contraction Joint. It Shall Be Created By Sawing Grooves In The Surface Of The Pavement Of The Width Not More Than 6 Mm, Depth Should At All Times Not Be Less Than 50 Mm, And At The Spacing And Lines Shown On The Plans, With An Approved Concrete Saw. After Each Joint Is Sawed, It Shall Be Thoroughly Cleaned Including The Adjacent Concrete Surface. Sawing Of The Joint Shall Commence As Soon As The Concrete Has Hardened Sufficiently To Permit Sawing Without Excessive Raveling, Usually 4 To 24 Hours. All Joints Shall Be Sawed Before Uncontrolled Shrinkage Cracking Takes Place. If Necessary, The Sawing Operations Shall Be Carried On During The Day Or Night, Regardless Of Weather Conditions. The Sawing Of Any Joint Shall Be Omitted If Crack Occurs At Or Near The Joint Location Prior To The Time Of Sawing. Sawing Shall Be Discounted When A Crack Develops Ahead Of The Saw. In General, All Joints Should Be Sawed In Sequence. If Extreme Condition Exist Which Make It Impractical To Prevent Erratic Cracking By Early Sawing, The Contraction Joint Groove Shall Be Formed Prior To Initial Set Of Concrete As Provided Above. 4. Transverse Construction Joint It Shall Be Constructed When There Is An Interruption Of More Than 30 Minutes In The Concreting Operations. No Transverse Joint Shall Be Constructed Within 1.50 M Of An Expansion Joint, Contraction Joint, Or Plane Of Weakness. If Sufficient Concrete Has Been Mixed At The Time Of Interruption To Form A Slab Of At Least 1.5 M Long, The Excess Concrete From The Last Preceding Joint Shall Be Removed And Disposed Off As Directed. 5. Load Transfer Device Dowel, When Used, Shall Be Held In Position Parallel To The Surface And Center Line Of The Slab By A Metal Device That Is Left In The Pavement. The Portion Of Each Dowel Painted With One Coat Of Lead Or Tar, In Conformance With The Requirements Of Item 404, Reinforcing Steel, Shall Be Thoroughly Coated With Approved Bituminous Materials, E.g., Mc-70, Or An Approved Lubricant, To Prevent The Concrete From Binding To That Portion Of The Dowel. The Sleeves For Dowels Shall Be Metal Designed To Cover 50 Mm Plus Or Minus 5 Mm (1/4 Inch), Of The Dowel, With A Watertight Closed End And With A Suitable Stop To Hold The End Of The Sleeves At Least 25 Mm (1 Inch) From The End Of The Dowel. In Lieu Of Using Dowel Assemblies At Contraction Joints, Dowel May Be Placed In The Full Thickness Of Pavement By A Mechanical Device Approved By The Lgu Project Engineer. 311.3.13 Final Strike-off (consolidation And Finishing) 1. Sequence The Sequence Of Operations Shall Be The Strike-off And Consolidation, Floating And Removal Of Laitance, Straight-edging And Final Surface Finish. Work Bridges Or Other Devices Necessary To Provide Access To The Pavement Surface For The Purpose Of Finishing Straight-edging, And Make Corrections As Hereinafter Specified, Shall Be Provided By The Contractor. In General, The Addition Of Water To The Surface Of The Concrete To Assist In Finishing Operations Will Not Be Permitted. If The Application Of Water To The Surface Is Permitted, It Shall Be Applied As Fog Spray By Means Of An Approve Spray Equipment. 2. Finishing Joints The Concrete Adjacent To Joints Shall Be Compacted Or Firmly Placed Without Voids Or Segregation Against The Joint Material Assembly, Also Under And Around All Load Transfer Devices, Joint Assembly Units, And Other Features Designed To Extend Into The Pavement. Concrete Adjacent To Joints Shall Be Mechanically Vibrated As Required In Subsection 311.3.9, Placing Concrete. After The Concrete Has Been Placed And Vibrated Adjacent To The Joints As Required In Subsection 311.3.9, The Finishing Machine Shall Be Brought Forward, Operating In A Manner To Avoid Damage Or Misalignment Of Joints. If Uninterrupted Operation Of The Finishing Machine, To Over And Beyond The Joints Causes Segregation Of Concrete, Damage To, Or Misalignment Of The Joints, The Finishing Machine Shall Be Stopped When The Front Screed Is Approximately 20 Cm (8 Inches) From The Joint. Segregated Concrete Shall Be Removed From In Front Of And Off The Joint. The Front Screed Shall Be Lifted And Set Directly On Top Of The Joint And The Forward Motion Of The Finishing Machine Resumed. When The Second Screed Is Close Enough To Permit The Excess Mortar In Front Of It To Flow Over The Joint, It Shall Be Lifted And Carried Over The Joint. Thereafter, The Finishing Machine May Be Run Over The Joint Without Lifting The Screeds, Provided There Is No Segregated Concrete Immediately Between The Joint And The Screed Or On Top Of The Joint. 3. Machine Finishing A. Non-vibratory Method. The Concrete Shall Be Distributed Or Spread As Soon As Placed. As Soon As The Concrete Has Been Placed, It Shall Be Struck Off And Screwed By An Approved Finishing Machine. The Machine Shall Go Over Each Area Of Pavement As Many Times And At Such Intervals As Necessary To Give The Proper Compaction And Leave A Surface Of Uniform Texture. Excessive Operation Over A Given Area Shall Be Avoided. The Tops Of The Forms Shall Be Kept Clean By An Effective Device Attached To The Machine And The Travel Of The Machine On The Forms Shall Be Maintained True Without Wobbling Or Other Variation Tending To Affect The Precision Finish. During The First Pass Of The Finishing Machine, A Uniform Ridge Of Concrete Shall Be Maintained Ahead Of The Front Screed In Its Entire Length. B. Vibratory Method. When Vibration Is Specified, Vibrators For Full Width Vibration Of Concrete Paving Slabs, Shall Meet The Requirements In Subsection 311.3.2, Equipment. If Uniform And Satisfactory Density Of The Concrete Is Not Obtained By The Vibratory Method At Joints, Along Forms, At Structures, And Throughout The Pavement, The Contractor Will Be Required To Furnish Equipment And Method Which Will Produce Pavement Conforming To The Specifications. All Provisions In Item (a) Above Not In Conflict With The Provisions For The Vibratory Method Shall Govern. 4. Hand Finishing Hand Finishing Methods May Only Be Used Under The Following Conditions: A. In The Event Of Breakdown Of The Mechanical Equipment, Hand Methods May Be Used To Finish The Concrete Already Deposited On The Grade. B. In Narrow Widths Or Areas Of Irregular Dimensions Where Operations Of The Mechanical Equipment Is Impractical, Hand Methods May Be Used. Concrete, As Soon As Placed, Shall Be Struck Off And Screeded. An Approved Portable Screed Shall Be Used. A Second Screed Shall Be Provided For Striking Off The Bottom Layer Of Concrete If Reinforcement Is Used. The Screed For The Surface Shall Be At Least 60 Cm (2 Feet) Longer Than The Maximum Width Of The Slab To Be Struck Off. It Shall Be Of Approved Design, Sufficiently Rigid To Retain Its Shape, And Constructed Either Of Metal Or Other Suitable Material Shod With Metal. Consolidation Shall Be Attained By The Use Of Suitable Vibrator Or Other Approved Equipment. In Operation, The Screed Shall Be Moved Forward On The Forms With A Combined Longitudinal And Transverse Shearing Motion, Moving Always In The Direction In Which The Work Is Progressing And So Manipulated That Neither End Is Raised From The Side Forms During The Striking Off Process. If Necessary, This Shall Be Repeated Until The Surface Is Of Uniform Texture, True To Grade And Cross-section, And Free From Porous Areas. 5. Floating After The Concrete Has Been Struck Off And Consolidated, It Shall Be Further Smoothed, Trued, And Consolidated By Means Of A Longitudinal Float, Either By Hand Or Mechanical Method. A. Hand Method. The Hand-operated Longitudinal Float Shall Be Not Less Than 365 Cm (12 Feet) In Length And 15 Cm (6 Inches) In Width, Properly Stiffened To Prevent Flexibility And Warping. The Longitudinal Float, Operated From Foot Bridges Resting On The Side Forms And Spanning But Not Touching The Concrete, Shall Be Worked With A Sawing Motion While Held In A Floating Position Parallel To The Road Center Line, And Moving Gradually From One Side Of The Pavement To The Other. Movement Ahead Along The Center Line Of The Pavement Shall Be In Successive Advances Of Not More Than One-half The Length Of The Float. Any Excess Water Or Soupy Material Shall Be Wasted Over The Side Forms On Each Pass. B. Mechanical Method. The Mechanical Longitudinal Float Shall Be Of A Design Approved By The Lgu Project Engineer, And Shall Be In Good Working Condition. The Tracks From Which The Float Operates Shall Be Accurately Adjusted To The Required Crown. The Float Shall Be Accurately Adjusted And Coordinated With The Adjustment Of The Transverse Finishing Machine So That A Small Amount Of Mortar Is Carried Ahead Of The Float At All Times. The Forward Screed Shall Be Adjusted So That The Float Will Lap The Distance Specified By The Lgu Project Engineer On Each Transverse Trip. The Float Shall Pass Over Each Areas Of Pavement At Least Two Times, But Excessive Operation Over A Given Area Will Not Be Permitted. Any Excess Water Or Soupy Material Shall Be Wasted Over The Side Forms On Each Pass. C. Alternative Mechanical Method. As An Alternative, The Contractor May Use A Machine Composed Of A Cutting And Smoothing Float Or Floats Suspended From And Guided By A Rigid Frame. The Frame Shall Be Carried By Four Or More Visible Wheels Riding On, And Constantly In Contact With The Side Forms. If Necessary, Following One Of The Preceding Method Of Floating, Long Handled Floats Having Blades Not Less Than 150 Cm (5 Feet) In Length And 15 Cm (6 Inches) In Width May Be Used To Smooth And Fill In Open-textured Areas In The Pavement. Long-handled Floats Shall Not Be Used To Float The Entire Surface Of The Pavement In Lieu Of, Or Supplementing, One Of The Preceding Methods Of Floating. When Strike Off And Consolidation Are Done By The Hand Method And The Crown Of The Pavement Will Not Permit The Use Of The Longitudinal Float, The Surface Shall Be Floated Transversely By Means Of The Long-handled Float. Care Shall Be Taken Not To Work The Crown Out Of The Pavement During The Operation. After Floating, Any Excess Water And Laitance Shall Be Removed From The Surface Of The Pavement By A 3-m Straight-edge Or More In Length. Successive Drags Shall Be Lapped One-half The Length Of The Blade. 6. Straight-edge Testing And Surface Correction After The Floating Has Been Completed And The Excess Water Removed, But While The Concrete Is Still Plastic, The Surface Of The Concrete Shall Be Tested For Trueness With A 300 Cm Long Straight-edge. For This Purpose, The Contractor Shall Furnish And Use An Accurate 300-cm Straight-edge Swung From Handles 100 Cm (3 Feet) Longer Than One-half The Width Of The Slab. The Straight-edge Shall Be Held In Contact With The Surface In Successive Positions Parallel To The Road Center Line And The Whole Area Gone Over From One Side Of The Slab To The Other As Necessary. Advances Along The Road Shall Be In Successive Stages Of Not More Than One-half The Length Of The Straight-edge. Any Depressions Found Shall Be Immediately Filled With Freshly Mixed Concrete, Struck Off, Consolidated And Refinished. High Areas Shall Be Cut Down And Refinished. Special Attention Shall Be Given To Assure That The Surface Across Joints Meets The Requirements For Smoothness. Straight-edge Testing And Surface Corrections Shall Continue Until The Entire Surface Is Found To Be Free From Observable Departures From The Straight-edge And The Slab Conforms To The Required Grade And Cross-section. 7. Final Finish If The Surface Texture Is Broom Finished, It Shall Applied When The Water Sheen Has Practically Disappeared. The Broom Shall Be Drawn From The Center To The Edge Of The Pavement With Adjacent Strokes Slightly Overlapping. The Brooming Operation Should Be So Executed That The Corrugations Produced In The Surface Shall Be Uniform In Appearance And Not More Than 1.5 Mm In Depth. Brooming Shall Be Completed Before The Concrete Is In Such Condition That The Surface Will Be Unduly Roughened By The Operation. The Surface Thus Finished Shall Be Free From Rough And Porous Areas, Irregularities, And Depressions Resulting From Improper Handling Of The Broom. Brooms Shall Be Of The Quality Size And Construction And Be Operated So As To Produce A Surface Finish Meeting The Approval Of The Lgu Project Engineer. Subject To Satisfactory Results Being Obtained And Approval Of The Lgu Project Engineer, The Contractor Will Be Permitted To Substitute Mechanical Brooming In Lieu Of The Manual Brooming Herein Described. If The Surface Texture Is Belt Finished, When Straight-edging Is Complete And Water Sheen Has Practically Disappeared And Just Before The Concrete Becomes Non-plastic, The Surface Shall Be Belted With 2-ply Canvass Belt Not Less Than 20 Cm Wide And At Least 100 Cm Longer Than The Pavement Width. Hand Belts Shall Have Suitable Handles To Permit Controlled, Uniform Manipulation. The Belt Shall Be Operated With Short Strokes Transverse To The Center Line And With A Rapid Advances Parallel To The Center Line. If The Surface Texture Is Drag Finished, A Drag Shall Be Used Which Consists Of A Seamless Strip Of Damp Burlap Or Cotton Fabric, Which Shall Produce A Uniform Of Gritty Texture After Dragging It Longitudinally Along The Full Width Of Pavement. For Pavement 5 M Or More In Width, The Drag Shall Be Mounted On A Bridge Which Travels On The Forms. The Dimensions Of The Drag Shall Be Such That A Strip Of Burlap Or Fabric At Least 100 Cm Wide Is In Contact With The Full Width Of Pavement Surface While The Drag Is Used. The Drag Shall Consist Of Not Less Than 2 Layers Of Burlap With The Bottom Layer Approximately 15 Cm Wider Than The Layer. The Drag Shall Be Maintained In Such Condition That The Resultant Surface Is Of Uniform Appearance And Reasonably Free From Grooves Over 1.5 Mm In Depth. Drag Shall Be Maintained Clean And Free From Encrusted Mortar. Drags That Cannot Be Cleaned Shall Be Discarded And New Drags Be Substituted. Regardless Of The Method Used For Final Finish, The Hardened Surface Of Pavement Shall Have A Coefficient Of Friction Of 0.25 Or More. Completed Pavement That Is Found To Have A Coefficient Of Friction Less Than 0.25 Shall Be Grounded Or Scored By The Contractor At His Expense To Provide The Required Coefficient Of Friction. 8. Edging At Forms And Joints After The Final Finish, But Before The Concrete Has Taken Its Initial Set, The Edges Of The Pavement Along Each Side Of Each Slab, And On Each Side Of Transverse Expansion Joints, Formed Joints, Transverse Construction Joints, And Emergency Construction Joints, Shall Be Worked With An Approved Tool And Rounded To The Radius Required By The Plans. A Well – Defined And Continuous Radius Shall Be Produced And A Smooth, Dense Mortar Finish Obtained. The Surface Of The Slab Shall Not Be Unduly Disturbed By Tilting The Tool During The Use. At All Joints, Any Tool Marks Appearing On The Slab Adjacent To The Joints Shall Be Eliminated By Brooming The Surface. In Doing This, The Rounding Of The Corner Of The Slab Shall Not Be Disturbed. All Concrete On Top Of The Joint Filler Shall Be Completely Removed. All Joints Shall Be Tested With A Straight-edge Before The Concrete Has Set And Correction Made If One Edge Of The Joint Is Higher Than The Other. 311.3.14 Surface Test As Soon As The Concrete Has Hardened Sufficiently, The Pavement Surface Shall Be Tested With A 3-m Straight-edge Or Other Specified Device. Areas Showing High Spots Of More Than 3 Mm But Not Exceeding 12 Mm In 3 M Shall Be Marked And Immediately Ground Down With An Approved Grinding Tool To An Elevation Where The Area Or Spot Will Not Show Surface Deviations In Excess Of 3 Mm When Tested With 3 M Straight-edge. Where The Departure From Correct Cross-section Exceeds 12 Mm, The Pavement Shall Be Removed And Replaced By And At The Expense Of The Contractor. Any Area Or Section So Removed Shall Be Not Less Than 1.5 M In Length And Not Less Than The Full Width Of The Lane Involved. When It Is Necessary To Remove And Replace A Section Of Pavement, Any Remaining Portion Of The Slab Adjacent To The Joints That Is Less Than 1.5 M In Length, Shall Also Be Removed And Replaced. 311.3.15 Curing Immediately After The Finishing Operations Have Been Completed And The Concrete Has Sufficiently Set, The Entire Surface Of The Newly Placed Concrete Shall Be Cured In Accordance With Either One Of The Methods Described Herein. Failure To Provide Sufficient Cover Material Of Whatever Kind The Contractor May Elect To Use, Or The Lack Of Water To Adequately Take Care Of Both Curing And Other Requirements, Shall Be A Cause For Immediate Suspension Of Concreting Operations. The Concrete Shall Not Be Left Exposed For More Than ½ Hour Between Stages Of Curing Or During The Curing Period. In All Congested Places, Concrete Works Should Be Designed So That The Designed Strength Is Attained. 1. Cotton Of Burlap Mats The Surface Of The Pavement Shall Be Entirely Covered With Mats. The Mats Used Shall Be Of Such Length (or Width) That As Laid They Will Extend At Least Twice The Thickness Of The Pavement Beyond The Edges Of The Slab. The Mat Shall Be Placed So That The Entire Surface And The Edges Of The Slab Are Completely Covered. Prior To Being Placed, The Mats Shall Be Saturated Thoroughly With Water. The Mat Shall Be So Placed And Weighted Down So As To Cause Them To Remain In Intimate Contact With The Covered Surface. The Mat Shall Be Maintained Fully Wetted And In Position For 72 Hours After The Concrete Has Been Placed Unless Otherwise Specified. 2. Waterproof Paper The Top Surface And Sides Of The Pavement Shall Be Entirely Covered With Waterproof Paper, The Units Shall Be Lapped At Least 45 Cm. The Paper Shall Be So Placed And Weighted Down So As To Cause It To Remain In Intimate Contact With The Surface Covered. The Paper Shall Have Such Dimension But Each Unit As Laid Will Extend Beyond The Edges Of The Slab At Least Twice The Thickness Of The Pavement, Or At Pavement Width And 60 Cm Strips Of Paper For The Edges. If Laid Longitudinally, Paper Not Manufactured In Sizes Which Will Provide This Width Shall Be Securely Sewed Or Cemented Together, The Joints Being Securely Sealed In Such A Manner That They Do Not Open Up Or Separate During The Curing Period. Unless Otherwise Specified, The Covering Shall Be Maintained In Place For 72 Hours After The Concrete Has Been Placed. The Surface Of The Pavement Shall Be Thoroughly Wetted Prior To The Placing Of The Paper. 3. Straw Curing When This Type Of Curing Is Used, The Pavement Shall Be Cured Initially With Burlap Or Cotton Mats, Until After Final Set Of The Concrete Or, In Any Case, For 12 Hours After Placing The Concrete. As Soon As The Mats Are Removed, The Surface And Sides Of The Pavement Shall Be Thoroughly Wetted And Covered With At Least 20 Cm Of Straw Or Hay, Thickness Of Which Is To Be Measured After Wetting. If The Straw Or Hay Covering Becomes Displaced During The Curing Period, It Shall Be Replaced To The Original Depth And Saturated. It Shall Be Kept Thoroughly Saturated With Water For 72 Hours And Thoroughly Wetted Down During The Morning Of The Fourth Day, And The Cover Shall Remain In Place Until The Concrete Has Attained The Required Strength. 4. Impervious Membrane Method The Entire Surface Of The Pavement Shall Be Sprayed Uniformly With White Pigmented Curing Compound Immediately After The Finishing Of The Surface And Before The Set Of The Concrete Has Taken Place, Or If The Pavement Is Cured Initially With Jute Or Cotton Mats, It May Be Applied Upon Removal Of The Mass. The Curing Compound Shall Not Be Applied During Rain. Curing Compound Shall Be Applied Under Pressure At The Rate 4 L To Not More Than 14 M2 By Mechanical Sprayers. The Spraying Equipment Shall Be Equipped With A Wind Guard. At The Time Of Use, The Compound Shall Be In A Thoroughly Mixed Condition With The Pigment Uniformly Dispersed Throughout The Vehicle. During Application, The Compound Shall Be Stirred Continuously By Effective Mechanical Means. Hand Spraying Of Odd Widths Or Shapes And Concrete Surface Exposed By The Removal Of Forms Will Be Permitted. Curing Compound Shall Not Be Applied To The Inside Faces Of Joints To Be Sealed, But Approved Means Shall Be Used To Insure Proper Curing At Least 72 Hours And To Prevent The Intrusion Of Foreign Material Into The Joint Before Sealing Has Been Completed. The Curing Compound Shall Be Of Such Character That The Film Will Harden Within 30 Minutes After Application. Should The Film Be Damaged From Any Cause Within The 72 Hour Curing Period, The Damaged Portions Shall Be Repaired Immediately With Additional Compound. 5. White Polyethylene Sheet The Top Surface And Sides Of The Pavement Shall Be Entirely Covered With Polyethylene Sheeting. The Units Used Shall Be Lapped At Least 45 Cm. The Sheeting Shall Be So Placed And Weighted Down So As To Cause It To Remain Intimate Contact With The Surface Covered. The Sheeting As Prepared For Use Shall Have Such Dimension That Each Unit As Laid Will Extend Beyond The Edges Of The Slab At Least Twice The Thickness Of The Pavement. Unless Otherwise Specified, The Covering Shall Be Maintained In Place For 72 Hours After The Concrete Has Been Placed. 311.3.16 Removal Of Forms After Forms For Concrete Shall Remain In Place Undisturbed For Not Less Than Twenty Four (24) Hours After Concrete Pouring. In The Removal Of Forms, Crowbars Should Be Used In Pulling Out Nails And Pins. Care Should Be Taken So As Not To Break The Edges Of The Pavement. In Case Portions Of The Concrete Are Spalled, They Shall Be Immediately Repaired With Fresh Mortar Mixed In The Proportion Of One Part Of Portland Cement And Two Parts Fine Aggregates. Major Honeycomb Areas Will Be Considered As Defective Work And Shall Be Removed And Replaced At The Expense Of The Contractor. Any Area Or Section So Removed Shall Not Be Less Than The Distance Between Weakened Plane Joint Nor Less Than The Full Width Of The Lane Involved. 311.3.17 Sealing Joints Joints Shall Be Sealed With Asphalt Sealant Soon After Completion Of The Curing Period And Before The Pavement Is Opened To Traffic, Including The Contractor’s Equipment. Just Prior To Sealing, Each Joint Shall Be Thoroughly Cleaned Of All Foreign Materials Including Membrane Curing Compound And The Joint Faces Shall Be Clean And Surface Dry When The Seal Is Applied. The Sealing Material Shall Be Applied To Each Joint Opening To Conform To The Details Shown On The Plans Or As Directed By The Lgu Project Engineer. Material For Seal Applied Hot Shall Be Stirred During Heating So That Localized Overheating Does Not Occur. The Pouring Shall Be Done In Such A Manner That The Material Will Not Be Spilled On The Exposed Surfaces Of The Concrete. The Use Of Sand Or Similar Material As A Cover For The Seal Will Not Be Permitted. Preformed Elastomeric Gaskets For Sealing Joints Shall Be Of The Cross-sectional Dimensions Shown On The Plans. Seals Shall Be Installed By Suitable Tools, Without Elongation And Secured In Placed With An Approved Lubricant Adhesive Which Shall Cover Both Sides Of The Concrete Joints. The Seals Shall Be Installed In A Compressive Condition And Shall At Time Of Placement Be Below The Level Of The Pavement Surface By Approximately 6 Mm. The Seals Shall Be In One Piece For The Full Width Of Each Transverse Joint. 311.3.18 Protection Of Pavement The Contractor Shall Protect The Pavement And Its Appurtenances Against Both Public Traffic And Traffic Caused By His Own Employees And Agents. This Shall Include Watchmen To Direct Traffic And The Erection Of And Maintenance Of Warning Signs, Lights, Pavement Bridges Or Cross-overs, Etc. The Plans Or Special Provisions Will Indicate The Location And Type Of Device Or Facility Required To Protect The Work And Provide Adequately For Traffic. All Boreholes After Thickness And/or Strength Determinations Of Newly Constructed Asphalt And Concrete Pavements Shall Be Immediately Filled/restored With The Prescribed Concrete/asphalt Mix After Completion Of The Drilling Works. Any Damage To The Pavement, Occurring Prior To Final Acceptance, Shall Be Repaired Or The Pavement Be Replaced. 311.3.19 Concrete Pavement – Slip Form Method If The Contract Calls For The Construction Of Pavement Without The Use Of Fixed Forms, The Following Provisions Shall Apply: 1. Grade After The Grade Or Base Has Been Placed And Compacted To The Required Density, The Areas Which Will Support The Paving Machine Shall Be Cut To The Proper Elevation By Means Of A Properly Designed Machine. The Grade On Which The Pavement Is To Be Constructed Shall Then Be Brought To The Proper Profile By Means Of Properly Designed Machine. If The Density Of The Base Is Disturbed By The Grading Operation, It Shall Be Corrected By Additional Compaction Before Concrete Is Placed. The Grade Should Be Constructed Sufficiently In Advance Of The Placing Of The Concrete. If Any Traffic Is Allowed To Use The Prepared Grade, The Grade Shall Be Checked And Corrected Immediately Before The Placing Of Concrete. 2. Placing Concrete The Concrete Shall Be Placed With An Approved Slip-form Paver Designed To Spread, Consolidate, Screed And Float-finish The Freshly Placed Concrete In One Complete Pass Of The Machine In Such A Manner That A Minimum Of Hand Finish Will Be Necessary To Provide A Dense And Homogenous Pavement In Conformance With The Plans And Specifications. The Machine Shall Vibrate The Concrete For The Full Width And Depth Of The Strip Of Pavement Being Placed. Such Vibration Shall Be Accompanied With Vibrating Tubes Or Arms Working In The Concrete Or With A Vibrating Screed Or Pan Operating On The Surface Of The Concrete. The Sliding Forms Shall Be Rigidly Held Together Laterally To Prevent Spreading Of The Forms. The Forms Shall Trail Behind The Paver For Such A Distance That No Appreciable Slumping Of The Concrete Will Occur, And That Necessary Final Finishing Can Be Accomplished While The Concrete Is Still Within The Forms. Any Edge Slump Of The Pavement, Exclusive Of Edge Rounding, In Excess Of 6 Mm Shall Be Corrected Before The Concrete Has Hardened. The Concrete Shall Be Held At A Uniform Consistency, Having A Slump Of Not More Than 40 Mm (1-12/ Inches). The Slip Form Paver Shall Be Operated With As Nearly As Possible A Continuous Forward Movement And That All Operations Of Mixing, Delivering And Spreading Concrete Shall Be Coordinated So As To Provide Uniform Progress With Stopping And Starting Of The Paver Held To A Minimum. If, For Any Reason, It Is Necessary To Stop The Forward Movement Of The Paver The Vibratory And Tamping Elements Shall Also Be Stopped Immediately. No Tractive Force Shall Be Applied To The Machine, Except That Which Is Controlled From The Machine. 3. Finishing The Surface Smoothness And Texture Shall Meet The Requirements Of Subsections 311.3.13 And 311.3.14. 4. Curing Unless Otherwise Specified, Curing Shall Be Done In Accordance With One Of The Methods Included In Subsection 311.3.15. The Curing Media Shall Be Applied At The Appropriate Time And Shall Be Applied Uniformly And Completely To All Surfaces And Edges Of The Pavement. 5. Joints All Joints Shall Be Constructed In Accordance With Subsection 311.3.12. 6. Protection Against Rain In Order That The Concrete May Be Properly Protected Against Rain Before The Concrete Is Sufficiently Hardened, The Contractor Will Be Required To Have Available At All Times, Materials For The Protection Of The Edges And Surface Of The Unhardened Concrete. Such Protective Materials Shall Consist Of Standard Metal Forms Or Wood Planks Having A Nominal Thickness Of Not Less Than 50 Mm (2 Inches) And A Nominal Width Of Not Less Than The Thickness Of The Pavement At Its Edge For The Protection Of The Pavement Edges, And Covering Material Such As Burlap Or Cotton Mats, Curing Paper Or Plastic Sheeting Materials For The Protection Of The Surface Of The Pavement. When Rain Appears Imminent, All Paving Operations Shall Stop And All Available Personnel Shall Begin Placing Forms Against The Sides Of The Pavement And Covering The Surface Of The Unhardened Concrete With The Protective Covering. 311.3.22 Acceptance Of Concrete The Strength Level Of The Concrete Will Be Considered Satisfactory If The Averages Of All Sets Of Three (3) Consecutive Strength Test Results Equal Or Exceed The Specified Strength, Fc’ And No Individual Strength Test Result Is Deficient By More Than 15% Of The Specified Strength, Fc’. Concrete Deemed To Be Not Acceptable Using The Above Criteria May Be Rejected Unless The Contractor Can Provide Evidence, By Means Of Core Tests, That The Quality Of Concrete Represented By Failed Test Results Is Acceptable In Place. At Least Three (3) Representative Cores Shall Be Taken From Each Member Or Area Of Concrete In Place That Is Considered Deficient. The Location Of Cores Shall Be Determined By The Engineer So That There Will Be At Least Impairment Of Strength Of The Structure. The Obtaining And Testing Of Drilled Cores Shall Be In Accordance With Aashto T 24. Concrete In The Area Represented By The Cores Will Be Considered Adequate If The Average Strength Of The Cores Is Equal To At Least 85% Of, And If No Single Core Is Less Than 75% Of, The Specified Strength, Fc’. If The Strength Of Control Specimens Does Not Meet The Requirements Of This Subsection, And It Is Not Feasible Or Not Advisable To Obtain Cores From The Structure Due To Structural Considerations, Payment Of The Concrete Will Be Made At An Adjusted Price Due To Strength Deficiency Of Concrete Specimens As Specified Hereunder: Deficiency In Strength Of Concrete Specimens, Percent (%) Percent (%) Of Contract Price Allowed Less Than 5 100 5 To Less Than 10 80 10 To Less Than 15 70 15 To Less Than 20 60 20 To Less Than 25 50 25 Or More 0 311.3.23 Opening To Traffic The Engineer Will Decide When The Pavement May Be Opened To Traffic. The Road Will Not Be Opened To Traffic Until Test Specimens Molded And Cured In Accordance With Aashto T 23 Have Attained The Minimum Strength Requirements In Subsection 311.2.11. If Such Tests Are Not Conducted Prior To The Specified Age The Pavement Shall Not Be Operated To Traffic Until 14 Days After The Concrete Was Placed. Before Opening To Traffic, The Pavement Shall Be Cleaned And Joint Sealing Completed. 311.3.24 Tolerance And Pavement Thickness 1. General The Thickness Of The Pavement Will Be Determined By Measurement Of Cores From The Completed Pavement In Accordance With Aashto T 148. The Completed Pavement Shall Be Accepted On A Lot Basis. A Lot Shall Be Considered As 1000 Linear Meters Of Pavement When A Single Traffic Lane Is Poured Or 500 Linear Meters When Two Lanes Are Poured Concurrently. The Last Unit In Each Slab Constitutes A Lot In Itself When Its Length Is At Least ½ Of The Normal Lot Length. If The Length Of The Last Unit Is Shorter Than ½ Of The Normal Lot Length, It Shall Be Included In The Previous Lot. Other Areas Such As Intersections, Entrances, Crossovers, Ramp, Etc., Will Be Grouped Together To Form A Lot. Small Irregular Areas May Be Included With Other Unit Areas To Form A Lot. Each Lot Will Be Divided Into Five (5) Equal Segments And One Core Will Be Obtained From Each Segment In Accordance With Aashto T 24. 2. Pavement Thickness It Is The Intent Of This Specification That The Pavement Has A Uniform Thickness As Called For On The Plans For The Average Of Each Lot As Defined. After The Pavement Has Met All Surface Smoothness Requirements, Cores For Thickness Measurements Will Be Taken. In Calculating The Average Thickness Of The Pavement, Individual Measurements Which Are In Excess Of The Specified Thickness By More Than 5 Mm Will Be Considered As The Specified Thickness Plus 5 Mm And Measurement Which Are Less Than The Specified Thickness By More Than 25 Mm Shall Not Be Included In The Average. When The Average Thickness For The Lot Is Deficient, The Contract Unit Price Will Be Adjusted For Thickness In Accordance With Paragraph (3 Below). Individual Areas Within A Segment Found Deficient In Thickness By More Than 25 Mm Shall Be Evaluated By The Lgu Project Engineer, And If In His Judgment, The Deficient Areas Warrant Removal, They Shall Be Removed And Replaced By The Contractor With Pavement Of The Specified Thickness At His Entire Expense. However, If The Evaluation Of The Lgu Project Engineer Is That The Deficient Area Should Not Be Removed And Replaced, Such Area Will Not Be Paid. When The Measurement Of Any Core Is Less Than The Specified Thickness By More Than 25 Mm, The Actual Thickness Of The Pavement In This Area Will Be Determined By Taking Additional Cores At No Less Than 5 M Intervals Parallel To The Center Line In Each Direction From The Affected Location Until A Core Is Found In Each Direction, Which Is Not Deficient In Thickness By More Than 25 Mm. The Area Of Slab For Which No Payment Will Be Made Shall Be The Product Of The Paving Width Multiplied By The Distance Along The Center Line Of The Road Between Transverse Sections Found Not Deficient In Thickness By More Than 25 Mm. The Thickness Of The Remainder Of The Segment To Be Used To Get The Average Thickness Of Each Lot Shall Be Determined By Taking The Average Thickness Of Additional Cores Which Are Not Deficient By More Than 25 Mm. 3. Adjustment For Thickness When The Average Thickness Of The Pavement Per Lot Is Deficient, Payment For The Lot Shall Be Adjusted As Follows: Deficiency In The Average Thickness Per Lot (mm) Percent (%) Of Contract Price Per Lot 0 – 5 100% Payment 6 – 10 95% Payment 11 – 15 85% Payment 16 – 20 70% Payment 21 – 25 50% Payment More Than 25 Remove And Replace/ No Payment No Acceptance And Final Payment Shall Be Made On Completed Pavement Unless Core Test For Thickness Determination Is Conducted 311.4 Environmental Measures In Loading Cement To The Truck And Unloading It To The Temporary Bodega, And From The Bodega To Batching Plant And During Concrete Work Operation Workers Doing This Job Shall Be Provided With Gears So As To Avoid Inhaling Cement Dust Particles That Could Affect Their Health. Workers In Construction Site Shall Be Provided With Working Gloves, Mask Boots And Clothing To Prevent Workers From Being Contaminated With Concrete Mix. The Contractor Shall See To It That The Noise Level Of The Exhaust Mufflers Of The Equipment Shall Be At The Minimum. Otherwise, The Contractor Must Replace All The Exhaust Mufflers Of The Equipment With A New One And Or Provide Muffler Silencers. All Roads Leading The Construction Site And Batching Plant Shall Be Moist During The Entire Works Operation To Prevent The Blowing Up Of Dust Particles. During Work Operation, Precautionary Signboards Shall Be Provided By The Contractor To Prevent Accidents And Damage To The Freshly Laid Concrete.
Closing Date12 Feb 2025
Tender AmountPHP 500 K (USD 8.6 K)

North Eastern Railway - NER Tender

Works
Ireps
India
Tender Id: MASKANWA-05-2025-LUCKNOW NER DIVISION-COMMERCIAL/NORTH EASTERN RLY | Authorization Of Stba At,,nsg-5 Category Station Maskanwa
Closing Date25 Feb 2025
Tender AmountRefer Documents 

DEPARTMENT OF EDUCATION GENERAL SANTOS CITY Tender

Healthcare and Medicine
Philippines
Details: Description Invitation To Bid Project No: 005 – 2025 1. The Department Of Education Through The Fy 2024 Gaa Intends To Apply The Sum Of Seven Million Three Hundred Thirty-eight Thousand Five Hundred Seven And 00/100 (7,338,507.00) Being The Approved Budget For The Contract (abc) Described Below For The Procurement Of Assistive Devices, Equipment, Supplies And Materials For Inclusive Learning Resource Centers. Bids Received In Excess Of Abc Shall Be Automatically Rejected At The Bid Opening. Unit Description Qty Cost Abc (vat Inclusive) 1 Lot Procurement Of Assistive Devices, Equipment, Supplies And Materials For Inclusive Learning Resource Centers 1 1 Unit Learners'/clients' Chart Materials A4 Size 8-1/4 X 11-3/4 Inches Or 210 X 297 Mm Or 29.7 X 21 Cm Laminated Full Color High Quality Print Photopaper 10 70.00 700.00 2 Set Anatomical Model-human Torso Model Size: 1/2 Life Size Material: Pvc, Includes: Stand 1 62,918.00 62,918.00 3 Unit Blood Pressure-blood Pressure Monitor Type: Upper-arm Monitor Type: Digital Cuff Size: 32cm Dimension (w X H X D): 145 X 466 X 145mm Weight: 250g Power Supply: Battery Type: Li-polymer Smart App Availability: Yes, Automatic Shut Off: Wi-fi: No 5 6,560.00 32,800.00 4 Unit Stethoscope: Dual Tube Stethoscope Weight: 185g, Length: 80cm Product Material: Polymer Diaphragm, Listener Material: High-density Stainless Steel Product Composition: Eartip, Ear Hooks, Leaf Spring, Hose Heads, Diaphragms 2 1,380.00 2,760.00 5 Piece Tape Measure-material: Pvc It Has Centimeter Scale On Reverse Side Which Is Up To 300cm Large, Easy To Read Marking Measures Up To 120 Inches 10 300.00 3,000.00 6 Piece Hand Dynamometer - Hand Dynamometer Type: Electronic Counting Gripper Function: Comprehensive Fitness Exercise Material: Abs Size: 15cm/5.90""x10.5cm/4.13""x2cm/0.79"" 10 1,900.00 19,000.00 7 Packs Ice Massage Caps- Size: 2 Count (pack Of 1) Measuring 2.9” In Diameter, The Ice Cup Massager Holder Also Fits Comfortably In The Hand. Material: Polyethylene 10 700.00 7,000.00 8 Unit Balance Board- Balance Board Type: Rocker Board Dimensions: 32.28 X 11.81 X 0.59 Inches Weight Capacity: 100 Kg Material: Beech Wood Anti-skid Feature: Not Specified 5 3,700.00 18,500.00 9 Unit Treatment Table- Top Shelf With Guard Rail And Formica Material. Down Shelf, Material Plain Sheet. Mounted On 4 Swivel Caster Rubber Wheels 2″ With 2 Pieces Lock. Size: Lxwxh (28″x20″x34.5″) Painted White 1 17,400.00 17,400.00 10 Unit Exercise Steps-aerobic Step Board 69 X 28 X 15cm. Dimension: 69 X 28 X 15cm Length: 27" Width: 10.5" Adjustable Height Up To 10cm To 15cm. Offers A Secure, Nonslip Surface For Your Workout Routine, Nonskid, Feet Provide Stability & Protect Floors. 5 1,934.00 9,670.00 11 Pair Pediatric Examination Gowns- Assorted For Kids And Adult Pediatric Examination Gowns Opening: Full Open Back. Style: Child Size Color: Jellybean Print. Made With High Quality, 100% Cotton Comfortable, Durable, Washable, And Reusable Hook And Loop Closures At Neck And Mid-back. 10 700.00 7,000.00 12 Piece Towels- Material: High Quality 100% Cotton Terry. 500gm2. Size: 90 X 180cm. 20 300.00 6,000.00 13 Piece Bed Sheets- Material: Cotton + Polyester, Packaging Content: 2 Pcs Pillowcase, 1 Pc Fitted Sheet, Single Size:36"*75"+7.8", Pillowcase Size: 18'*28", Garterized Corners 20 2,000.00 40,000.00 14 Piece Pillows- Pillows, Plain White, Soft Pillow, Size:18x28 Inches 10 900.00 9,000.00 15 Piece Pillowcase- Length: 50 Cm (20 ") Pillowcase Quantity: 1 Piece Width: 80 Cm (31 ") 100 % Polyester 20 180.00 3,600.00 16 Piece Blankets- Length: 160 Cm White Sheet Soft Texture, High Quality Fabric Size: 52 X 90 Inch 20 450.00 9,000.00 17 Unit Step Stools - Step Stools Double Steel Caravan Step. Rubber Non- Slip Steps. Leg Distance Front To Back 65 Cm. Width 42 Cm. Top Step Height 38 Cm. Bottom Step 20 Cm. 5 3,600.00 18,000.00 18 Unit Therapist Stools On Wheels-adjustable Height Of 19 - 24". It Comes With A 3" Hi-density Cushion With Multi-layered Padding, And A 14" Seat Diameter. Built With 5 Casters Made Of Plastic Easy To Clean. Color: Black 5 4,950.00 24,750.00 19 Piece Kinesiology Tape-ultra-strong And Sticky-hypoallergenic Adhesive Water Resistant. 97% Cotton, 3% Nylon. 180% Stretch For Full Range Of Motion Latex And Zinc Free Sticks 2-7 Days 5-10 Applications Per Roll Each Is 2""x 16.4"" (5cmx5cm) 20 2,100.00 42,000.00 20 Set Splinting Materials - Rescue Padded Board Splint. 6 Paddes Wood Splint (different Sizes) Sizes: 35"", 25"" And 15". Velcro Straps Color: Blue. 20 4,200.00 84,000.00 21 Unit Paraffin Bath- Large Opening Design: Inner Pot Allows For Hands, Feet, And Elbows To Be Dipped Into The Melted Wax. Alloy Heating Pot Melts Paraffin Wax Blocks In 0.5 Hours. Adjustable Heating Ranges From 86-158°f. Timer: Settable From 1 To 99 Minutes. (free Installation) 2 32,340.00 64,680.00 22 Set Dumbbells Sets- Weight: 37kg Type: Medical Rehabilitation Equipment Total 18 Dumbbells 1 Lb / Piece, 2 Pieces 2 Lbs / Piece, 4 Pieces 3 Lbs / Piece, 4 Pieces 4 Lbs / Piece, 4 Pieces 5 Lbs / Piece, 4 Pieces 3 25,000.00 75,000.00 23 Set Goniometers- Protractor Goniometer With 360 Degrees Coverage To Measure Joint And Compare The Changes In Joint Angles Material: Clear Plastic 3 Goniometer: 12-inch, 8 Inch And 6 Inch 3 600.00 1,800.00 24 Set Reflex Hammer-features: Pointed Babinski-style Tip Zinc Alloy Comfortable Handle Grip Control, Hammer For High Elastic Pvc Rubber Material: Zinc Alloy + Pvc; Color: Black Package Size: 27*11*3.5cm/10.6*4.3*1.3-inch Package Weight: 140g/4.9oz. 1 8,100.00 8,100.00 25 Piece Thermometer - Body Temperature Measurement: 34.0-42.9°c / 93.2-109.2°f. Material: Abs Plastic. Accuracy: (+/-)0.2°c. Auto-shutdown Time: About 18s Power Supply: 2 * 1.5v Aaa Batteries (not Included). 1 Year Warranty 5 1,600.00 8,000.00 26 Unit Multiple Mode Electrical Stimulator-1 Second Measuring Time. 3 Color Backlight Fever Reminders Auto Shut Off At 18 Seconds Store 50 Sets Of Data. Body Temperature Measurement: 34.0-42.9°c / 93.2-109.2°f. 3 9,884.00 29,652.00 27 Piece Foam Rolls- Material: Expanded Polypropylene Foam Item Weight: 0.42 Pounds Size: 18 Inches 3 4,000.00 12,000.00 28 Piece Mobilization Belts And Devices- Size 8 Feet Specific Uses For Product. Use For Legs, Hips, Arms, Back, Whole Body - High-quality Nylon Mobilization Belt Features A Plastic Side-release Buckle And Is Designed For Durability And Patient Safety. 5 2,850.00 14,250.00 29 Piece Gait Belt-1x Transfer Gait Belt Measurement Length: 60 Inches Width: 2 Inches 5 1,458.00 7,290.00 30 Set Theraband -4 Resistance Levels, Including Yellow, Red, Green, And Blue Supplied In Lay Flat Length Of 8", 12" And 18" Latex Rubber Weight Level: Yellow: 3 Lbs-4.3 Lbs Red: 3.7 Lbs-5.5 Lbs Green: 4.6 Lbs-6.7 Lbs Blue: 5.8 Lbs-8.6 Lbs 5 10,100.00 50,500.00 31 Piece Wedge Bolsters- A Firm And Breathable Bed Wedge Pillow Stays Cool, And Its Measurements Are 25″l X 25″w X 12″h Inches. / Breathable & Washable Cover / Designed To Provide Higher Body Support. 5 6,998.00 34,990.00 32 Piece Round Bolsters-weight:0-0.5 Kg Shape:column Feature:memory Filling:microfiber Material:100% Fiber Size:8" X 36" Color:white - Ideal For Hugging, Cylindrical Pillow, Great For Side Sleepers. 5 4,800.00 24,000.00 33 Piece Core Peak Bolsters- An All-purpose Positioning Aid • Provides Support Under The Legs, Arms, Feet, And Other Areas Of The Body. Fits Standard Treatment Tables • 18" In Length With At Least 6" In Diameter. 5 9,006.00 45,030.00 34 Piece Round Bolsters-weight:0-0.5 Kg Shape:column Feature:memory Filling:microfiber Material:100% Fiber Size:8" X 36" Color:white - Ideal For Hugging, Cylindrical Pillow, Great For Side Sleepers. 5 1,500.00 7,500.00 35 Piece Core Peak Bolsters- An All-purpose Positioning Aid • Provides Support Under The Legs, Arms, Feet, And Other Areas Of The Body. Fits Standard Treatment Tables • 18" In Length With At Least 6" In Diameter. 4 1,100.00 4,400.00 36 Piece Walking Cane-adjustable Aluminum Cane With Wooden Handle, Anodized Finish And Rubber Tip. The Tube Has A Spring Lock Pin For Adjusting Handle Height From 58-94 Cm. 5 1,320.00 6,600.00 37 Piece Quad Cane -stable Structure, Thickened Stainless Steel Material. Abs Non-slip Handle, Ergonomic Design, Comfortable Grip. Spring Button For Easy Height Adjustment. Firm Lock Hoops To Stabilize The Body. 4 2,740.00 10,960.00 38 Piece Wheelchair - Front Wheel Size: 6 Inches Expanded Size: 82 * 58 * 87cmseat Depth: 38cmrear Wheel Size: 16 Inches Back Height: 42cmfolded Size: 70 * 25 * 72cmhandrail Spacing: 55cmseat Width: 45cmnet Weight: 11kgnet Weight Of All Aluminum Alloy Frame: 11kg 10 5,600.00 56,000.00 39 Piece Pediatric Walker- Height-adjustable Frame Sizes. 360-degree Swivel Front Casters For Versatile And Flexible Mobility. Foot-operating Locking Mechanism On Front Casters. Rubber Tire Design 5 13,200.00 66,000.00 40 Set Communication Boards. Measures 9"x7.5". Binder Comes With 5 Different Colorful 10 Mil Poly Dividers, 3 Hard Strips (hook) Attached On Each Side To Hold 30 Cards. Each Card Measures 1.5 X 1.5. Inch Mounted With 1/2-inch Soft Dot (loop), And Round Corner Cut. 10 6,172.00 61,720.00 41 Set Dry Erase Sleeves. Reusable Dry Erase Pockets. Colors: Blue, Pink, Yellow, Red, Green, Purple. Size: 25.5*35.5cm(1pcs). Quantity: 12pcs Package Including: 6 X Dry Erase Pockets 6 Pens 10 796.00 7,960.00 42 Set Wind Up Toys. Category: Clockwork Engineering Road Roller Material: Plastic Size: 9.9*6.5*5.3(cm) Color: Three-color Random Hair Ages: 3+ 10 440.00 4,400.00 43 Set Wordless Picture Books. A Wordless Book About Dealing With Big Emotions Like Fear, Grief, Loss, Sadness, And Anger Hardcover | 36 Pages Product Dimension: Approx. W1cm X L22.2cm X H22.2cm Product Weight: Approx. .28kg 10 1,998.00 19,980.00 44 Piece File Folders. (black Or White) Model: Minimum Of 100 Pages Capacity Size: 310*235mm Suitable For School And Office Supply 10 280.00 2,800.00 45 Set Articulation Cards. Genre: Children's Learning & Education Sub-genre: Society & Culture Label: Scholastic Teaching Resources Language: English Publisher: Scholastic Teaching Resources 10 3,913.00 39,130.00 46 Set Basic Vocabulary Board. Each Unit Comes With: Flashcards Smash Mat Trace And Color Cut And Glue Flipbook Black And White Versions Of All Activities 10 10,150.00 101,500.00 47 Set Phonics Phones. Specifications - Each Pack Includes Two Durable Whisper Phones, One In Vibrant Blue And One In Eye-catching Red. 10 536.00 5,360.00 48 Piece Taekwondo Mats. Thickened 1 Meter X 1 Meter X 2 Cm Interlocking Mats. Color Blue. 30 1,750.00 52,500.00 49 Set Vestibular Balls- (3 Pieces) Material: Synthetic Material Size: 55.0 / 65.0 / 75.0 Cm. Weight: 1100.0 / 1400.0 / 1700.0 G. Color: Violet / Blue / Black 3 6,200.00 18,600.00 50 Unit Monkey Bar With Platform For Swing- Materials: 7/8-inch Plywood 3.5’x2, Washable Mat, 1/2-inch Braided Ropes, Stainless Steel Carabiners Dimensions: 47 X 27.5 Inches; Maximum Rope Length - 7 Feet, Weight Limit: 100 Kilos (free Installation) 1 42,000.00 42,000.00 51 Set Trampoline With Handrails 40-inch Jumping Surface Area, Handrail Adjusts From 28.5"" To 36.5""h 16lbs. Holds Up To 300 Lbs 2 11,580.00 23,160.00 52 Unit Tumble Barrels-inside Diameter: 18"-24”, Outside Diameter: 24", Weight: 250lbs. (free Installation) 1 40,695.00 40,695.00 53 Set Wall Bars- 6-hole Design Pull Up Bar. The Maximum Weight Is 200kg. Solid Steel Bar With Black Powder Coating To Prevent Rust And Corrosion And Prolong Service Life, With Soft Cushions. 2 2,598.00 5,196.00 54 Set Adl Board - 6 Colors, 6 Different Dressing Skills Training. A Quiet Skill Book Made Of Cardboard And Non- Woven Fabric. Suitable For Children 2-7 Years Old. Package Dimensions: 11.73 X 9.76 X 2.28 Inches Item Weight: 1.28 Pounds" 10 494.00 4,940.00 55 Unit Pediatric Walker - 360-degree Swivel Front Casters For Versatile And Flexible Mobility. Total Height: 75-90cm Side Wheel Width: 70cm. Front And Rear Track Width: 75cm. Left And Right Wheel Track: 40cm Suitable Height: 85-120cm. Weight: About 12kg 4 17,998.00 71,992.00 56 Set Assessment Tool Set Of Assessment Tools For Behavioral, Psychological, Intellectual, Motor, Socio- Emotional (1 Copies Per Set) Like: Ravens Progressive Matrices Tests, Goodenough-draw A Person Test 2 48,000.00 96,000.00 57 Set Assessment Tool Set Of Assessment Tools For Behavioral, Psychological, Intellectual, Motor, Socio- Emotional (1 Copies Per Set) Like: Wechsler Intelligence Scales For Children (wisc-v) 2 48,000.00 96,000.00 58 Pcs Reading Stand - High-grade Steel (iron). Color: Black. Dimensions: 26 Cm X 21 Cm X 16 Cm (folded) Adjustability: Multiple Notches For Adjustable Height And Angle. 1 Rotary Page Clip To Hold Pages Securely. 10 1,050.00 10,500.00 59 Unit Braille Translator- Supports Translation Of Print (word, Html, Daisy And Others) To Braille For Over 130 Languages. Drives All Major Braille Embossers. (with 6 Months Warranty) 1 136,800.00 136,800.00 60 Unit Laptop 15.5" – 17" Monitor, Processor: Between 2.0- 2.8ghz 512gb Ssd, 8gb Ram (3 Mos. Warranty) 36 39,000.00 1,404,000.00 61 Cord Hdmi Cord 5 Meters 5 600.00 3,000.00 62 Cord Hdmi Cord 10 Meters 5 900.00 4,500.00 63 Set Connector Cord. Cord With Male Plug To Connect From Cellphone/ Laptop To Sound Systems Microphone Port. 5 500.00 2,500.00 64 Unit Augmentative Communication Systems. Package Dimensions 9.13 X 3.03 X 1.1 Inches Batteries 2 Aaa Batteries Required. (included) Preprogrammed Commands Wide Variety- Travel Bag- Aac Device 10 3,702.00 37,020.00 65 Unit Call Lights. Receiver Working Voltage: 110-260v Transmitter Battery: 12v 23a Alkaline Battery Working Distance: 1000 Feet In Open Area. [packing List]. 3 Receivers 2 Transmitters. 2 X Double-sided Tape. 1 X User Manual. 2 X 12v 23a Batteries. 10 1,536.00 15,360.00 66 Unit External Hard Drive. 1tb External Hard Drive Usb 3.0 5 3,500.00 17,500.00 67 Unit Audio Voice Recorder. Built-in 375mah Battery, Specification: Recording Time: 512kbps, 32gb: About 144 Hours. Storage Media: Tf Card, 32gb, Battery Capacity: 375mah, Package Size: 15.2x7.8x3.7cm/5.9x3x1.4in, Package Weight: 135g – 140g/4.7oz 10 2,674.00 26,740.00 68 Unit Portable Reading Camera -macro Focus Range 10 Cm Shooting Modes Easy, Macro, Automatic Exposure Control Type Automatic Color; White Video Capture Resolution; 1080p, 2448p 5 10,260.00 51,300.00 69 Unit Laser Printer. Computer Printers Using Powder - Based For Swell Paper. 2 20,000.00 40,000.00 70 Unit 3 In Printer - Print, Scan, Copy, Fax With Adf, Flatbed Color Image Scanner, A4, Ltr, 8.5 X 13’, Folio 9 19,080.00 171,720.00 71 Unit Projector -5,000 Ansi Lumens (standard). Wxga 1,280 X 800) Dlp Type Projector. With Built-in Speaker X 16,000 Hours (standard), 10,000 Hours (eco), 15,000 Hours (extreme Eco) Lamp Life Wireless Projection Hdmi Cable, Bag 2 Years Warranty" 1 25,000.00 25,000.00 72 Unit Projection Screen. Specs: 120 Inch Projector Screen With Tripod Stand Home Outdoor Screens Cinema Portable 1 6,490.00 6,490.00 73 Pcs Calculator. Basic Calculator Big Calculator. Office Supplies. Dimension: 160.4x164.5x44.2mm. Color White. Dual Power Supply. Aaa Battery With Solar Panel. Inner Concave Buttons. 5 500.00 2,500.00 74 Unit Touch Screen Tv – Not Less Than 55" Android Tv (free Installation) 1-year Service Warranty 1 61,000.00 61,000.00 75 Pcs Cork Bulletin Board (20x30cm Cork Board With Black Wooden Frame) 1 430.00 430.00 76 Pcs Convertible Drawing And Drafting Table (manual Lift Dimension W-7.75 X D 24x H22" To 31.5") 3 8,400.00 25,200.00 77 Pcs Table. Desk Painting Easel (wooden Easel Stand For Painting 1.75m Complimentary Screws Firm And Strong) 5 454.00 2,270.00 78 Pcs Gauze Bandage (sterile Gauze Bandage 3x10 Per Box) 2 300.00 600.00 79 Pcs Povidine-iodine 120ml (antiseptic Wound Solution) 5 250.00 1,250.00 80 Pcs Artist Taboret (35 ½" H X 17 ½" W X 14 ½" D+9/cm X 44cm X 37 Cm 1 26,784.00 26,784.00 81 Pcs Medicine Cabinet Large. Dimension: 29 X16.5x16 Cm 2 1,500.00 3,000.00 82 Pcs Sewing Machine (zigzagger) Power:90w, Rated Voltage:220v, Number Of Stiches:23, Automatic Winding. Presser Foot Pressure Adjustable (free Installation) 1 25,000.00 25,000.00 83 Pcs Sewing Machine (electric) (portable Sewing Machine With 23 Stitches (free Installation) 2 15,000.00 30,000.00 84 Pcs Tailors’ Scissors (10") Heavy Duty 5 1,500.00 7,500.00 85 Pcs Glue Gun (20w High Temperature) 5 111.00 555.00 86 Pcs Acrylic Color (set 12 Pc X 12 Ml) 5 368.00 1,840.00 87 Pcs Scissors, 5" Blunted Scissors, Plastic Handle. 5 112.00 560.00 88 Pcs Cutters. Snap Off Blade Knife Blade, Refill 9 Mm 5 13.00 65.00 89 Pcs Watercolors (50 Color Solid Watercolors Tin Box (202'82'33mm) 5 441.00 2,205.00 90 Pcs Art Paper (assorted Colors, Short Size) 5 270.00 1,350.00 91 Pcs Paint Brushes (12 Pcs Fine Detail Paint Brush) 5 246.00 1,230.00 92 Pcs Yarn (yarn Hand Knitting And Crochet Single Color (5 Colors) 5 30.00 150.00 93 Pcs Glue (1 Bottle 240g) 5 126.00 630.00 94 Pcs Colored Pencils (colored Pencils 12/set) 5 190.00 950.00 95 Pcs Colored Pens (fine Line Colored Marker 24 Colors In Pvc Bag) 5 90.00 450.00 96 Pcs Sewing Pins (sewing Pins 40 Pcs/set0 5 10.00 50.00 97 Pcs Sewing Needles(hand) (sewing Needles Big And Small) 5 18.00 90.00 98 Pcs Rotary Cutter (45mm) 5 169.00 845.00 99 Pcs Tape Measure (body Tape Measuring Ruler Tailoring) 5 16.00 80.00 100 Pcs Crochet Hooks (100 Pcs Crochet Hook) 5 286.00 1,430.00 101 Pcs Knitting Needles (2 Pcs/set (35cm) Knitting Sweater Stick Needle Bamboo Sweater Needle Knitting Scarf Tool) 5 144.00 720.00 102 Pcs Crochet Thread (thread Yarn 175 M) 5 46.00 230.00 103 Pcs Sewing Thread (polyester 1000 M) 5 42.00 210.00 104 Pcs Painting Easel. Studio/ (90/150 Cm Easel Wooden Standard Painting Display) 5 569.00 2,845.00 105 Pcs Manual Pencil Sharpener (one -hole Sharpener Tub) 5 68.00 340.00 106 Pcs Doll Mannequin. Whole Body With Stand Decor Body Dress Full Body Display 5 411.00 2,055.00 107 Pcs Transparent Edge T- Square (hand Tool Inch Metric Ruler 6") 5 535.00 2,675.00 108 Pcs Wood Carving Set. Carpentry Tools (professional 12/set Manual Wood Carving) 5 1,670.00 8,350.00 109 Pcs Staple Gun. (gun Tacker/ Staple Gun Length-18cm Width -12cm H-3cm, Color- Silver Head T50) 5 226.00 1,130.00 110 Pcs Slope Sink. (single Bowl Stainless Steel Kitchen Sink Box 15" Single Bowl Kitchen Sink Sus 304) 5 21,892.00 109,460.00 111 Pcs Roofing Square. Dual Marking Right Angle Picture Framing Carpenter Ruler (wadlow Stainless Steel Angle Ruler Aluminum Alloy Body Heavy Duty Tool) 5 216.00 1,080.00 112 Pcs Professional Compound Mitre Box & Saw (mitre Box And Box Saw Set 12 Inch) Miter Box Will Handle Stock 7 1/4" High, 8" Wide At 90°, And 5" Wide At 45°. The Saw Can Be Set At Any Angle And Has Automatic Stops For 90°, 45°, And For 5, 6, 8 And 12-sided Frames. 1 1,510.00 1,510.00 113 Pcs Drawing Lamp (metal Adjustable Arm Work Desk Lamp) 5 373.00 1,865.00 114 Pcs Chisel Rack For Wood Carving (professional 12-piece Wood Carving Chisel Set With Black Case Sharp Hand Tools For Beginners) 5 1,299.00 6,495.00 115 Pcs Corner Clamp (90-degree Single Swing Jaw Corer Clamp 68 Mm) 5 258.00 1,290.00 116 Pcs Decorative Realistic Artificial Fruits (realistic Artificial Fruit Such As Apples, Orange, Lemon, Pineapple And Banana) 5 293.00 1,465.00 117 Pcs Geometric Shapes Set (wooden Montessori Learning Geometric Building Blocks) 5 1,176.00 5,880.00 118 Pcs Geometric Designer Templates (multi -functional Geometric Ruler) 5 118.00 590.00 119 Pcs Stack Rack (toy Origami Rack Shelves) 5 1,477.00 7,385.00 120 Pcs Picture Frame And Miter Clamp (90 Degree Right Angle Clip Picture Frame) 5 710.00 3,550.00 121 Pcs Heat Gun (heat Gun With Accessories 2000 W) 5 1,725.00 8,625.00 122 Pcs Tape Dispenser (tape Dispenser 1") 5 114.00 570.00 123 Pcs Multi- Function Three - Hole Puncher (multi-dimensional 3 -hole Puncher) 5 4,176.00 20,880.00 124 Pcs Metric Scale (technical Triangular Scale. Set Of 45, 90 Degrees) 5 68.00 340.00 125 Pcs Steel Tape Measure (tape Measure 8m/20) 5 470.00 2,350.00 126 Pcs Heavy Duty Circular Saw (7-¼" 1600w) 5 4,104.00 20,520.00 127 Pcs Abrasive Disc Cutter Machine (ssc22 14-inch Cut Off Saw Machine 2200w) 5 7,577.00 37,885.00 128 Pcs Manual Canvas Pliers (industry Line Combination Plier Insulated Pliers) 5 416.00 2,080.00 129 Pcs Jet-bow Beam Compass Drawing Set. The Set Includes 6" Speed Compass With Inter-changeable Pen, Pencil, Divider Parts, And Replaceable Needle Points. 4½" Bow Compass With Inter-changeable Pen, Pencil, And Divider Parts. 5 1,169.00 5,845.00 130 Pcs Human Head Model(2 Pack 17" Foam Head Female Wig Head 5 4,791.00 23,955.00 131 Pcs Screw Drivers Set( 9 Pcs Multi-purpose Magnetic Screwdriver Set 5 226.00 1,130.00 132 Pcs Pliers. Pliers And Grip Set (premium 4 Pcs Insulated Pliers Set) 5 2,904.00 14,520.00 133 Pcs Artist Stool With Wheels (stainless Steel Stool Bar) 5 1,991.00 9,955.00 134 Pcs Screen Print Squeegee (curved Aluminum Handle Squeegee 75) 5 308.00 1,540.00 135 Pcs Mixing Paint Palette (paint Mixing Palette 10 Well Plastic) 5 45.00 225.00 136 Pcs Carving Chisels For Wood (wood Chisel 4 Pcs/set) 5 798.00 3,990.00 137 Pcs Files Set For Wood Carving, Craft Metal, And Glass Stone (10-piece Needle File Set For Jewelries) 5 191.00 955.00 138 Pcs Heavy Duty Multi- Purpose Bench Vise (8") Mounted On A Steel Platform. 2 15,000.00 30,000.00 139 Pcs Anvil (15 Kg) With Steel Mounting Platform 2 12,000.00 24,000.00 140 Unit Electric Angle Grinder. Heavy Duty 4" 1000w Professional Power Tools Grinders Variable-speed 3 2,500.00 7,500.00 141 Box Cutting Disc For Steel. Ultra-thin Cutting Disc 4 (25pcs) For Stainless 5 2,000.00 10,000.00 142 Pcs Cutting Discs For Masonry. 4”-inch Professional Diamond Cutting Disc Continuous Eco For Tile / Ceramic 20 300.00 6,000.00 143 Set Drill Bits.3-12mm Multifunctional Triangle Glass Metal Drill Bit Set Diamond Ceramic Tile Concrete Brick Wood Punching Hole Drill Bits 5 500.00 2,500.00 144 Set Drill Bits. 13pc Cobalt High Speed Steel Twist Drill Bit Set 1.5mm-6.5mm For Drilling Metal Wood Stainless Steel 5 500.00 2,500.00 145 Set Drill Bits For Wood. 7pc X Long Wood Drill Bit Set 4mm 5mm 6mm 7mm 8mm 10mm 12mm X 300mm Brad Point Auger Drill Bits Wood 5 500.00 2,500.00 146 Set Electric Wood Power Planer. Wood Planer For Woodworking. 1200 Watts. 1300 Rpm. 50 Hz. 80mm Wide. With Accessories. With Warranty 3 3,000.00 9,000.00 147 Unit Impact Drill 13mm Hammer Electric Drill Heavy Duty 220v Household Power Tools Industrial Screwdriver. 7.5 Amp Copper Motor, 700w, 3300rpm. With Warranty 3 3,000.00 9,000.00 148 Box Welding Rod Special N-6013 (2.5) (3/32 X 13”) 10kg Per Box 4 2,500.00 10,000.00 149 Unit Electric Welding Machine. Portable Igbt Inverter Welding Machine (dc Inverter Welding) With Accessories. With 3 Mos. Warranty 3 5,000.00 15,000.00 150 Pcs Welding Protective Suite (genuine Whole Leader Welding Apron) 5 2,362.00 11,810.00 151 Pcs Welding Hood Cape (standard Size) 5 311.00 1,555.00 152 Pcs Welding Gloves 5 186.00 930.00 153 Pcs Welding Protective Visor Glasses, Standard 5 420.00 2,100.00 154 Pcs Welding Mask (welding Helmet Auto Darkening Adjustable) 5 465.60 2,328.00 155 Pcs Hard Hat (heavy Duty Safety Helmet With Chin Strap) 5 291.00 1,455.00 156 Pcs Compact Electric Kilns (quick Fire A Kiln Controller) 2 39,305.00 78,610.00 157 Pcs Heat Press Transfer Machine (multi-function Heat Press Machine Flatbed: 30 Cm X 38 Cm) 2 11,808.00 23,616.00 158 Pcs Hammer For Carpentry. Claw Hammer /16oz 5 300.00 1,500.00 159 Set Hacksaw Frame With Blade For Metal 12" 300mm Heavy Duty 5 350.00 1,750.00 160 Pcs Wooden Hand Saw. 18" High Quality Metal Blade With Plastic And Rubber Handle 5 350.00 1,750.00 161 Pcs Steel Measuring Tape. Fluorescerous Tape 10m Portable Self Lock Tape Measure Meter Tape Tools 5 350.00 1,750.00 162 Pcs Tri Square. High Quality Metal Frame 12" With Clear Markings 5 750.00 3,750.00 163 Pcs Level Bar. Aluminum Level Bar With Magnet Heavy Duty 80cm 2 2,000.00 4,000.00 164 Pcs Plumb Bob / Hulog. With String 350g 5 250.00 1,250.00 165 Set Rachet. Combination Wrench Steel Chrome Vanadium 8-24mm (per Piece) 5 500.00 2,500.00 166 Set Ratchet Wrench. 12pcs 1/2 1/4-inch Drive Ratchet Wrench Cr-v Socket Kits Mechanic Spanner Car Motorcycle Repair Tool 5 700.00 3,500.00 167 Pcs Adjustable Wrench. Industrial Adjustable Wrench (12") 300mm Made Of High-quality Steel. 5 350.00 1,750.00 168 Set Back Wrench. Set Of Heavy-duty Double Ring Spanner Wrench (metric 28mm - 32mm) Cr-v 5 500.00 2,500.00 169 Set Combination Wrench Tool Set 16pcs (8-32mm Professional Dual Purpose 5 700.00 3,500.00 170 Set Magnetic Screwdriver Set Professional Cushion Grip 5 Flat Head And 4 Phillips Tips Screwdriver Non-slip 5 1,000.00 5,000.00 171 Set Allen Wrench. Short Arm Hex Allen Key Set With Carbon Steel Material. (1.5 To 6 Mm 7 Pcs Set) 5 100.00 500.00 172 Set Heavy Duty Pliers. 8"standard Pliers Cutter Longnose Combinations 8"pliers 5 500.00 2,500.00 173 Pcs Water Pipe Wrench 18” Liyabe Tubo Yabe Hand Tools 5 500.00 2,500.00 174 Set Chisel For Wood. 90 Mm Wooden Handle. 12pcs Professional Manual Wood Carving Hand Chisel Carving Tool Set, 8mm-14 Mm High Quality Steel Blade. 5 900.00 4,500.00 175 Set Wood Planer Set -katam. Locally Manufactured 8 Inches 2 500.00 1,000.00 176 Pcs Rubber Mallet (16 Oz) 5 258.00 1,290.00 177 Pcs Ball Peen Hammer (½ Lb. (80 Oz) 5 376.00 1,880.00 178 Pcs Cutting Mat 6680412 5 268.00 1,340.00 179 Pcs Heavy Duty Extension Wire (10-meter Wire: 162 C, Plug: 15a, 25 V, Maximum Wattage:3750 W., At Least 4 Outlets) 5 900.00 4,500.00 180 Set Microphone With 5-meter Cord, Anti-interference, Anti-whistling. 2 1,500.00 3,000.00 181 Pcs Portable Sound System With Microphone ( Active Portable Trolley Speaker , 600w Max Power, Bluetooth + Tws, Usb & Sd Playback, Fm Radio, Line-in & Line -out, 2 Guitar Input, 2 Wired Mic Input, 180 Channels, Mic Priority, High Quality Lead Acid 12ah Battery, 12 Dc Input, Dimensions: (l) 36.5cm (w) 40 Cm (h) 67.5 Cm, 2 Fee Wireless Mic) 2 20,000.00 40,000.00 182 Pcs Camera Flash. 92 Ft./28 M) 2 13,800.00 27,600.00 183 Pcs Camera Lens (18-200mm F/3.5-5.6 Lens 2 40,336.00 80,672.00 184 Pcs Camera Tripod (aluminum Tripod Digital Camera Tripod Mobile Phone Selfie Stands) 2 2,500.00 5,000.00 185 Pcs Studio Lights (soft Light) 4 10,200.00 40,800.00 186 Hdmi Cord. Hdmi Male To Male Cable Hd104 10110 10 Meter. 4k/60hz 2 1,500.00 3,000.00 187 Hdmi Cord. 5 Meters. Two-color Injection Plug Double Shielded Cable Body. Hdmi2.0 Version. Resolution: 0.75m-3m Support 4k 60hz; 5m Support 4k 30hz Only. Awg:30awg (0.75m-5m) 5 600.00 3,000.00 188 Pcs Soft Box Stand And Reflector Holder (50x70 Cm Soft Box Lighting Kit) 2 442.00 884.00 189 Pcs Monolights (200 W) 2 3,931.00 7,862.00 190 Pcs Reflector With Holder (holder /arm Stand Kit) 2 2,891.00 5,782.00 191 Pcs Boom Light Stand And Reflector Holder (420 Lb. Light Boom Stand With Weight Bag Up To 5kg Maximum Lead Capacity) 3 5,508.00 16,524.00 192 Pcs Background (4.22 M Background Paper 1.36 X 10m) 3 1,438.00 4,314.00 193 Pcs Display Panel Board (display Parallel Board) 1 14,290.00 14,290.00 194 Pcs Offline Mini Compressor (air Compressor Kwv550 9l Oil Less 3 4,558.00 13,674.00 195 Pcs Styrofoam Cutter (electric Foam Cutter Hot Wire Pen Portable) 5 238.00 1,190.00 196 Pcs Potter's Wheel/ Electric Potter's Wheel / Cutter (220 Volts Pottery Wheel) 1 6,228.00 6,228.00 197 Pcs Fire Blanket (with Pvc Pouch 1.2m X 1.2 M) 3 624.00 1,872.00 198 Pcs Smoke Detector X-sense Xs01 Mini Smoke Detector- Stand Alone 3 1,799.00 5,397.00 199 Pcs Disposal Bins (trash Bins 75 L) 3 1,804.00 5,412.00 200 Pcs Dressing Mirror (whole Body Mirror With 4 Wheels Height 5ft. Width 14 Inches) 1 1,500.00 1,500.00 201 Pcs Dish Towels (10 Pc. Per Set 25 Cm X 25 Cm Microfiber Super Absorbent) 10 993.00 9,930.00 202 Pcs Steamer. 3 Layer Steamer 32cm Stainless Steel Cooking Pots Cookware Steam High Quality 3 1,156.00 3,468.00 203 Pcs Soap Dish (dual Soap Case With Cover & Handle- Bathroom Soap Dish / Soap Case) 50 70.00 3,500.00 204 Pcs Detergent (detergent Powder Set 6 Kilos-i Kilo X 6 Pouches) 50 288.00 14,400.00 205 Pcs Hand Soap (liquid Hand Soap Antibac 1 Gallon) 50 216.00 10,800.00 206 Pcs Pots (extra Size #4 (26cm Diameter 16 Cm In Height) 20 673.00 13,460.00 207 Pcs Pans (nonstick) 5 194.00 970.00 208 Pcs Toilet Paper Holder (wall Mounted Bathroom Toilet Paper Holder Tissue) 2 238.00 476.00 209 Pcs Dipper (plastic Dipper L 11" X W 36"x H 41" 2 15.00 30.00 210 Pcs Pail (utility Pail With Metal Handle 10l/26x27 Cm) 2 111.00 222.00 211 Pcs Trash Can (with Plastic Swing Lid L-27 Cm, W- 17.5cm, H- 40.5 Cm) 2 260.00 520.00 212 Pcs Toothbrush (extra Clean Toothbrush 5 Pk -soft) 20 182.00 3,640.00 213 Pcs Hairbrush (natural Wood Hairbrush Comb) 20 120.00 2,400.00 214 Pcs Comb (1 Dozen Suklay 3-hole X Sz-28 Big) 20 90.00 1,800.00 215 Pcs Toothpaste (red 100 Ml) 20 60.00 1,200.00 216 Pcs Plastic Tumbler 20 300.00 6,000.00 217 Pcs Razor (twin Blade Disposable Razors) 20 120.00 2,400.00 218 Pcs Nail Clipper (stainless Nail Clippers H-8 Cm Wt-0.046 Kg) 20 100.00 2,000.00 219 Pcs Nail File (12 Pcs Red Nail File (medium) 20 50.00 1,000.00 220 Pcs Deodorant (roll On 50 Ml Bottle) 20 150.00 3,000.00 221 Pcs Face Towel (basic Face Towel - Free Size) 20 100.00 2,000.00 222 Pcs Feminine Napkin (silk Floss 12 Pcs) 200 50.00 10,000.00 223 Pcs Dust Catcher With Broom (2n1 Broom Dustpan Set Windproof Floor Sweeper With Broom) 5 170.00 850.00 224 Pcs Feather Duster (soft Magic Feather Duster Long Size And Colorful Colors (plastic) 5 150.00 750.00 225 Pcs Wash Rags (round Rags) 5 30.00 150.00 226 Pcs Floor Map (magic Spin Mop With Bucket 360° Rotating Floor Cleaning Plastic Liner) 5 264.00 1,320.00 227 Pcs Garbage Can (super Convenient Mini Flip Lid Trash Can (plastic) 10 150.00 1,500.00 228 Pcs Sponge (high Density Double-sided Dishwashing Sponge 7x10x3 Cm) 10 30.00 300.00 229 Pcs Spray Bottle (garden Sprayer Capacity: 500ml) 10 170.00 1,700.00 230 Pcs Table Napkin (1 Ply 40s Sheets Folded) 10 21.00 210.00 231 Pcs Place Mat (table Placemat Pvc Anti-slip Placemat Washable Durable Kitchen S:30x45cm) 10 25.00 250.00 232 Dozen Plates (12 Pcs Plates 8-inch Melamine White) 6 358.00 2,148.00 233 Set Drinking Glass (drinking Glass 10 Oz Tall Clear Tumblers Set Of 6 L=5.5cm H-12 Cm) 6 510.00 3,060.00 234 Pcs Pitcher (durable Crystal-clear Glass 1.5l) 6 258.00 1,548.00 235 Pcs Bowl (serving Bowls, Clear Glass 20 Cm Diameter) 6 72.00 432.00 236 Pcs Water Dispenser. Hot And Cold Water/drinking Household Multifunctional Top Loading. Stainless Steel Casing Color White. Dimension: 85x29x29 Cm. Large Bottom Locker. 3 3,000.00 9,000.00 237 Pcs Electric Hand Drier (free Installation) 1 5,000.00 5,000.00 238 Pcs Water Pail. (utility Pail With Metal Handle 10l Color: Red/ Blue L-27cm, W-27cm, H-26 Cm 6 335.00 2,010.00 239 Bot Dish Washing Liquid. Kalamansi Lemon Antibac Hygiene 780ml Bottle 10 350.00 3,500.00 240 Pack Laundry Powder Soap. 5 Kg Supra Clean, Natural Scent 10 600.00 6,000.00 241 Pcs Laundry Bar Soap (scrubber Bar 125g) 120 18.00 2,160.00 242 Pcs Clothesline (1 Pc Nonslip Clothesline 35 M) 20 10.80 216.00 243 Pcs Clothes Pin (laundry Clothes Pins Spring Clips 24 Pcs Plastic) 20 48.00 960.00 244 Pcs Wash Basin (laundry Basin 23 Inch) 10 504.00 5,040.00 245 Pcs Laundry Bag Set (4 Pcs/set Laundry Washing Bag- 1 Pc M(30cmx40cm) 1pc L (40cmx50cm) 1pc Xl (50x60 Cm) 10 150.00 1,500.00 246 Pcs Ironing Board (ironing Board With Stand Portable 43"iron Board (70cm To 86 Cm) 5 1,300.00 6,500.00 247 Pcs Flat Iron (non-stick Teflon Saleplate Spray Function Ht & Width 251x170x120mm 5 870.00 4,350.00 248 Pcs Mono Bock Chair, Standard Size. White. Load Capacity 200kg. 20 600.00 12,000.00 249 Pcs Curtain Rod (steel +anti-rust Coating, Adjustable Size: Large 120 Inches) 10 1,200.00 12,000.00 250 Pcs Curtain (1pc 5x7 Ft. Window Curtain With 8-hole Grommet Rings For Bedroom And Living Room) 10 714.00 7,140.00 251 Dozen Hangers (12 Pcs. Plastic Hanger) 2 150.00 300.00 252 Pcs Washing Machine. 7.0 Kg Digital Inverter Fully Automatic Top Load Washing Machine (water Level: 5, Gross Weight: 31kg, Net Weight: 27 Kg Gross Dimension: (wxhxd)=580x890x600mm Net Dimension: (wxhxd)= 540x857x568mm) 2 20,000.00 40,000.00 253 Pcs Vacuum Cleaner (heavy Duty Gas 12-25 Pl Wet And Dry Vacuum Cleaner/ Extractor With Power Socket System 1,250 W Weight-9kg, Max Input Power- 1,250 W, Max Vacuum Power-200 Mbar) 5 11,547.00 57,735.00 254 Pcs Socks (cotton Socks Unisex High Street Socks Sixe:38-44 2 50.00 100.00 255 Pcs Dress (sleeve Ruffle Hem Plain Elegant) 1 500.00 500.00 256 Pcs Slippers (sizes 10, Flipflop Brand Light Weight And Durable 2 132.00 264.00 257 Pcs Mattress (for Single Size Bed Size Polyester 3.5 Inch Thick 6 4,440.00 26,640.00 258 Bed Foam (for Single Bed, 3 Inches Thick) 3 3,500.00 10,500.00 259 Pcs Pillows (foam Pillow 4x12x20) 3 426.00 1,278.00 260 Pcs Bedsheets (cotton Full Garterize 3n1 Bed Sheets, L-60in Ww-75in (for Single Bed Size) 3 300.00 900.00 261 Pcs Alarm Clock (3-inch Retro Mute Quartz Bell Alarm Clock Movement Bedside With Night Light And Loud Alarm) 1 450.00 450.00 262 Pcs Handheld Rechargeable Pool Vacuum. • Strong Built-in 4v 2ah Ni-mh Rechargeable Batteries • Suitable For Use With All Purespas And Above Ground Pools Up To 18 Feet Or 5.49 Meters In Diameter • 0.21 Gal (0.8 Liters) Quick Release Transparent Debris Container • 12 Gal/min. (45 Liters/minute) Water Suction For Efficient Debris Collection • 94 Inches (2.39m) Lightweight Telescoping Aluminum Pole • Two Interchangeable Brush Heads • Automatic Shut-off Feature When Vacuum Is Not Submerged In Water • Ipx8 Waterproof Switch For Added Protection • 5-6 Hour Charge Time / 50 Minutes Maximum Running Time • Usb Charging Cable Included For Convenient Recharging (plug Not Included) 3 9,998.00 29,994.00 263 Pcs Swimming Pool Leaf Skimmer. Purpose: Used For Cleaning Swimming Pool And Salvaging Pool Water Garbage. Material: Pp Plastic. Size: 420*280*30mm/16.54*11.02*1.18". 5 376.00 1,880.00 264 Pcs Pack Of 300 Pcs Chlorine Tablet For Swimming Pool. Adjustable Chlorine Dispenser 8 Inchin Combination With Mont, 3-inch Chlorine Tablets Adjust The Water Flow Rate And Hereby The Amount Of Chlorine Dissolved In Your Pool Package Included:1*chlorine Dispenser +300pcs Pool Cleaning Tablet Or 300pcs Pool Cleaning Tablet 20 500.00 10,000.00 265 Pcs Adaptive Swim Life Jacket For Disabled. Keeps The User’s Face Out Of The Water. Stops The Tension Of The Neck. Upright Position. Back Support. Therapist Hands Free! Double Harness Distributes Tension’s Adjustment. Possibility To Add The Harness Pad (or “cuissard” In French) No Latex. 5 11,000.00 55,000.00 266 Pcs Bakery Display Rack (estante). Made Of Glass And Aluminum Frame. 4 Layer Of Glass (transparent) Or Acrylic With Partition. Rubber Wheels With Lock. At Least 2ftx 5ftx 4 Ft 2 40,000.00 80,000.00 267 Pcs Bread Rack. Made Of 12 Mm Steel. 24"x5ftx5ft. Can Hold Up To 10 Trays (lagayan Ng Plantsa Ng Tinapay) 2 10,000.00 20,000.00 268 Pcs Cookery Cabinets (made With Carbon Steel 5 Layers, Size: H: 144cm, W: 55cm) 3 3,621.00 10,863.00 269 Set Housekeeping Cart. Multi-functional Movable Cleaning Cart Housekeeping Property Cleaning Tool Cart Special Trolley. Standard For Housekeeping Work. 5 5,000.00 25,000.00 270 Set Shopping Cart Utility Cart Trolley Grocery Cart For Warehouse Garden Supermarket 5 6,000.00 30,000.00 271 Pcs Kitchen Carts (2 Layer Stainless Steel Carts With Two Brake Wheels; Size: 400mm X 500mm X 860mm) 2 3,019.00 6,038.00 272 Pcs Weighing Scale Digital. Display Mode: Led/lcd+light. Weighing Range :40kg. Accuracy: 2g. Product Size: 35x33x14cm 3 Lcd Display On The Operator’s Side Of The Scale As Well As 3 Lcd Display On The Customer’s Side. Minimum Capacity Is 2g. Maximum Capacity Is 40kg Power Source: Built In Rechargeable Battery With Usb Cable Battery Powered Or Connect Usb Cable. Battery Powered Or Connect Usb Cable To Use Weight Platform/tray Material Is Stainless Steel. 4 7,000.00 28,000.00 273 Pcs Measuring Cup. Measuring Cup Sizes: 1 Cup (250ml). 1/2 Cup (125ml). 1/4 Cup (60ml); 1/8 Cup (30ml). Materials. Plastic (abs) 6 500.00 3,000.00 274 Pcs Measuring Spoon 1tbsp 15ml 1/2tbsp 7.5ml Ltsp 5ml 1/2tsp 2.5mlmaterial: Stainless Steel+pp Packing: Pp Bag 6 400.00 2,400.00 275 Pcs Measuring Urn - Glass, Capacity: 100 Ml. (with 10 Ml Increments), Metric And English System Of Measurement; With Handle And Spout, Clear, Non- Porous, Tempered Glass 6 450.00 2,700.00 276 Pcs Wire Whisk - Length: 30 Cm (12 ") Material Stainless Steel 6 320.00 1,920.00 277 Pcs Chef's Knife (stainless Steel) 33cm X 4.5cm X 2cm 6 750.00 4,500.00 278 Pcs Boning Knife (stainless Steel) 24.4cm X 1.9cm X 1.7cm 6 492.00 2,952.00 279 Pcs Oysters Knife (stainless Steel) 15.5com X 6.5cm X 3cm 6 187.00 1,122.00 280 Pcs Cleaver Knife (stainless Steel) 7 Inches Or 2.5mm 6 1,074.00 6,444.00 281 Pcs Tenderizer (pin Tenderizer) Stainless Steel Diameter: 5cm, Height: 19cm 6 119.00 714.00 282 Pcs Tenderizer Mallet. (tenderizer) Stainless Steel 12.6 Inches X 11.5x4cm 6 240.00 1,440.00 283 Pcs Skimmer, Fine (stainless Steel) 7.3cm X 5cm X 21.5cm 6 160.00 960.00 284 Pcs Wire Skimmer, Small (stainless Steel) Handle: 14; Radius: 14 6 105.00 630.00 285 Pcs Skimmers, Spider (stainless Steel) Handle: 14; Radius: 20 6 115.00 690.00 286 Pcs Strainer, Small, Fine (stainless Steel) Diameter:14cm; Length: 29cm; Depth: 5.5cm 6 160.00 960.00 287 Pcs Colander Strainer (stainless Steel) 48cm X 20cm X 12cm 6 298.00 1,788.00 288 Pcs Siever, Small (stainless Steel) 14 Cm 6 188.00 1,128.00 289 Pcs Strainer, Medium, Fine (stainless Steel) Diameter:16cm; Length: 30.5cm; Depth: 5.9cm 6 180.00 1,080.00 290 Pcs Turner (stainless) Dimension: 34.5 X 9.8 X 4.4 Cm 6 280.00 1,680.00 291 Pcs Spatula (silicon) 27.2 X 5.5 X 1.5cm 6 169.00 1,014.00 292 Pcs Wooden Spoon (made With Beech Wood 10cm X 34cm X 2cm) 6 244.00 1,464.00 293 Pcs Parisienne Scoop (stainless Steel Blade With Plastic Handle) Scoop Diameter: 30mm And 27mm; Total Length: 170mm 6 216.00 1,296.00 294 Pcs Fruit Juicer, Standard Type 6 1,500.00 9,000.00 295 Pcs Zester (stainless Steel) Length: 30cm/11.81 Inches 8 268.00 2,144.00 296 Pcs Piping Bag (disposable Bag Size: 24.5cm X 17cm 8 208.00 1,664.00 297 Pcs Pastry Tubes (stainless Steel) 3cm X 3cm X 6.1cm 8 142.00 1,136.00 298 Pcs Strainer, Chinois, Small (stainless Steel) 16cm Handle: 5.5inches 8 198.00 1,584.00 299 Pcs Filling Funnel (stainless Steel) Upper Diameter: 10.5cm, Lower Diameter: 3.7cm, Height: 4.5cm 4 212.00 848.00 300 Pcs Measuring Spoon (1set: 1tbsp, 1/2tbsp, 1tsp, 1/2tsp, 1/3tsp, 1/4tsp) 6 245.00 1,470.00 301 Pcs Tongs (stainless Steel) 9 Inches 10 110.00 1,100.00 302 Pcs Tongs (stainless Steel) 12 Inches 8 179.00 1,432.00 303 Pcs Ice Cream Scoop (stainless Steel) Diameter: 4.5cm, Length: 18cm 6 208.00 1,248.00 304 Pcs Cheese Cloth (made From Cotton) 101 X 270cm 10 223.00 2,230.00 305 Pcs Serving Spoon (heavy-duty Stainless Steel) Length: 22.5cm; Width: 6cm 24 102.00 2,448.00 306 Pcs Pepper And Salt Grinder (made With Stainless Steel, Glass And Ceramic) Approx. 19x6.5cm 6 296.00 1,776.00 307 Pcs Core Seed Remover (stainless Steel; Approx: 1.4x21.5cm) 8 229.00 1,832.00 308 Pcs Wire Whisk, Small (stainless Steel+plastic Handle; 8 Inches) 8 180.00 1,440.00 309 Pcs Wire Whisk, Medium (stainless Steel+plastic Handle; 10.2 Inches) 8 189.00 1,512.00 310 Pcs Wire Whisk, Heavy Duty (stainless Steel+plastic Handle; 14 Inches) 2 258.00 516.00 311 Pcs Can Opener (stainless Steel Blade; Length: 17cm High) 1 370.00 370.00 312 Pcs Muti-purpose Kitchen Scissors/ Shears (scissors Length: 21.5cm; Blade Length: 10cm; Handle Length: 11.5cm; Handle Width: 9.5cm; Blade Thickness: 0.4cm Weight: 200grams) 8 368.00 2,944.00 313 Pcs Soup Ladle, 4 Oz (stainless Steel; Size: 7.5cm X 30 Cm) 8 124.00 992.00 314 Pcs Soup Ladle, 6 Oz (stainless Steel; Size: 7.5cm X 30 Cm) 8 194.00 1,552.00 315 Pcs Soup Ladle, 8 Oz (stainless Steel And Wooden Handle: 10 X 51 Cm) 3 290.00 870.00 316 Pcs Soup Ladle, 12 Oz (stainless Steel And Wooden Handle: 15 X 51 Cm) 2 360.00 720.00 317 Pcs Kitchen Spoon (stainless Steel; Size: 8cmx6.5cmx21cm) 8 86.00 688.00 318 Pcs Kitchen Spoon, Slotted (material: Plastic; Size: 7x3x43cm) 8 289.00 2,312.00 319 Pcs Kitchen Fork (stainless Steel; Size: 7cmx4cmx21cm) 4 72.00 288.00 320 Pcs Carving Fork (stainless Steel; Size: 13 Inches Long) 3 162.00 486.00 321 Pcs Digital Kitchen Thermometer (cooking/food Temperature; Size 34mm X 270mm) 2 486.00 972.00 322 Pcs Muti-function Vegetable Fruit Peeler Slicer Cutter Chopper (material: Abs + Stainless Steel) 2 429.00 858.00 323 Pcs Stock Pot, Big (with Glass Cover; Size: 34.5 X 27.9 Cm X 16.6 Cm) 2 798.00 1,596.00 324 Pcs Frying Pan, Small (scratch Resistant And Non-stick; Size: 20cm) 4 233.00 932.00 325 Pcs Frying Pan, Medium (scratch Resistant And Non-stick; Size: 24cm) 4 380.00 1,520.00 326 Pcs Frying Pan, Large (scratch Resistant And Non-stick; Size: 28cm) 2 578.00 1,156.00 327 Pcs Colander, Small (stainless Steel; Size: 24cm X 22cm) 3 204.00 612.00 328 Pcs Colander, Medium (stainless Steel; Size: 28cm X 22cm) 2 298.00 596.00 329 Pcs Cutting Board (material: Bamboo; Size: 34x24x1.8cm/750g) 4 209.00 836.00 330 Pcs Heavy Duty Electric Grill Machine 2 10,000.00 20,000.00 331 Pcs Portable And Foldable Charcoal Barbeque Grill 25"x30"x27" 2 2,000.00 4,000.00 332 Unit Cotton Candy Machine, Power 950 Watts, Speed 3600 Rpm, Pre Heating Time 1 To 3 Minutes, 515 Mm Diameter Stainless Drum. 1 5,000.00 5,000.00 333 Pcs Fish Poacher, Medium (stainless Steel With Tempered Glass Cover; Size: 24cm X 38.7cm X 10cm) 1 983.00 983.00 334 Pcs Casserole, Small (stainless Steel: 2.1 Liter; Size: 12cm X 15cm) 6 599.00 3,594.00 335 Pcs Casserole, Medium (stainless Steel: 3.9 Liter; Size: 12.5cm X 20cm) 4 689.00 2,756.00 336 Pcs Wok, Small (nonstick Carbon Steel; Size: 32cm) 4 389.00 1,556.00 337 Pcs Wok, Medium (nonstick Carbon Steel; Size: 36cm) 1 401.00 401.00 338 Pcs Double Boiler, Medium (stainless Steel; Size: 27x14x6cm) 1 389.00 389.00 339 Pcs Paella (heavy Duty Carbon Steel; Size 25cm) 8 581.00 4,648.00 340 Pcs Glass Rack (plastic-coated Metal; Capacity: 24pcs Glass; Dimension: L:52cm; W: 36cm; H:8cm) 2 461.00 922.00 341 Pcs Soup Cup Rack (2 Layered Rack; Size: 35 X 25 X 28cm) 3 899.00 2,697.00 342 Pcs Plate Rack (stainless Steel; Size: 30cmx22.8cmx12.9cm) 2 492.00 984.00 343 Pcs Baking Tray, Small (stainless Steel; Size Details: 23cm X 17cm) 8 258.00 2,064.00 344 Pcs Utility Tray (stainless Steel: Stain Resistant; Size: 45cm X 35cm X 4.8cm) 12 189.00 2,268.00 345 Pcs Roasting Pan (stainless Steel; Size: 31.5 X 24.5 X 2.5 Cm) 4 378.00 1,512.00 346 Pcs Dish Towels (highly Absorbent Cloth With 3pcs Per Pack) 8 98.00 784.00 347 Pcs Cooler, 2.5ft X 2.5 Ft X 3ft Plastic, With Good Insulation 1 3,000.00 3,000.00 348 Pcs Plastic Silverware Or Real Silverware (stainless Steel; 18pcs Utensils Set Includes: 6 Dinner Fork, 6 Dinner Spoons And 6 Dinner Teaspoons) 2 415.00 830.00 349 Pcs Glasses. Dining Glasses (6pcs. Thick Clear Glass: W: 3inches And H: 4inches) 6 265.00 1,590.00 350 Pcs Teacups (ceramic White; Capacity: 250ml) 2 188.00 376.00 351 Pcs Small Plate / Saucers (ceramic With Size: 6 Inches And 6pcs Per Set) 6 140.00 840.00 352 Pcs Cabinet Dish Organizer (2 Layered Metal Dish; Size:41.5cm X 30cm X 47cm) 1 2,499.00 2,499.00 353 Pcs Sponge And Soap Holder For Kitchen (stainless Steel) 18x 10 X 9cm 3 418.00 1,254.00 354 Pcs 11-piece Pots/pans (stainless Steel) 1 5,158.00 5,158.00 355 Pcs Silicone Kitchenware Set. Composed Of Slotted Spoon 12". Soup Ladle 12". Solid Turner 12". Tongs 10". Whisk 9.5". Basting Brush 10.8". Pasta Server 12.5". Round Spatula 12". Spoon 12.5" Spatula 12.6" And Utensils Holder. 6 647.50 3,885.00 356 Pcs Rotary Eggbeater (stainless Steel) 31cm /12.2", W:9.5cm/3.74" 2 340.00 680.00 357 Pcs Dough Scraper (stainless Steel) 16x12x2cm 3 178.00 534.00 358 Pcs Gas Range And Oven (1 Turbo, 1 Large And 2 Medium Burners) 33x42x39.5, (49 Liters ) 1 46,162.00 46,162.00 359 Pcs Refrigerator (7 Cubic Feet, Stainless Look) Two Door Direct Cool 1 15,717.00 15,717.00 360 Pcs Kitchen Cupboards (7 Doors, 3 Drawers) 120x 40x90 Cm 2 13,198.00 26,396.00 361 Pcs Cooking Brush (silicone) Heat Resistant 3 82.00 246.00 362 Pcs Blender. (9 In1 Food Processor, Good For Chopping, Slicing,grating,shredding, Whisking)18x18x38cm 3 3,742.00 11,226.00 363 Pcs Mechanical Microwave Oven (countertop,20 Liters) 700w - 1200w 3 5,075.00 15,225.00 364 Pcs Kitchen Scale Food (manual) 5 Kilogram 2 252.00 504.00 365 Pcs Measuring Spoons (stainless Steel, 6pcs Heavy Duty) 3 258.00 774.00 366 Pcs Measuring Cups (12 Pieces, Bpa -free Plastic Long Lasting Used) Large And Medium Cups 3 2,208.00 6,624.00 367 Pcs Kitchen Shears (stainless Steel) 9 Inches/ 225mm 3 357.00 1,071.00 368 Pcs Potato Masher With Soft Grip Handle (stainless Steel) 9.5x27x8cm 3 357.00 1,071.00 369 Pcs Medium Graters (stainless Steel) 18/8 3 430.00 1,290.00 370 Pcs Funnel (stainless Steel) 22x14.5cm 3 715.00 2,145.00 371 Pcs Can Opener (automatic) 16.3x 1.5cm 3 698.00 2,094.00 372 Pcs Cast Iron Pots And Pans (ceramic, Non-stick) 21.85x 13.19x12.80inch 3 7,180.00 21,540.00 373 Pcs Gas Stove. 2 Burner Built In Gas Stove ( Stainless Steel) 73x41x9cm With Hose And Safety Regulator. 5 3,640.00 18,200.00 374 Pcs Lpg Tank 11kg 6 5,000.00 30,000.00 375 Unit Electric Stove. Stainless Frame. Multifunctional Induction Cooker Inverter Electric Stove Heavy Duty Energy-saving 3500w 220v. All Copper Heating Coil. Five Speed Power Adjustment. Explosion Proof. With Digital Display Panel. 5 2,500.00 12,500.00 376 Pcs Double Broiler Steamer (stainless Steel) 30 Cm Diameter 3 2,730.00 8,190.00 377 Pcs Kitchen Knife Set (stainless Steel And Poly Propylene Plastic Handle) 15x7.5x34cm 3 840.00 2,520.00 378 Pcs Meat Slicer (electric Machine Stainless Steel) 418x 293x 325mm 3 2,494.00 7,482.00 379 Pcs Bread Toaster (stainless Steel Top Plate) 25x 14.6x16.8cm 3 1,059.00 3,177.00 380 Pcs Cookie Press (stainless Steel With 13 Disc And 8 Icing Tips 25x 14.5cm 3 462.00 1,386.00 381 Pcs Cake Decorating Kit. Piping Tips Set ( Stainless Steel, Multicolor) 3 279.00 837.00 382 Pcs Serving Bread Tray (stainless Steel) 45cmx2.8cm 6 1,229.00 7,374.00 383 Pcs Hot Plate Single Electric Stove (1000 W) 8.8x8.8x1.4 Inch 2 583.00 1,166.00 384 Pcs Electric Oven. Height (cm): 32.5. Highlights. Width (cm): 37.5. Warranty: 1 Year Warranty On Electrical Parts And Lifetime Free Service. Net Weight (kg): 7.3. Capacity: 2.8 Liters Length (cm): 49. Gross Weight (kg): 8.2. 5 11,000.00 55,000.00 385 Pcs Oven. Four Plates Oven For Bread (stainless Steel) 530x595x570mm. Lpg Type 1 48,924.00 48,924.00 386 Pcs Bread Plates (stainless Steel) 40x 60cm 20 1,027.00 20,540.00 387 Pcs Bread Rack (stainless Steel)15 Layers 40x60cm Heavy Duty 1 20,000.00 20,000.00 388 Pcs Electric Burger Griddle. Large Size Heavy Duty. Size: 73cmx52cmx10cm. Bigger Waster Oil Container. Stainless Steel, Solid Gritty. Food Grade Material. 2 11,475.00 22,950.00 389 Pcs Food Warmer Display Cabinet. Commercial Food Heater Glass Display Cabinet Heavy-duty Curved Deli Cabinet With Lighting. Constant Temperature Heating Display Counter Ideal For Fried Chicken Burger And Cooked Food. Size: Red+3 Compartments: 96x45x60cm. Rated Power: 300w. Rated Voltage: 220v.number Of Internal Layers: Three. Layers. Temperature Range: 30-80°c. Product Weight: 18kg. Built-in Energy-saving Warm Color Lamp, Improve The Display Effect 2 9,125.00 18,250.00 390 Pcs Frying Pan (non-stick, 28 Cm) 3 1,690.00 5,070.00 391 Pcs Measuring Spoon. 1tbsp 15ml. 1/2tbsp 7.5ml. Ltsp 5ml. 1/2tsp 2.5mlmaterial: Stainless Steel+pp. Packing: Pp Bag. 3 400.00 1,200.00 392 Pcs Measuring Cups (12 Pieces, Bpa -free Plastic Long Lasting Used) Large And Medium Cups 3 2,209.00 6,627.00 393 Pcs Measuring Urn. Glass, Capacity: 100 Ml. (with 10 Ml Increments), Metric And English System Of Measurement; With Handle And Spout, Clear, Non- Porous, Tempered Glass 3 450.00 1,350.00 394 Pcs Mixing Bowl: 30 Cm L30xw27.5xh11.4 Cm Thickness: 0.04 Cm. Material: Stainless Steel 12 900.00 10,800.00 395 Pcs Baking Sheet 11x15 Inches 011 Thickness Heavy Duty Aluminum 10 360.00 3,600.00 396 Pcs Wire Whisk Length: 30 Cm (12 ") Material Stainless Steel 5 320.00 1,600.00 397 Pcs Muffin Pan Non-stick Muffin Pan Dimension: 26.5x35x3cm Capacity: 12 Cup Color: Black Non-stick Surface For Easy Release And Quick Cleanup Dishwasher Safe Ideal For Baking Muffins, Cupcakes, And More Nonstick Coating Helps Ensure Effortless Food Release 5 700.00 3,500.00 398 Set Measuring Spoon 1tbsp 15ml 1/2tbsp 7.5ml Ltsp 5ml 1/2tsp 2.5mlmaterial: Stainless Steel+pp Packing: Pp Bag 6 400.00 2,400.00 399 Set Measuring Cups (12 Pieces, Bpa -free Plastic Long Lasting Used) Large And Medium Cups 6 2,209.00 13,254.00 400 Pcs Measuring Urn Glass, Capacity: 100 Ml. (with 10 Ml Increments), Metric And English System Of Measurement; With Handle And Spout, Clear, Non- Porous, Tempered Glass 6 490.00 2,940.00 401 Pcs Mixing Bowl 30 Cm L30xw27.5xh11.4 Cm Thickness: 0.04 Cm Material Stainless Steel 6 900.00 5,400.00 402 Pcs Baking Sheet 11x15 Inches 011 Thickness Heavy Duty Aluminum 10 360.00 3,600.00 403 Pcs Wire Whisk Length: 30 Cm (12 ") Material Stainless Steel 5 320.00 1,600.00 404 Pcs Electric Stove, 1000 Watts, 12" Diameter, Stainless Steel. With Safety Regulator And Power Indicator. 6 1,500.00 9,000.00 405 Pcs Weighing Scale, Digital "display Mode: Led/lcd+light Weighing Range :40kg Accuracy: 2g Product Size : 35x33x14cm 3 Lcd Display On The Operator’s Side Of The Scale As Well As 3 Lcd Display On The Customer’s Side Minimum Capacity Is 2g. Maximum Capacity Is 40kg Power Source: Built In Rechargeable Battery With Usb Cable Battery Powered Or Connect Usb Cable. Battery Powered Or Connect Usb Cable To Use Weight Platform/tray Material Is Stainless Steel." 4 7,500.00 30,000.00 406 Pcs Scraper(rubber) 30cm X11cmx6.8cm 5 130.00 650.00 407 Pcs Hand Mixer (stainless Steel Bowl) 270x165x290mm, 2.8 Liters Capacity 5 1,755.00 8,775.00 408 Pcs Revolving Cake Stand (aluminum) 12 Inches 5 850.00 4,250.00 409 Pcs Electric Stand Mixer 5.5 Liter(1.9kg) With Bowl And 3 Whisk 6 Speed Setting Dough, Rotating Bowl, Speed Control 3 11,500.00 34,500.00 410 Pcs Rolling Pin Stainless Steel Pressing Stick Pizza Dough Non-stick Dough Roller, (29.5 Cm) 6 300.00 1,800.00 411 Pcs Dough Roller Pin, Wooden. 29.5cm Non-stick Silicone Rolling Pin Pastry Baking Decorating Tool 6 300.00 1,800.00 412 Set Deep Fryer Dimensions (w X H X D) 477 X 318 X 235 Weight 3.81kg Body Material Stainless Steel Color Silver Technical Details Power Consumption 2000w Volume 4l Features Temperature Control Yes 6 7,200.00 43,200.00 413 Pcs Ice Crusher Machine. Electric Stainless Steel Heavy Duty Portable Automatic Rotated Speed: 1500rpm Power:250 Size: 275x190x210mm Capacity: 2 Liter 2 3,900.00 7,800.00 414 Pcs Chest Freezer (inverter) Dual Function Technology (freeze Or Chiller) Solid Top With Glass Cover Inside Digital Temperature Control W/ Lcd Display Dimension: 85:112:70cm 1 28,535.00 28,535.00 415 Set Electric Takoyaki Machine And Double Pan 56 Holes Stainless Steel Size: 437x 435x180mm 6 2,600.00 15,600.00 416 Pcs Waffle Iron Pan 4 Interchangeable Plates 750 Watts 6 1,800.00 10,800.00 417 Pcs Revolving Cake Stand. Nonslip Top And Base. Diameter: 23.5 Cm. Height 14cm. Material: Food Grade Pp. 6 1,076.00 6,456.00 418 Pcs Stainless 4-gas Burner, 55l Gas Oven Hybrid Electric And Lpg 1 40,000.00 40,000.00 419 Pcs Electric Kettle 1.5l 3 900.00 2,700.00 420 Pcs Stand-up Kitchen Mixer-standard (4 Liters Stainless Steel Bowl With Cover) Tilting Mixing Arm. Accessories: Beater, Dough Hook, Whisk. 12 Speed Setting. 2 10,000.00 20,000.00 421 Pcs Hand Mixer. Powerful 180w Motor And 7 Speeds Including Turbo Setting Made Of Stainless-steel Abs. Multifunctional With Chrome Accessories: X2 Beaters, X2 Dough Hooks 5 2,500.00 12,500.00 422 Unit Rice Cooker Standard 2l Home Multifunctional Home Cooking 220v. Fast Cooking, Keep Warm Function, Non-stick Coating, Stainless Steel Cover. Input Voltage. 220v. Power Consumption 400w. Volume Capacity 2l Dimension (l X W X H) 215*215*215 3 2,500.00 7,500.00 423 Unit Electric Rice Cooker 10l 2 5,000.00 10,000.00 424 Pcs Blender 1.5 Liter 5 700.00 3,500.00 425 Pcs Pressure Cooker 3.5 Liter 2 1,200.00 2,400.00 426 Pcs Gas Stove Rack. Plain Sheet With Steel Frame. With Cooking Platform At The Top. Kitchen Heavy Duty Gas Tank Holder Kitchen Organizer Stainless. Made Of Carbon Steel 45cmx45cmx90cm. Made Of Carbon Steel Color Black With Partition For 11kg Gasul Tank And For Cooking Materials. 4 5,500.00 22,000.00 427 Pcs Chef's Knife, 8" Stainless Steel 6 350.00 2,100.00 428 Pcs Bread Knife, 8" Stainless Steel 6 350.00 2,100.00 429 Pcs Clever Knife/ Butcher Knife To Chop Bones 20 Cm Blade, 31 Cm From Tip To Handle 6 350.00 2,100.00 430 Pcs Kitchen Scissors 9" Stainless Steel 6 350.00 2,100.00 431 Pcs Utility Knife 61mmx19mm 6 350.00 2,100.00 432 Pcs Boning Knife, 8" Japanese High Carbon Steel 6 350.00 2,100.00 433 Pcs Paring Knife 4" German Stainless Steel 6 350.00 2,100.00 434 Pcs Stainless Peeler For Vegetables 15cmx6cm 6 80.00 480.00 435 Pcs White Cutting Board (for Bread And Pastry) 25.5cmx34cm, Plastic 6 460.00 2,760.00 436 Pcs Green Cutting Board (for Fruits And Vege)25.5cmx34cm, Plastic 6 460.00 2,760.00 437 Pcs Red Cutting Board (raw Meat)25.5cmx34cm, Plastic 6 460.00 2,760.00 438 Pcs Blue Cutting Board (raw Fish)25.5cmx34cm, Plastic 6 460.00 2,760.00 439 Pcs Yellow Cutting Board (cooked Meat) 25.5cmx34cm, Plastic 6 460.00 2,760.00 440 Pcs Brown Cutting Board (raw Crops) 25.5cmx34cm, Plastic 6 460.00 2,760.00 441 Pcs Weighing Scale (dial/analog. 25kg) 1 400.00 400.00 442 Pcs Digital Kitchen Scale 3kg/0.1g And 500g/0.1g 3 690.00 2,070.00 443 Pcs Measuring Cups (1 Set) 6 95.00 570.00 444 Pcs Plastic Measuring Pitcher Jug With Measurement(set) Maximum Of 1 Liter 6 126.00 756.00 445 Pcs Measuring Spoon, Plastic (set) 6 60.00 360.00 446 Pcs Deep Fry Thermometer, Deed Fried Pot Thermometer Oil Temperature Gauge 6 320.00 1,920.00 447 Pcs Meat Thermometer, Brifit Waterproof Kitchen Meat Thermometer, Foldable Digital Instant Read Food Thermometer 6 400.00 2,400.00 448 Pcs Oven Thermometer 6 389.00 2,334.00 449 Pcs Tenderizer, Wooden Circular-50mm Diameter, 3cm Spikes, 190mm Long (flashlight Design) 6 280.00 1,680.00 450 Pcs Skimmer, Fine Mesh Strainer Oil-frying Filter 7cm Diameter, 32 Long 5 80.00 400.00 451 Pcs Wire Skimmer 18cm Diameter, Stainless Steel 5 80.00 400.00 452 Pcs Strainer, Stainless Steel Multi-purpose Food Strainer, Fine Mesh Long Handle 20cm Diameter X 28cm (fine) 5 109.00 545.00 453 Pcs Siever 17.5x12x11.5cm, Stainless Steel Mesh Stainer 6 68.00 408.00 454 Pcs Strainer Medium 20cm Diameter X 28cm (fine) 6 90.00 540.00 455 Pcs Strainer Large 25cm Diameter X 30cm Long, Stainless Steel 6 120.00 720.00 456 Pcs Wooden Turner, Wooden Sandok Kitchen Spatula Spoon Turner Cooking, 3" Width Of Sandok, 10" Long 6 65.00 390.00 457 Pcs Wooden Spatula 9cm Sandok, 34 Cm Long 6 65.00 390.00 458 Pcs Parisienne Spoon, Double-ended Headed Fruit Ice-cream Ball 6 50.00 300.00 459 Pcs Wooden Ladle/spoon 6cm Pang Sandok 30 Cm Long 6 120.00 720.00 460 Pcs Zester, Four-sided Stainless-steel Grater 9-inch Kitchen Multipurpose Grater For Parmesan Cheese, Ginger Vegetables 6 79.00 474.00 461 Pcs Reusable Piping Bags. 26 Pcs/set Silicone Pastry Bag Tips Kitchen Diy Icing Piping Cream 24 73.00 1,752.00 462 Pcs Stainless Funnel Small 4.5cm Opening Diameter, 3.7cm Height, 0.6cm Tube Diameter 6 60.00 360.00 463 Pcs Stainless Funnel Small 5.5cm Opening Diameter, 5cm Height, 0.9cm Tube Diameter 6 70.00 420.00 464 Pcs Stainless Funnel Small 7.5cm Opening Diameter, 6.7cm Height, 1.2cm Tube Diameter 6 60.00 360.00 465 Pcs 8" Tongs 6 89.00 534.00 466 Pcs 12" Tongs 6 120.00 720.00 467 Pcs Pepper Mill, 5-inch Wooden Peeper Grinder 6 60.00 360.00 468 Pcs Salt Mill 5-inch Wooden Salt Grinder 6 60.00 360.00 469 Pcs Wire Whisks 12 Inches 6 80.00 480.00 470 Pcs Wire Whisks 8 Inches 6 89.00 534.00 471 Pcs Can Opener 6 120.00 720.00 472 Pcs Bottle Opener 6 79.00 474.00 473 Pcs Soup Ladle 3oz 6 140.00 840.00 474 Pcs Soup Ladle 6oz 6 160.00 960.00 475 Pcs Soup Ladle 8oz 6 160.00 960.00 476 Pcs Soup Ladle 12oz 6 180.00 1,080.00 477 Pcs Stock Pot, 30cm High Quality Stainless Steel 10 1,500.00 15,000.00 478 Pcs Stock Pot 24cm High Quality Stainless Steel 10 999.00 9,990.00 479 Pcs Frying Pan 22cm Marble Frypan 10 500.00 5,000.00 480 Pcs Frying Pan 28cm Marble Frypan 48.2x28x5.7cm 10 600.00 6,000.00 481 Pcs Casserole 18 Cm Aluminum, Double Handle, Rust Free 10 250.00 2,500.00 482 Pcs Casserole 20 Cm Aluminum, Double Handle, Rust Free 10 300.00 3,000.00 483 Pcs Casserole 28 Cm Aluminum, Double Handle, Rust Free 10 600.00 6,000.00 484 Pcs Wok 40 Cm Chinese Nonstick Wok Pan 10 500.00 5,000.00 485 Pcs Double Broiler 28 Cm Stainless Steel Two-layer Double Soup Steamed Dual Purpose 10 280.00 2,800.00 486 Pcs Glass Rack. 25-compartment Gray Full-size Glass Rack With 2 Blue Extenders 2 2,500.00 5,000.00 487 Pcs Plate Rack. Microwire 24 Compartment Catering Plate Rack For Plates Up To 11" - Wash, Store, Transport 3 3,000.00 9,000.00 488 Pcs Baking Tray 15"x17" 5 180.00 900.00 489 Pcs Roasting Tray 15"x17'' 5 180.00 900.00 490 Pcs Braising Pan 32cm Stainless Steel Nonstick Pan 5 350.00 1,750.00 491 Pcs Hanging Cabinet With Glass, Std. 2.5'x 3' X 5ft (free Installation) 3 10,000.00 30,000.00 492 Pcs Floor Mops (broom Type) Using Cotton Absorbent Strips 10 180.00 1,800.00 493 Pcs Broom (walis Tambo) 10 80.00 800.00 494 Pcs Dustpan (plastic) 11"x10" Pan, 24" Handle 10 120.00 1,200.00 495 Pcs Garbage Bin (4 Gals.) 10 300.00 3,000.00 496 Pcs Paper Towel Dispenser 10 200.00 2,000.00 497 Pcs First Aid Cabinet, Plastic Box 30cmx12cmx30co With Transparent Cover (free Installation) 2 1,500.00 3,000.00 498 Pcs Fire Extinguisher 3lbs Abc Dry Chemical Refillable (free Installation) 4 2,000.00 8,000.00 499 Pcs Mixing Bowl Small, Stainless Steel Mixing Bowl 20cm 12 80.00 960.00 500 Pcs Mixing Bowl Medium, Stainless Steel Mixing Bowl 30cm 12 130.00 1,560.00 501 Pcs Stainless Steel Basin, 45 Cm Diameter 5 180.00 900.00 502 Pcs Stainless Steel Basin, 38 Cm Diameter 5 120.00 600.00 503 Pcs Baking/ Pastry Brush, Heat Resistant, Standard Size 10 35.00 350.00 504 Pcs Plastic Containers, Microwavable Round Canister, Food Storage Container (400 Ml) 40 20.00 800.00 505 Pcs Multipurpose Plastic Pail 2.5 Gallons Capacity 4 120.00 480.00 506 Pcs Food Grade Silicone High Temperature Resistant Baking Mat Oven Baking (to Match Baking Pan), Browns Silicone Baking Oven Mat Liner, Non-stick For Pastry Cookies Dough 12 90.00 1,080.00 507 Pcs Non-slip Doormat 75x45 Cm Rubber 18 500.00 9,000.00 508 Pcs White Hand Towels Hanging Kitchen Hand Dry 20cmx30cm 12 30.00 360.00 509 Pcs Potholder, Basahan Bilog 6 Inches Diameter 12 15.00 180.00 510 Pcs Round Cake Molder 4, 6, 8 Inches Set 5 161.00 805.00 511 Pcs Square Cake Molder 9, 11, 13 Inches Set 5 160.00 800.00 512 Pcs Baguette Bake Mold Pan 34.5 Cmx 24cm (6cm Molder) Nonstick 10 399.00 3,990.00 513 Pcs Meat Processing Machine (meat Grinder Manual) 1 5,000.00 5,000.00 514 Set Stainless Icing Tip (set-12pcs) Cake Decorating Kit Stainless. Icing Piping Nozzles Pastry Tips Cake. 10 499.00 4,990.00 515 Pcs Cupcake Molder Tray Of 6 12 Holes Baking Pan Muffin Cup Cake 10 89.00 890.00 516 Pcs Large Wooden Turner For Large Oven. Kitchen Turner Flat Spatula Scraper, Acacia Wood 10.5 Inches Long And 2.75 Inches Turner 3 200.00 600.00 517 Pcs Dressing Mirror (whole Body Mirror With 4 Wheels Height 5ft. Width 14 Inches) 1 1,500.00 1,500.00 518 Set Dish Towels (10 Pc. Per Set 25 Cm X 25 Cm Microfiber Super Absorbent) 5 993.00 4,965.00 519 Pcs Soap Dish (dual Soap Case With Cover & Handle- Bathroom Soap Dish / Soap Case) 50 70.00 3,500.00 520 Pcs Detergent (detergent Powder Set 6 Kilos-i Kilo X 6 Pouches) 50 288.00 14,400.00 521 Pcs Hand Soap (liquid Hand Soap Antibac 1 Gallon) 10 216.00 2,160.00 522 Pcs Pots (extra Size #4 (26cm Diameter 16 Cm In Height) 20 673.20 13,464.00 523 Pcs Pans (nonstick 12") 5 195.00 975.00 524 Pcs Toilet Paper Holder (wall Mounted Bathroom Toilet Paper Holder Tissue) 2 238.00 476.00 525 Pcs Dipper (plastic Dipper L 11" X W 36"x H 41" 5 100.00 500.00 526 Pcs Pail (utility Pail With Metal Handle 10l/26x27 Cm) 8 250.00 2,000.00 527 Pcs Trash Can (with Plastic Swing Lid L-27, W- 17., H- 40.5 Cm) 5 350.00 1,750.00 528 Pcs Toothbrush (extra Clean Toothbrush 5 Pk -soft) 20 182.40 3,648.00 529 Pcs Hairbrush (natural Wood Hairbrush Comb) 20 120.00 2,400.00 530 Pcs Comb (1 Dozen Suklay 3-hole X Sz-28 Big) 20 90.00 1,800.00 531 Pcs Toothpaste (red 100 Ml) 20 58.20 1,164.00 532 Pcs Plastic Tumbler 20 300.00 6,000.00 533 Pcs Razor (twin Blade Disposable Razors) 20 120.00 2,400.00 534 Pcs Nail Clipper (stainless Nail Clippers H-8 Cm Wt-0.046 Kg) 20 84.00 1,680.00 535 Pcs Nail File (12 Pcs Red Nail File (medium) 20 50.00 1,000.00 536 Pcs Deodorant (roll On 50 Ml Bottle) 20 150.00 3,000.00 537 Pcs Face Towel (basic Face Towel - Free Size) 20 110.00 2,200.00 538 Pcs Feminine Napkin (silk Floss 12 Pcs) 50 45.00 2,250.00 539 Pcs Dust Catcher With Broom (2n1 Broom Dustpan Set Windproof Floor Sweeper With Broom) 10 350.00 3,500.00 540 Pcs Feather Duster (soft Magic Feather Duster Long Size And Colorful Colors (plastic) 10 110.00 1,100.00 541 Pcs Wash Rags (round Rags) 10 30.00 300.00 542 Pcs Floor Mop (magic Spin Mop With Bucket 360° Rotating Floor Cleaning Plastic Liner) 10 900.00 9,000.00 543 Pcs Garbage Can (super Convenient Mini Flip Lid Trash Can (plastic) 10 150.00 1,500.00 544 Pcs Sponge (high Density Double-sided Dishwashing Sponge 7x10x3 Cm) 10 118.00 1,180.00 545 Pcs Spray Bottle (garden Sprayer Capacity: 500ml) 10 155.00 1,550.00 546 Pcs Table Napkin (1 Ply 40s Sheets Folded) 10 50.00 500.00 547 Pcs Place Mat (table Placemat Pvc Anti-slip Placemat Washable Durable Kitchen S:30x45cm) 10 50.00 500.00 548 Set Plates (12 Pcs Plates 8-inch Melamine White) 3 634.00 1,902.00 549 Set Drinking Glass (drinking Glass 10 Oz Tall Clear Tumblers Set Of 6 L=5.5cm H-12 Cm) 1 718.00 718.00 550 Pcs Pitcher (durable Crystal-clear Glass 1.5 L) 2 300.00 600.00 551 Pcs Bowl (serving Bowls, Clear Glass 20 Cm) 2 130.00 260.00 552 Pcs Water Pail (utility Pail With Metal Handle 10l Color: Red/ Blue L-27cm, W-27cm, H-26 Cm 4 350.00 1,400.00 553 Pcs Laundry Bar Soap (scrubber Bar 125g) 120 20.00 2,400.00 554 Pcs Clothesline (1 Pc Nonslip Clothesline 35 M) 20 140.00 2,800.00 555 Pcs Clothes Pin (laundry Clothes Pins Spring Clips 24 Pcs Plastic) 20 100.00 2,000.00 556 Pcs Wash Basin Plastic (laundry Basin 23 Inch) 5 250.00 1,250.00 557 Pcs Laundry Bag Set (4 Pcs/set Laundry Washing Bag- 1 Pc M(30cmx40cm) 1pc L (40cmx50cm) 1pc Xl (50x60 Cm) 10 200.00 2,000.00 558 Pcs Ironing Board (ironing Board With Stand Portable 36"iron Board (70cm To 86 Cm) 5 1,600.00 8,000.00 559 Pcs Flat Iron (non-stick Teflon Saleplate Spray Function Ht &width 251x170x120mm 5 1,000.00 5,000.00 560 Pcs Pants. Standard Slacks Medium Size 3 1,000.00 3,000.00 561 Pcs Polo. Public School Uniform Type. Medium Size 3 500.00 1,500.00 562 Pcs Blouse. Public School Uniform Type. Medium Size 3 500.00 1,500.00 563 Pcs Skirt. Commonly Used In Public School Type. Medium 3 600.00 1,800.00 564 Pcs Long Sleeves. Cotton, Medium Size 3 1,000.00 3,000.00 565 Pcs T-shirt With Collar. Cotton, Medium Size 3 800.00 2,400.00 566 Pcs T-shirt Without Collar. Cotton, Medium Size 3 500.00 1,500.00 567 Pcs Maong Pants. Medium Size, Female Cut, Medium 3 1,000.00 3,000.00 568 Pcs Maong Pants. Medium Size, Female Cut, Medium 3 1,000.00 3,000.00 569 Pcs Maleta. 7kg Hand Carry Luggage Travel Bag. 360 Universal Wheels. Divided Internal Space. 57 Liters Capacity. 40 X 57 X25 Cm Dimension. 3 1,500.00 4,500.00 570 Pcs Chef’s Hat. Chef Cap For Men Women Chef Head Cap Breathable Hat Fast Food Restaurant Coffee Shop Work Wear. Large Size. Black 20 250.00 5,000.00 571 Chef’s Hat. Chef Cap For Men Women Chef Head Cap Breathable Hat Fast Food Restaurant Coffee Shop Work Wear. Medium Size. White 20 250.00 5,000.00 572 Pcs Chef’s Hat. Chef Cap For Men Women Chef Head Cap Breathable Hat Fast Food Restaurant Coffee Shop Work Wear. Small Size. White 20 250.00 5,000.00 573 Pcs Chef’s Apron. Black Apron With 2 Large Pockets Adjustable Apron Halter Neck Unisex Dirt And Stain Resistant. Large 20 450.00 9,000.00 574 Pcs Chef’s Apron. Black Apron With 2 Large Pockets Adjustable Apron Halter Neck Unisex Dirt And Stain Resistant. Medium 20 450.00 9,000.00 575 Pcs Chef’s Apron. Black Apron With 2 Large Pockets Adjustable Apron Halter Neck Unisex Dirt And Stain Resistant. Small 20 450.00 9,000.00 576 Pcs Hair Net. Unisex Hair Net Cap Hair Mesh Weaving Wig Cap Hair Styling Tools Nylon Hair Nets Hollow Out High. Black 300 30.00 9,000.00 577 Dozen Hangers (12 Pcs. Plastic Hanger) 1 181.00 181.00 578 Pcs Wash Basin. Aluminum 32" Diameter. 6 1,500.00 9,000.00 579 Pcs Washing Machine. 7.0 Kg Digital Inverter Fully Automatic Top Load Washing Machine (water Level: 5, Gross Weight: 31kg, Net Weight: 27 Kg Gross Dimension: (wxhxd) 580x890x600mm Net Dimension: (wxhxd)= 540x857x568mm) 3 25,000.00 75,000.00 580 Pcs Vacuum Cleaner (heavy Duty Gas 12-25 Pl Wet And Dry Vacuum Cleaner/ Extractor With Power Socket System 1,250 W Weight-9kg, Max Input Power- 1,250 W, Max Vacuum Power-200 Mbar) 2 12,000.00 24,000.00 581 Pcs Socks (cotton Socks Unisex High Street Socks Sixe:38-44 5 200.00 1,000.00 582 Pcs Dress (sleeve Ruffle Hem Plain Elegant Red Small, Medium, Large) 3 500.00 1,500.00 583 Pcs Slippers (sizes 7-10, Flipflop Brand Light Weight And Durable 5 150.00 750.00 584 Pcs Mattress For Single Bed (30x75 Single Size Polyester 3.5 Inch Thick) 5 4,440.00 22,200.00 585 Pcs Pillows (foam Pillow 4x12"x20") 5 426.00 2,130.00 586 Pcs Bedsheets (cotton Full Garterize 3n1 Bed Sheets, For Single Bed Size) 5 1,100.00 5,500.00 587 Pcs Alarm Clock (stopwatch, Digital Timer) 5 850.00 4,250.00 588 Pcs Goalball, Standard Size And Weight, Blue 2 20,000.00 40,000.00 589 Pcs Basketball, Standard Size 2 2,000.00 4,000.00 590 Pcs Soccer Ball, Standard Size 2 1,500.00 3,000.00 591 Set Bocce Balls, 100mm Diameter, 4 Balls Colored Red, 4 Balls Colored Green, With Palena Ball Color White. Set With Bag. 2 20,000.00 40,000.00 592 Piece White Cane For Adults- Foldable Aluminum With White Anodized Finish And Plastic Tip. The Tube Has A Spring Lock Pin For Adjusting Handle Height From 58-94 Cm. 10 1,500.00 15,000.00 593 Piece White Cane For Kids- Foldable Aluminum With White Anodized Finish. The Tube Has A Spring Lock Pin For Adjusting Handle Height From 58-94 Cm. 10 1,150.00 11,500.00 594 Set Chess Board For Blind. Plastic Pieces With Special Markings, Board With Pattern To Distinguish White And Black Squares With Slots To Hold The Pieces. At Least 12"x24" Plastic Board. 4 5,000.00 20,000.00 595 Set Scrabble Board For Blind. Made Of Plastic With Special Markings On Tiles And Board. At Least 18"x18" Board. 5 4,000.00 20,000.00 596 Set Dolch Basic Sight Words. (bitay Max). Printed On White Tarpaulin 2 Ftx 3 Ft Binded With Two Wooden Sticks. With String (sabitan). Words At Least 2" Height Black, Arial Font Style. 5 1,500.00 7,500.00 597 Pcs Meter Stick, 100cm Stainless Steel Ruler 5 500.00 2,500.00 598 Box Braille Paper. White Fanfold Tractor-feed Braille Transcribing Paper: 8.5 X 11 Inches, 3-hole And 19-hole Punch. Dimensions:10.1 × 11.5 × 5.4 Inches. 1000 Sheets 7 10,000.00 70,000.00 599 Box Braille Paper. 11.5"x 8.5". 1000 Sheets 5 7,000.00 35,000.00 600 Box Swell-touch Paper 11 X 11.5-in- 100 Sheets 1 10,000.00 10,000.00 601 Unit Braille Machine, Standard. With Leather Cover. With Warranty On Parts. 2 49,500.00 99,000.00 602 Pcs Braille Slate. 27 Lines, 30 Cells Per Row, Black 25 1,000.00 25,000.00 603 Pcs Braille Contraction Pamphlet. Unified Contraction Pamphlet 4"x6". 25 600.00 15,000.00 604 Pcs Contraction Pamphlet. Nemeth Code. 4"x6". 25 600.00 15,000.00 605 Pcs Cranmer Abacus 25 650.00 16,250.00 606 Pcs Braille Stylus. Round Or Y Shape 25 200.00 5,000.00 607 Set Geometric Measurement. Set Of Protractor, Ruler And Triangles Made Of Plastic With Embossed Marking For The Blind, Standard Size. 24 1,000.00 24,000.00 Delivery Terms: Within 30 Days Drop Off Points: General Santos City Sped Integrated School – Quezon Avenue, Brgy. West, Gsc (ilrc) Payment Terms: Payment To The Service Provider Shall Be Made Through Philippine Veterans Bank Lddap-ada / Mds. In The Case Of Accounts Maintained In Other Bank, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. ***nothing Follows*** Grand Total 7,338,507.00 2. The Deped Now Invites A Bid For The Above Procurement Project. Bidders Must Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project With An Amount Of At Least 50% Of The Abc To Be Bid For Non-expendable And 25% Of The Abc For Expendable. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, I.e., In Section Ii, Instructions To Bidders. Bids Received That Exceed The Abc Per Lot Shall Be Rejected At Bid Opening. The Department Of Education, Division Of General Santos City Division Through Its Bids And Awards Committee (bac) Now Invites Bids For The Herein-mentioned Goods. Delivery Of The Goods Is Required On The Expected Delivery Date(s) Stated Herein. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. A Complete Set Of Bidding Documents In Soft Copy Only May Be Purchased At Deped-division Of General Santos City Bac Secretariat, Located At Tiongson St., Lagao, General Santos City Upon Submission Of A Letter Of Intent, And Payment In Cash On A Non-refundable Fee By Interested Bidders To The Deped Division Cashier. Only Bidders Who Purchased The Bidding Documents Provided Below Shall Be Allowed To Submit Bid/bids Not Later Than The Scheduled Receipt And Opening Of Bids. Bidding Document Price Lot Number Price Lot No. 1 P 10,000.00 5. It May Be Viewed Or Downloaded After Payment From The Website Of The Philippine Government Electronic Procurement System (philgeps), Www.philgeps.gov.ph. The Schedule And Venue Of The Procuring Activities Are As Follows: Activity Date And Time Venue Pre-bid Conference February 19, 2025 2:00 P.m. (wednesday) Sds Conference And Online Via Google Meet Issuance Of Bidding Documents Until March 5, 2025 9:00 A.m (wednesday) To Be Sent To Bidder’s Email Address After Payment Of The Bidding Documents Receipt And Opening Of Bids March 5, 2025 10:00 A.m. (wednesday) Division Office/google Meet Prospective Bidders Are Strongly Encouraged To Order Or Download The Electronic Copy Of The Bidding Documents From The Philgeps Website: Www.philgeps.gov.ph, For Them To Be Included In The Document Request List Of The Project. The Pre-bid Conference Is Open To All Interested Parties Who May Have Or Have Not Bought The Bidding Documents. 6. Bids Must Be Physically Delivered To The Address And On The Date And Time Stated Herein. Submission Of Digital Copy Of The Bidding Documents 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 18. A Valid Bid Securing Declaration Must Accompany The Bid(s) In Lieu Of Bid Security. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Opening Of Bids At The Address, Date And Stated Herein. Late Bids Shall Not Be Accepted. 7. The Deped-division Of General Santos City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Not Award The Contract(s), Or Annul The Bidding Process Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. For Further Information, Please Refer To: Ofelia S. Panes Michael Jhon A. Del Sol Administrative Officer Iv (records) Administrative Assistant Ii Bac Secretariat Head Bac Secretariat Member Email: Ofelia.panes@deped.gov.ph Email: Bac.depedgensan@deped.gov.ph Cell No. 09692673871 Cell No. 09278865516 Approved By: Mervie Y. Seblos, Cese Oic – Assistant Schools Division Superintendent Bac Chairperson Bacsec/mds
Closing Date3 Mar 2025
Tender AmountPHP 7.3 Million (USD 126.5 K)

DEPARTMENT OF EDUCATION GENERAL SANTOS CITY Tender

Education And Training Services
Philippines
Details: Description Invitation To Bid Project No: 005 – 2025 - Rb 1. The Department Of Education Through The Fy 2025 Gaa Intends To Apply The Sum Of Seven Million Three Hundred Thirty-eight Thousand Five Hundred Seven And 00/100 (7,338,507.00) Being The Approved Budget For The Contract (abc) For Lots 1 And 2 For The Procurement Of Assistive Devices, Equipment, Supplies And Materials For Inclusive Learning Resource Centers. Bids Received In Excess Of Abc Shall Be Automatically Rejected At The Bid Opening. Unit Description Qty Cost Abc (vat Inclusive) 1 Lot Procurement Of Assessment Tools For Inclusive Learning Resource Centers 1 Set Adaptive Behavior Scale (specs: Vineland-3; Manual; Interview Form, Teacher Form, Parent Form 1 40,000.00 40,000.00 2 Set Autism Checklist (specs: Childhood Autism Rating Scale For 2 Yrs Old And Above: 1manual,25 Standard Rating Booklet,25 High Functioning Rating Booklet For Parents And Caregivers) 1 35,000.00 35,000.00 3 Piece Intelligence Test Booklet (specs: Raven's Standard Intelligence Test For 12 Yrs Old And Above) 10 3,500.00 35,000.00 4 Set Non-verbal Intelligence Test (specs: Raven’s Colored Intelligence Test For 4-11 Yrs Old: 1 Manual, 1 Test Booklet, Answer Key) 1 49,900.00 49,900.00 5 Set Non-verbal Intelligence Test (specs: Raven’s Standard Intelligence Test For 12 Yrs Old And Above: 1 Manual, 1 Test Booklet, Answer Key) 1 49,900.00 49,900.00 6 Set Psychomotor Speed, Visual Search And Sequencing, And Attention Test (specs: Comprehensive Trail-making Test: 1 Manual, 10 Record Booklets, And A Storage Box) 1 20,000.00 20,000.00 7 Set Trauma And Posttraumatic Stress In Children Test (trauma Symptom Checklist By Dr. John Briere For 8-17 Yrs Old: 25 Piece. Screening Form And Technical Paper 1 12,000.00 12,000.00 8 Set Verbal Intelligence Test (specs: Slosson Intelligence Test For 5 Yrs Old And Above: 1 Manual, 25 Score Sheets And Stimulus Item For The Blind) 1 35,000.00 35,000.00 9 Set Verbal Intelligence Test Score Sheets (specs: Slosson Intelligence Test For 5 Yrs Old And Above: 25 Piece) 1 12,200.00 12,200.00 With License Delivery Terms: Within 30 Days Drop Off Points: General Santos City Sped Integrated School – Quezon Avenue, Brgy. West, Gsc (ilrc) Payment Terms: Payment To The Service Provider Shall Be Made Through Philippine Veterans Bank Lddap-ada / Mds. In The Case Of Accounts Maintained In Other Bank, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Subtotal P 289,000.00 2 Lot Procurement Of Assistive Devices, Equipment, Supplies And Materials For Inclusive Learning Resource Centers 1 Unit 2hp Split Type Aircon, Inverter (free Installation) At Least 2 Years Warranty After Sales Service 1 49,000.00 49,000.00 2 Piece 8.1cu. Ft. Bottom Freezer Inverter Ref (specs: Net Weight 66kg, Net Dimension 23.6x72.8x26.8 Inches, Color White) At Least 2 Years Warranty After Sales Service 1 30,000.00 30,000.00 3 Unit Android Smart Television 55" 4k Uhd Bluetooth Connectivity, Mobile Screen Mirroring, Netflix, Wireless Connectivity, Youtube Audio Out (mini Jack), Component In (y/pb/pr), Composite In (av), Ethernet (lan), Hdmi, 220v Free Installation At Least 1 Year Warranty With After Sales Service 4 35,000.00 140,000.00 4 Set Cctv - 16ch-dvr 8 Irpf Bullet Camera 8 Irpf Dome Camera 16 Rolls (20meters) Siamese Cables, 35-bng 20-male Head 12v20a18ch Centralized Power Supply Free Installation At Least 1 Year Warranty With After Sales Service 1 49,000.00 49,000.00 5 Piece Solid Top Chest Freezer, 22 Cubic Ft. 355watts, Hxwxd (91cmx198cmx73cm) Dual Function Freezer And Chiller, Roller Feet Galvanized Inner Lining, 2-basket, 2-grip Handles At Least 1 Year Warranty With After Sales Service 1 40,000.00 40,000.00 6 Piece Vacuum Cleaner (heavy Duty Gas 12-25 Pl Wet And Dry Vacuum Cleaner/ Extractor With Power Socket System 1,250 W Weight-9kg, Max Input Power- 1,250 W, Max Vacuum Power-200 Mbar) At Least 1 Year Warranty With After Sales Service 4 12,000.00 48,000.00 7 Piece Washing Machine. 10.5 Kg Digital Inverter Fully Automatic Front Load Washing Machine (total Capacity: 10.5kg Rated Washing Power: Water Pressure: 0.02-1 Mpa Spin Speed: 1400 Rpm Gross Weight: 67 Kg Warranty: 1 Year Parts & Labor / 10 Year Motor Dimension (wxdxh): 595mm X 520mm X 850mm At Least 1 Year Warranty With After Sales Service 1 30,000.00 30,000.00 8 Piece Water Dispenser. Hot And Cold Water/drinking Household Multifunctional Top Loading. Stainless Steel Casing Color White. Dimension: 85x29x29 Cm. Large Bottom Locker. At Least 1 Year Warranty With After Sales Service 9 8,000.00 72,000.00 9 Unit 1500va Ups (black) Input Voltage: 220vac Frequency: 50hz – 60hz, Output Voltage: 220vac Capacity Va/wattage: 1500va/1050watts Transfer Time: ≤10ms Including Direction Time At Least 1 Year Warranty With After Sales Service 2 4,000.00 8,000.00 10 Set All In One Personal Desktop Computer 23" Display Monitor Processor: 2.5 To 3.8 Ghz Ram Memory: 16 Gb Storage: 1 Tb Ssd Wifi Ready, Hdmi, Usb 2.0 Or 3.2 Slots With Graphics Card For Editing Photos And Videos, With Mouse, Mousepad And Keyboard At Least 1 Year Warranty With After Sales Service 3 49,500.00 148,500.00 11 Piece Laptop - 16"-17"" Monitor Processor: 2.5 Ghz To 3.5 Ghz Ram: 16gb Storage: 1tb Ssd With Graphics Card With Bag, Mouse, And Mouse Pad At Least 1 Year Warranty With After Sales Service 13 49,000.00 637,000.00 12 Unit Svc 1500w Automatic Voltage Regulator1500va Avrservo Motor Typeinput Voltage: 140v-260vacoutput Voltage : 110v/220v Output Overvoltage : 246±4voutput Voltage Precision : <±4% Frequency : 50/60hz Temperature Rise : <80k Efficiency : >92%regulation Time : <1s(when Variation Of Input Voltage Is 10%) At Least 1 Year Warranty With After Sales Service 1 4,000.00 4,000.00 13 Unit Svc 3000w Automatic Voltage Regulator 3000va Avr Servo Motor Type Input Voltage : 140v-260vac Output Voltage : 110v/220v Output Overvoltage : 246±4v Output Voltage Precision : <±4% Frequency : 50/60hz Temperature Rise : <80k Efficiency : >92% Regulation Time : <1s(when Variation Of Input Voltage Is 10%) At Least 1 Year Warranty With After Sales Service 1 5,000.00 5,000.00 14 Unit 3in1 Printer (print, Scan, Copy) Dye Ink, A4 (black / Color) (cyan, Magenta, Yellow) Paper Sizes: Legal (8.5 X 14"), Indian-legal (215 X 345 Mm), 8.5 X 13", Letter, A4, 16k (195 X 270 Mm), B5, A5, B6, A6, Hagaki (100 X 148 Mm), 5 X 7", 5 X 8", 4 X 6", Envelopes: #10, Dl, C6 Maximum Paper Size: 215.9 X 1200 Mm Dimensions (w X D X H): 375 X 347 X 179mm, Weight: 3.9 Kg Ac 220-240 V, 50-60 Hz, Usb 2.0 At Least 1 Year Warranty With After Sales Service 8 15,000.00 120,000.00 15 Bottle Printer Dye Ink Color Black 65 Ml 50 300.00 15,000.00 16 Bottle Printer Dye Ink Color Cyan 65 Ml 50 300.00 15,000.00 17 Bottle Printer Dye Ink Color Magenta 65 Ml 50 300.00 15,000.00 18 Bottle Printer Dye Ink Color Yellow 65 Ml 50 300.00 15,000.00 19 Unit A3 Size Ink Tank Printer, Inkjet, 30ppm 4 Colors (cyan, Magenta, Yellow, Black) Integrated Ink Tank System, Usb 2.0 Paper Size: A3 (297mm X 420mm), A4 (210mm X 297mm), A5 (148mm X 210mm), A6 (105mm X 148mm) Resolution: 1400dpi At Least 1 Year Warranty With After Sales Service 1 30,000.00 30,000.00 20 Bottle Sublimation Ink - 100ml (black) 10 350.00 3,500.00 21 Bottle Sublimation Ink - 100ml (cyan) 10 350.00 3,500.00 22 Bottle Sublimation Ink - 100ml (light Cyan) 10 350.00 3,500.00 23 Bottle Sublimation Ink - 100ml (light Magenta) 10 350.00 3,500.00 24 Bottle Sublimation Ink - 100ml (magenta) 10 350.00 3,500.00 25 Bottle Sublimation Ink - 100ml (yellow) 10 350.00 3,500.00 26 Unit Laser Printer Compact Mono Laser Multi-function Laser Printer A4 Print Speed Up To 34 Ppm (black) Wifi, Airprint, Mopria, Wifi Direct, Lan, Usb 2.0 Full Capacity Toner Included. Yield Up To 1200 Pages (black)* Auto 2-sided (duplex) Printing, 50 Sheets Auto-document Feeder (adf), 2-line Lcd Dimensions: 410 Mm × 399 Mm × 319 Mm Up To 250 Sheets Of 80 Gsm Plain Paper Paper Size: A4, Letter, B5 (jis), B5 (iso), A5, A5 (long Edge), B6 (jis), A6, Executive, 16k (195x270 Mm), A4 Short (270mm Paper), Com-10, Dl, C5, Monarch, Legal And Folio At Least 1 Year Warranty With After Sales Service 1 16,000.00 16,000.00 27 Piece Toner Ink For Laser Printer Color Black 10 2,500.00 25,000.00 28 Unit Wireless Printer 6 Colors (cyan, Light Cyan, Magenta, Light Magenta, Yellow, Black) Printing Technology: Micropiezo Printhead Pvc/id Card Printing: Yes Printer Borderless 300 Gsm Wi-fi A4 (210mm X 297mm) Usb: Usb 2.0 Network: Wi-fi Ieee 802.11b/g/n, Wi-fi Direct Network Protocol: Tcp/ipv4, Tcp/ipv6 Network Management Protocols: Snmp, Http, Dhcp, Apipa, Ping, Ddns, Mdns, Slp, Wsd, Lltd Compact Integrated Tank Design Replaceable Maintenance Box High Yield Ink Bottles Ultra-high Page Yield Of 2,100 Pages (colour) Rated Voltage: Ac 220-240 V Rated Frequency: 50 - 60 Hz, Operating: 19 At Least 1 Year Warranty With After Sales Service 1 23,000.00 23,000.00 29 Bottle Universal Pigment Ink - 1liter (black) 2 1,500.00 3,000.00 30 Bottle Universal Pigment Ink - 1liter (cyan) 2 1,500.00 3,000.00 31 Bottle Universal Pigment Ink - 1liter (light Cyan) 2 1,500.00 3,000.00 32 Bottle Universal Pigment Ink - 1liter (light Magenta) 2 1,500.00 3,000.00 33 Bottle Universal Pigment Ink - 1liter (magenta) 2 1,500.00 3,000.00 34 Bottle Universal Pigment Ink - 1liter (yellow) 2 1,500.00 3,000.00 35 Unit Photocopier 28 Copies Per Minute Direct Usb Printing/scanning Copier/printer/colored Scanner Enlarger/reducer Automatic Back-to-back/duplex Printing Touchscreen Operating Panel Original Size Up To 11x17 A3 At Least 1 Year Warranty With After Sales Service 1 49,200.00 49,200.00 36 Piece Toner Ink For Photocopier 20 1,800.00 36,000.00 37 Piece A3/a4 Laminator Machine Hot/cold/reverse 220v Heavy Duty Product Size: 450*175*92mm Product Weight: About 4.5kg Temperature Range: 80-180℃ Film Thickness: ≤1mm Over-plastic Width: ≤330mm At Least 1 Year Warranty 3 5,000.00 15,000.00 38 Unit A4/a3 Sliding Paper Cutter Heavy Duty Metal Base Paper Trimmer For Photo/vinyl/card Rolling Blade Dimensions: 441mm X 169mm (a4) / 580mm X 169mm (a3) Maximum Cutting Width: 318mm (a4) / 450mm (a3) Materials: Aluminum Alloy, High-carbon Steel, Plastic Maximum Sheets Per Cut: 10 Sheets Of 70g Standard Copy Paper At Least 1 Year Warranty With After Sales Service 2 2,000.00 4,000.00 39 Unit Electric Paper Shredder Machine Automatic Heavy Duty Black Paper Cutter Shredder, Weight:17.55kg Size & Spec.: Shred Capacity: 16 Sheets; Shred Size: 4x40mm; Security Level:4 Can Shred: Cd/dvd, Paper, Card, Paper Clip, Staple Continuous Run Time: 30min, Bin Capacity: 31l Machine Noise: 58db Machine Power: 240w, Dimensions:390x302x615mm At Least 1 Year Warranty With After Sales Service 2 20,000.00 40,000.00 40 Piece Portable Sound System With Microphone ( Active Potable Trolley Speaker , 600w Max Power, Bluetooth + Tws, Usb & Sd Playback, Fm Radio, Line-in & Line -out, 2 Guitar Input, 2 Wired Mic Input, 180 Channels, Mic Priority, High Quality Lead Acid 12ah Battery, 12 Dc Input, Dimensions: (l) 36.5cm (w) 40 Cm (h) 67.5 Cm, 2 Fee Wireless Mic) At Least 1 Year Warranty With After Sales Service 2 20,000.00 40,000.00 41 Unit Price Labeler Size & Spec.: 230x130x55mm, With Ink Wheel And Price Label Sticker Color: Black, Material: Abs 1 1,500.00 1,500.00 42 Unit A3 Size Heavy Duty Digital Heat Press Machine 15x18 Inches Flatbed Auto-open Drawer Type *auto-open Heat Press *15x17.75inches Flatbed Working Area *watts: 1800 Watts At Least 1 Year Warranty With After Sales Service 1 20,000.00 20,000.00 43 Unit Cap Press Machine For Sublimation Printing Watts: 450 Press Handle Digital Controller Aluminum Heating Plate Pressure Knob At Least 1 Year Warranty With After Sales Service 1 6,000.00 6,000.00 44 Unit Digital Mug Press Heavy Duty, 220volts, 280watts 11oz Built In Heating Pad Replaceable Heating Pad At Least 1 Year Warranty With After Sales Service 2 6,000.00 12,000.00 45 Piece Acoustic Guitar, Glossy Finish, Body Shape: Redondo Scale Length: 25.6" No. Of Frets: 20, Fret Size: 2.4mm Material Made: Bod, Back & Neck (mahogany) Fingerboard Radius: 15.75", Nut Width: 1.69" With Pickup Tuner And Preamp System Electronics: Controls Volume, Bass, Treble 3 6,050.00 18,150.00 46 Unit Brailler Machine - Metal Carrying Handle Paper Size Maximum: 11.5 X 14 In (29.2 X 35.6 Cm) Weight: 10.6 Lb (4.8 Kg), Recommended Paper Weight: 90 Lb Includes Leather Dust Cover, Audible Bell Sound Seven Spaces Before End Of Line Dot Height: .019 In (.5 Mm), Dot Diameter: .057 (1.4 Mm) Dot Spacing: .09 In (2.3 Mm), Character Spacing: .24 In (6 Mm) Line Spacing: .4 In (10 Mm) 3 49,500.00 148,500.00 47 Unit Mirrorless Camera With Rf-s 18-45mm F/4.5-6.3 Is Stm Lens Kit 24.2mp Aps-c Cmos Sensor Digic X Image Processor Uhd 4k 30p Video Recording Dual Pixel Cmos Af Ii With 651 Points 2.36m-dot Electronic Viewfinder 3.0"" 1.62m-dot Vari-angle Touchscreen 15 Fps Electronic Shutter Movie For Close-up Demos Mode Vertical Movie Mode, Multi-function Shoe, Wi-fi & Bluetooth At Least 1 Year Warranty With After Sales Service 1 49,000.00 49,000.00 48 Unit 18-35mm F/1.8 Dc Hsm Art Lens Dimensions (diameter × Length): Φ78mm × 121mm / Φ3.1in. × 4.8") Weight:810g / 28.6oz. Petal Type Lens Hood Lh780-06 Front Cap Lcf-72mm Iii, Rear Cap Lcr Ii 1 40,000.00 40,000.00 49 Set Speedlite Flash Ttl For Camera Built-in 2.4ghz X Wireless Radio System Compatible With Canon E-ttl / E-ttl Ii Guide Number: 118' At Iso 100 And 105mm Zoom Range: 24-105mm (14mm With Panel) Tilts From -7 To 90°, Rotates 270° Wireless Master/slave Ttl Functionality Recycle Time: 0.1-2.2 Second At Least 1 Year Warranty With After Sales Service 1 5,000.00 5,000.00 50 Unit Portable Camera Tripod (heavy Duty Aluminum) 22lbs Load 67”/1.7m With Detachable Monopod For Dslr, Military Magnesium Aluminum Alloy, Corrosion Resistance Weight: 1.5kg, 28mm Metal Ball Head, 360 Degrees Rotation 5 Sections Tube Leg, Max Diameter: 25mm Height Without Column: 51", Height With 2 Sections Center Column: 67" 1 5,000.00 5,000.00 51 Unit 2.4ghz Wireless Microphone System Transmitter 2.4ghz Frequency Hopping System 200meters Wireless Range Lithium Battery Parameters: 3.7v ⎓ 140mah, 0.518wh 24h All Day Recording Intelligent Noise Cancellation Dynamic Range:86db, Type-c Input, Net Weight: 12g Dimensions: 48mmx22mmx16mm (1.89”x0.87”x0.63”) At Least 1 Year Warranty With After Sales Service 1 3,000.00 3,000.00 52 Unit 2.4ghz Wireless Microphone System Receiver 2.4ghz Frequency Hopping System 200meters Wireless Range, Type-c Input Lithium Battery Parameters: 3.8v ⎓ 200mah, 0.76wh, 5v ⎓ 200ma Dimensions: 48mmx28mmx15mm (1.89”x1.10”x0.59”) Net Weight: 16g At Least 1 Year Warranty With After Sales Service 2 3,000.00 6,000.00 53 Unit Studio Lighting Softbox 50 * 70cm With 2m Light Stand And 45w Light Bulb Max Height: 200cm / 78" Collapsible Height: 65cm / 32" 2 1,500.00 3,000.00 54 Unit 16port Desktop/rackmount Switch Network Switch Hub 16 Port 1 4,000.00 4,000.00 55 Unit 4k Hdmi To Hdmi Wire (10 Meters) 9 1,000.00 9,000.00 56 Unit Audio Voice Recorder. Built-in 375mah Battery, Specification: Recording Time: 512kbps, 32gb: About 144 Hours. Storage Media: Tf Card, 32gb, Battery Capacity: 375mah, Package Size: 15.2x7.8x3.7cm/5.9x3x1.4in, Package Weight: 135g/4.7oz At Least 1 Year Warranty With After Sales Service 3 2,674.00 8,022.00 57 Piece Calculator. Basic Calculator Big Calculator. Office Supplies. Dimension: 160.4x164.5x44.2mm. Color White. Dual Power Supply. Aaa Battery With Solar Panel. Inner Concave Buttons. 10 500.00 5,000.00 58 Box Cat5e, Utp Cable, Box ~305mtrs, Pn: 25awg (lan Cable) 2 6,000.00 12,000.00 59 Unit Dual Band Wifi 6 Router Dimensions Wxdxh: - 10.2 × 5.3 ×1.5 In (260.2 × 135.0 × 38.6 Mm) 2 3,000.00 6,000.00 60 Set Heavy Duty 3.5mm Jack Plug Male To 2 Rca Stereo Aux Audio Cable Line, 10 Meters 9 900.00 8,100.00 61 Unit Network Cable Tester Rj45 Rj11 Rj45 Network Lan Ethernet & Networking Tool Network Repair Dimensions: 10cm*5cm*3cm Two Power Supply Methods: 9v Battery & Type-c Charging 2 600.00 1,200.00 62 Piece Offline Mini Compressor (air Compressor Kwv550 9l) 1 4,558.00 4,558.00 63 Piece Presentation Clicker. Slide Deck Presentation 2.4ghz Wireless Usb Ppt Flip Pen Pointer Clicker Presenter With Red Light Remote Control, Color Black 9 900.00 8,100.00 64 Unit Rj45 Crimping Tool Ethernet Network Lan Cable Crimper Cutter Stripper Plier Modular 8p Rj45 And 6p Rj12 Rj11 2 400.00 800.00 65 Unit Usb Headset Headphone With Noise Cancelling, Unidirectional Microphone, Wired Connection Cable Length: 200 Cm, Port: Usb, Speaker Unit: 40mm Hd Driver Frequency Response: 20 Hz - 20 Khz Sensitivity: 105 Db, Impedance: 32 Ohms 16 1,000.00 16,000.00 66 Set Wired Handheld Microphone, 70 Hz → 14 Khz With 10-meter Cord, Anti-interference, Anti-whistling. 2 1,500.00 3,000.00 67 Piece Abrasive Disc Cutter Machine (ssc22 14-inch Cut Off Saw Machine 2200w) 5 7,577.00 37,885.00 68 Unit Electric Angle Grinder. Heavy Duty 4" 1000w Professional Power Tools Grinders Variable-speed 2 2,500.00 5,000.00 69 Piece Electric Heat Gun (shrink Gun With Accessories 2000 W) 5 1,725.00 8,625.00 70 Piece Sewing Machine Electric Built-in 4-step Buttonhole Stitch And 22 Patterns Shuttle Hook System And Front Loading Bobbin Sturdy But Light Aluminum Casting Housing Big Needle Plate With Seam Guide Line, Metal Hook Cover Pressure Regulator Button, Snap-on Presser Feet Stitch Length And Width Dial, Manual Reverse Stitch Button Built-in Led Light, Needle Position At Mid Or Left Drop Feed, Treadle Or Motor Options At Least 1 Year Warranty With After Sales Service 2 20,000.00 40,000.00 71 Piece Sewing Machine (zigzagger) Power:90w, Rated Voltage:220v, Number Of Stiches:23, Automatic Winding. Presser Foot Pressure Adjustable (free Installation) At Least 1 Year Warranty With After Sales Service 1 25,000.00 25,000.00 72 Set Electric Wood Power Planer. Wood Planer For Woodworking. 1200 Watts. 1300 Rpm. 50 Hz. 80mm Wide. With Accessories. With Warranty 2 3,000.00 6,000.00 73 Piece Handheld Rechargeable Pool Vacuum. • Strong Built-in 4v 2ah Ni-mh Rechargeable Batteries Suitable For Use With All Purpose And Above Ground Pools Up To 18 Feet Or 5.49 Meters In Diameter 0.21 Gal (0.8 Liters) Quick Release Transparent Debris Container 12 Gal/min. (45 Liters/minute) Water Suction For Efficient Debris Collection 94 Inches (2.39m) Lightweight Telescoping Aluminum Pole Two Interchangeable Brush Heads Automatic Shut-off Feature When Vacuum Is Not Submerged In Water Ipx8 Waterproof Switch For Added Protection 5-6 Hour Charge Time / 50 Minutes Maximum Running Time Usb Charging Cable Included For Convenient Recharging (plug Not Included) At Least 1 Year Warranty With After Sales Service 2 9,998.00 19,996.00 74 Piece Heavy Duty Automatic Electric Hand Dryer, Color: White Features: Cold And Hot Air Sensing Range: 12 + 3cm Hot Air Temperature: 40c - 54c Action Duration: 40s - 1 Min Water Power Source Voltage: Ac 220v 50/60 Hz Heating Power: 1800w Motor Speed: 2800r / Min At Least 1 Year Warranty With After Sales Service 2 5,000.00 10,000.00 75 Piece Heavy Duty Wood Circular Saw 7" Rated Power Input: 1500w Rated Frequency: 60hz Rated Voltage: 220v No- Load Speed: 5300r / Min Max. Disc Diameter: 185mm At Least 1 Year Warranty With After Sales Service 5 4,104.00 20,520.00 76 Unit Impact Drill 13mm Hammer Electric Drill Heavy Duty 220v Household Power Tools Industrial Screwdriver. 7.5 Amp Copper Motor, 700w, 3300rpm. With Warranty At Least 1 Year Warranty With After Sales Service 2 3,000.00 6,000.00 77 Unit Portable Generator With Electric Start, 10,000 Watt Starting Power & 8,000 Watt Running Power, Large Fuel Tank For Extended Run Time Powerful 420cc Ohv 4-stroke Engine Large 10.5-gallon Fuel Tank For Extended Run Time 120vac / 240vac / 60hz & 12vdc Includes Large 9.5" Wheels (free Installation) At Least 1 Year Warranty With After Sales Service 1 48,000.00 48,000.00 78 Unit Electric Welding Machine. Portable Igbt Inverter Welding Machine (dc Inverter Welding) With Accessories. With 3 Mos. Warranty 500w At Least 1 Year Warranty With After Sales Service 2 7,000.00 14,000.00 79 Piece Adjustable Wrench. Industrial Adjustable Wrench (12") 300mm Made Of High-quality Steel. 2 700.00 1,400.00 80 Set Allen Wrench. Short Arm Hex Allen Key Set With Carbon Steel Material. (1.5 To 6 Mm 7-piece Set) 2 100.00 200.00 81 Piece Anvil (15 Kg) With Steel Mounting Platform 2 12,000.00 24,000.00 82 Set Back Wrench. Set Of Heavy-duty Double Ring Spanner Wrench (metric 28mm - 32mm) Cr-v 2 700.00 1,400.00 83 Piece Ball Peen Hammer (½ Lb (80 Oz) 2 400.00 800.00 84 Piece Carving Chisels For Wood (wood Chisel 4 Piece/set) 2 798.00 1,596.00 85 Piece Chisel Rack For Wood Carving (professional 12-piece Wood Carving Chisel Set With Black Case Sharp Hand Tools For Beginners) 5 1,299.00 6,495.00 86 Set Combination Wrench Tool Set 16piece (8-32mm Professional Dual Purpose 2 700.00 1,400.00 87 Piece Corner Clamp (90-degree Single Swing Jaw Corer Clamp 68 Mm) 5 500.00 2,500.00 88 Piece Cutting Discs For Masonry. 4”-inch Professional Diamond Cutting Disc Continuous Eco For Tile / Ceramic 20 300.00 6,000.00 89 Box Cutting Disc For Steel. Ultra-thin Cutting Disc 4 (25piece) For Stainless 5 2,000.00 10,000.00 90 Set Drill Bits For Wood. 7pc X Long Wood Drill Bit Set 4mm 5mm 6mm 7mm 8mm 10mm 12mm X 300mm Brad Point Auger Drill Bits Wood 5 500.00 2,500.00 91 Set Drill Bits. 13pc Cobalt High Speed Steel Twist Drill Bit Set 1.5mm-6.5mm For Drilling Metal Wood Stainless Steel 5 500.00 2,500.00 92 Set Drill Bits.3-12mm Multifunctional Triangle Glass Metal Drill Bit Set Diamond Ceramic Tile Concrete Brick Wood Punching Hole Drill Bits 5 500.00 2,500.00 93 Piece Files Set For Wood Carving, Craft Metal, And Glass Stone (10-piece Needle File Set For Jewelries) 2 191.00 382.00 94 Piece Geometric Designer Templates (multi -functional Geometric Ruler) 5 118.00 590.00 95 Piece Geometric Shapes Set (wooden Montessori Learning Geometric Building Blocks) 5 1,176.00 5,880.00 96 Set Hacksaw Frame With Blade For Metal 12" 300mm Heavy Duty 3 350.00 1,050.00 97 Piece Hammer For Carpentry. Claw Hammer /16oz 3 300.00 900.00 98 Piece Hard Hat (heavy Duty Safety Helmet With Chin Strap) 3 300.00 900.00 99 Piece Heavy Duty Extension Wire (10-meter Wire: # 162 C, Plug: 15a, 25 V, Maximum Wattage:3750 W., At Least 4 Outlets) 12 1,500.00 18,000.00 100 Piece Heavy Duty Multi- Purpose Bench Vise (8") Mounted On A Steel Platform. 2 10,000.00 20,000.00 101 Set Heavy Duty Pliers. 8" Standard Pliers Cutter Longnose Combinations 8" Pliers 2 500.00 1,000.00 102 Unit Industrial Li-ion Cordless Laser Level 20v (12 Lines) 1pc Black Nylon Stand, 90mm Lift Adjustable; Front And Rear 55mm Adjustable Gap; 1/4″ And 5/8″ Copper Threaded Holes On Bottom; Strong Magnet On Side 1pc Sheet Metal Clip, Wavelength: 520nm Green Light Beam Accuracy: H/v Line ±3mm/10m Laser Intensity: Class Ii, <1mw Self Leveling: 0-4°, Expanded Angle: H&v 360° Max. Working Distance: 30m (without Detector) Maximum Drop Height: 1.5m, Function Mode: 1c, 2c, 3c At Least 1 Year Warranty With After Sales Service 1 15,000.00 15,000.00 103 Piece Jet-bow Beam Compass Drawing Set. The Set Includes 6" Speed Compass With Inter-changeable Pen, Pencil, Divider Parts, And Replaceable Needle Points. 4½" Bow Compass With Inter-changeable Pen, Pencil, And Divider Parts. 5 1,169.00 5,845.00 104 Piece Level Bar. Aluminum Level Bar With Magnet Heavy Duty 80cm 2 2,000.00 4,000.00 105 Set Magnetic Screwdriver Set Professional Cushion Grip 5 Flat Head And 4 Phillips Tips Screwdriver Non-slip 2 1,000.00 2,000.00 106 Piece Manual Canvas Pliers (industry Line Combination Plier Insulated Pliers) 5 416.00 2,080.00 107 Piece Metric Scale (technical Triangular Scale. Set Of 45, 90 Degrees) 5 1,000.00 5,000.00 108 Piece Mixing Paint Palette (paint Mixing Palette 10 Well Plastic) 2 45.00 90.00 109 Piece Picture Frame And Miter Clamp (90 Degree Right Angle Clip Picture Frame) 5 710.00 3,550.00 110 Piece Plumb Bob / Hulog. With String 350g 2 250.00 500.00 111 Piece Professional Compound Mitre Box & Saw (mitre Box And Box Saw Set 12 Inch) Miter Box Will Handle Stock 7 1/4" High, 8" Wide At 90°, And 5" Wide At 45°. The Saw Can Be Set At Any Angle And Has Automatic Stops For 90°, 45°, And For 5, 6, 8 And 12-sided Frames. 1 1,510.00 1,510.00 112 Set Rachet. Combination Wrench Steel Chrome Vanadium 8-24mm(per Piece) 2 2,500.00 5,000.00 113 Set Ratchet Wrench. 12piece 1/2 1/4 Inch Drive Ratchet Wrench Cr-v Socket Kits Mechanic Spanner Car Motorcycle Repair Tool 2 2,500.00 5,000.00 114 Piece Roofing Square. Dual Marking Right Angle Picture Framing Carpenter Ruler (stainless Steel Angle Ruler Aluminum Alloy Body Heavy Duty Tool) 10 500.00 5,000.00 115 Piece Rubber Mallet (16 Oz) 2 400.00 800.00 116 Piece Screen Print Squeegee (curved Aluminum Handle Squeegee 75) 2 310.00 620.00 117 Piece Staple Gun. Heavy Duty (gun Tacker/ Staple Gun Length-18cm Width -12cm H-3cm, Color- Silver Head T50) 2 2,000.00 4,000.00 118 Piece Steel Tape Measure (tape Measure 8m/20) 5 470.00 2,350.00 119 Piece Styrofoam Cutter (electric Foam Cutter Hot Wire Pen Portable) 1 1,500.00 1,500.00 120 Piece Swimming Pool Leaf Skimmer. Purpose: Used For Cleaning The Swimming Pool And Salvaging Pool Water Garbage. Material: Pp Plastic. Size: 420*280*30mm/16.54*11.02*1.18". 2 376.00 752.00 121 Piece Tape Measure-material: Pvc Centimeter Scale On Reverse Side Which Is Up To 300cm Large, Easy To Read Marking Measures Up To 120 Inches 3 300.00 900.00 122 Piece Toilet Paper Holder (wall Mounted Bathroom Toilet Paper Holder Tissue) 7 300.00 2,100.00 123 Piece Transparent Edge T- Square (hand Tool Inch Metric Ruler 6") 5 535.00 2,675.00 124 Piece Tri Square. High Quality Metal Frame 12" With Clear Markings 2 750.00 1,500.00 125 Piece Water Pipe Wrench 18" Liyabe Tubo Yabe Hand Tools 2 700.00 1,400.00 126 Piece Welding Mask (welding Helmet Auto Darkening Adjustable) 3 1,500.00 4,500.00 127 Piece Welding Protective Visor Glasses, Standard 3 420.00 1,260.00 128 Box Welding Rod Special N-6013 (2.5) (3/32 X 13”) 10kg Per Box 5 2,500.00 12,500.00 129 Piece Wood Carving Set. Carpentry Tools (professional 12/set Manual Wood Carving) 5 1,670.00 8,350.00 130 Set Wood Planer Set -katam. Locally Manufactured 8 Inches 2 500.00 1,000.00 131 Piece Wooden Hand Saw. 18" High Quality Metal Blade With Plastic And Rubber Handle 3 350.00 1,050.00 132 Piece Blender 1.5 Liter Material: Glass Input Voltage:220v Power Consumption:250w Stainless Steel Blade At Least 1 Year Warranty 5 700.00 3,500.00 133 Unit Blender. (9 In1 Food Processor, Good For Chopping, Slicing, Grating, Shredding, Whisking)18x18x38cm At Least 1 Year Warranty 1 3,742.00 3,742.00 134 Piece Bread Toaster (stainless Steel Top Plate) 25x 14.6x16.8cm At Least 1 Year Warranty 2 1,059.00 2,118.00 135 Unit Popcorn Maker/machine - Commercial Heavy Duty Power Supply:~220v 50hz, Power:1.3kw, Weight:21kg Size:560x420x680mm, Box Size:64*49*78cm At Least 1 Year Warranty 1 5,000.00 5,000.00 136 Set Deep Fryer Dimensions (w X H X D) 477 X 318 X 235, Weight 3.81kg Body Material Stainless Steel, Color Silver Power Consumption 2000w, Volume 4 With Temperature Control At Least 1 Year Warranty 2 7,200.00 14,400.00 137 Piece Electric Burger Griddle. Large Size Heavy Duty. Size:73cmx52cmx10cm. Bigger Waster Oil Container. Stainless Steel, Solid Gritty. Food Grade Material. At Least 1 Year Warranty 1 11,475.00 11,475.00 138 Piece Electric Kettle 1.5l At Least 1 Year Warranty 3 1,000.00 3,000.00 139 Unit Electric Rice Cooker 10l At Least 1 Year Warranty 2 5,000.00 10,000.00 140 Piece Electric Stand Mixer 5.5 Liter(1.9kg) With Bowl And 3 Whisk 6 Speed Setting Dough, Rotating Bowl, Speed Control At Least 1 Year Warranty 2 11,500.00 23,000.00 141 Unit Electric Steamer, 10.1-liter Capacity, 1.3 Liters Water Tank Capacity, 3 Layer Transparent And Collapsible Steamer Grids And Trays 90-minute Timer At Least 6months Warranty 1 2,500.00 2,500.00 142 Set Electric Takoyaki Machine And Double Pan 56 Holes Stainless Steel, Size: 437x 435x180mm At Least 6 Months Warranty 5 2,600.00 13,000.00 143 Unit Espresso Machine, 20 Bar Cappuccino Machines For Home, Latte Machine With Automatic Milk Frothier, Coffee Maker With Dual Wall Water Tank: 1300ml Milk Box: 700ml Power:1350w, Supply Voltage:220-240v Rated Frequency:50-60hz Maximum Pressure:20bar Weight:4.9kg, Packaging Weight:6.3kg At Least 1 Year Warranty 1 10,000.00 10,000.00 144 Unit Food Processor, 550watts, 12 Cup Capacity (96 Oz), 3 Processing Speed, Stainless Steel Weight: 6kg, Wxhxd (13in X 21in X 11in) At Least 1 Year Warranty 1 10,000.00 10,000.00 145 Piece Food Warmer Display Cabinet. Commercial Food Heater Glass Display Cabinet Heavy-duty Curved Deli Cabinet With Lighting. Constant Temperature Heating Display Counter Ideal For Fried Chicken Burger And Cooked Food. Size: Red+3 Compartments: 96x45x60cm. Rated Power: 300w. Rated Voltage: 220v.number Of Internal Layers: Three. Layers. Temperature Range: 30-80°c. Product Weight: 18kg. Built-in Energy-saving Warm Color Lamp, Improve The Display Effect At Least 1 Year Warranty 1 9,125.00 9,125.00 146 Piece Gas Range And Oven (1 Turbo, 1 Large Electric, And 2 Medium Burners) 33x42x39.5, (49 Liters) At Least 1 Year Warranty With After Sales Service 1 46,162.00 46,162.00 147 Piece Heavy Duty Electric Grill Machine Rated Power: 1000w Temperature Range: 60-200 Degrees Time Range: 0-30 Minutes Product Size: 380 * 250 * 188mm Material: Stainless Steel At Least 1 Year Warranty With After Sales Service 2 10,000.00 20,000.00 148 Piece Ice Crusher Machine Electric Stainless Steel Heavy Duty Portable Automatic Rotated Speed: 1500rpm Power:250 Size: 275x190x210mm Capacity: 2 Liter At Least 6 Months Warranty With After Sales Service 2 3,900.00 7,800.00 149 Unit Impulse Plastic Sealer Machine Plastic Sealing Machine (100mm | 150mm | 200mm | 250mm | 300 Mm) Weight: 1.06 Kg | 1.4 Kg | 1.3 Kg | 1.3 Kg | 1.58 Kg Size: (item Size) 100mm | 150mm | 200mm | 250mm | 300 Mm Power: 220v Sealing Width: 2 Mm Colour: Transparent Materials: Abs 2 1,500.00 3,000.00 150 Piece Large 18l Capacity Stainless Steel Electric Heating Tea Coffee Water Bucket Commercial Insulated Bucket Heating Barrel Boiled Water Bucket Material: Stainless Steel Adjustable Temperature:30-110° Rated Voltage:220v/50hz 2 3,000.00 6,000.00 151 Piece Meat Slicer (electric Machine Stainless Steel) 418x 293x 325mm 2 2,494.00 4,988.00 152 Piece Mechanical Microwave Oven (countertop,20 Liters) 700w- 1200w 1 5,075.00 5,075.00 153 Piece Oven. Four Plates Oven For Bread (stainless Steel) 530x595x570mm. Lpg Type At Least 1 Year Warranty With After Sales Service 1 48,924.00 48,924.00 154 Piece Portable And Foldable Charcoal Barbeque Bbq Grill 25"x30"x27" 1 4,000.00 4,000.00 155 Unit Rice Cooker Standard 2l Home Multifunctional Home Cooking 220v. Fast Cooking, Keep Warm Function, Non-stick Coating, Stainless Steel Cover. Input Voltage. 220v. Power Consumption 400w. Volume Capacity 2l Dimension (l X W X H) 215*215*215 At Least 1 Year Warranty 2 2,500.00 5,000.00 156 Piece Waffle Iron Pan 4 Interchangeable Plates 750 Watts At Least 1 Year Warranty 5 1,800.00 9,000.00 157 Piece Baguette Bake Mold Pan 34.5 Cmx 24cm (6cm Molder) Nonstick At Least 1 Year Warranty 10 399.00 3,990.00 158 Piece Bakery Display Rack (estante). Made Of Glass And Aluminum Frame. 4 Layer Of Glass (transparent) Or Acrylic With Partition. Rubber Wheels With Lock. At Least 2ftx 5ftx 4 Ft 1 40,000.00 40,000.00 159 Piece Baking Sheet 11x15 Inches 011 Thickness Heavy Duty Aluminum 10 360.00 3,600.00 160 Piece Baking Tray, Small (stainless Steel; Size Details: 23cm X 17cm) 8 258.00 2,064.00 161 Piece Baking/ Pastry Brush, Heat Resistant, Standard Size 10 35.00 350.00 162 Piece Blue Cutting Board (raw Fish)25.5cmx34cm, Plastic 5 460.00 2,300.00 163 Piece Boning Knife (stainless Steel) 24.4cm X 1.9cm X 1.7cm 3 492.00 1,476.00 164 Piece Bowl (serving Bowls, Clear Glass 20 Cm Diameter) 6 150.00 900.00 165 Piece Bread Plates (stainless Steel) 40x 60cm 20 1,027.00 20,540.00 166 Piece Bread Rack (stainless Steel)15 Layers 40x60cm Heavy Duty 1 20,000.00 20,000.00 167 Piece Bread Rack. Made Of 12 Mm Steel. 24"x5ftx5ft. Can Hold Up To 10 Trays (lagayan Ng Plantsa Ng Tinapay) 1 10,000.00 10,000.00 168 Piece Brown Cutting Board (raw Crops) 25.5cmx34cm, Plastic 5 460.00 2,300.00 169 Set Cake Decorating Kit. Piping Tips Set ( Stainless Steel,multicolor) 5 279.00 1,395.00 170 Piece Can Opener (stainless Steel Blade; Length: 17cm High) 4 500.00 2,000.00 171 Piece Carving Fork (stainless Steel; Size: 13 Inches Long) 3 162.00 486.00 172 Piece Casserole, Medium (stainless Steel: 3.9 Liter; Size: 12.5cm X 20cm) 4 689.00 2,756.00 173 Piece Casserole, Small (stainless Steel: 2.1 Liter; Size: 12cm X 15cm) 4 599.00 2,396.00 174 Piece Cast Iron Pots And Pans (ceramic, Non-stick) 21.85x 13.19x12.80inch 3 7,180.00 21,540.00 175 Piece Cheese Cloth (made From Cotton) 101 X 270cm 10 223.00 2,230.00 176 Piece Chef’s Apron. Black Apron With 2 Large Pockets Adjustable Apron Halter Neck Unisex Dirt And Stain Resistant, Size: Large 20 450.00 9,000.00 177 Piece Chef’s Apron. Black Apron With 2 Large Pockets Adjustable Apron Halter Neck Unisex Dirt And Stain Resistant, Size: Medium 20 450.00 9,000.00 178 Piece Chef’s Apron. Black Apron With 2 Large Pockets Adjustable Apron Halter Neck Unisex Dirt And Stain Resistant, Size: Small 20 450.00 9,000.00 179 Piece Chef’s Hat/cap For Men & Women, Breathable Hat Color White Fast Food Restaurant Coffee Shop Work Wear, Size: Large 20 250.00 5,000.00 180 Piece Chef’s Hat/cap For Men & Women, Breathable Hat Color White Fast Food Restaurant Coffee Shop Work Wear, Size: Medium 20 250.00 5,000.00 181 Piece Chef’s Hat/cap For Men & Women, Breathable Hat Color White Fast Food Restaurant Coffee Shop Work Wear, Size: Small 20 250.00 5,000.00 182 Piece Chef's Knife (stainless Steel) 33cm X 4.5cm X 2cm 3 750.00 2,250.00 183 Piece Cleaver Knife (stainless Steel) 7 Inches Or 2.5mm 3 1,074.00 3,222.00 184 Piece Colander, Medium (stainless Steel; Size: 28cm X 22cm) 3 298.00 894.00 185 Piece Colander, Small (stainless Steel; Size: 24cm X 22cm) 3 204.00 612.00 186 Piece Cookery Cabinets (made With Carbon Steel 5 Layers, Size: H: 144cm, W: 55cm) 1 3,621.00 3,621.00 187 Piece Cookie Press - Stainless Steel With 13 Disc And 8 Icing Tips, Dimension: 25x 14.5cm 3 462.00 1,386.00 188 Piece Cooler, 2.5ft X 2.5 Ft X 3ft Plastic, With Good Insulation 1 3,000.00 3,000.00 189 Piece Core Seed Remover (stainless Steel; Approx: 1.4x21.5cm) 4 229.00 916.00 190 Piece Cupcake Molder Tray Of 6 12 Holes Baking Pan Muffin Cup Cake 10 89.00 890.00 191 Piece Cutting Board (material: Bamboo; Size: 34x24x1.8cm/750g) 4 209.00 836.00 192 Piece Deep Fry Thermometer, Oil Temperature Gauge 3 320.00 960.00 193 Piece Digital Kitchen Thermometer (cooking/food Temperature; Size 34mm X 270mm) 3 486.00 1,458.00 194 Piece Double Boiler, Medium (stainless Steel; Size: 27x14x6cm) 1 389.00 389.00 195 Piece Dough Roller Pin, Wooden. 29.5cm Non-stick Silicone Rolling Pin Pastry Baking Decorating Tool 6 300.00 1,800.00 196 Piece Dough Scraper (stainless Steel) 16x12x2cm 3 178.00 534.00 197 Set Drinking Glass 10 Oz Tall Clear Tumbler Set Of 6 (dimensions: Lengthxheight: 5.5cmx12 Cm) 6 510.00 3,060.00 198 Piece Filling Funnel (stainless Steel) Upper Diameter: 10.5cm, Lower Diameter: 3.7cm, Height: 4.5cm 4 212.00 848.00 199 Piece Food Grade Silicone High Temperature Resistant Baking Mat Oven Baking (to Match Baking Pan), Browns Silicone Baking Oven Mat Liner, Non-stick For Pastry Cookies Dough 12 90.00 1,080.00 200 Piece Fruit Juicer, Standard Type 3 1,500.00 4,500.00 201 Piece Frying Pan, Large (scratch Resistant And Non-stick; Size: 28cm) 4 578.00 2,312.00 202 Piece Frying Pan, Medium (scratch Resistant And Non-stick; Size: 24cm) 4 380.00 1,520.00 203 Piece Frying Pan, Small (scratch Resistant And Non-stick; Size: 20cm ) 4 233.00 932.00 204 Piece Funnel (stainless Steel) 22x14.5cm 3 715.00 2,145.00 205 Piece Glass Rack (plastic-coated Metal; Capacity: 24piece Glass; Dimension: L:52cm; W: 36cm; H:8cm) 2 461.00 922.00 206 Set Glasses. Dining Glasses (6piece. Thick Clear Glass: W: 3inches And H: 4inches) 5 265.00 1,325.00 207 Piece Green Cutting Board (for Fruits And Vege)25.5cmx34cm, Plastic 5 460.00 2,300.00 208 Piece Hair Net. Unisex Hair Net Cap Hair Mesh Weaving Wig Cap Hair Styling Tools Nylon Hair Nets Hollow Out High. Black 300 30.00 9,000.00 209 Piece Hand Mixer (stainless Steel Bowl) 270x165x290mm, 2.8 Liters Capacity 3 1,755.00 5,265.00 210 Piece Ice Cream Scoop (stainless Steel) Diameter: 4.5cm, Length: 18cm 6 208.00 1,248.00 211 Piece Kitchen Carts (2 Layer Stainless Steel Carts With Two Brake Wheels; Size: 400mm X 500mm X 860mm) 2 3,019.00 6,038.00 212 Piece Kitchen Fork (stainless Steel; Size: 7cmx4cmx21cm) 5 72.00 360.00 213 Piece Kitchen Scale Food (manual) 5 Kilogram 2 300.00 600.00 214 Piece Kitchen Spoon (stainless Steel; Size: 8cmx6.5cmx21cm) 5 86.00 430.00 215 Piece Kitchen Spoon, Slotted (material: Plastic; Size: 7x3x43cm) 5 289.00 1,445.00 216 Piece Large Wooden Turner For Large Oven. Kitchen Turner Flat Spatula Scraper, Acacia Wood 10.5 Inches Long And 2.75 Inches Turner 3 200.00 600.00 217 Piece Lpg Tank 11kg 4 4,500.00 18,000.00 218 Set Measuring Cup. Measuring Cup Sizes: 1 Cup (250ml). 1/2 Cup (125ml). 1/4 Cup (60ml) ; 1/8 Cup (30ml). Materials. Plastic (abs) 3 500.00 1,500.00 219 Set Measuring Spoon 1tbsp 15ml, 1/2tbsp 7.5ml, 1tsp 5ml, 1/2tsp 2.5m Material: Stainless Steel 3 400.00 1,200.00 220 Piece Meat Thermometer, Brifit Waterproof Kitchen Meat Thermometer, Foldable Digital Instant Read Food Thermometer 3 400.00 1,200.00 221 Piece Medium Graters (stainless Steel) 18/8 2 430.00 860.00 222 Piece Mixing Bowl: 30 Cm L30xw27.5xh11.4 Cm Thickness: 0.04 Cm. Material: Stainless Steel 10 900.00 9,000.00 223 Piece Muffin Pan Non-stick Dimension: 26.5x35x3cm, Capacity: 12 Cup, Color: Black Non-stick Surface For Easy Release And Quick Cleanup Dishwasher Safe, Ideal For Baking Muffins, Cupcakes Nonstick Coating Helps Ensure Effortless Food Release 5 700.00 3,500.00 224 Piece Muti-function Vegetable Fruit Peeler Slicer Cutter Chopper (material: Abs + Stainless Steel) 4 429.00 1,716.00 225 Piece Muti-purpose Kitchen Scissors/ Shears (scissors Length: 21.5cm; Blade Length: 10cm; Handle Length: 11.5cm; Handle Width: 9.5cm; Blade Thickness: 0.4cm Weight: 200grams) 8 500.00 4,000.00 226 Piece Oven Thermometer 3 389.00 1,167.00 227 Piece Oysters Knife (stainless Steel) 15.5com X 6.5cm X 3cm 3 187.00 561.00 228 Piece Parisienne Scoop (stainless Steel Blade With Plastic Handle) Scoop Diameter: 30mm And 27mm; Total Length: 170mm 3 216.00 648.00 229 Piece Pastry Tubes (stainless Steel) 3cm X 3cm X 6.1cm 8 142.00 1,136.00 230 Piece Pepper And Salt Grinder (made With Stainless Steel, Glass, And Ceramic) Approx. 19x6.5cm 6 296.00 1,776.00 231 Piece Piping Bag (disposable Bag Size: 24.5cm X 17cm) 50 208.00 10,400.00 232 Piece Pitcher (durable Crystal-clear Glass 1.5l) 6 300.00 1,800.00 233 Piece Place Mat (table Placemat Pvc Anti-slip Placemat Wasahble Durable Kitchen S:30x45cm) 10 250.00 2,500.00 234 Piece Plastic Containers, Microwavable Round Canister, Food Storage Container (400 Ml) 40 20.00 800.00 235 Piece Plastic Measuring Pitcher Jug With Measurement(set) Maximum Of 1 Liter 3 126.00 378.00 236 Set Plastic Silverware Or Real Silverware (stainless Steel; 18piece Utensils Set Includes: 6 Dinner Fork, 6 Dinner Spoons And 6 Dinner Teaspoons) 2 415.00 830.00 237 Piece Plate Rack (stainless Steel; Size: 30cmx22.8cmx12.9cm) 3 492.00 1,476.00 238 Dozen Plates (12 Piece Plates 8-inch Melamine White) 6 700.00 4,200.00 239 Piece Pot Holder, Basahan Bilog 6 Inches Diameter 12 15.00 180.00 240 Piece Potato Masher With Soft Grip Handle (stainless Steel) 9.5x27x8cm 2 357.00 714.00 241 Piece Pressure Cooker 3.5 Liter 2 1,200.00 2,400.00 242 Piece Red Cutting Board (raw Meat)25.5cmx34cm, Plastic 5 460.00 2,300.00 243 Piece Revolving Cake Stands (aluminum)12 Inches 5 850.00 4,250.00 244 Piece Rolling Pin Stainless Steel Pressing Stick Pizza Dough Non-stick Dough Roller, (29.5 Cm) 6 300.00 1,800.00 245 Piece Round Cake Molder 4, 6, 8 Inches Set 5 161.00 805.00 246 Piece Scraper(rubber) 30cm X11cmx6.8cm 5 130.00 650.00 247 Piece Serving Bread Tray (stainless Steel) 45cmx2.8cm 6 1,229.00 7,374.00 248 Piece Serving Spoon (heavy-duty Stainless Steel) Length: 22.5cm; Width: 6cm 24 102.00 2,448.00 249 Piece Siever, Small (stainless Steel) 14 Cm 3 188.00 564.00 250 Piece Skimmer, Fine (stainless Steel) 7.3cm X 5cm X 21.5cm 3 160.00 480.00 251 Piece Skimmers, Spider (stainless Steel) Handle: 14; Radius: 20 3 115.00 345.00 252 Set Small Plate / Saucers (ceramic With Size: 6 Inches And 6piece Per Set) 2 150.00 300.00 253 Piece Soup Cup Rack (2 Layered Rack; Size: 35 X 25 X 28cm) 3 899.00 2,697.00 254 Piece Soup Ladle, 12 Oz (stainless Steel And Wooden Handle: 15 X 51 Cm) 5 360.00 1,800.00 255 Piece Soup Ladle, 4 Oz (stainless Steel; Size: 7.5cm X 30 Cm) 5 124.00 620.00 256 Piece Soup Ladle, 6 Oz (stainless Steel; Size: 7.5cm X 30 Cm) 5 194.00 970.00 257 Piece Soup Ladle, 8 Oz (stainless Steel And Wooden Handle: 10 X 51 Cm) 5 290.00 1,450.00 258 Piece Spatula (silicon) 27.2 X 5.5 X 1.5cm 3 169.00 507.00 259 Piece Square Cake Molder 9, 11, 13 Inches Set 5 160.00 800.00 260 Set Stainless Icing Tip (set-12piece) Cake Decorating Kit Stainless. Icing Piping Nozzles Pastry Tips Cake. 10 499.00 4,990.00 261 Unit Steamer. 3 Layer Steamer 34cm Stainless Steel Cooking Pots Cookware Steam High Quality 2 6,499.00 12,998.00 262 Piece Stock Pot, Big (with Glass Cover; Size: 34.5 X 27.9 Cm X 16.6 Cm) 2 798.00 1,596.00 263 Piece Strainer, Chinois, Small (stainless Steel) 16cm Handle: 5.5inches 3 198.00 594.00 264 Piece Strainer, Medium, Fine (stainless Steel) Diameter:16cm; Length: 30.5cm; Depth: 5.9cm 3 180.00 540.00 265 Piece Strainer, Small, Fine (stainless Steel) Diameter:14cm; Length: 29cm; Depth: 5.5cm 3 160.00 480.00 266 Set Teacups (ceramic White; Capacity: 250ml) (6piece. /set) 2 400.00 800.00 267 Piece Tenderizer (pin Tenderizer) Stainless Steel Diameter: 5cm, Height: 19cm 3 119.00 357.00 268 Piece Tenderizer Mallet. (tenderizer) Stainless Steel 12.6 Inches X 11.5x4cm 3 240.00 720.00 269 Piece Tongs (stainless Steel) 12 Inches 4 179.00 716.00 270 Piece Tongs (stainless Steel) 9 Inches 4 110.00 440.00 271 Piece Turner (stainless) Dimension: 34.5 X 9.8 X 4.4 Cm 3 280.00 840.00 272 Piece Utility Tray (stainless Steel: Stain Resistant; Size: 45cm X 35cm X 4.8cm) 12 189.00 2,268.00 273 Piece Weighing Scale Digital. Display Mode: Led/lcd+light . Weighing Range :40kg. Accuracy: 2g. Product Size: 35x33x14cm 3 Lcd Display On The Operator’s Side Of The Scale As Well As 3 Lcd Display On The Customer’s Side. Minimum Capacity Is 2g. Maximum Capacity Is 40kg Power Source: Built In Rechargeable Battery With Usb Cable Battery Powered Or Connect Usb Cable. Battery Powered Or Connect Usb Cable To Use Weight Platform/tray Material Is Stainless Steel. 1 5,000.00 5,000.00 274 Piece White Cutting Board (for Bread And Pastry) 25.5cmx34cm, Plastic 5 460.00 2,300.00 275 Piece Wire Skimmer, Small (stainless Steel) Handle: 14; Radius: 14 3 105.00 315.00 276 Piece Wire Whisk - Length: 30 Cm (12 ") Material Stainless Steel 4 320.00 1,280.00 277 Piece Wire Whisk, Heavy Duty (stainless Steel+plastic Handle; 14 Inches) 4 258.00 1,032.00 278 Piece Wire Whisk, Medium (stainless Steel+plastic Handle; 10.2 Inches) 4 189.00 756.00 279 Piece Wok, Medium (nonstick Carbon Steel; Size: 36cm) 1 401.00 401.00 280 Piece Wok, Small (nonstick Carbon Steel; Size: 32cm) 4 389.00 1,556.00 281 Piece Wooden Spatula 9cm Sandok, 34 Cm Long 4 65.00 260.00 282 Piece Wooden Spoon (made With Beech Wood 10cm X 34cm X 2cm) 6 244.00 1,464.00 283 Piece Wooden Turner, Wooden Sandok Kitchen Spatula Spoon Turner Cooking, 3" Width Of Sandok, 10" Long 4 65.00 260.00 284 Piece Yellow Cutting Board (cooked Meat) 25.5cmx34cm, Plastic 5 460.00 2,300.00 285 Piece Zester (stainless Steel) Length: 30cm/11.81 Inches 3 268.00 804.00 286 Set 4 Inflatable Tools/ Speech Therapy Tools Package, Blowing Flute/pin Wheel Whistle, Made Of Plastic 20 150.00 3,000.00 287 Set Adl Board - 6 Colors, 6 Different Dressing Skills Training. A Quiet Skill Book Made Of Cardboard And Non- Woven Fabric. Suitable For Children 2-7 Years Old. Package Dimensions: 11.73 X 9.76 X 2.28 Inches Item Weight: 1.28 Pounds" 10 700.00 7,000.00 288 Unit Balance Board- Balance Board Type: Rocker Board Dimensions: 32.28 X 11.81 X 0.59 Inches Weight Capacity: 100 Kg Material: Beech Wood Anti-skid Feature: Not Specified 3 3,700.00 11,100.00 289 Set Balance Steppingstone/balancing Coordination Obstacle Course Therapy (specs: Good For 20-40kls, Assorted Color) 1 3,000.00 3,000.00 290 Piece Core Peak Bolsters- An All-purpose Positioning Aid • Provides Support Under The Legs, Arms, Feet, And Other Areas Of The Body. Fits Standard Treatment Tables • 18" In Length With At Least 6" In Diameter. 2 9,006.00 18,012.00 291 Set Dry Erase Sleeves. Reusable Dry Erase Pockets. Colors: Blue, Pink, Yellow, Red, Green, Purple. Size: 25.5*35.5cm(1piece). Quantity: 12piece Package Including: 6 X Dry Erase Pockets 6 Pens 10 796.00 7,960.00 292 Unit Electrical Stimulator. Multiple Mode Electrical Stimulator-1 Second Measuring Time. 3 Color Backlight Fever Reminders Auto Shut Off At 18 Seconds Store 50 Sets Of Data. Body Temperature Measurement: 34.0-42.9°c / 93.2-109.2°f. At Least 1 Year Warranty With After Sales Service 2 9,884.00 19,768.00 293 Unit Exercise Steps-aerobic Step Board 69 X 28 X 15cm. Dimension: 69 X 28 X 15cm Length: 27" Width: 10.5" Adjustable Height Up To 10cm To 15cm. Offers A Secure, Nonslip Surface For Your Workout Routine, Nonskid, Feet Provide Stability & Protect Floors. 5 1,934.00 9,670.00 294 Piece Foot Reflexology Machine Power Source:220 – 240v; Power Consumption: 50w; Dimensions (l X W X H) :410mm X 390mm X261mm At Least 1 Year Warranty With After Sales Service 2 25,000.00 50,000.00 295 Piece Gait Belt-1x Transfer Gait Belt Measurement Length: 60 Inches, Width: 2 Inches 3 1,458.00 4,374.00 296 Packs Ice Massage Caps- Size: 2 Count (pack Of 1) Measuring 2.9” In Diameter, The Ice Cup Massager Holder Also Fits Comfortably In The Hand. Material: Polyethylene 10 700.00 7,000.00 297 Piece Interlocking Rubber Mat-size 1x1 Meter X 25 Mm Color Red, Hardness: 55 To 60 Shore, High Density 38 1,750.00 66,500.00 298 Piece Kinesiology Tape-ultra-strong And Sticky-hypoallergenic Adhesive Water Resistant. 97% Cotton, 3% Nylon. 180% Stretch For Full Range Of Motion Latex And Zinc Free Sticks 2-7 Days 5-10 Applications Per Roll Each Is 2""x 16.4"" (5cmx5cm) 10 2,100.00 21,000.00 299 Set Medicine Ball, Set Contains 6lb, 8lb, 10lb, And 15lb Medicine Balls. Medicine Ball Exercise Ball Workout Dumbbell Set Slam Ball 1 4,000.00 4,000.00 300 Piece Mobilization Belts And Devices- Size 8 Feet Specific Uses For Product. Use For Legs, Hips, Arms, Back, Whole Body - High-quality Nylon Mobilization Belt Features A Plastic Side-release Buckle And Is Designed For Durability And Patient Safety. 3 2,850.00 8,550.00 301 Unit Paraffin Bath- Large Opening Design: Inner Pot Allows For Hands, Feet, And Elbows To Be Dipped Into The Melted Wax. Alloy Heating Pot Melts Paraffin Wax Blocks In 0.5 Hours. Adjustable Heating Ranges From 86-158°f. Timer: Settable From 1 To 99 Minutes. Free Installation At Least 1 Year Warranty With After Sales Service 1 32,340.00 32,340.00 302 Piece Pool Noodles 60 Inch 2 300.00 600.00 303 Piece Pull Buoy Swim Training Leg Float 2 600.00 1,200.00 304 Piece Quad Cane -stable Structure, Material: Stainless Steel, Abs Non-slip Handle, Ergonomic Design, Comfortable Grip. Spring Button For Easy Height Adjustment. Firm Lock Hoop To Stabilize The Body. 2 2,740.00 5,480.00 305 Set Reflex Hammer-features: Pointed Babinski-style Tip Zinc Alloy Comfortable Handle Grip Control, Hammer For High Elastic Pvc Rubber Material: Zinc Alloy + Pvc; Color: Black Package Size: 27*11*3.5cm/10.6*4.3*1.3-inch Package Weight: 140g/4.9oz. 1 8,100.00 8,100.00 306 Piece Rocker Boards. Dimensions: 28 X 28 Inches, 7 Inches Height; Materials: European Birch Plywood, Water-based Finish With Slip-resistant Rug; Hold Up To 85 Kilos. 5 9,900.00 49,500.00 307 Piece Round Bolsters-weight:0-0.5 Kg Shape: Column, Feature: Memory, Filling: Microfiber Material:100% Fiber, Size:8" X 36", Color: White Ideal For Hugging, Cylindrical Pillow, Great For Side Sleepers. 2 1,760.00 3,520.00 308 Set Rubber Mat (specs: 30x30cm,36 Piece.) 2 500.00 1,000.00 309 Piece Scooter Boards. 12" X 12" Heavy Duty Plastic Board, Non-marring Double Ball-bearing Swivel Casters And Molded Plastic Built-in Handles On Each Side, Holds Up To 150 Lbs. 2 24,990.00 49,980.00 310 Piece Sensory Cushion: Circular Shape, Rubberized. Size: 35cm X 5.5cm. Free Air Pump Pin, (red, Blue, Violet, Ot Pink) Tactile For Balance And Motor Coordination Fidget Massage Yoga Training Exercise 2 1,100.00 2,200.00 311 Set Sensory Floor Tiles 6pc Sensory Stimulation Walk Crawl Massage (specs: Rubber 1ft X 1ft Per Tile, Assorted Color) 2 2,000.00 4,000.00 312 Piece Slant Board. 12" X 16”, Adjustable Angles (20 To 32 Degrees), With Heavy-duty Metal Clip 5 4,500.00 22,500.00 313 Set Splinting Materials- Rescue Padded Board Splint. 6 Paddes Wood Splint (different Sizes) Sizes: 35"", 25"" And 15". Velcro Straps Color: Blue. 10 4,200.00 42,000.00 314 Set Stationary Bike. Spin Bike Exercise Bike Fitness Home Equipment Spinning Bike Fitness Bike. With Digital Information, Free Installation. Stationary Bike-flywheel Resistance Is 18 Kg./20kg. Maximum Bearing Capacity 300 Kg. 6 49,990.00 299,940.00 315 Unit Step Stools- Step Stools Double Steel Caravan Step. Rubber Non- Slip Steps. Leg Distance Front To Back 65 Cm. Width 42 Cm. Top Step Height 38 Cm. Bottom Step 20 Cm. 2 3,600.00 7,200.00 316 Set Theraband -4 Resistance Levels, Including Yellow, Red, Green, And Blue Supplied In Lay Flat Length Of 8", 12" And 18" Latex Rubber Weight Level: Yellow: 3 Lbs-4.3 Lbs Red: 3.7 Lbs-5.5 Lbs Green: 4.6 Lbs-6.7 Lbs Blue: 5.8 Lbs-8.6 Lbs 3 10,100.00 30,300.00 317 Unit Therapist Stools On Wheels-adjustable Height Of 19 - 24". It Comes With A 3" Hi-density Cushion With Multi-layered Padding, And A 14" Seat Diameter. Built With 5 Casters Made Of Plastic Easy To Clean. Color: Black 2 4,950.00 9,900.00 318 Piece Therapy Putty. Set Of Four Colors. Finger Training Putty Like Squeeze, Pinch, Stretch And Twist. Decompression Toy Mud Grip Hand Strengthening Exercise 8 Grams Putty, 4.5cmx7cm Plastic Container 40 300.00 12,000.00 319 Set Trampoline With Handrails 40-inch Jumping Surface Area, Handrail Adjusts From 28.5"" To 36.5""h 16lbs. Holds Up To 300 Lbs At Least 1 Year Warranty With After Sales Service 2 11,580.00 23,160.00 320 Set Treadmill. Heavy Duty Electric 139cm Long Portable Treadmill With Digital Indicators Like Timer And Speed Selector. Free Installation. At Least 1 Year Warranty With After Sales Service 4 49,950.00 199,800.00 321 Unit Tumble Barrels-inside Diameter: 18"-24”, Outside Diameter: 24", Weight: 250lbs. (free Installation) At Least 1 Year Warranty With After Sales Service 1 40,695.00 40,695.00 322 Set Vestibular Balls- (3 Pieces) Material: Synthetic Material Size: 55.0 / 65.0 / 75.0 Cm. Weight: 1100.0 / 1400.0 / 1700.0 G. Color: Violet / Blue / Black 1 6,460.00 6,460.00 323 Piece Vestibular Ball-size 45-90 Cm Pvc Material, Anti-burst And Non-slip Bearing 200 Kg., Color Blue, Weight 900 G. 2 800.00 1,600.00 324 Piece Wedge Bolsters- A Firm And Breathable Bed Wedge Pillow Stays Cool, And Its Measurements Are 25″l X 25″w X 12″h Inches. / Breathable & Washable Cover / Designed To Provide Higher Body Support. 2 6,998.00 13,996.00 325 Piece Weighted Vest. Breathable Cotton Denim; Removable ¼-pound Weights; Chest 28"-30", Shoulder-to-waist 16", Includes 8 Weights (¼ Lb Each) 5 3,500.00 17,500.00 326 Piece Wheelchair Sports. Materials: Lightweight Aluminum Frame: Pneumatic Wheels; Padded Seat; Built-in Back Wheel Casters For Stability; Wheelchair Width Including Wheels: 62cm Wheelchair Seat Width: 38cm; Wheel Diameter: 60cm; Seat Depth: 36cm; Backrest Height: 28cm; Weight Capacity: 100kg 9 40,000.00 360,000.00 327 Piece Wheelchair Standard Heavy Duty Foldable (spes: Folded Dimension:95x86x29cm; Seat Width:49cm; Aluminum Footrest, Fixed Arm Rest And Leg Rest, Front 8" Pvc Castor Wheels, Rear 24" Pu Spoke Wheels) 10 6,000.00 60,000.00 328 Piece Wheelchair- Front Wheel Size: 6 Inches Net Weight Of All Aluminum Alloy Frame: 11kg, Net Weight: 11kg Expanded Size: (82x58x87 In Cm), Seat Depth: 38cm Rear Wheel Size: 16 Inches, Back Height: 42cm, Seat Width: 45cm Folded Size:(70x25x72 In Cm), Handrail Spacing: 55cm 3 7,000.00 21,000.00 329 Piece Wiggle Cushion (inflatable) With Hand Pump. Diameter 10.75" / 27 Cm, One Side Features Flexible Nubs, Other Has Smaller Bumps. 5 1,500.00 7,500.00 330 Set Wooden Hammering Ball (specs: 4 Balls Red,blue,green,yellow; 1 Hammer; 1 Bench) 5 300.00 1,500.00 331 Piece Aqua Dumbbells Large (6"x12.5") Thickness:4" 2 500.00 1,000.00 332 Piece Aqua Dumbbells Medium (6"x10.5") Thickness:3" 2 500.00 1,000.00 333 Piece Aqua Dumbbells Small (6"x8") Thickness:2" 2 500.00 1,000.00 334 Set Dumbbells Sets- Weight: 37kg With Rack Type: Medical Rehabilitation Equipment, Total 18 Dumbbells 1 Lb / Piece, 2 Pieces 2 Lbs / Piece, 4 Pieces 3 Lbs / Piece, 4 Pieces 4 Lbs / Piece, 4 Pieces 5 Lbs / Piece, 4 Pieces 1 25,000.00 25,000.00 335 Unit Augmentative Communication Systems. Package Dimensions 9.13 X 3.03 X 1.1 Inches Batteries 2 Aaa Batteries Required. (included) Preprogrammed Commands Wide Variety- Travel Bag- Aac Device 10 3,702.00 37,020.00 336 Unit Call Lights. Receiver Working Voltage: 110-260v Transmitter Battery: 12v 23a Alkaline Battery Working Distance: 1000 Feet In Open Area. 3 Receivers, 2 Transmitters. 2 X Double-sided Tape. 1 X User Manual. 2 X 12v 23a Batteries. 10 1,536.00 15,360.00 337 Piece Chewy Tubes Are Innovative Oral Motor Devices Designed To Provide A Resilient, Nonfood, Chewable Surface For Practicing Biting And Chewing Skills. Material: Thermos Elastic Polymer, 8cm Long Hollow Stem And 6cm Wide Top 50 200.00 10,000.00 338 Box Wooden Tongue Depressor Sterile (sure-guard). Disposable (lxw) 120-160mmx14-18mm, Thickness:1.8-2.2mm, Singleuse,nonsterile 10 200.00 2,000.00 339 Unit Blood Pressure-blood Pressure Monitor Type: Upper-arm Monitor Type: Digital Cuff Size: 32cm Dimension (w X H X D): 145 X 466 X 145mm Weight: 250g Power Supply: Battery Type: Li-polymer Smart App Availability: Yes Automatic Shut Off: 1 6,560.00 6,560.00 340 Unit Stethoscope: Dual Tube Stethoscope Weight: 185g, Length: 80cm Product Material: Polymer Diaphragm, Listener Material: High-density Stainless Steel Product Composition: Ear Tip, Ear Hooks, Leaf Spring, Hose Heads, Diaphragms 1 1,380.00 1,380.00 341 Piece Thermometer- Body Temperature Measurement: 34.0-42.9°c / 93.2-109.2°f. Material: Abs Plastic. Accuracy: (+/-)0.2°c. Auto-shutdown Time: About 18s Power Supply: 2 * 1.5v Aaa Batteries 1 Year Warranty 5 1,600.00 8,000.00 342 Piece Braille Contraction Pamphlet. Unified Contraction Pamphlet 4"x6". 25 600.00 15,000.00 343 Piece Braille Slate. 27 Lines, 30 Cells Per Row, Black 25 1,000.00 25,000.00 344 Piece Braille Stylus. Round Or Y Shape 25 200.00 5,000.00 345 Set Chess Board For Blind. Plastic Pieces With Special Markings, Board With Pattern To Distinguish White And Black Squares With Slots To Hold The Pieces. At Least 12"x24" Plastic Board. 4 5,000.00 20,000.00 346 Set Communication Boards. Measures 9"x7.5". Binder Comes With 5 Different Colorful 10 Mil Poly Dividers, 3 Hard Strips (hook) Attached On Each Side To Hold 30 Cards. Each Card Measures 1.5 X 1.5. Inch Mounted With 1/2-inch Soft Dot (loop), And Round Corner Cut. 10 6,172.00 61,720.00 347 Piece Contraction Pamphlet. Nemeth Code. 4"x6". 25 600.00 15,000.00 348 Piece Cranmer Abacus 25 650.00 16,250.00 349 Box Fidgets. Contain A Variety Of Quiet Devices That You Can Roll, Pop, Zip, And Squeeze 5 1,800.00 9,000.00 350 Set Geometric Measurement. Set Of Protractor, Ruler And Triangles Made Of Plastic With Embossed Marking For The Blind, Standard Size. 15 1,000.00 15,000.00 351 Set Goniometers- Protractor Goniometer With 360 Degrees Coverage To Measure Joint And Compare The Changes In Joint Angles Material: Clear Plastic 3 Goniometer: 12-inch, 8 Inch And 6 Inches 2 600.00 1,200.00 352 Piece Hand Dynamometer - Hand Dynamometer Type: Electronic Counting Gripper Function: Comprehensive Fitness Exercise Material: Abs Size: 15cm/5.90""x10.5cm/4.13""x2cm/0.79"" 1 1,900.00 1,900.00 353 Set Jaw Exercisers, Reusable Speech Therapy Tools- Color: Red, Packing Single Loaded, Function: Teether, Material: Silicone, Shape: Tube, Material Feature: Bpa Free, Item Code: 759057460, Category: Soothers & Teethers 10 650.00 6,500.00 354 Set Jaw Grading Bite Blocks- Color: Purple, Brand: Talktools, Item Weight: 0.16 Kilograms, Shape: Teething Block 20 350.00 7,000.00 355 Unit Pediatric Walker - 360-degree Swivel Front Casters For Versatile And Flexible Mobility. Total Height: 75-90cm Side Wheel Width: 70cm. Front And Rear Track Width: 75cm. Left And Right Wheel Track: 40cm Suitable Height: 85-120cm. Weight: About 12kg 2 17,998.00 35,996.00 356 Piece Pediatric Walker- Height-adjustable Frame Sizes. 360-degree Swivel Front Casters For Versatile And Flexible Mobility. Foot-operating Locking Mechanism On Front Casters. Rubber Tire Design 3 13,200.00 39,600.00 357 Set Phonics Phones. Specifications - Each Pack Includes Two Durable Whisper Phones, One In Vibrant Blue And One In Eye-catching Red. 10 536.00 5,360.00 358 Set Scrabble Board For Blind. Made Of Plastic With Special Markings On Tiles And Board. At Least 18"x18" Board. 5 4,000.00 20,000.00 359 Piece Small Silicone Food Tongs/tweezer For Kids (specs: 5-6 Inches Long, Assorted Color, Silicone Or Plastic) 10 100.00 1,000.00 360 Piece Walking Cane-adjustable Aluminum Cane With Wooden Handle, Anodized Finish, And Rubber Tip. The Tube Has A Spring Lock Pin For Adjusting Handle Height From 58-94 Cm. 2 1,320.00 2,640.00 361 Piece White Cane For Adults- Foldable Aluminum With White Anodized Finish And Plastic Tip. The Tube Has A Spring Lock Pin For Adjusting Handle Height From 58-94 Cm. 20 1,500.00 30,000.00 362 Set Articulation Cards. Genre: Children's Learning & Education Sub-genre: Society & Culture Label: Scholastic Teaching Resources Language: English Publisher: Scholastic Teaching Resources 10 3,913.00 39,130.00 363 Set Basic Vocabulary Board. Each Unit Comes With: Flashcards Smash Mat Trace And Color Cut And Glue Flipbook Black And White Versions Of All Activities 10 10,150.00 101,500.00 364 Piece Building Block Set With 96 Pegs In Board For Color Recognition Sorting & Counting. Assembled Product Dimensions (l X W X H) 0.72 X 0.49 X 0.39 Feet. Width-0.49 Ft 5 2,000.00 10,000.00 365 Set Busy Board Sensory Toys For Learning Fine Motor Skills (specs:1ftx1ft : Book-type With Different Fine Motor Activities: Felt Paper, Plastic And Cloth Materials) 3 800.00 2,400.00 366 Set Dolch Basic Sight Words. (bitay Max). Printed On White Tarpaulin 2 Ftx 3 Ft Binded With Two Wooden Sticks. With String (sabitan). Words At Least 2" Height Black, Arial Font Style. 10 1,500.00 15,000.00 367 Set Felt Large Story Board (specs: 2ft X 3ft, Thick Felt Material With Felt Piece Such As Vehicles, Planets For Story Telling) 2 1,000.00 2,000.00 368 Flash Card. Picture And Words Laminated In Thick Plastic Wrapper. New Design Phonics Flashcards Cvc Short Vowel Sounds Word List With Pictures Jumbo Size 14 350.00 4,900.00 369 Piece Kids Play Tunnel (specs Made Of Polyester Cloth Collapsible) 3 1,000.00 3,000.00 370 Set Plastic Puzzle Blocks- Mixed Sized -250 Piece -23x15x10 Cm 260 Piece. -22.2x16.8x10.3 Cm; 520 Piece., 22.2x16.8x16.3 Cm 2 700.00 1,400.00 371 Set Toy Blocks. 160piece Waffle Blocks House Building Blocks Educational Toys For 4 Years Old Kids. 2.16"x2.16" Multi-colored Plastic Blocks. Non-toxic And Odorless. 9 500.00 4,500.00 372 Set Wind Up Toys. Category: Clockwork Engineering Road Roller Material: Plastic, Size: 9.9*6.5*5.3(cm) Color: Three-color Random Hair, Ages: 3+ 10 440.00 4,400.00 373 Set Wooden Building Blocks (specs: 2x3x1 Inches, Assorted Shapes, And Colors: 10-15 Piece) 2 1,000.00 2,000.00 374 Set The Wooden Castle Made Of Colorful Blocks On Carpet In The Playroom. Size Max 6720x4480px • 56.9cm X 37.9cm 5 3,000.00 15,000.00 375 Set Wordless Picture Books. A Wordless Book About Dealing With Big Emotions Like Fear, Grief, Loss, Sadness, And Anger Hardcover | 36 Pages Product Dimension: Approx. W1cm X L22.2cm X H22.2cm Product Weight: Approx. .28kg 20 1,998.00 39,960.00 376 Piece 7kg Hand Carry Luggage Travel Bag. 360 Universal Wheels. Divided Internal Space. 57 Liters Capacity. 40 X 57 X25 Cm Dimension. 3 3,500.00 10,500.00 377 Pack Clothes Pin (laundry Clothes Pins Spring Clips 24 Piece Plastic ) 5 150.00 750.00 378 Piece Comb (1 Dozen Suklay 3-hole X Sz-28 Big) 20 90.00 1,800.00 379 Piece Dipper (plastic Dipper L 11" X W 36"x H 41" 8 150.00 1,200.00 380 Piece Disposal Bins (trash Bins 75 L) 3 2,000.00 6,000.00 381 Piece Dressing Mirror (whole Body Mirror With 4 Wheels Height 5ft. Width 14 Inches) 1 1,500.00 1,500.00 382 Piece Drying Rack (78cmx46cmx185cm) 2 2,500.00 5,000.00 383 Piece Dust Catcher With Broom (2n1 Broom Dustpan Set Windproof Floor Sweeper With Broom) 10 170.00 1,700.00 384 Piece Feather Duster (soft Magic Feather Duster Long Size And Colorful Colors (plastic) 10 150.00 1,500.00 385 Piece First Aid Cabinet, Plastic Box 30cmx12cmx30co With Transparent Cover (free Installation) 2 1,500.00 3,000.00 386 Piece Flat Iron (non-stick Teflon Sole Plate Spray Function Ht &width 251x170x120mm) 3 1,500.00 4,500.00 387 Piece Floor Mop (magic Spin Mop With Bucket 360° Rotating Floor Cleaning Plastic Liner) 10 1,000.00 10,000.00 388 Piece Hair Razor (twin Blade Disposable Razors) 100 30.00 3,000.00 389 Dozen Hangers (12 Piece. Plastic Hanger) 2 300.00 600.00 390 Set Housekeeping Cart. Multi-functional Movable Cleaning Cart Housekeeping Property Cleaning Tool Cart Special Trolley. Standard For Housekeeping Work. 2 5,000.00 10,000.00 391 Piece Ironing Board (ironing Board With Stand Portable 43"iron Board (70cm To 86 Cm) 3 1,300.00 3,900.00 392 Set Laundry Bag Set (4 Piece/set Laundry Washing Bag- 1 Pc M(30cmx40cm) 1pc L (40cmx50cm) 1pc Xl (50x60 Cm) 5 150.00 750.00 393 Piece Nail Clipper (stainless Nail Clippers H-8 Cm Wt-0.046 Kg) 20 100.00 2,000.00 394 Set Nail File (12-piece Red Nail File (medium) 20 50.00 1,000.00 395 Piece Non-slip Doormat 75x45 Cm Rubber 18 500.00 9,000.00 396 Piece Pail (utility Pail With Metal Handle 10l/26x27 Cm) 7 300.00 2,100.00 397 Set Shopping Cart Utility Cart Trolley Grocery Cart For Warehouse Garden Supermarket 2 6,000.00 12,000.00 398 Piece Sponge (high Density Double-sided Dishwashing 7x10x3 Cm) 20 30.00 600.00 399 Piece Spray Bottle (garden Sprayer Capacity: 500ml) 10 170.00 1,700.00 400 Piece Trash Can (with Plastic Swing Lid L-27 Cm, W- 17.5cm, H- 40.5 Cm) 8 260.00 2,080.00 401 Piece Wash Basin (laundry Basin 23-inch, Aluminum Made) 3 300.00 900.00 402 Piece Adaptive Swim Life Jacket For Disabled Keeps The User’s Face Out Of The Water Stops The Tension Of The Neck, Upright Position Back Support, Therapist Hands Free, No Latex Double Harness Distributes Tension’s Adjustment. Possibility To Add The Harness Pad (or “cuissard” In French) 2 11,000.00 22,000.00 403 Piece Bed Foam (for Single Bed, 3 Inches Thick) 1 3,500.00 3,500.00 404 Piece Bed Sheets- Material: Cotton+polyester, Packaging Content: 2-piece Pillowcase, 1 Pc Fitted Sheet, Single Size:36"*75"+7.8", Pillowcase Sice: 18'*28", Gartered Corners 10 2,000.00 20,000.00 405 Piece Bedsheets (cotton Full Gartered 3n1 Bed Sheets, L-60in Ww-75in (for Single Bed Size) 10 300.00 3,000.00 406 Piece Blanket (cotton Full Gartered 3n1 Bed Sheets, L-60in Ww-75in (for Single Bed Size) 10 300.00 3,000.00 407 Piece Blankets- Length: 160 Cm White Sheet Soft Texture, High Quality Fabric Size: 52 X 90 Inch 20 450.00 9,000.00 408 Piece Cervical Pillow. Memory Foam Pillows Contour Memory Foam Pillow For Neck Pain Relief, Orthopedic Neck Bed Pillow For Side Sleepers Back And Stomach With Pillowcase, Removable, Washable 2 2,000.00 4,000.00 409 Set Dish Towels (10 Pc. Per Set 25 Cm X 25 Cm Microfiber Super Absorbent) 20 1,000.00 20,000.00 410 Piece Dri-fit T-shirt, Color White For Sublimation Printing, Size: Extra Large 150 150.00 22,500.00 411 Piece Dri-fit T-shirt, Color White For Sublimation Printing, Size: Extra Small 150 150.00 22,500.00 412 Piece Dri-fit T-shirt, Color White For Sublimation Printing, Size: Large 200 150.00 30,000.00 413 Piece Dri-fit T-shirt, Color White For Sublimation Printing, Size: Medium 200 150.00 30,000.00 414 Piece Dri-fit T-shirt, Color White For Sublimation, Size: Small 150 150.00 22,500.00 415 Piece Face Towel (basic Face Towel - Free Size) 20 100.00 2,000.00 416 Piece Foam Rolls- Material: Expanded Polypropylene Foam Item Weight: 0.42 Pounds, Size: 18 Inches X 8ft. 5 4,000.00 20,000.00 417 Piece Foam. Size:36"x75"; Materials: Polycotton; Thickness: 6" 10 7,000.00 70,000.00 418 Piece Life Jackets For Kids’ Premium Neoprene Safety Life Jacket 5 600.00 3,000.00 419 Pair Pediatric Examination Gowns- Assorted For Kids And Adult Pediatric Examination Gowns Opening: Full Open Back. Style: Child Size Color: Jellybean Print. Made With High Quality, 100% Cotton Comfortable, Durable, Washable, And Reusable Hook And Loop Closures At Neck And Mid-back. 10 700.00 7,000.00 420 Piece Pillowcase- Length: 50 Cm (20 ") Pillowcase Quantity: 1 Piece Width: 80 Cm (31 ") 100 % Polyester 20 180.00 3,600.00 421 Piece Pillows- Pillows, Plain White, Soft Pillow, Size:18x28 Inches 10 900.00 9,000.00 422 Piece Socks (cotton Socks Unisex High Street Socks Sixe:38-44) 5 100.00 500.00 423 Piece Towels- Material: High Quality 100% Cotton Terry. 500gm2. Size: 90 X 180cm. 20 300.00 6,000.00 424 Piece Wash Rags (round Rags) 20 30.00 600.00 425 Piece Welding Gloves 3 500.00 1,500.00 426 Piece Welding Hood Cape (standard Size) 3 500.00 1,500.00 427 Piece Welding Protective Suite (genuine Whole Leader Welding Apron) 3 2,362.00 7,086.00 428 Set Doll Mannequin Kid: Female Material: Plastic Age Group: Children- 3 To 6 Years Old Mannequin Type : Full Body Base : Glass Base Style : Stand Size:height:107cm.shoulder-29cm.chest:57cm, Waist 53cm Packing: Wrapped 1pc/carton Color: Skin Tone Color 2 4,000.00 8,000.00 429 Set Doll Mannequin Kid: Male Material: Plastic Age Group: Children- 3 To 6 Years Old Mannequin Type : Full Body Base : Glass Base Style : Stand Size:height:107cm.shoulder-29cm.chest:57cm, Waist 53cm Packing: Wrapped 1pc/carton Color: Skin Tone Color 2 4,000.00 8,000.00 430 Set Doll Mannequin. Plastic Whole Body With Stand Decor Body Dress Full Body Display Female Height:185cm 2 5,000.00 10,000.00 431 Set Doll Mannequin. Plastic Whole Body With Stand Decor Body Dress Full Body Display Male Height:185cm 2 5,000.00 10,000.00 432 Piece Povidine-iodine 120ml (antiseptic Wound Solution) 5 250.00 1,250.00 433 Piece Deodorant (roll On 50 Ml Bottle) 5 200.00 1,000.00 434 Pack Detergent Powder 3kgs 5 500.00 2,500.00 435 Pack Feminine Napkin (silk Floss 12 Piece) 10 50.00 500.00 436 Piece Gauze Bandage (sterile Gauze Bandage 3x10 Per Box) 2 300.00 600.00 437 Gal. Liquid Soap, Paraben-free, Sulfate-free, Anti-aging, Anti-bacterial, Moisturizing, 1 Gallon 5 500.00 2,500.00 438 Piece Chlorine Tablet For Swimming Pool, Pack Of 300-piece 3-inch Tablet Adjustable Chlorine Dispenser 8 Inch In Combination With Mont Package Included:1*chlorine Dispenser +300 Piece Cleaning Tablet 20 500.00 10,000.00 439 Piece Table Napkin (2 Ply 40s Sheets Folded) 10 50.00 500.00 440 Roll Artificial Grass. 2mx25m Simulation Lawn Carpet Grass Garden Outdoor Rug Synthetic Thick Lawn 30mm Thick 4 20,000.00 80,000.00 441 Piece Fire Extinguisher 3lbs Abc Dry Chemical Refillable (free Installation) 4 3,000.00 12,000.00 442 Piece Artist Stool With Wheels (stainless Steel Stool Bar) 2 1,991.00 3,982.00 443 Piece Artist Taboret (35 ½" H X 17 ½" W X 14 ½" D+9/cm X 44cm X 37 Cm) 1 24,728.00 24,728.00 444 Piece Convertible Drawing And Drafting Table (manual Lift Dimension W-7.75 X D 24x H22" To 31.5") 3 8,400.00 25,200.00 445 Piece Drawing Lamp (metal Adjustable Arm Work Desk Lamp) 5 500.00 2,500.00 446 Piece Medicine Cabinet Large. Dimension: 29 X16.5x16 Cm 2 1,500.00 3,000.00 447 Piece Monoblock Chairs Color Green 200kg Capacity Size (39.5 Cmx86.5 Cmx39.5 Cm) 50 700.00 35,000.00 448 Piece Monoblock Chairs For Kids (specs: Color White, Dimension: Seat Height:212mm, Seat Width:256mm, Seat Depth:200mm) 15 300.00 4,500.00 449 Piece Multi-layer Wooden Bookshelf For Toddler (specs: 1m H X 1.5m W; Premium Cotton Canvass Material And Made Of Wood) 1 2,000.00 2,000.00 450 Piece Rectangular Table For Kids (specs: 77x55 Cm,color Red) 8 1,500.00 12,000.00 451 Piece Stack Rack (toy Origami Rack Shelves) 5 1,477.00 7,385.00 452 Piece Storage Box With Handle, Material: Plastic, Capacity: 20 L , Color: Transparent Clear( Lxwxh) 44x 31x22 29 300.00 8,700.00 453 Unit Treatment Table- Top Shelf With Guard Rail And Formica Material. Down Shelf, Material Plain Sheet. Mounted On 4 Swivel Caster Rubber Wheels 2″ With 2 Pieces Lock. Size: Lxwxh (28″x20″x34.5″), Painted White 1 17,400.00 17,400.00 454 Ream Art Paper (assorted Colors, 8.5"x11") 5 270.00 1,350.00 455 Piece Binder Clip 2" 200 20.00 4,000.00 456 Ream Bond Paper 13x8.5" Subs. 20 50 320.00 16,000.00 457 Ream Bond Paper A4 Subs. 20 50 300.00 15,000.00 458 Piece Clear Book, Long 8.5"x13", Color Violet 100 150.00 15,000.00 459 Piece Clip Board Long (specs: 23x35cm, Plastic Or Wooden) 30 200.00 6,000.00 460 Set Colored Pencils (colored Pencils 12/set) 5 190.00 950.00 461 Set Colored Pens (fine Line Colored Marker 24 Colors In Pvc Bag) 5 90.00 450.00 462 Piece Cork Bulletin Board (20x30cm Cork Board With Black Wooden Frame) 3 800.00 2,400.00 463 Set Crochet Hooks (100-piece Crochet Hook) 10 300.00 3,000.00 464 Roll Crochet Thread Hand Knitting, Crochet Single Color (blue) 5ply 50g 10 80.00 800.00 465 Roll Crochet Thread Hand Knitting, Crochet Single Color (green) 5ply 50g 10 80.00 800.00 466 Roll Crochet Thread Hand Knitting, Crochet Single Color (orange) 5ply 50g 10 80.00 800.00 467 Roll Crochet Thread Hand Knitting, Crochet Single Color (white) 5ply 50g 10 80.00 800.00 468 Roll Crochet Thread Hand Knitting, Crochet Single Color (yellow) 5ply 50g 10 80.00 800.00 469 Roll Crochet Thread Hand Knitting, Crochet Single Color (black) 5ply 50g 10 80.00 800.00 470 Roll Crochet Thread Hand Knitting, Crochet Single Color (red) 5ply 50g 10 80.00 800.00 471 Piece Cutter - Snap Off Blade Knife Blade, Refill 9 Mm 20 13.00 260.00 472 Set Double Deadbolt Door Lock Chassis: Stainless Steel Latch Or Bolt: Stainless Steel Cylinder Housing: Steel Backset: 60mm Or 70mm Door Thickness: 35-50 Mm For Essential Double Lock - Use Keys To Open/lock With 3 Keys 25 1,500.00 37,500.00 473 Piece Easel For Painting (wooden Easel Stand For Painting 1.75m Complimentary Screws Firm And Strong) 5 454.00 2,270.00 474 Set Envelop Long Brown (100 Piece) 8.5"x13" 310 300.00 93,000.00 475 Piece Expanded Envelope, Long Color Brown 100 60.00 6,000.00 476 Piece File Folders. (black Or White) Model: Minimum Of 100 Pages Capacity Size: 310*235mm, Suitable For School And Office Supply 20 500.00 10,000.00 477 Piece Glue Gun. 3.6v Cordless Hot Melt Glue Gun Rechargeable Fast Glue Gun Kit With 20-piece Glue Stick Automatic-power-off 15 1,600.00 24,000.00 478 Box Jumbo Crayons (pack Of 8) 160 200.00 32,000.00 479 Piece Knitting Needles (2 Piece/set (35cm) Knitting Sweater Stick Needle Bamboo Sweater Needle Knitting Scarf Tool) 5 200.00 1,000.00 480 Pack Laminating Pouches Long 13", 250 Micron, 100 Pouches Size: 222mmx337mm 7 2,000.00 14,000.00 481 Unit Learners'/clients' Chart Materials- A4 Size 8-1/4 X 11-3/4 Inches Or 210 X 297 Mm Or 29.7 X 21 Cm Laminated Full Color High Quality Print Photopaper 20 80.00 1,600.00 482 Piece Magnetic Aluminum Whiteboard (specs:35x50cm) 5 300.00 1,500.00 483 Piece Meter Stick, 100cm Stainless Steel Ruler 5 500.00 2,500.00 484 Gal. Multi-purpose White Glue 1 Gal. 5 1,000.00 5,000.00 485 Box Paper Clips (vinyl Coated Assorted Size By 100piece) 40 250.00 10,000.00 486 Piece Paper Tray (specs: 5layer, Long Bond Paper Rack,39x28x7cm) 3 500.00 1,500.00 487 Piece Pencil No. 2 400 10.00 4,000.00 488 Piece Pencil Sharpener Heavy Duty (item Dimension: Stainless Steel Body, 11.5x6.5x6.5) 11 500.00 5,500.00 489 Piece Permanent Marker (specs: Black, Broad And Fine) 220 50.00 11,000.00 490 Pack Pvc Cards Sheets, 50 Sets (100 Pvc Films And 50 Pvc Cards) Size: 200mmx300mm 30 3,000.00 90,000.00 491 Piece Record Book. 8.5"x13" By 200 Pages 12 300.00 3,600.00 492 Piece Sand Eraser For Ink And Pencil E-330 300 15.00 4,500.00 493 Piece Scissors, 5" Blunted Scissors, Plastic Handle. 20 200.00 4,000.00 494 Set Sewing Thread (polyester 1000 M) Assorted Color 10 200.00 2,000.00 495 Piece Sign Pen (assorted Color, Number 0.5) 250 20.00 5,000.00 496 Unit Spiral Binding Machine F4 Size S40m 40 Holes Heavy Duty [long/legal], Binding Form: Spiral / Coil , Pitch: 4:1 Size: F4 / Long / Legal Maximum Punching: 15 Sheets (70gsm Paper) Per Manual Punch Maximum Binding Capacity: 450 Sheets (70 Gsm Paper) Adjustment Margins: 2.5, 4.5, 6.5mm Number Of Holes: 40 Holes , Hole Distance: 8.47mm Size Of Machine: 425x230x270mm , Net Weight: 5.5kg 1 7,000.00 7,000.00 497 Unit Stapler Heavy Duty (ds-425) 20 150.00 3,000.00 498 Piece Sublimation Coated White Mug 11oz Sublimation Printable (blank) 500 60.00 30,000.00 499 Piece Sublimation Plain Trucker Mesh Net Cap 200 60.00 12,000.00 500 Piece Tailor’s Scissors (10") Heavy Duty 5 1,500.00 7,500.00 501 Piece Tape Dispenser Size:1" 10 1,500.00 15,000.00 502 Piece Tape Measure (body Tape Measuring Ruler Tailoring) 5 50.00 250.00 503 Piece Watercolors (50 Color Solid Watercolors Tin Box (202'82'33mm) 5 441.00 2,205.00 504 Pack Whiteboard Marker, Black. 3piece Per Pack (refillable) 100 150.00 15,000.00 505 Piece Whiteboard Marker (specs: Blue, Red And Black, Fine) 170 70.00 11,900.00 506 Roll Yarn (yarn Hand Knitting And Crochet Single Color (blue) 5ply 50g 50 80.00 4,000.00 507 Roll Yarn (yarn Hand Knitting And Crochet Single Color (green) 5ply 50g 50 80.00 4,000.00 508 Roll Yarn (yarn Hand Knitting And Crochet Single Color (orange) 5ply 50g 50 80.00 4,000.00 509 Piece Yarn (yarn Hand Knitting And Crochet Single Color (red) 5ply 50g 50 80.00 4,000.00 510 Roll Yarn (yarn Hand Knitting And Crochet Single Color (white) 5ply 50g 50 80.00 4,000.00 511 Piece Yarn (yarn Hand Knitting And Crochet Single Color (yellow) 5ply 50g 50 80.00 4,000.00 512 Box Braille Paper. 11.5"x 8.5". 1000 Sheets 5 7,000.00 35,000.00 513 Box Braille Paper. White Fanfold Tractor-feed Braille Transcribing Paper: 11.5 X 11.5 Inches, 3-hole, And 19-hole Punch. Dimensions:10.1 × 11.5 × 5.4 Inches. 1000 Sheets 5 10,000.00 50,000.00 514 Box Swell-touch Paper 11 X 11.5-in- 100 Sheets 2 10,000.00 20,000.00 515 Piece Basketball, Standard Size 2 2,000.00 4,000.00 516 Set Bocce Balls, 100mm Diameter, 4 Balls Colored Red, 4 Balls Colored Green, With Palena Ball Color White. Set With Bag. 2 20,000.00 40,000.00 517 Piece Goalball, Standard Size, And Weight, Blue 2 20,000.00 40,000.00 Assistive Devices And Equipment Shall Be Provided With At Least 1 Year Warranty And After-sales Service. Delivery Terms: Within 30 Days Drop Off Points: General Santos City Sped Integrated School – Quezon Avenue, Brgy. West, Gsc (ilrc) Payment Terms: Payment To The Service Provider Shall Be Made Through Philippine Veterans Bank Lddap-ada / Mds. In The Case Of Accounts Maintained In Other Bank, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. ***nothing Follows*** Subtotal 7,049,507.00 Grand Total 7,338,507.00 2. Deped Sdo Of General Santos City, Through Its Bids And Awards Committee (bac), Now Invites Bids For The Above Procurement Project. 3. Bidding Will Be Conducted Through Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 12009, Otherwise Known As The “new Government Procurement Act” With The Following Eligibility Requirements: A. Valid And Updated Philgeps Certification (platinum) From The Sole Proprietorships, Partnerships, Corporations, Cooperatives And Persons/entities In The Form Of Joint Venture; B. Statement Of The Bidder Of All Its Ongoing Government And Private Contracts; C. Statement Of The Bidder’s Slcc Similar To The Procurement Project Which Is 50% Of The Abc Or A Combination Of Contacts: (i) At Least One (1) Similar Contract Amounting To At Least 25% Of The Abc And (ii) Other Contracts, Whether Similar Or Not, With An Aggregate Amount Of At Least 25% Of The Abc, Provided Their Total Value Is At Least 50% Of The Abc. D. The Bidder’s Computation Of Nfcc Which Is Equal To The Abc Or A Committed Line Of Credit From A Bank With At Least 10% Of The Abc; E. Jva Or The Duly Notarized Statement In Accordance With Section 52.1(b) Of The Irr, If Applicable; F. Bid Security In The Prescribed Form, Amount And Validity Period; G. Technical Specifications H. Omnibus Sworn Statement I. Original And Signed Copy Of The Bid Form 4. The Contract Will Be Awarded To The Supplier Determined To Have The Single Or Lowest Calculated And Responsive Bid (s/lcrb) Based On The Above Final Technical And Financial Requirements. 5. A Complete Set Of Bidding Documents In Soft Copy Only May Be Purchased At Deped-division Of General Santos City Bac Secretariat, Located At Tiongson St., Lagao, General Santos City Upon Submission Of A Letter Of Intent, And Payment In Cash On A Non-refundable Fee By Interested Bidders To The Deped Division Cashier. Only Bidders Who Purchased The Bidding Documents Provided Below Shall Be Allowed To Submit Bid/bids Not Later Than The Scheduled Receipt And Opening Of Bids Bidding Document Price Lot Number Price Lot No. 1 P 500.00 Lot No. 2 P 10,000.00 6. It May Be Viewed Or Downloaded After Payment From The Website Of The Philippine Government Electronic Procurement System (philgeps), Www.philgeps.gov.ph. The Schedule And Venue Of The Procuring Activities Are As Follows: Activity Date And Time Venue Pre-bid Conference April 21, 2025 2:00 P.m. (monday) Sds Conference And Online Via Google Meet Issuance Of Bidding Documents Until May 5, 2025 1:00 P.m. (monday) To Be Sent To Bidder’s Email Address After Payment Of The Bidding Documents Receipt And Opening Of Bids May 5, 2025 2:00 P.m. (monday) Division Office/google Meet The Pre-bid Conference Is Open To All Interested Parties Who May Have Or Have Not Bought The Bidding Documents. 7. Bids Must Be Physically Delivered To The Address And On The Date And Time Stated Herein. Submission Of Digital Copy Of The Bidding Documents Shall Not Be Accepted. All Bids In Modes Of Procurement That Are Competitive In Nature Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Section 56.2 Of The Irr. 8. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Opening Of Bids At The Address, Date And Stated Herein. Late Bids Shall Not Be Accepted. 9. For Further Information, Please Refer To: Ofelia S. Panes Michael Jhon A. Del Sol Administrative Officer Iv (records) Administrative Assistant Ii Bac Secretariat Head Bac Secretariat Member Email: Ofelia.panes@deped.gov.ph Email: Bac.depedgensan@deped.gov.ph Cell No. 09692673871 Cell No. 09278865516 Approved By: Mervie Y. Seblos, Cese Oic – Assistant Schools Division Superintendent Bac Chairperson Bacsec/mds
Closing Date5 May 2025
Tender AmountPHP 7.3 Million (USD 131.3 K)

Environmental Management Bureau Tender

Publishing and Printing
Corrigendum : Tender Amount Updated
Philippines
Details: Description Request For Quotation (rfq) 1 Lot Inks And Toners Rfq No. 2025-fad-002 The Department Of Environment And Natural Resources – Environmental Management Bureau – National Capital Region (denr-emb-ncr) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications. The Denr-emb-ncr Intends To Apply The Sum Of Nine Hundred Fifty Thousand And Five Hundred Pesos Only (php 950,500.00) Being The 1 Lotinks And Toners, Rfq No. 2025-fad-002. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. A Set Of Technical Specifications Are Provided In Attachment 1. All Items Listed Under The Purchaser’s Specifications Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. Small-value Procurement/shopping Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Per Item Basis, And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. Quotations Must Be Delivered At The Address Below Not Later Than 12:00 P.m. Of February 17 2025. Department Of Environment And Natural Resources Environmental Management Bureau National Capital Region National Ecology Center Compound, East Avenue Diliman, Quezon City Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. Bid/quotation May Be Typewritten And May Be Placed In A Sealed Envelope Marked The 1 Lot Inks And Toners, Rfq No. 2025-fad-002. Or You May Send Your Bid- Quotation Through Fax (02-9313134) Or E-mail (emb.bacsec.ncr125@gmail.com). Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. The Delivery Period Shall Be Within Fifteen (15) Calendar Days From Receipt Of The Purchase Order (p.o) And/or Job Order (j.o). The Supplier Should Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Protect Environment | Protect Life Emb-ncr Building, National Ecology Center Compound, East Ave., Diliman, Quezon City 1100 Telephone No.: (02) 8931-1331 | E-mail: Recordsncr@emb.gov.ph | Ncrsupport@emb.gov.ph Website: Www.ncr.emb.gov.ph Department Of Environment And Natural Resources Environmental Management Bureau National Capital Region National Ecology Center Compound, East Avenue, Diliman, Quezon City The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. The Prospective Bidder Shall Submit The Following: Signed Quotation Form Goods- Technical Specifications And Certification From Regulatory Offices, If Applicable (dole Doh And Etc.) Food Services- Menu Civil Works- Plan, Layout, And Design Proof Of Philgeps Registration; Sec Registration/dti Certificate; Business Permit; Tax Clearance Annual Income Tax Return; Preferably With Proof That The Offered Products/items Are Manufactured By An Iso-9001 And Iso14001 Company Whose Certifications Are Valid On Opening Of Proposal; Preferably In Compliance With Philippine Green Public Procurement Roadmap Of Government Procurement Policy Board (gppb); Letter Of Authenticity Of Manufacturer’s Certification That The Supplier Is An Authorized Reseller/distributor And The Items Are Covered By The Manufacturer’s Warranty Failure To Follow The Above Requirements May Result In Outright Rejection Of Submitted Quotation/s. Awarded Bidder Should Sign The Conforme Within Three (3) Working Days Upon Receipt. Failure To Conform Shall Be The Basis In The Consideration Of Appropriate Responsiveness Of The Bidder, In Which The Procuring Entity Shall Proceed To The Next Lowest Calculated And Responsive Bid. Engr. Divina C. Camarao Bac, Chairperson Attachment 1 Technical Specifications No. Purchaser’s Specifications Quantity / Uom Abc Per Unit Total Abc Rfq No. 2025-fad-002 Hp Toner Cf510a, 204a, Black Hp Toner Cf511a, 204a, Cyan Hp Toner Cf512a, 204a, Yellow Hp Toner Cf513a, 204a, Magenta Hp Toner Cf2310a, 215a, Black Hp Toner Cf2311a, 215a, Cyan Hp Toner Cf2312a, 215a, Yellow Hp Toner Cf2313a, 215a, Magenta Hp680 Ink Black Hp680 Ink Tri Color Hp678 Ink Black Hp678 Ink Tri Color Canon Pg 810 Black, Genuine Canon Cl 811 Tri Color, Genuine 30 Cartridge 50 Cartridge 50 Cartridge 50 Cartridge 20 Cartridge 15 Cartridge 15 Cartridge 15 Cartridge 60 Cartridge 50 Cartridge 20 Cartridge 10 Cartridge 30 Cartridge 30 Cartridge ₱950,500.00 ₱950,500.00 Along With Your Signed Quotation Please Submit The Ff: Philgeps Certificate Dti/ Sec Mayor’s Permit Tax Clearance Annual Income Tax Return Preferably With Proof That The Offered Products / Items Are Manufactured By An Iso-9001 And Iso-14001 Company Whose Certifications Are Valid On The Opening On Proposal. Letter Of Authenticity Of Manufacturer’s Certification That The Supplier Is An Authorized Reseller/distributor And The Items Are Covered By The Manufacturer’s Warranty. Quotation Form Date: Rfq No. Attention: Fad-procurement And Property Management Unit Department Of Environment And Natural Resources Environmental Management Bureau-national Capital Region National Ecology Center Compound East Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Quantity / Uom Deliver Y Site Unit Price (php) Total Price (php) Rfq No. 2025-fad-002 Hp Toner Cf510a, 204a, Black Hp Toner Cf511a, 204a, Cyan Hp Toner Cf512a, 204a, Yellow Hp Toner Cf513a, 204a, Magenta 30 Cartridge 50 Cartridge 50 Cartridge 50 Cartridge Emb- Ncr Hp Toner Cf2310a, 215a, Black 20 Cartridge Hp Toner Cf2311a, 215a, Cyan 15 Cartridge Hp Toner Cf2312a, 215a, Yellow 15 Cartridge Hp Toner Cf2313a, 215a, Magenta 15 Cartridge Hp680 Ink Black 60 Cartridge Hp680 Ink Tri Color 50 Cartridge Hp678 Ink Black 20 Cartridge Hp678 Ink Tri Color 10 Cartridge Canon Pg 810 Black, Genuine 30 Cartridge Canon Cl 811 Tri Color, Genuine 30 Cartridge We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen (15)-day Delivery Period From Receipt Purchase Order (p.o) Or Job Order (j.o). We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : Postal Address : Email Address : Telephone & Fax No. : Supplier’s Representative : Signature Over Printed Name : Account Name And Branch : Preferably Landbank Account. In Case Of Other Banks, Charges May Apply. Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republic Of The Philippines ) City/municipality Of ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [name Of Bidder] Complies With Existing Labor Laws And Standards; And [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: Carefully Examining All Of The Bidding Documents; Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 20 At , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial] Purchase Request Appendix 60 Department Of Environment & Natural Resources Environmental Management Bureau National Capital Region Fund Cluster: Office/section: Fad-ppmu Pr No.: 2025-01-031 Responsibility Center Code : Date: January 20, 2025 Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost Cartridge Hp Toner Cf510a, 204a, Black 30 ₱ 3,200.00 ₱96,000.00 Cartridge Hp Toner Cf511a, 204a, Cyan 50 ₱ 3,400.00 ₱170,000.00 Cartridge Hp Toner Cf512a, 204a, Yellow 50 ₱ 3,400.00 ₱170,000.00 Cartridge Hp Toner Cf513a, 204a, Magenta 50 ₱ 3,400.00 ₱170,000.00 Cartridge Hp Toner Cf2310a, 215a, Black 20 ₱ 3,000.00 ₱60,000.00 Cartridge Hp Toner Cf2311a, 215a, Cyan 15 ₱ 3,200.00 ₱48,000.00 Cartridge Hp Toner Cf2312a, 215a, Yellow 15 ₱ 3,200.00 ₱48,000.00 Cartridge Hp Toner Cf2313a, 215a, Magenta 15 ₱ 3,200.00 ₱48,000.00 Cartridge Hp680 Ink Black 60 ₱ 500.00 ₱30,000.00 Cartridge Hp680 Ink Tri Color 50 ₱ 500.00 ₱25,000.00 Cartridge Hp678 Ink Black 20 ₱ 650.00 ₱13,000.00 Cartridge Hp678 Ink Tri Color 10 ₱ 650.00 ₱6,500.00 Cartridge Canon Pg 810 Black, Genuine 30 ₱ 1,000.00 ₱30,000.00 Cartridge Canon Cl 811 Tri Color, Genuine 30 ₱ 1,200.00 ₱36,000.00 Total ₱950,500.00 Charged To Gaa - Regular Fund Code: Funds Available: Christine Joy J. Acaban Unit Head, Budget Purpose: For Official Use Of Emb Ncr Requested By: Approved By: Signature: Printed Name: Gemma G. Carino Engr. Maria Dorica Naz-hipe, Ceso V Designation: Chief,fad Regional Director Date: Purchase Request Appendix 60 Department Of Environment & Natural Resources Environmental Management Bureau National Capital Region Fund Cluster: Office/section: Fad-ppmu Pr No.: 2025-01-031 Responsibility Center Code : Date: January 20, 2025 Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost Cartridge Hp Toner Cf510a, 204a, Black 30 ₱ 3,200.00 ₱96,000.00 Cartridge Hp Toner Cf511a, 204a, Cyan 50 ₱ 3,400.00 ₱170,000.00 Cartridge Hp Toner Cf512a, 204a, Yellow 50 ₱ 3,400.00 ₱170,000.00 Cartridge Hp Toner Cf513a, 204a, Magenta 50 ₱ 3,400.00 ₱170,000.00 Cartridge Hp Toner Cf2310a, 215a, Black 20 ₱ 3,000.00 ₱60,000.00 Cartridge Hp Toner Cf2311a, 215a, Cyan 15 ₱ 3,200.00 ₱48,000.00 Cartridge Hp Toner Cf2312a, 215a, Yellow 15 ₱ 3,200.00 ₱48,000.00 Cartridge Hp Toner Cf2313a, 215a, Magenta 15 ₱ 3,200.00 ₱48,000.00 Cartridge Hp680 Ink Black 60 ₱ 500.00 ₱30,000.00 Cartridge Hp680 Ink Tri Color 50 ₱ 500.00 ₱25,000.00 Cartridge Hp678 Ink Black 20 ₱ 650.00 ₱13,000.00 Cartridge Hp678 Ink Tri Color 10 ₱ 650.00 ₱6,500.00 Cartridge Canon Pg 810 Black, Genuine 30 ₱ 1,000.00 ₱30,000.00 Cartridge Canon Cl 811 Tri Color, Genuine 30 ₱ 1,200.00 ₱36,000.00 Total ₱950,500.00 Charged To Gaa - Regular Fund Code: Funds Available: Christine Joy J. Acaban Unit Head, Budget Purpose: For Official Use Of Emb Ncr Requested By: Approved By: Signature: Printed Name: Gemma G. Carino Engr. Maria Dorica Naz-hipe, Ceso V Designation: Chief,fad Regional Director Date: Engr. Christian Dale E. Formeloza App-cse 2025 Form - Other Items Annual Procurement Plan - Commom-use Supplies And Equipment (app-cse) 2025 Form - Other Items Agency Code/uacs: Contact Person: Agency Name: Designation: Organization Type: Email: Region: Contact Number: Address: Introduction: Reminders: This Form Shall Be Utilized By Government Agencies For Items That Are Not Available In The Ps-dbm Catalogue But Are Regularly Purchased From Other Sources. Information Given In This Form Will Serve As A Survey To Identify The Items That May Be Considered As Cse By The Ps-dbm. The App-cse 2025 Form - Other Items Must Be Accomplished Using Excel Only. The App-cse Form - Other Items Shall Be Deemed Incorrect Or Invalid If The Form Used Is In Other Than The Prescribed Format Which Can Be Downloaded In The Ps-dbm Website (www.ps-philgeps.gov.ph). All Information Must Be Provided Accurately. To Fill-out, Find The Item In The 'list Of Items - 1' Tab Of This File Then Type The Desired Product In The Search Bar (working Only For Mirosoft Excel 2013 Or Higher). Copy The Description, Right Click Then Paste As Values In The Dedicated Column Of The Form 'item Description". You May Also Use The 'list Of Items - 2' Then Press Ctrl + F To Find The Item. If It Is Necessary To Input The Details Of The Product, You May Type It In The 'specification' Column Provided Beside The Item Description.the First One Hundred (100) Rows Are Dedicated Only For This Procedure, While The Remaining Rows Is Open For Editing. You Can Insert Additional Rows After The First 100 If Necessary. Upload The App-cse 2025 Form - Other Items Through The Google Forms Link: Https://shorturl.at/adeqo For Further Assistance Or Clarification, Agencies May Contact The Marketing And Sales Division Of Ps-dbm Through Its Mobile Numbers 0918-2954426 (smart) Or 0962-8255199 (smart), Or Email Appcse.helpdesk@ps- Philgeps.gov.ph, Or Visit The Ps-dbm Website (www.ps-philgeps.gov.ph) For The Guide On How To Fill-out The App-cse The App-cse For Fy 2025 Must Be Submitted On Or Before July 31, 2024 No. Unspsc Item Description Specification (input Specific Features Or Composition Of The Item Such As Dimensions, Color, Or Functions) Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount Other Items Not Available At Ps-dbm But Are Regularly Purchased From Other Sources (note: Please Indicate Price Of Items) 1 - Ink Cartridge, Canon Pg-810 Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 990.00 0.00 2 - Ink Cartridge, Canon Cl-811 Tri-color Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,300.00 0.00 3 - Toner Cartridge, Canon 054h, 3028c001 Black Cart 1 0 1 2 13,000.00 0 1 0 1 6,500.00 1 1 0 2 13,000.00 0 0 0 0 0.00 5 6,500.00 32,500.00 4 - Toner Cartridge, Canon 054h, 3025c001 Yellow Cart 0 1 0 1 6,500.00 0 1 0 1 6,500.00 0 1 0 1 6,500.00 0 1 0 1 6,500.00 4 6,500.00 26,000.00 5 - Toner Cartridge, Canon 054h, 3026c001 Magenta Cart 0 1 0 1 6,500.00 0 1 0 1 6,500.00 0 1 0 1 6,500.00 0 1 0 1 6,500.00 4 6,500.00 26,000.00 6 - Toner Cartridge, Canon 054h, 3027c001 Cyan Cart 0 1 0 1 6,500.00 0 1 0 1 6,500.00 0 1 0 1 6,500.00 0 1 0 1 6,500.00 4 6,500.00 26,000.00 7 - Ink Bottle, Hp Gt53, 1vv22aa Black Bottle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 8 - Ink Bottle, Hp Gt52, M0h54aa Cyan Bottle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 9 - Ink Bottle, Hp Gt52, M0h55aa Magenta Bottle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 10 - Ink Bottle, Hp Gt52, M0h56aa Yellow Bottle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 11 - Toner Cartridge, Hp 202a, Cf500a Black Cart 2 2 1 5 21,000.00 2 2 1 5 21,000.00 2 2 1 5 21,000.00 2 2 1 5 21,000.00 20 4,200.00 84,000.00 12 - Toner Cartridge, Hp 202a, Cf501a Cyan Cart 2 2 1 5 25,000.00 2 2 1 5 25,000.00 2 2 1 5 25,000.00 2 2 1 5 25,000.00 20 5,000.00 100,000.00 13 - Toner Cartridge, Hp 202a, Cf502a Yellow Cart 2 2 1 5 25,000.00 2 2 1 5 25,000.00 2 2 1 5 25,000.00 2 2 1 5 25,000.00 20 5,000.00 100,000.00 14 - Toner Cartridge, Hp 202a, Cf503a Magenta Cart 2 2 1 5 25,000.00 2 2 1 5 25,000.00 2 2 1 5 25,000.00 2 2 1 5 25,000.00 20 5,000.00 100,000.00 15 - Toner Cartridge, Hp 204a, Cf510a Black Cart 10 10 10 30 96,000.00 10 10 10 30 96,000.00 5 5 5 15 48,000.00 5 5 5 15 48,000.00 90 3,200.00 288,000.00 16 - Toner Cartridge, Hp204a, Cf511a Cyan Cart 5 5 5 15 53,250.00 5 5 5 15 53,250.00 5 5 5 15 53,250.00 5 5 5 15 53,250.00 60 3,550.00 213,000.00 17 - Toner Cartridge, Hp204a, Cf512a Yellow Cart 5 5 5 15 53,250.00 5 5 5 15 53,250.00 5 5 5 15 53,250.00 5 5 5 15 53,250.00 60 3,550.00 213,000.00 18 - Toner Cartridge, Hp204a, Cf513a Magenta Cart 5 5 5 15 53,250.00 5 5 5 15 53,250.00 5 5 5 15 53,250.00 5 5 5 15 53,250.00 60 3,550.00 213,000.00 19 - Toner Cartridge, Hp 107a, W1107a Black Cart 0 5 5 10 25,000.00 0 5 5 10 25,000.00 0 5 5 10 25,000.00 0 5 5 10 25,000.00 40 2,500.00 100,000.00 20 - Toner Cartridge, Hp 85a, Ce285a Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 21 - Toner Cartridge, Hp 79a, Cf279a Black Cart 5 0 5 10 39,750.00 0 0 0 0 0.00 5 0 5 10 39,750.00 0 0 0 0 0.00 20 3,975.00 79,500.00 22 - Toner Cartridge, Hp 215a, W2310a Black Cart 5 5 2 12 37,200.00 5 5 2 12 37,200.00 5 5 2 12 37,200.00 5 5 2 12 37,200.00 48 3,100.00 148,800.00 23 - Toner Cartridge, Hp215a, W2311a Cyan Cart 5 5 2 12 39,600.00 5 5 2 12 39,600.00 5 5 2 12 39,600.00 5 5 2 12 39,600.00 48 3,300.00 158,400.00 24 - Toner Cartridge, Hp215a, W2312a Yellow Cart 5 5 2 12 39,600.00 5 5 2 12 39,600.00 5 5 2 12 39,600.00 5 5 2 12 39,600.00 48 3,300.00 158,400.00 25 - Toner Cartridge, Hp215a, W2313a Magenta Cart 5 5 2 12 39,600.00 5 5 2 12 39,600.00 5 5 2 12 39,600.00 5 5 2 12 39,600.00 48 3,300.00 158,400.00 26 - Ink Cartridge, Hp 678, Hpcz107aa Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 600.00 0.00 27 - Ink Cartridge, Hp 678, Hpcz108aa Tri-color Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 600.00 0.00 28 - Ink Cartridge, Hp 680, F6v27aa Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 600.00 0.00 29 - Ink Cartridge, Hp 680, F6v26aa Tri-color Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 600.00 0.00 30 - Ink Cartridge, Hp 955, L0s60aa Black Cart 1 1 1 3 4,200.00 1 1 1 3 4,200.00 1 1 1 3 4,200.00 1 1 1 3 4,200.00 12 1,400.00 16,800.00 31 - Ink Cartridge, Hp 955, L0s51aa Cyan Cart 1 1 1 3 3,300.00 1 1 1 3 3,300.00 1 1 1 3 3,300.00 1 1 1 3 3,300.00 12 1,100.00 13,200.00 32 - Ink Cartridge, Hp 955, L0s57aa Yellow Cart 1 1 1 3 3,300.00 1 1 1 3 3,300.00 1 1 1 3 3,300.00 1 1 1 3 3,300.00 12 1,100.00 13,200.00 33 - Ink Cartridge, Hp 955, L0s54aa Magenta Cart 1 1 1 3 3,300.00 1 1 1 3 3,300.00 1 1 1 3 3,300.00 1 1 1 3 3,300.00 12 1,100.00 13,200.00 34 - Toner, Epson Wf-c5790 (black, Cyan, Yellow, Magenta) Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 15,000.00 0.00 35 - Ink Cartridge, Epson T289 Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 36 - Ink Cartridge, Epson T290 Tri-color Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 37 - Ink Bottle, Epson 003, T00v100 Black Bottle 5 5 5 15 3,000.00 5 5 5 15 3,000.00 5 5 5 15 3,000.00 5 5 5 15 3,000.00 60 200.00 12,000.00 38 - Ink Bottle, Epson 003, T00v200 Cyan Bottle 5 0 5 10 2,000.00 5 0 5 10 2,000.00 5 0 5 10 2,000.00 5 0 5 10 2,000.00 40 200.00 8,000.00 39 - Ink Bottle, Epson 003, T00v300 Magenta Bottle 5 0 5 10 2,000.00 5 0 5 10 2,000.00 5 0 5 10 2,000.00 5 0 5 10 2,000.00 40 200.00 8,000.00 40 - Ink Bottle, Epson 003, T00v400 Yellow Bottle 5 0 5 10 2,000.00 5 0 5 10 2,000.00 5 0 5 10 2,000.00 5 0 5 10 2,000.00 40 200.00 8,000.00 41 - Ink Bottle, Epson 001, C13t03y100 Black Bottle 0 0 1 1 600.00 0 0 1 1 600.00 0 0 1 1 600.00 0 1 1 2 1,200.00 5 600.00 3,000.00 42 - Ink Bottle, Epson 001, C13t03y200 Cyan Bottle 0 0 1 1 400.00 0 0 1 1 400.00 0 0 1 1 400.00 0 1 1 2 800.00 5 400.00 2,000.00 43 - Ink Bottle, Epson 001, C13t03y300 Magenta Bottle 0 0 1 1 400.00 0 0 1 1 400.00 0 0 1 1 400.00 0 1 1 2 800.00 5 400.00 2,000.00 44 - Ink Bottle, Epson 001, C13t03y400 Yellow Bottle 0 0 1 1 400.00 0 0 1 1 400.00 0 0 1 1 400.00 0 1 1 2 800.00 5 400.00 2,000.00 45 - Ink Bottle, Epson 005, T03q100 Black Bottle 1 1 1 3 2,400.00 1 1 1 3 2,400.00 1 1 1 3 2,400.00 1 1 1 3 2,400.00 12 800.00 9,600.00 46 - Ink Bottle, Epson 664, C13t664100 Black Bottle 0 0 5 5 2,000.00 0 0 10 10 4,000.00 0 0 5 5 2,000.00 0 0 10 10 4,000.00 30 400.00 12,000.00 47 - Ink Bottle, Epson 664, C13t664200 Cyan Bottle 0 0 5 5 2,000.00 0 0 5 5 2,000.00 0 0 5 5 2,000.00 0 0 5 5 2,000.00 20 400.00 8,000.00 48 - Ink Bottle, Epson 664, C13t664300 Magenta Bottle 0 0 5 5 2,000.00 0 0 5 5 2,000.00 0 0 5 5 2,000.00 0 0 5 5 2,000.00 20 400.00 8,000.00 49 - Ink Bottle, Epson 664, C13t664400 Yellow Bottle 0 0 5 5 2,000.00 0 0 5 5 2,000.00 0 0 5 5 2,000.00 0 0 5 5 2,000.00 20 400.00 8,000.00 No. Unspsc Item Description Specification (input Specific Features Or Composition Of The Item Such As Dimensions, Color, Or Functions) Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount Other Items Not Available At Ps-dbm But Are Regularly Purchased From Other Sources (note: Please Indicate Price Of Items) 50 - Ink Bottle, Epson 673, T6731 Black Bottle 0 0 0 0 0.00 1 0 0 1 0.00 0 0 0 0 0.00 1 0 0 1 0.00 2 0.00 0.00 51 - Ink Bottle, Epson 673, T6732 Cyan Bottle 0 0 0 0 0.00 1 0 0 1 0.00 0 0 0 0 0.00 1 0 0 1 0.00 2 0.00 0.00 52 - Ink Bottle, Epson 673, T6733 Magenta Bottle 0 0 0 0 0.00 1 0 0 1 0.00 0 0 0 0 0.00 1 0 0 1 0.00 2 0.00 0.00 53 - Ink Bottle, Epson 673, T6734 Yellow Bottle 0 0 0 0 0.00 1 0 0 1 0.00 0 0 0 0 0.00 1 0 0 1 0.00 2 0.00 0.00 54 - Ink Bottle, Epson 673, T6735 Light Cyan Bottle 0 0 0 0 0.00 1 0 0 1 0.00 0 0 0 0 0.00 1 0 0 1 0.00 2 0.00 0.00 55 - Ink Bottle, Epson 673, T6736 Light Magenta Bottle 0 0 0 0 0.00 1 0 0 1 0.00 0 0 0 0 0.00 1 0 0 1 0.00 2 0.00 0.00 56 - Ribbon Cartridge, Epson Lx310, S015632 Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 57 - Ribbon Cartridge, Epson Lq2190, S015531/s015086 Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 58 - Toner Cartridge, Lexmark Network Printer, 58d3h00 Black Cart 0 0 3 3 54,000.00 0 0 0 0 0.00 0 0 3 3 54,000.00 0 0 0 0 0.00 6 18,000.00 108,000.00 59 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 60 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 61 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 62 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 63 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 64 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 65 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 66 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 67 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 68 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 69 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 70 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 71 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 72 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 73 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 74 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 75 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 76 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 77 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 78 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 79 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 80 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 81 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 82 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 83 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 84 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 85 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 86 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 87 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 88 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 89 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 90 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 91 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 92 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 93 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 94 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 95 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 96 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 97 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 98 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 99 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 100 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 No. Unspsc Item Description Specification (input Specific Features Or Composition Of The Item Such As Dimensions, Color, Or Functions) Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount Other Items Not Available At Ps-dbm But Are Regularly Purchased From Other Sources (note: Please Indicate Price Of Items) A. Total ₱ 2,480,000.00 B. Additional Provision For Inflation (10% Of Total) ₱ 248,000.00 C. Additional Provision For Transport And Freight Cost (if Applicable) ₱ - D. Grand Total (a + B+ C) ₱ 2,728,000.00 E. Approved Budget By The Agency Head In Figures And Words: We Hereby Warrant That The Total Amount Reflected In This Annual Procurement Plan To Procure The Listed Common-use Supplies, Materials, And Equipment Has Been Included In Or Is Within Our Approved Budget For The Year. Prepared By: Certified Funds Available / Certified Appropriate Funds Available: Approved By: Jodi Hani C. Leal / Cesar D. Tolentino Property/supply Officer Accountant / Budget Officer Date Prepared: Introduction: App-cse 2025 Form Annual Procurement Plan - Commom-use Supplies And Equipment (app-cse) 2025 Form This Form Contains The Common-use Supplies And Equipment (cse) Being Carried By The Procurement Service – Department Of Budget And Management (ps-dbm) That Shall Be Purchased By Government Agencies. Consistent With The Dbm Circular Letter Nos. 2011-6 And 2011-6-a Dated 25 August 2011 And 28 September 2011, Respectively, The App-cse Shall Serve As The Agency’s Annual Procurement Request For All Its Cse Requirements. Only Agencies With Uploaded App-cse In The Modernized Philippine Government Electronic Procurement System (mphilgeps) Will Be Able To Purchase Cse From The Ps-dbm. Note That The Items Listed On This Form Have Been Arranged In Accordance With The United Nations Standard Products And Services Code (unspsc). Reminders: 1.0 2.0 3.0 The App-cse Form Must Be Accomplished Using Microsoft Excel Format. The App-cse Shall Be Deemed Incorrect Or Invalid If The Form Used Is Other Than The Prescribed Format Which Is Downloadable From The Mphilgeps And Downloads Page Of Ps-dbm Website (www.ps-philgeps.gov.ph). All Information Must Be Provided Accurately. Kindly Refer To The Cse Catalogue On The Ps-dbm Website (www.ps-philgeps.gov.ph) Under The "what We Sell" Tab For The Detailed Technical Specifications And Sample Photo Of The Items. 4.0 Do Not Delete, Add, Or Revise Any Items Or Rows On This Form, Otherwise The Form Will Be Deemed Invalid. 5.0 6.0 7.0 8.0 For Items Not Included On The List Of Part Ii, A Separate File, With The File Name App-cse 2025 Form - Other Items, Can Be Downloaded From The Downloads Page Of Ps-dbm Website (www.ps-philgeps.gov.ph) And Must Be Submitted To Ps-dbm Through This Link: Https://shorturl.at/adeqo. Instructions On How To Fill-out Is Included In The Reminders Of The Form. Once Signed And Approved By The Property/supply Officer, Accountant/budget Officer, And Head Of The Agency/office, Kindly Upload The Soft Copy Of The App-cse In Microsoft Excel Format As Well As The Original Signed Copy In Portable Document Format (pdf) To The Agency's Mphilgeps Account On Or Before The Prescribed Period Or Deadline. Any App-cse Form That Is Unsigned Or Has Incomplete Signature Shall Be Deemed Invalid. Should There Be Changes In The Agency’s Cse Requirements, The Agency May Edit Their Uploaded App-cse Directly On Their Mphilgeps Account. However, The Agency Must Ensure That A Signed And Approved Copy Of The Supplemental App-cse Form Is Available. Note That All Cse Requirements In Excess Of The Quantities Indicated In The Original App-cse Form Will Not Be Served If Not Covered By A Supplemental App-cse. For Further Assistance Or Clarification, Agencies May Contact The Marketing And Sales Division Of Ps-dbm Through Its Mobile Numbers 0918-2954426 (smart) Or 0962-8255199 (smart), Or Email Appcse.helpdesk@ps-philgeps.gov.ph, Or Visit The Ps-dbm Website (www.ps-philgeps.gov.ph) For The Guide On How To Fill-out The App-cse. Environmental Management B Ncr Nec Cmpd., East Ave., Brgy. Central, Quezon City Joy Anne Marie A. Mancera Head, Ppmu Ppmudivision03@gmail.com 8931-13-31 Note: The App-cse For Fy 2025 Must Be Submitted On Or Before 31 July 2024. Department/bureau/office: Agency Code/uacs: Contact Person: Region: Organization Type: Position: Address: E-mail : Telephone/mobile Nos: Item & Specifications Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount Part I. Available At Ps-dbm (main Warehouse And Depots) Alcohol Or Acetone Based Antiseptics 1 12191601-al-e04 Alcohol, Ethyl, 500 Ml Bottle 0 0 0 0 0.00 70 70 70 210 10,590.30 0 0 0 0 0.00 70 70 70 210 10,590.30 420 50.43 21,180.60 2 12191601-al-e03 Alcohol, Ethyl, 1 Gallon Gallon 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 357.09 0.00 Arts And Crafts Equipment And Accessories And Supplies 3 60121413-cb-p01 Clearbook, A4 Size Piece 0 12 0 12 421.92 0 12 0 12 421.92 0 12 0 12 421.92 0 12 0 12 421.92 48 35.16 1,687.68 4 60121413-cb-p02 Clearbook, Legal Size Piece 0 12 0 12 436.32 0 12 0 12 436.32 0 12 0 12 436.32 0 12 0 12 436.32 48 36.36 1,745.28 5 60121534-er-p01 Eraser, Plastic/rubber Piece 0 10 0 10 82.60 0 10 0 10 82.60 0 10 0 10 82.60 0 10 0 10 82.60 40 8.26 330.40 6 60121524-sp-g01 Sign Pen, Extra Fine Tip, Black Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 22.20 0.00 7 60121524-sp-g04 Sign Pen, Fine Tip, Black Piece 30 30 30 90 4,024.80 30 30 30 90 4,024.80 30 30 30 90 4,024.80 30 30 30 90 4,024.80 360 44.72 16,099.20 8 60121524-sp-g07 Sign Pen, Medium Tip, Black Piece 30 30 30 90 5,148.00 30 30 30 90 5,148.00 30 30 30 90 5,148.00 30 30 30 90 5,148.00 360 57.20 20,592.00 9 60121524-sp-g02 Sign Pen, Extra Fine Tip, Blue Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 22.20 0.00 10 60121524-sp-g05 Sign Pen, Fine Tip, Blue Piece 50 50 50 150 6,708.00 50 50 50 150 6,708.00 50 50 50 150 6,708.00 50 50 50 150 6,708.00 600 44.72 26,832.00 11 60121524-sp-g08 Sign Pen, Medium Tip, Blue Piece 80 80 80 240 13,728.00 80 80 80 240 13,728.00 80 80 80 240 13,728.00 80 80 80 240 13,728.00 960 57.20 54,912.00 12 60121524-sp-g03 Sign Pen, Extra Fine Tip, Red Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 22.20 0.00 13 60121524-sp-g06 Sign Pen, Fine Tip, Red Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 45.76 0.00 14 60121524-sp-g09 Sign Pen, Medium Tip, Red Piece 12 12 12 36 2,059.20 12 12 12 36 2,059.20 12 12 12 36 2,059.20 12 12 12 36 2,059.20 144 57.20 8,236.80 15 60121124-wr-p01 Wrapping Paper Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 161.20 0.00 Audio And Visual Equipment And Supplies 16 45121517-do-c03 Document Camera Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 23,623.60 0.00 17 45111609-mm-p01 Multimedia Projector Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 16,588.00 0.00 Batteries And Cells And Accessories 18 26111702-bt-a02 Battery, Dry Cell, Size Aa Pack 100 100 100 300 6,147.00 100 100 100 300 6,147.00 100 100 100 300 6,147.00 100 100 100 300 6,147.00 1200 20.49 24,588.00 19 26111702-bt-a01 Battery, Dry Cell, Size Aaa Pack 100 100 100 300 5,502.00 100 100 100 300 5,502.00 100 100 100 300 5,502.00 100 100 100 300 5,502.00 1200 18.34 22,008.00 Cleaning Equipment And Supplies 20 47131812-af-a01 Air Freshener Can 12 12 12 36 3,143.16 12 12 12 36 3,143.16 12 12 12 36 3,143.16 12 12 12 36 3,143.16 144 87.31 12,572.64 21 47131604-br-s01 Broom (walis Tambo) Piece 8 8 8 24 2,995.20 8 8 8 24 2,995.20 8 8 8 24 2,995.20 8 8 8 24 2,995.20 96 124.80 11,980.80 22 47131604-br-t01 Broom (walis Ting-ting) Piece 12 12 12 36 936.00 12 12 12 36 936.00 12 12 12 36 936.00 12 12 12 36 936.00 144 26.00 3,744.00 23 47131829-tb-c01 Cleaner, Toilet Bowl And Urinal Bottle 10 10 10 30 1,248.00 10 10 10 30 1,248.00 10 10 10 30 1,248.00 10 10 10 30 1,248.00 120 41.60 4,992.00 24 47131805-cl-p01 Cleanser, Scouring Powder Plastic Container 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 23.92 0.00 Item & Specifications Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount 25 47131811-de-b02 Detergent Bar Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 9.34 0.00 26 47131811-de-p02 Detergent Powder, All Purpose Pouch 35 35 35 105 5,678.40 35 35 35 105 5,678.40 35 35 35 105 5,678.40 35 35 35 105 5,678.40 420 54.08 22,713.60 27 47131803-ds-a01 Disinfectant Spray Can 12 12 12 36 5,036.04 12 12 12 36 5,036.04 12 12 12 36 5,036.04 12 12 12 36 5,036.04 144 139.89 20,144.16 28 47131601-du-p01 Dust Pan Piece 0 0 10 10 468.00 0 0 10 10 468.00 0 0 10 10 468.00 0 0 10 10 468.00 40 46.80 1,872.00 29 47131802-fw-p03 Floor Wax, Paste Type, Red Can 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 309.76 0.00 30 47131830-fc-a01 Furniture Cleaner Can 4 4 4 12 1,696.68 4 4 4 12 1,696.68 4 4 4 12 1,696.68 4 4 4 12 1,696.68 48 141.39 6,786.72 31 73101612-hs-l01 Hand Soap, Liquid, 500ml Bottle 40 40 40 120 5,154.00 40 40 40 120 5,154.00 40 40 40 120 5,154.00 40 40 40 120 5,154.00 480 42.95 20,616.00 32 47121804-mp-b01 Mop Bucket Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,288.00 0.00 33 47131501-rg-c01 Rags Kilo 0 0 0 0 0.00 0 0 0 0 0.00 0 12 0 12 833.64 0 12 0 12 833.64 24 69.47 1,667.28 34 47131602-sc-n01 Scouring Pad Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 85.63 0.00 35 47121701-tb-p04 Trashbag, Xxl Size Roll/pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 130.00 0.00 36 47121701-tb-p05 Trashbag, Large Size Roll/pack 50 50 50 150 8,892.00 50 50 50 150 8,892.00 50 50 50 150 8,892.00 50 50 50 150 8,892.00 600 59.28 35,568.00 37 47121701-tb-p06 Trashbag, Xl Size Roll/pack 50 50 50 150 13,884.00 50 50 50 150 13,884.00 50 50 50 150 13,884.00 50 50 50 150 13,884.00 600 92.56 55,536.00 38 47121702-wb-p01 Wastebasket Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 43.68 0.00 Color Compounds And Dispersions 39 12171703-si-p01 Ink, For Stamp Pad Bottle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 28.79 0.00 Consumer Electronics 40 52161535-dv-r02 Digital Voice Recorder Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 7,339.16 0.00 Films 41 13111203-ac-f01 Acetate Roll 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,243.84 0.00 42 13111201-cf-p02 Carbon Film, Legal Size Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 351.83 0.00 Fire Fighting Equipment 43 46191601-fe-m01 Fire Extinguisher, Dry Chemical Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,144.00 0.00 Flag Or Accessories 44 55121905-ph-f01 Philippine National Flag Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 1 0 1 284.84 0 0 0 0 0.00 1 284.84 284.84 Furniture And Furnishings 45 56101504-cm-b01 Monobloc Chair, Beige Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 341.12 0.00 46 56101504-cm-w01 Monobloc Chair, White Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 341.12 0.00 Heating And Ventilation And Air Circulation 47 40101604-ef-c01 Electric Fan, Ceiling Mount, Orbit Type Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,222.00 0.00 48 40101604-ef-g01 Electric Fan, Industrial, Ground Type Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,109.68 0.00 49 40101604-ef-s01 Electric Fan, Stand Type Unit 0 0 1 1 1,560.00 0 0 1 1 1,560.00 0 0 1 1 1,560.00 0 0 1 1 1,560.00 4 1,560.00 6,240.00 50 40101604-ef-w01 Electric Fan, Wall Mount Unit 0 0 1 1 901.68 0 0 1 1 901.68 0 0 1 1 901.68 0 0 1 1 901.68 4 901.68 3,606.72 Information And Communication Technology (ict) Equipment And Devices And Accessories 51 43211507-dsk003 Desktop, For Basic Users Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 24,793.60 0.00 52 43211507-dsk004 Desktop, For Mid-range Users Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 42,390.40 0.00 53 43201827-hd-x02 External Hard Drive Unit 5 0 5 10 30,149.60 5 0 5 10 30,149.60 5 0 5 10 30,149.60 5 0 5 10 30,149.60 40 3,014.96 120,598.40 54 43202010-fd-u04 Flash Drive Piece 5 5 5 15 2,291.10 5 5 5 15 2,291.10 5 5 5 15 2,291.10 5 5 5 15 2,291.10 60 152.74 9,164.40 55 43211503-lap004 Laptop Computer, For Mid-range Users Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 42,380.00 0.00 56 43211503-lap003 Laptop Computer, Lightweight Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 46,800.00 0.00 57 43211708-mo-o02 Computer Mouse, Wireless Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 161.92 0.00 58 43212105-pr-l01 Printer, Laser, Monochrome Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,636.89 0.00 Lighting And Fixtures And Accessories 59 39101628-lb-l01 Light-emitting Diode (led) Light Bulb, 7 Watts Piece 12 12 12 36 2,721.96 12 12 12 36 2,721.96 12 12 12 36 2,721.96 12 12 12 36 2,721.96 144 75.61 10,887.84 60 39101628-lt-l01 Light-emitting Diode (led) Linear Tube, 18 Watts Piece 30 30 30 90 18,523.80 30 30 30 90 18,523.80 30 30 30 90 18,523.80 30 30 30 90 18,523.80 360 205.82 74,095.20 Manufacturing Components And Supplies 61 31201610-gl-j02 Glue, All-purpose Bottle 0 0 10 10 621.40 0 0 10 10 621.40 0 0 10 10 621.40 0 0 10 10 621.40 40 62.14 2,485.60 62 31151804-sw-h01 Staple Wire, Heavy Duty (binder Type), 23/13 Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 36.40 0.00 63 31151804-sw-s01 Staple Wire, Standard Box 10 10 10 30 712.80 10 10 10 30 712.80 10 10 10 30 712.80 10 10 10 30 712.80 120 23.76 2,851.20 Item & Specifications Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount 64 31201502-ta-e02 Tape, Electrical Roll 0 0 20 20 389.00 0 0 20 20 389.00 0 0 20 20 389.00 0 0 20 20 389.00 80 19.45 1,556.00 65 31201503-ta-m01 Tape, Masking, 24mm Roll 30 30 30 90 5,011.20 30 30 30 90 5,011.20 30 30 30 90 5,011.20 30 30 30 90 5,011.20 360 55.68 20,044.80 66 31201503-ta-m02 Tape, Masking, 48 Mm Roll 50 50 50 150 18,174.00 50 50 50 150 18,174.00 50 50 50 150 18,174.00 50 50 50 150 18,174.00 600 121.16 72,696.00 67 31201517-ta-p01 Tape, Packaging, 48 Mm Roll 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 22.36 0.00 68 31201512-ta-t01 Tape, Transparent, 24mm Roll 0 0 30 30 530.40 0 0 30 30 530.40 0 0 30 30 530.40 0 0 30 30 530.40 120 17.68 2,121.60 69 31201512-ta-t02 Tape, Transparent, 48 Mm Roll 0 0 30 30 677.10 0 0 30 30 677.10 0 0 30 30 677.10 0 0 30 30 677.10 120 22.57 2,708.40 70 31151507-tw-p01 Twine, Plastic Roll 0 0 10 10 666.20 0 0 0 0 0.00 0 0 10 10 666.20 0 0 0 0 0.00 20 66.62 1,332.40 Measuring And Observing And Testing Equipment 71 41111604-ru-p02 Ruler, Plastic, 450mm Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 19.93 0.00 Office Equipment And Accessories And Supplies 72 44121612-bl-h01 Blade, For General Purpose Cutter/utility Knife Tube 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 16.37 0.00 73 44101602-pb-m01 Binding And Punching Machine Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 9,534.72 0.00 74 44122037-rb-p10 Binding Ring/comb, Plastic, 32 Mm Bundle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 259.89 0.00 75 44101807-ca-c01 Calculator, Compact Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 235.77 0.00 76 44121710-ch-w01 Chalk, White Enamel Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 32.97 0.00 77 44122105-bf-c01 Clip, Backfold, 19mm Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 9.36 0.00 78 44122105-bf-c02 Clip, Backfold, 25mm Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 15.60 0.00 79 44122105-bf-c03 Clip, Backfold, 32mm Box 12 12 12 36 1,198.08 12 12 12 36 1,198.08 12 12 12 36 1,198.08 12 12 12 36 1,198.08 144 33.28 4,792.32 80 44122105-bf-c04 Clip, Backfold, 50mm Box 12 12 12 36 2,171.52 12 12 12 36 2,171.52 12 12 12 36 2,171.52 12 12 12 36 2,171.52 144 60.32 8,686.08 81 44121801-ct-r02 Correction Tape Piece 40 40 40 120 1,620.00 40 40 40 120 1,620.00 40 40 40 120 1,620.00 40 40 40 120 1,620.00 480 13.50 6,480.00 82 44121612-cu-h01 Cutter/utility Knife, For General Purpose Piece 0 0 5 5 158.60 0 0 5 5 158.60 0 0 5 5 158.60 0 0 5 5 158.60 20 31.72 634.40 83 44111515-df-b01 Data File Box Piece 0 0 10 10 1,458.90 0 0 10 10 1,458.90 0 0 10 10 1,458.90 0 0 10 10 1,458.90 40 145.89 5,835.60 84 44122011-df-f01 Data Folder Piece 50 50 50 150 12,451.50 50 50 50 150 12,451.50 50 50 50 150 12,451.50 50 50 50 150 12,451.50 600 83.01 49,806.00 85 44103202-ds-m01 Dater Stamp Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 434.95 0.00 86 44121506-en-d01 Envelope, Documentary, A4 Box 0 0 0 0 0.00 0 0 5 5 4,149.60 0 0 5 5 4,149.60 0 0 5 5 4,149.60 15 829.92 12,448.80 87 44121506-en-d02 Envelope, Documentary, Legal, Box 5 0 5 10 10,575.80 5 0 5 10 10,575.80 5 0 5 10 10,575.80 5 0 5 10 10,575.80 40 1,057.58 42,303.20 88 44121506-en-x01 Envelope, Expanding, Kraft Box 5 0 5 10 9,399.50 5 0 5 10 9,399.50 5 0 5 10 9,399.50 5 0 5 10 9,399.50 40 939.95 37,598.00 89 44121506-en-x02 Envelope, Expanding, Plastic Piece 0 0 0 0 0.00 0 0 10 10 304.90 0 0 10 10 304.90 0 0 10 10 304.90 30 30.49 914.70 90 44121506-en-m02 Envelope, Mailing Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 432.52 0.00 91 44121504-en-w02 Envelope, Mailing, With Window Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 512.72 0.00 92 44111912-er-b01 Eraser, Felt, For Blackboard/whiteboard Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 14.48 0.00 93 44122118-fa-p01 Fastener Box 30 30 30 90 8,517.60 30 30 30 90 8,517.60 30 30 30 90 8,517.60 30 30 30 90 8,517.60 360 94.64 34,070.40 94 44111515-fo-x01 File Organizer, Expanding, Plastic, Legal Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 90.20 0.00 95 44122018-ft-d01 File Tab Divider, A4 Set 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 11.13 0.00 96 44122018-ft-d02 File Tab Divider, Legal Set 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 14.23 0.00 97 44122011-fo-f01 Folder, Fancy With Slide, A4 Bundle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 270.40 0.00 98 44122011-fo-f02 Folder, Fancy With Slide, Legal Bundle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 291.20 0.00 99 44122011-fo-l01 Folder, L-type, A4 Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 200.28 0.00 100 44122011-fo-l02 Folder, L-type, Legal Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 249.08 0.00 101 44122027-fo-p01 Folder, Pressboard Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 952.64 0.00 102 44122011-fo-t01 Folder With Tab, A4 Pack 0 0 5 5 1,898.00 0 0 5 5 1,898.00 0 0 5 5 1,898.00 0 0 5 5 1,898.00 20 379.60 7,592.00 103 44122011-fo-t02 Folder With Tab, Legal Pack 0 0 10 10 4,139.20 0 0 10 10 4,139.20 0 0 10 10 4,139.20 0 0 10 10 4,139.20 40 413.92 16,556.80 104 44122008-it-t01 Index Tab Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 67.60 0.00 105 44121716-ma-f01 Marker, Flourescent Set 20 20 20 60 1,866.60 20 20 20 60 1,866.60 20 20 20 60 1,866.60 20 20 20 60 1,866.60 240 31.11 7,466.40 106 44121708-mp-b01 Marker, Permanent, Black Piece 60 60 60 180 1,488.60 60 60 60 180 1,488.60 60 60 60 180 1,488.60 60 60 60 180 1,488.60 720 8.27 5,954.40 107 44121708-mp-b02 Marker, Permanent, Blue Piece 60 60 60 180 1,488.60 60 60 60 180 1,488.60 60 60 60 180 1,488.60 60 60 60 180 1,488.60 720 8.27 5,954.40 108 44121708-mp-b03 Marker, Permanent, Red Piece 0 0 12 12 99.24 0 0 12 12 99.24 0 0 12 12 99.24 0 0 12 12 99.24 48 8.27 396.96 109 44121708-mw-b01 Marker, Whiteboard, Black Piece 15 15 15 45 434.25 15 15 15 45 434.25 15 15 15 45 434.25 15 15 15 45 434.25 180 9.65 1,737.00 110 44121708-mw-b02 Marker, Whiteboard, Blue Piece 15 15 15 45 434.25 15 15 15 45 434.25 15 15 15 45 434.25 15 15 15 45 434.25 180 9.65 1,737.00 Item & Specifications Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount 111 44121708-mw-b03 Marker, Whiteboard, Red Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 9.65 0.00 112 44122104-pc-g01 Paper Clip, Vinly/plastic Coated, 33mm Box 15 15 15 45 396.90 15 15 15 45 396.90 15 15 15 45 396.90 15 15 15 45 396.90 180 8.82 1,587.60 113 44122104-pc-j02 Paper Clip, Vinly/plastic Coated, Jumbo, 50mm Box 15 15 15 45 875.70 15 15 15 45 875.70 15 15 15 45 875.70 15 15 15 45 875.70 180 19.46 3,502.80 114 44101603-ps-m02 Paper Shredder Unit 0 0 1 1 18,718.96 0 0 0 0 0.00 0 0 1 1 18,718.96 0 0 0 0 0.00 2 18,718.96 37,437.92 115 44101601-pt-m02 Paper Trimmer/cutting Machine Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 9,297.60 0.00 116 44121706-pe-l01 Pencil, Lead/graphite, With Eraser Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 44.71 0.00 117 44121619-ps-m01 Pencil Sharpener Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 236.08 0.00 118 44101602-pu-p01 Puncher, Paper, Heavy Duty Piece 5 5 5 15 2,308.80 5 5 5 15 2,308.80 5 5 5 15 2,308.80 5 5 5 15 2,308.80 60 153.92 9,235.20 119 44122101-ru-b01 Rubber Band No. 18 Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 135.20 0.00 120 44121905-sp-f01 Stamp Pad, Felt Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 39.92 0.00 121 44121618-ss-s01 Scissors, Symmetrical/asymmetrical Pair 5 5 5 15 982.80 5 5 5 15 982.80 5 5 5 15 982.80 5 5 5 15 982.80 60 65.52 3,931.20 122 44121615-st-s01 Stapler, Standard Type Piece 0 0 10 10 1,976.00 0 0 10 10 1,976.00 0 0 10 10 1,976.00 0 0 10 10 1,976.00 40 197.60 7,904.00 123 44121615-st-b01 Stapler, Heavy Duty (binder) Unit 0 0 1 1 693.15 0 0 0 0 0.00 0 0 1 1 693.15 0 0 0 0 0.00 2 693.15 1,386.30 124 44121613-sr-p02 Staple Remover, Plier-type Piece 15 15 15 45 2,092.95 15 15 15 45 2,092.95 15 15 15 45 2,092.95 15 15 15 45 2,092.95 180 46.51 8,371.80 125 44121605-td-t01 Tape Dispenser, Table Top Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 77.58 0.00 Paper Materials And Products 126 14111525-ca-a01 Cartolina, Assorted Colors Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 83.72 0.00 127 14111506-cf-l11 Computer Continuous Form, 1 Ply, 280mm X 241mm Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 945.36 0.00 128 14111506-cf-l12 Computer Continuous Form, 1 Ply, 280mm X 378mm Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,973.92 0.00 129 14111514-np-s02 Notepad, Stick-on, 50mm X 76mm Pad 30 30 30 90 3,335.40 30 30 30 90 3,335.40 30 30 30 90 3,335.40 30 30 30 90 3,335.40 360 37.06 13,341.60 130 14111514-np-s04 Notepad, Stick-on, 76mm X 100mm Pad 30 30 30 90 5,335.20 30 30 30 90 5,335.20 30 30 30 90 5,335.20 30 30 30 90 5,335.20 360 59.28 21,340.80 131 14111514-np-s03 Notepad, Stick-on, 76mm X 76mm Pad 30 30 30 90 4,680.00 30 30 30 90 4,680.00 30 30 30 90 4,680.00 30 30 30 90 4,680.00 360 52.00 18,720.00 132 14111514-nb-s02 Steno Notebook Piece 0 0 20 20 280.80 0 0 20 20 280.80 0 0 20 20 280.80 0 0 20 20 280.80 80 14.04 1,123.20 133 14111507-pp-m01 Paper, Multicopy A4 Ream 50 50 50 150 32,070.00 50 50 50 150 32,070.00 50 50 50 150 32,070.00 50 50 50 150 32,070.00 600 213.80 128,280.00 134 14111507-pp-m02 Paper, Multicopy Legal Ream 10 10 10 30 6,988.80 10 10 10 30 6,988.80 10 10 10 30 6,988.80 10 10 10 30 6,988.80 120 232.96 27,955.20 135 14111507-pp-c01 Paper, Multipurpose A4 Ream 50 50 50 150 20,661.00 50 50 50 150 20,661.00 50 50 50 150 20,661.00 50 50 50 150 20,661.00 600 137.74 82,644.00 136 14111507-pp-c02 Paper, Multipurpose Legal Ream 10 10 10 30 4,767.30 10 10 10 30 4,767.30 10 10 10 30 4,767.30 10 10 10 30 4,767.30 120 158.91 19,069.20 137 14111531-pp-r01 Pad Paper, Ruled Pad 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 34.82 0.00 138 14111503-pa-p01 Paper, Parchment Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 154.21 0.00 139 14111531-re-b01 Record Book, 300 Pages Book 10 10 10 30 2,751.00 10 10 10 30 2,751.00 10 10 10 30 2,751.00 10 10 10 30 2,751.00 120 91.70 11,004.00 140 14111531-re-b02 Record Book, 500 Pages Book 20 20 20 60 7,473.60 20 20 20 60 7,473.60 20 20 20 60 7,473.60 20 20 20 60 7,473.60 240 124.56 29,894.40 141 14111704-tt-p04 Tissue, Interfolded Paper Towel Pack 100 100 100 300 10,140.00 100 100 100 300 10,140.00 100 100 100 300 10,140.00 100 100 100 300 10,140.00 1200 33.80 40,560.00 142 14111704-tt-p02 Toilet Tissue Paper, 2 Ply Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 99.84 0.00 Perfumes Or Colognes Or Fragrances 143 53131626-hs-s01 Hand Sanitizer Bottle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 85.08 0.00 Pesticides Or Pest Repellents 144 10191509-in-a01 Insecticide Can 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 139.36 0.00 Printed Publications 145 55101524-ra-h01 Handbook On Philippine Government Procurement (ra 9184 And Its Irr) Book 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 37.21 0.00 Printer Or Facsimile Or Photocopier Supplies (consumables) 1 44103109-br-d05 Drum Cartridge, Brother Dr-3455, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 6,947.20 0.00 2 44103105-ca-c04 Ink Cartridge, Canon Cl-741, Colored Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,126.32 0.00 3 44103105-ca-c02 Ink Cartridge, Canon Cl-811, Colored Cart 10 10 10 30 35,349.60 10 10 10 30 35,349.60 10 10 10 30 35,349.60 10 10 10 30 35,349.60 120 1,178.32 141,398.40 4 44103105-ca-b04 Ink Cartridge, Canon Pg-740, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 861.12 0.00 5 44103105-ca-b02 Ink Cartridge, Canon Pg-810, Black Cart 20 20 20 60 53,539.20 20 20 20 60 53,539.20 20 20 20 60 53,539.20 20 20 20 60 53,539.20 240 892.32 214,156.80 6 44103105-ep-b17 Ink Cartridge, Epson C13t664100 (t6641), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 231.90 0.00 7 44103105-ep-c17 Ink Cartridge, Epson C13t664200 (t6642), Cyan Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 242.20 0.00 8 44103105-ep-m17 Ink Cartridge, Epson C13t664300 (t6643), Magenta Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 242.20 0.00 9 44103105-ep-y17 Ink Cartridge, Epson C13t664400 (t6644), Yellow Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 242.20 0.00 Item & Specifications Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount 10 44103105-hp-b40 Ink Cartridge, Hp C2p04aa (hp62), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 852.80 0.00 11 44103105-hp-t40 Ink Cartridge, Hp C2p06aa (hp62), Tri-color Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,048.32 0.00 12 44103105-hp-b09 Ink Cartridge, Hp C9351aa (hp21), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 910.00 0.00 13 44103105-hp-t10 Ink Cartridge, Hp C9352aa (hp22), Tri-color Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,053.52 0.00 14 44103105-hp-b17 Ink Cartridge, Hp Cc640wa (hp60), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 880.88 0.00 15 44103105-hp-t17 Ink Cartridge, Hp Cc643wa (hp60), Tri-color Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,047.28 0.00 16 44103105-hx-c40 Ink Cartridge, Hp Cd972aa (hp920xl), Cyan Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 823.68 0.00 17 44103105-hx-m40 Ink Cartridge, Hp Cd973aa (hp920xl), Magenta Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 823.68 0.00 18 44103105-hx-y40 Ink Cartridge, Hp Cd974aa (hp920xl), Yellow Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 823.68 0.00 19 44103105-hx-b40 Ink Cartridge, Hp Cd975aa (hp920xl), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,541.28 0.00 20 44103105-hp-b20 Ink Cartridge, Hp Ch561wa (hp61), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 865.28 0.00 21 44103105-hp-t20 Ink Cartridge, Hp Ch562wa (hp61), Tri-color Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,066.00 0.00 22 44103105-hx-b43 Ink Cartridge, Hp Cn045aa (hp950xl), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,970.80 0.00 23 44103105-hx-c43 Ink Cartridge, Hp Cn046aa (hp951xl), Cyan Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,517.36 0.00 24 44103105-hx-m43 Ink Cartridge, Hp Cn047aa (hp951xl), Magenta Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,517.36 0.00 25 44103105-hx-y43 Ink Cartridge, Hp Cn048aa (hp951xl), Yellow Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,517.36 0.00 26 44103105-hp-b36 Ink Cartridge, Hp Cn692aa (hp704), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 419.12 0.00 27 44103105-hp-t36 Ink Cartridge, Hp Cn693aa (hp704), Tri-color Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 419.12 0.00 28 44103105-hp-b33 Ink Cartridge, Hp Cz107aa (hp678), Black Cart 5 5 5 15 6,068.40 5 5 5 15 6,068.40 5 5 5 15 6,068.40 5 5 5 15 6,068.40 60 404.56 24,273.60 29 44103105-hp-t33 Ink Cartridge, Hp Cz108aa (hp678), Tri-color Cart 5 5 5 15 6,068.40 5 5 5 15 6,068.40 5 5 5 15 6,068.40 5 5 5 15 6,068.40 60 404.56 24,273.60 30 44103105-hp-t43 Ink Cartridge, Hp F6v26aa (hp680), Tri-color Cart 20 20 20 60 25,459.20 20 20 20 60 25,459.20 20 20 20 60 25,459.20 20 20 20 60 25,459.20 240 424.32 101,836.80 31 44103105-hp-b43 Ink Cartridge, Hp F6v27aa (hp680), Black Cart 25 25 25 75 31,824.00 25 25 25 75 31,824.00 25 25 25 75 31,824.00 25 25 25 75 31,824.00 300 424.32 127,296.00 32 44103105-hp-c50 Ink Cartridge, Hp L0s51aa (hp955), Cyan Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 982.80 0.00 33 44103105-hp-m50 Ink Cartridge, Hp L0s54aa (hp955), Magenta Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 982.80 0.00 34 44103105-hp-y50 Ink Cartridge, Hp L0s57aa (hp955), Yellow Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 982.80 0.00 35 44103105-hp-b50 Ink Cartridge, Hp L0s60aa (hp955), Black Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,294.80 0.00 36 44103105-hx-c48 Ink Cartridge, Hp L0s63aa (hp955xl), Cyan Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,339.52 0.00 37 44103105-hx-m48 Ink Cartridge, Hp L0s66aa (hp955xl), Magenta Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,339.52 0.00 38 44103105-hx-y48 Ink Cartridge, Hp L0s69aa (hp955xl), Yellow Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,339.52 0.00 39 44103105-hx-b48 Ink Cartridge, Hp L0s72aa (hp955xl), Black Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,817.92 0.00 40 44103105-hp-c51 Ink Cartridge, Hp T6l89aa (hp905), Cyan Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 468.00 0.00 41 44103105-hp-m51 Ink Cartridge, Hp T6l93aa (hp905), Magenta Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 468.00 0.00 42 44103105-hp-y51 Ink Cartridge, Hp T6l97aa (hp905), Yellow Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 468.00 0.00 43 44103105-hp-b51 Ink Cartridge, Hp T6m01aa (hp905), Black Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 774.80 0.00 44 44103112-ep-r05 Ribbon Cartridge, Epson C13s015516 (#8750), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 77.43 0.00 45 44103112-ep-r13 Ribbon Cartridge, Epson C13s015632, Black Cart 4 4 4 12 935.28 4 4 4 12 935.28 4 4 4 12 935.28 4 4 4 12 935.28 48 77.94 3,741.12 46 44103112-ep-r07 Ribbon Cartridge, Epson C13s015531 (s015086) Cart 1 1 1 3 2,455.44 1 1 1 3 2,455.44 1 1 1 3 2,455.44 1 1 1 3 2,455.44 12 818.48 9,821.76 47 44103103-br-b09 Toner Cartridge, Brother Tn-3320, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 3,567.20 0.00 48 44103103-br-b11 Toner Cartridge, Brother Tn-3350, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 5,002.40 0.00 49 44103103-br-b15 Toner Cartridge, Brother Tn-3478, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 5,575.44 0.00 50 44103103-br-b16 Toner Cartridge, Brother Tn-456 Black, High Yield Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 4,564.56 0.00 51 44103103-br-c03 Toner Cartridge, Brother Tn-456 Cyan, High Yield Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 7,716.80 0.00 52 44103103-br-m03 Toner Cartridge, Brother Tn-456 Magenta, High Yield Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 7,716.80 0.00 53 44103103-br-y03 Toner Cartridge, Brother Tn-456 Yellow, High Yield Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 7,716.80 0.00 54 44103103-ca-b00 Toner Cartridge, Canon Crg-324 Ii Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 13,399.36 0.00 55 44103103-hp-b12 Toner Cartridge, Hp Cb435a, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 3,439.28 0.00 56 44103103-hp-b18 Toner Cartridge, Hp Ce255a, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 7,705.36 0.00 57 44103103-hp-b21 Toner Cartridge, Hp Ce278a, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 4,152.72 0.00 58 44103103-hp-b22 Toner Cartridge, Hp Ce285a (hp85a), Black Cart 10 10 0 20 71,968.00 10 10 0 20 71,968.00 10 10 0 20 71,968.00 10 10 0 20 71,968.00 80 3,598.40 287,872.00 Item & Specifications Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount 59 44103103-hp-b23 Toner Cartridge, Hp Ce310a, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,608.32 0.00 60 44103103-hp-c23 Toner Cartridge, Hp Ce311a, Cyan Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,897.44 0.00 61 44103103-hp-y23 Toner Cartridge, Hp Ce312a, Yellow Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,897.44 0.00 62 44103103-hp-m23 Toner Cartridge, Hp Ce313a, Magenta Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,897.44 0.00 63 44103103-hp-b28 Toner Cartridge, Hp Ce505a, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 4,495.92 0.00 64 44103103-hp-b52 Toner Cartridge, Hp Cf217a (hp17a), Black Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 3,194.88 0.00 65 44103103-hp-b53 Toner Cartridge, Hp Cf226a (hp26a), Black Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 5,822.96 0.00 66 44103103-hp-b56 Toner Cartridge, Hp Cf281a (hp81a), Black Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 8,658.00 0.00 67 44103103-hp-b57 Toner Cartridge, Hp Cf283a (hp83a), Laserjet Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 3,367.52 0.00 68 44103103-hp-b58 Toner Cartridge, Hp Cf287a (hp87), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 10,908.56 0.00 69 44103103-hp-b60 Toner Cartridge, Hp Cf350a, Black Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,856.88 0.00 70 44103103-hp-c60 Toner Cartridge, Hp Cf351a, Cyan Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,943.20 0.00 71 44103103-hp-y60 Toner Cartridge, Hp Cf352a, Yellow Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,943.20 0.00 72 44103103-hp-m60 Toner Cartridge, Hp Cf353a, Magenta Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,943.20 0.00 73 44103103-hp-b61 Toner Cartridge, Hp Cf360a (hp508a), Black Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 7,803.12 0.00 74 44103103-hp-c61 Toner Cartridge, Hp Cf361a (hp508a), Cyan Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 9,783.28 0.00 75 44103103-hp-y61 Toner Cartridge, Hp Cf362a (hp508a), Yellow Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 9,783.28 0.00 76 44103103-hp-m61 Toner Cartridge, Hp Cf363a (hp508a), Magenta Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 9,783.28 0.00 77 44103103-hp-b62 Toner Cartridge, Hp Cf400a (hp201a), Black Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 3,439.28 0.00 78 44103103-hp-c62 Toner Cartridge, Hp Cf401a (hp201a), Cyan Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 4,063.28 0.00 79 44103103-hp-y62 Toner Cartridge, Hp Cf402a (hp201a), Yellow Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 4,063.28 0.00 80 44103103-hp-m62 Toner Cartridge, Hp Cf403a (hp201a), Magenta Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 4,063.28 0.00 81 44103103-hp-b63 Toner Cartridge, Hp Cf410a (hp410a), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 4,328.48 0.00 82 44103103-hp-c63 Toner Cartridge, Hp Cf411a (hp410a), Cyan Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 5,592.08 0.00 83 44103103-hp-y63 Toner Cartridge, Hp Cf412a (hp410a), Yellow Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 5,592.08 0.00 84 44103103-hp-m63 Toner Cartridge, Hp Cf413a (hp410a), Magenta Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 5,592.08 0.00 85 44103103-hp-b34 Toner Cartridge, Hp Q2612a, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 4,155.84 0.00 86 44103103-hp-b48 Toner Cartridge, Hp Q7553a, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 4,680.00 0.00 Software 1 43231513-sft-001 Business Function Specific Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 2 43231602-sft-002 Finance Accounting And Enterprise Resource Planning Erp Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 3 43232004-sft-003 Computer Game Or Entertainment Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 4 43232107-sft-004 Content Authoring And Editing Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 5 43232202-sft-005 Content Management Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 6 43232304-sft-006 Data Management And Query Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 7 43232402-sft-007 Development Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 8 43232505-sft-008 Educational Or Reference Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 9 43232603-sft-009 Industry Specific Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 10 43233501-sft-016 Information Exchange Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 11 43232701-sft-010 Network Applications Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 12 43232802-sft-011 Network Management Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 13 43232905-sft-012 Networking Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 14 43233004-sft-013 Operating Environment Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 15 43233205-sft-014 Security And Protection Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 16 43233405-sft-015 Utility And Device Driver Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 Part Ii. Other Items Not Available At Ps-dbm But Are Regularly Purchased From Other Sources (note: Please Indicate Price Of Items) 1 80141505-ts-001 Ballpen Piece 100 100 100 300 3,900.00 100 100 100 300 3,900.00 100 100 100 300 3,900.00 100 100 100 300 3,900.00 1200 13.00 15,600.00 2 80141505-ts-002 Multifunction Printer Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 3 80141505-ts-003 Laminating Film Pack 5 5 5 15 6,000.00 5 5 5 15 6,000.00 5 5 5 15 6,000.00 5 5 5 15 6,000.00 60 400.00 24,000.00 Item & Specifications Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount 4 80141505-ts-004 Sticker Paper Pack 0 0 10 10 600.00 0 0 10 10 600.00 0 0 10 10 600.00 0 0 10 10 600.00 40 60.00 2,400.00 5 80141505-ts-005 Double Sided Tape Roll 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 6 80141505-ts-006 Photo Paper Pack 0 0 10 10 1,900.00 0 0 10 10 1,900.00 0 0 10 10 1,900.00 0 0 10 10 1,900.00 40 190.00 7,600.00 7 80141505-ts-007 Bleaching Solution Bottle 0 0 0 0 0.00 0 0 50 50 12,000.00 0 0 0 0 0.00 0 0 50 50 12,000.00 100 240.00 24,000.00 8 80141505-ts-008 Certificate Frame Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 9 80141505-ts-009 Certificate Holder Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 10 80141505-ts-010 Uninterruptible Power Supply Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 11 80141505-ts-011 Air Conditioning Unit Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 12 80141505-ts-012 Smart Television Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 13 80141505-ts-013 White Board Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 14 80141505-ts-014 Microphone Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 15 80141505-ts-015 Medal Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 16 80141505-ts-016 Dishwashing Liquid Bottle 10 10 10 30 9,900.00 10 10 10 30 9,900.00 10 10 10 30 9,900.00 10 10 10 30 9,900.00 120 330.00 39,600.00 17 80141505-ts-017 Plastic Fastener Box 10 10 10 30 1,410.00 10 10 10 30 1,410.00 10 10 10 30 1,410.00 10 10 10 30 1,410.00 120 47.00 5,640.00 18 80141505-ts-018 Steel Filing Cabinet Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 19 80141505-ts-019 Vellum Board Paper Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 20 80141505-ts-020 Extension Cord Piece 0 0 0 0 0.00 5 5 5 15 18,000.00 0 0 0 0 0.00 5 5 5 15 18,000.00 30 1,200.00 36,000.00 21 80141505-ts-021 Paint Gallon 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 22 80141505-ts-022 Colored Paper Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 23 80141505-ts-023 Bond Paper Ream 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 24 80141505-ts-024 Push Pin Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 25 80141505-ts-025 Door Mat Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 26 80141505-ts-026 Glue Stick (paste) Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 27 80141505-ts-027 Glue Stick (for Glue Gun) Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 28 80141505-ts-028 Deodorant Cake Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 29 80141505-ts-029 Disposable Gloves Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 30 80141505-ts-030 Office Chair Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 31 80141505-ts-031 Manila Paper Pack 0 0 10 10 800.00 0 0 0 0 0.00 0 0 10 10 800.00 0 0 0 0 0.00 20 80.00 1,600.00 32 80141505-ts-032 Automotive Batteries Piece 0 1 0 1 7,500.00 0 1 0 1 7,500.00 0 1 0 1 7,500.00 0 1 0 1 7,500.00 4 7,500.00 30,000.00 33 80141505-ts-033 Padlock Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 34 80141505-ts-034 Mobile Phone Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 35 80141505-ts-035 Compact Disc Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 36 80141505-ts-036 Amplifier Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 37 80141505-ts-037 Storage Box Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 38 80141505-ts-038 Plastic Envelope Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 39 80141505-ts-039 Document Scanner Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 40 80141505-ts-040 Water Dispenser Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 41 80141505-ts-041 Paracetamol Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 42 80141505-ts-042 Glue Gun Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 43 80141505-ts-043 Inkjet Printer Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 44 80141505-ts-044 Speakers Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 45 80141505-ts-045 Povidone Iodine Bottle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 46 80141505-ts-046 Keyboard Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 47 80141505-ts-047 Dslr Camera Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 48 80141505-ts-048 Steel Rack Set 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 49 80141505-ts-049 Laminating Machine Unit 0 0 1 1 5,000.00 0 0 0 0 0.00 0 0 1 1 5,000.00 0 0 0 0 0.00 2 5,000.00 10,000.00 50 80141505-ts-050 Fuel Filters Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 51 80141505-ts-051 Airline Tickets (domestic) Ticket 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 52 80141505-ts-052 Airline Tickets (international) Ticket 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 Item & Specifications Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount 53 80141505-ts-053 Car (sedan Or Hatchback) Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 46 80141505-ts-054 Multi-purpose Vehicle (mpv) Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 47 80141505-ts-055 Sports Utility Vehicle (suv) Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 48 80141505-ts-056 Passenger Van Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 49 80141505-ts-057 Van Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 50 80141505-ts-058 Tri-wheel Vehicle Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 51 80141505-ts-059 Pick-up Truck Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 52 80141505-ts-060 All-terrain Vehicle (atv) Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 53 80141505-ts-061 Assembled Owner-type Jeep Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 50 80141505-ts-062 Assembled Passenger Jeepney-type Vehicle Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 51 80141505-ts-063 Motorcycle Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 52 80141505-ts-064 Bus Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 53 80141505-ts-065 Mini Bus Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 A. Total ₱ 2,576,442.32 B. Additional Provision For Inflation (10% Of Total) ₱ 257,644.23 C. Additional Provision For Transport And Freight Cost (if Applicable) ₱ - D. Grand Total (a + B+ C) ₱ 2,834,086.55 E. Approved Budget By The Agency Head In Figures And Words: We Hereby Warrant That The Total Amount Reflected In This Annual Procurement Plan To Procure The Listed Common-use Supplies, Materials, And Equipment Has Been Included In Or Is Within Our Approved Budget For The Year. Prepared By: Certified Funds Available / Certified Appropriate Funds Available: Approved By: Property/supply Officer Date Prepared: Accountant / Budget Officer Head Of Office/agency
Closing Date17 Feb 2025
Tender AmountPHP 950.5 K (USD 16.4 K)

Municipality Of Mapanas, Northern Samar Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Bidding Documents Procurement Of Infrastructure Projects Name Of Project: Construction Of Naparasan Multi-purpose Gym Phase 1 Barangay Manaybanay, Mapanas Northern Samar Contract Reference No. 2025-04-032 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 7 Section Iii. Bid Data Sheet 35 Section Iv. General Conditions Of Contract 38 Section V. Special Conditions Of Contract 70 Section Vi. Specifications 72 Section Vii. Drawings 75 Section Viii. Bill Of Quantities Error! Bookmark Not Defined. Section Ix. Bidding Forms 77 Section X. Foreign-assisted Projects Error! Bookmark Not Defined. Section I. Invitation To Bid Bid Notice Abstract Invitation To Bid (itb) Republic Of The Philippines Province Of Northern Samar Municipality Of Mapanas Invitation To Bid For Project: Construction Of Naparasan Multi-purpose Gym Phase-1, Brgy. Naparasan, Mapanas, Northern Samar The Lgu- Mapanas, Northern Samar, Through The 20% Economic Development Fund (edf) Of Fy 2025 Intends To Apply The Sum Of Two Million Nine Hundred Seventy One Thousand Seven Hundred Thirty Six Pesos & 23/100 Only (p2,971,736.23) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For : Construction Of Naparasan Multi-purpose Gym Phase 1, Brgy. Naparasan, Mapanas, Northern Samar Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Lgu- Mapanas, Northern Samar Now Invites Bids For The Following Description Of Works To Be Procured: Item No. Scope Of Work Quantity Unit Construction Of Naparasan Multi-purpose Gym Phase 1, Brgy. Naparasan, Mapanas, Northern Samar B.3 Permits And Clearances 1.00 Lot B.5 Projects Billboard/sign Board 1.00 Lot B.7 Construction Safety And Health 1.00 Lot B.9 Mobilization And Demobilization 1.00 Lot 103(1)a Structure Excavation (common Soil) 148.60 Cu.m 804(4) Gravel Bedding 71.03 Cu.m 804 Embankment 380.24 Cu.m 900(1)c1 Structural Concrete (class A), 28 Days 97.74 Cu.m. 902(1)a Reinforcing Steel, Deformed Grade 40 20,156.72 Kg. 903 Formworks And Falseworks 198.24 Sq.m. 1046 Masonry Works 36.40 Sq.m.. Completion Of The Works Is Required 120 Calendar Days. Bidders Should Have Completed, Within Ten (10) 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. Section Ii. Instructions To Bidders. 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Lgu- Bac Mapanas, Northern Samar And Inspect The Bidding Documents At The Address Given Below From April 24, 2025-may 13, 2025, 8:00 A.m. To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of P5,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 5. The Lgu- Mapana, Northern Samar Will Hold A Pre-bid Conference On May 02, 2025 At 10:00 A.m. At Executive Conference, 2nd Floor Of New Municipal Bldg. Mapanas, Northern Samar, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 6. Bids Must Be Delivered To The Address Below On Or Before 9:00 A.m. Of May 14, 2025 At Bac Office, @ Municipal Planning & Development Office (mpdo), Mapanas, Northern Samar. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Authorized Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Bidder May Request That The Bid Documents Be Sent To Them By Mail Or Courier, And For This, The Bidder Shall Pay The Amount In Philippine Peso To Cover The Cost Of Mail Or Courier Delivery. The Fee For Obtaining A Copy Of The Bid Documents And The Cost Of Mail Or Courier Shall Be Paid By The Bidder Thru S Cashier’s Check Or Manager’s Check Issued In Favor Of The Municipality Of Mapanas. 7. The Lgu- Mapanas, Northern Samar 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. 8. For Further Information, Please Refer To: Reno C. Salazar Bac Secretary Mapanas, Northern Samar Mobile # 09459852914 Engr. Julius D. Palma Bac Chairperson Mapanas, Northern Samar Mobile # 097052634575 Section Ii. Instructions To Bidders 1. The Bids Must Be Delivered On Or Before May14, 2025 At 9:00 A.m And Failure To Submit The Bid Proposal May Ground For Disqualification Of The Bid. 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Lgu- Mapanas, Northern Samar Now Invites Bids For The Following Description Of Works To Be Procured: Item No. Scope Of Work Quantity Unit Construction Of Naparasan Multi-purpose Gym Phase 1, Brgy. Naparasan, Mapanas, Northern Samar B.3 Permits And Clearances 1.00 Lot B.5 Projects Billboard/sign Board 1.00 Lot B.7 Construction Safety And Health 1.00 Lot B.9 Mobilization And Demobilization 1.00 Lot 103(1)a Structure Excavation (common Soil) 148.60 Cu.m. 804(4) Gravel Bedding 71.03 Cu.m. 804 Embankment 380.24 Cu.m. 900(1)c1 Structural Concrete (class A), 28 Days 97.74 Cu.m. 902(1)a Reinforcing Steel, Deformed Grade 40 7,063.63 Kg. 903 Formworks And Falseworks 199.24 Sq.m. 1046 Masonry Works 36.40 Sq.m. Completion Of The Works Is Required 120 Calendar Days. Bidders Should Have Completed, Within Ten (10) 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. 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 3. Interested Bidders May Obtain Further Information From Lgu- Bac Mapanas, Northern Samar And Inspect The Bidding Documents At The Address Given Below From April 24, 2025-may 13, 2025, 8:00 A.m. To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of P5,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 4. The Lgu- Mapanas, Northern Samar Will Hold A Pre-bid Conference On May 02, 2025 At 10:00 A.m. At Executive Conference, 2nd Floor Of New Municipal Bldg. Mapanas, Northern Samar, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 5. Bids Must Be Delivered To The Address Below On Or Before 9:00 A.m. Of May 14, 2024 At Bac Office, @ Municipal Planning & Development Office (mpdo), Mapanas, Northern Samar. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Authorized Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Bidder May Request That The Bid Documents Be Sent To Them By Mail Or Courier, And For This, The Bidder Shall Pay The Amount In Philippine Peso To Cover The Cost Of Mail Or Courier Delivery. The Fee For Obtaining A Copy Of The Bid Documents And The Cost Of Mail Or Courier Shall Be Paid By The Bidder Thru S Cashier’s Check Or Manager’s Check Issued In Favor Of The Municipality Of Mapanas. 6. The Lgu- Mapanas, Northern Samar 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. 7. For Further Information, Please Refer To: Reno C. Salazar Bac Secretary Mapanas, Northern Samar Mobile # 09459852914 Ma. Teresa L. Minguez Bac Chairperson Mapanas N. Samar Mobile # 09778033758 Table Of Contents A. General 11 1. Scope Of Bid 11 2. Source Of Funds 11 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 11 4. Conflict Of Interest 12 5. Eligible Bidders 14 6. Bidder’s Responsibilities 15 7. Origin Of Goods And Services 17 8. Subcontracts 17 B. Contents Of Bidding Documents 17 9. Pre-bid Conference 17 10. Clarification And Amendment Of Bidding Documents 18 C. Preparation Of Bids 18 11. Language Of Bids 18 12. Documents Comprising The Bid: Eligibility And Technical Components 18 13. Documents Comprising The Bid: Financial Component 21 14. Alternative Bids 21 15. Bid Prices 22 16. Bid Currencies 22 17. Bid Validity 23 18. Bid Security 23 19. Format And Signing Of Bids 25 20. Sealing And Marking Of Bids 26 D. Submission And Opening Of Bids 26 21. Deadline For Submission Of Bids 26 22. Late Bids 26 23. Modification And Withdrawal Of Bids 27 24. Opening And Preliminary Examination Of Bids 27 E. Evaluation And Comparison Of Bids 28 25. Process To Be Confidential 28 26. Clarification Of Bids 29 27. Detailed Evaluation And Comparison Of Bids 29 28. Post Qualification 30 29. Reservation Clause 31 F. Award Of Contract 32 30. Contract Award 32 31. Signing Of The Contract 33 32. Performance Security 33 33. Notice To Proceed 34 A. General 1. Scope Of Bid 1.1. The Procuring Entity As Defined In The Bds, Invites Bids For The Construction Of Works, As Described In Section Vi. Specifications. The Name And Identification Number Of The Contract Is Provided In The Bds. 1.2. The Successful Bidder Will Be Expected To Complete The Works By The Intended Completion Date Specified In Scc Clause 1.16. 2. Source Of Funds The Procuring Entity Has A Budget Or Has Applied For Or Received Funds From The Funding Source Named In The Bds, And In The Amount Indicated In The Bds. It Intends To Apply Part Of The Funds Received For The Project, As Defined In The Bds, To Cover Eligible Payments Under The Contract For The Works. 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 3.1. Unless Otherwise Specified In The Bds, The Procuring Entity, As Well As Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. In Pursuance Of This Policy, The Funding Source: (a) Defines, For Purposes Of This Provision, The Terms Set Forth Below As Follows: (i) "corrupt Practice" Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Procuring Entity, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Republic Act 3019; (ii) "fraudulent Practice" Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition; (iii) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels; And (iv) “coercive Practices” Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Affect The Execution Of A Contract; (v) “obstructive Practice” Is (aa) Deliberately Destroying, Falsifying, Altering Or Concealing Of Evidence Material To An Administrative Proceedings Or Investigation Or Making False Statements To Investigators In Order To Materially Impede An Administrative Proceedings Or Investigation Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Into Allegations Of A Corrupt, Fraudulent, Coercive Or Collusive Practice; And/or Threatening, Harassing Or Intimidating Any Party To Prevent It From Disclosing Its Knowledge Of Matters Relevant To The Administrative Proceedings Or Investigation Or From Pursuing Such Proceedings Or Investigation; Or (bb) Acts Intended To Materially Impede The Exercise Of The Inspection And Audit Rights Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Herein. (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Corrupt Or Fraudulent Practices In Competing For The Contract; And (c) Will Declare A Firm Ineligible, Either Indefinitely Or For A Stated Period Of Time, To Be Awarded Contract Funded By The Funding Source If It At Any Time Determines That The Firm Has Engaged In Corrupt Or Fraudulent Practices In Competing Or, Or In Executing, A Contract Funded By The Funding Source. 3.2. Further, The Procuring Entity Will Seek To Impose The Maximum Civil, Administrative, And/or Criminal Penalties Available Under The Applicable Laws On Individuals And Organizations Deemed To Be Involved In Any Of The Practices Mentioned In Itb Clause 3.1(a). 3.3. Furthermore, The Funding Source And The Procuring Entity Reserve The Right To Inspect And Audit Records And Accounts Of A Contractor In The Bidding For And Performance Of A Contract Themselves Or Through Independent Auditors As Reflected In The Gcc Clause 34. 4. Conflict Of Interest 4.1. All Bidders Found To Have Conflicting Interests Shall Be Disqualified To Participate In The Procurement At Hand, Without Prejudice To The Imposition Of Appropriate Administrative, Civil, And Criminal Sanctions. A Bidder May Be Considered To Have Conflicting Interests With Another Bidder In Any Of The Events Described In Paragraphs (a) Through (c) And A General Conflict Of Interest In Any Of The Circumstances Set Out In Paragraphs (d) Through (g) Below: (a) A Bidder Has Controlling Shareholders In Common With Another Bidder; (b) A Bidder Receives Or Has Received Any Direct Or Indirect Subsidy From Any Other Bidder; (c) A Bidder Has The Same Legal Representative As That Of Another Bidder For Purposes Of This Bid; (d) A Bidder Has A Relationship, Directly Or Through Third Parties, That Puts Them In A Position To Have Access To Information About Or Influence On The Bid Of Another Bidder Or Influence The Decisions Of The Procuring Entity Regarding This Bidding Process. This Will Include A Firm Or An Organization Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project If The Personnel Would Be Involved In Any Capacity On The Same Project; (e) A Bidder Submits More Than One Bid In This Bidding Process. However, This Does Not Limit The Participation Of Subcontractors In More Than One Bid; (f) A Bidder Who Participated As A Consultant In The Preparation Of The Design Or Technical Specifications Of The Goods And Related Services That Are The Subject Of The Bid; Or (g) A Bidder Who Lends, Or Temporary Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project, If The Personnel Would Be Involved In Any Capacity On The Same Project. 4.2. In Accordance With Section 47 Of The Irr Of Ra 9184, All Bidding Documents Shall Be Accompanied By A Sworn Affidavit Of The Bidder That It Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), Members Of The Technical Working Group (twg), Members Of The Bac Secretariat, The Head Of The Project Management Office (pmo) Or The End-user Unit, And The Project Consultants, By Consanguinity Or Affinity Up To The Third Civil Degree. On The Part Of The Bidder, This Clause Shall Apply To The Following Persons: (a) If The Bidder Is An Individual Or A Sole Proprietorship, To The Bidder Himself; (b) If The Bidder Is A Partnership, To All Its Officers And Members; (c) If The Bidder Is A Corporation, To All Its Officers, Directors, And Controlling Stockholders; And (d) If The Bidder Is A Joint Venture (jv), The Provisions Of Items (a), (b), Or (c) Of This Clause Shall Correspondingly Apply To Each Of The Members Of The Said Jv, As May Be Appropriate. Relationship Of The Nature Described Above Or Failure To Comply With This Clause Will Result In The Automatic Disqualification Of A Bidder. 5. Eligible Bidders 5.1. Unless Otherwise Indicated In The Bds, The Following Persons Shall Be Eligible To Participate In This Bidding: (a) Duly Licensed Filipino Citizens/sole Proprietorships; (b) Partnerships Duly Organized Under The Laws Of The Philippines And Of Which At Least Seventy Five Percent (75%) Of The Interest Belongs To Citizens Of The Philippines; (c) Corporations Duly Organized Under The Laws Of The Philippines, And Of Which At Least Seventy Five Percent (75%) Of The Outstanding Capital Stock Belongs To Citizens Of The Philippines; (d) Cooperatives Duly Organized Under The Laws Of The Philippines, And Of Which At Least Seventy Five Percent (75%) Of The Interest Belongs To Citizens Of The Philippines; And (e) Persons/entities Forming Themselves Into A Jv, I.e., A Group Of Two (2) Or More Persons/entities That Intend To Be Jointly And Severally Responsible Or Liable For A Particular Contract: Provided, However, That, In Accordance With Letter Of Instructions No. 630, Filipino Ownership Or Interest Of The Joint Venture Concerned Shall Be At Least Seventy Five Percent (75%): Provided, Further, That Joint Ventures In Which Filipino Ownership Or Interest Is Less Than Seventy Five Percent (75%) May Be Eligible Where The Structures To Be Built Require The Application Of Techniques And/or Technologies Which Are Not Adequately Possessed By A Person/entity Meeting The Seventy Five Percent (75%) Filipino Ownership Requirement: Provided, Finally, That In The Latter Case, Filipino Ownership Or Interest Shall Not Be Less Than Twenty Five Percent (25%). For This Purpose Filipino Ownership Or Interest Shall Be Based On The Contributions Of Each Of The Members Of The Joint Venture As Specified In Their Jva. 5.2. The Procuring Entity May Also Invite Foreign Bidders When Provided For Under Any Treaty Or International Or Executive Agreement As Specified In The Bds. 5.3. Government Corporate Entities May Be Eligible To Participate Only If They Can Establish That They (a) Are Legally And Financially Autonomous, (b) Operate Under Commercial Law, And (c) Are Not Dependent Agencies Of The Gop Or The Procuring Entity. 5.4. (a) Unless Otherwise Provided In The Bds, The Bidder Must Have Completed, Within Ten (10) Years From The Submission Of Bids, A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted To Current Prices Using The National Statistics Office Consumer Price Index. (b) For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bds. For This Purpose, Contracts Similar To The Project Shall Be Those Described In Thebds, And Completed Within The Period Stated In The Invitation To Bid And Itb Clause 12.1(a)(iii). 5.5. The Bidder Must Submit A Computation Of Its Net Financial Contracting Capacity (nfcc) Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Its Favor If Awarded The Contract For This Project (clc). The Nfcc, Computed Using The Following Formula, Must Be At Least Equal To The Abc To Be Bid: Nfcc = [(current Assets Minus Current Liabilities) (k)] Minus The Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project. Where: K = 10 For A Contract Duration Of One Year Or Less, 15 For A Contract Duration Of More Than One Year Up To Two Years, And 20 For A Contract Duration Of More Than Two Years. The Clc Must Be At Least Equal To Ten Percent (10%) Of The Abc For This Project. If Issued By A Foreign Bank, It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank. In The Case Of Local Government Units (lgus), The Bidder May Also Submit Clc From Other Banks Certified By The Bangko Sentral Ng Pilipinas (bsp) As Authorized To Issue Such Financial Instrument. 6. Bidder’s Responsibilities 6.1. The Bidder Or Its Duly Authorized Representative Shall Submit A Sworn Statement In The Form Prescribed In Section Ix. Bidding Forms As Required In Itb Clause 12.1(b)(iii). 6.2. The Bidder Is Responsible For The Following: (a) Having Taken Steps To Carefully Examine All Of The Bidding Documents; (b) Having Acknowledged All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; (c) Having Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; (d) Having Complied With Its Responsibility To Inquire Or Secure Supplemental/bid Bulletin/s As Provided Under Itb Clause 10.3. (e) Ensuring That It Is Not “blacklisted” Or Barred From Bidding By The Gop Or Any Of Its Agencies, Offices, Corporations, Or Lgus, Including Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Gppb; (f) Ensuring That Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; (g) Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative/s To Verify All The Documents Submitted; (h) Ensuring That The Signatory Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The Bidder In The Bidding, With The Duly Notarized Secretary’s Certificate Attesting To Such Fact, If The Bidder Is A Corporation, Partnership, Cooperative, Or Joint Venture; (i) Complying With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Of Republic Act 3019; And (j) Complying With Existing Labor Laws And Standards, If Applicable. Failure To Observe Any Of The Above Responsibilities Shall Be At The Risk Of The Bidder Concerned. 6.3. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contract Works And The Conditions For This Project And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 6.4. It Shall Be The Sole Responsibility Of The Prospective Bidder To Determine And To Satisfy Itself By Such Means As It Considers Necessary Or Desirable As To All Matters Pertaining To This Project, Including: (a) The Location And The Nature Of The Contract, Project, Or Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work. 6.5. The Procuring Entity Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions By The Prospective Or Eligible Bidder Out Of The Data Furnished By The Procuring Entity. 6.6. Before Submitting Their Bids, The Bidders Are Deemed To Have Become Familiar With All Existing Laws, Decrees, Ordinances, Acts And Regulations Of The Philippines Which May Affect The Contract In Any Way. 6.7. The Bidder Shall Bear All Costs Associated With The Preparation And Submission Of His Bid, And The Procuring Entity Will In No Case Be Responsible Or Liable For Those Costs, Regardless Of The Conduct Or Outcome Of The Bidding Process. 6.8. Bidders Should Note That The Procuring Entity Will Only Accept Bids Only From Those That Have Paid The Nonrefundable Fee For The Bidding Documents At The Office Indicated In The Invitation To Bid. 7. Origin Of Goods And Services There Is No Restriction On The Origin Of Goods, Or Contracting Of Works Or Services Other Than Those Prohibited By A Decision Of The United Nations Security Council Taken Under Chapter Vii Of The Charter Of The United Nations. 8. Subcontracts 8.1. Unless Otherwise Specified In The Bds, The Bidder May Subcontract Portions Of The Works To An Extent As May Be Approved By The Procuring Entity And Stated In The Bds. However, Subcontracting Of Any Portion Shall Not Relieve The Bidder From Any Liability Or Obligation That May Arise From The Contract For This Project. 8.2. Subcontractors Must Submit The Documentary Requirements Under Itb Clause 12 And Comply With The Eligibility Criteria Specified In The Bds. In The Event That Any Subcontractor Is Found By The Procuring Entity To Be Ineligible, The Subcontracting Of Such Portion Of The Works Shall Be Disallowed. 8.3. The Bidder May Identify The Subcontractor To Whom A Portion Of The Works Will Be Subcontracted At Any Stage Of The Bidding Process Or During Contract Implementation. If The Bidder Opts To Disclose The Name Of The Subcontractor During Bid Submission, The Bidder Shall Include The Required Documents As Part Of The Technical Component Of Its Bid. B. Contents Of Bidding Documents 9. Pre-bid Conference 9.1. (a) If So Specified In The Bds, A Pre-bid Conference Shall Be Held At The Venue And On The Date Indicated Therein, To Clarify And Address The Bidders’ Questions On The Technical And Financial Components Of This Project. (b) The Pre-bid Conference Shall Be Held At Least Twelve (12) Calendar Days Before The Deadline For The Submission Of And Receipt Of Bids. If The Procuring Entity Determines That, By Reason Of The Method, Nature, Or Complexity Of The Contract To Be Bid, Or When International Participation Will Be More Advantageous To The Gop, A Longer Period For The Preparation Of Bids Is Necessary, The Pre-bid Conference Shall Be Held At Least Thirty (30) Calendar Days Before The Deadline For The Submission And Receipt Of Bids, As Specified In The Bds. 9.2. Bidders Are Encouraged To Attend The Pre-bid Conference To Ensure That They Fully Understand The Procuring Entity’s Requirements. Non-attendance Of The Bidder Will In No Way Prejudice Its Bid; However, The Bidder Is Expected To Know The Changes And/or Amendments To The Bidding Documents As Recorded In The Minutes Of The Pre-bid Conference And The Supplemental/bid Bulletin. 9.3. Any Statement Made At The Pre-bid Conference Shall Not Modify The Terms Of The Bidding Documents Unless Such Statement Is Specifically Identified In Writing As An Amendment Thereto And Issued As A Supplemental/bid Bulletin. 10. Clarification And Amendment Of Bidding Documents 10.1. Bidders Who Have Purchased The Bidding Documents May Request For Clarification(s) On Any Part Of The Bidding Documents Or For An Interpretation. Such A Request Must Be In Writing And Submitted To The Procuring Entity At The Address Indicated In The Bds At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.2. Supplemental/bid Bulletins May Be Issued Upon The Procuring Entity’s Initiative For Purposes Of Clarifying Or Modifying Any Provision Of The Bidding Documents Not Later Than Seven (7) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. Any Modification To The Bidding Documents Shall Be Identified As An Amendment. 10.3. Any Supplemental/bid Bulletin Issued By The Bac Shall Also Be Posted On The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity Concerned, If Available. Unless, Otherwise Provided In The Bds, It Shall Be The Responsibility Of All Bidders Who Secure The Bidding Documents To Inquire And Secure Supplemental/bid Bulletins That May Be Issued By The Bac. However, Bidders Who Have Submitted Bids Before The Issuance Of The Supplemental/bid Bulletin Must Be Informed And Allowed To Modify Or Withdraw Their Bids In Accordance With Itb Clause 23. C. Preparation Of Bids 11. Language Of Bids The Bid, As Well As All Correspondence And Documents Relating To The Bid Exchanged By The Bidder And The Procuring Entity, Shall Be Written In English. Supporting Documents And Printed Literature Furnished By The Bidder May Be In Another Language Provided They Are Accompanied By An Accurate Translation In English Certified By The Appropriate Embassy Or Consulate In The Philippines, In Which Case The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 12. Documents Comprising The Bid: Eligibility And Technical Components 12.1. Unless Otherwise Indicated In The Bds, The First Envelope Shall Contain The Following Eligibility And Technical Documents: (a) Eligibility Documents – Class "a" Documents: (i) Registration Certificate From The Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives, Or Any Proof Of Such Registration As Stated In The Bds; (ii) Mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located; (iii) Statement Of All Its Ongoing And Completed Government And Private Contracts Within Ten (10) Years From The Submission Of Bids, Including Contracts Awarded But Not Yet Started, If Any. The Statement Shall Include, For Each Contract, The Following: (iii.1) Name Of The Contract; (iii.2) Date Of The Contract; (iii.3) Contract Duration; (iii.4) Owner’s Name And Address; (iii.5) Nature Of Work; (iii.6) Contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation; (iii.7) Total Contract Value At Award; (iii.8) Date Of Completion Or Estimated Completion Time; (iii.9) Total Contract Value At Completion, If Applicable; (iii.10) Percentages Of Planned And Actual Accomplishments, If Applicable; (iii.11) Value Of Outstanding Works, If Applicable; (iii.12) The Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (iii.13) The Statement Shall Be Supported By The Constructors Performance Evaluation System (cpes) Rating Sheets, And/or Certificates Of Completion And Owner’s Acceptance, If Applicable; (iv) Unless Otherwise Provided In The Bds, Valid Philippine Contractors Accreditation Board (pcab) License And Registration For The Type And Cost Of The Contract For This Project; (v) Audited Financial Statements, Showing, Among Others, The Prospective Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; (vi) Nfcc Computation Or Clc In Accordance With Itb Clause 5.5; And Class "b" Document: (vii) If Applicable, Valid Joint Venture Agreement (jva) Or, In Lieu Thereof, 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 Shall Be Included In The Bid. (b) Technical Documents – (i) Bid Security As Prescribed In Itb Clause 18. If The Bidder Opts To Submit The Bid Security In The Form Of: (i.1) A Bank Draft/guarantee Or An Irrevocable Letter Of Credit Issued By A Foreign Bank, It Shall Be Accompanied By A Confirmation From A Universal Or Commercial Bank; Or (i.2) A Surety Bond Accompanied By A Certification Coming From An Authorized Insurance Commission That A Surety Or Insurance Company Is Authorized To Issue Such Instrument; (ii) Project Requirements, Which Shall Include The Following: (ii.1) Organizational Chart For The Contract To Be Bid; (ii.2) List Of Contractor’s Personnel (viz, Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; And (ii.3) List Of Contractor’s Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project; And (iii) Sworn Statement In Accordance With Section 25.2(b)(iv) Of The Irr Of Ra 9184 And Using The Form Prescribed In Section Ix. Bidding Forms. 13. Documents Comprising The Bid: Financial Component 13.1. Unless Otherwise Stated In The Bds, The Financial Component Of The Bid Shall Contain The Following: (a) Financial Bid Form In Accordance With The Form Prescribed In Section Ix. Bidding Forms; And (b) Any Other Document Related To The Financial Component Of The Bid As Stated In The Bds. 13.2. (a) Unless Indicated In The Bds, All Bids That Exceed The Abc Shall Not Be Accepted. (b) Unless Otherwise Indicated In The Bds, For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Following Conditions Are Met: (i) Bidding Documents Are Obtainable Free Of Charge On A Freely Accessible Website. If Payment Of Bidding Documents Is Required By The Procuring Entity, Payment Could Be Made Upon The Submission Of Bids. (ii) The Procuring Entity Has Procedures In Place To Ensure That The Abc Is Based On Recent Estimates Made By The Engineer Or The Responsible Unit Of The Procuring Entity And That The Estimates Are Based On Adequate Detailed Engineering (in The Case Of Works) And Reflect The Quality, Supervision And Risk And Inflationary Factors, As Well As Prevailing Market Prices, Associated With The Types Of Works Or Goods To Be Procured. (iii) The Procuring Entity Has Trained Cost Estimators On Estimating Prices And Analyzing Bid Variances. In The Case Of Infrastructure Projects, The Procuring Entity Must Also Have Trained Quantity Surveyors. (iv) The Procuring Entity Has Established A System To Monitor And Report Bid Prices Relative To Abc And Engineer’s/procuring Entity’s Estimate. (v) The Procuring Entity Has Established A Monitoring And Evaluation System For Contract Implementation To Provide A Feedback On Actual Total Costs Of Goods And Works. 14. Alternative Bids 14.1. Alternative Bids Shall Be Rejected. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 14.2. Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 14.3. Each Bidder Shall Submit Only One Bid, Either Individually Or As A Partner In A Jv. A Bidder Who Submits Or Participates In More Than One Bid (other Than As A Subcontractor If A Subcontractor Is Permitted To Participate In More Than One Bid) Will Cause All The Proposals With The Bidder’s Participation To Be Disqualified. This Shall Be Without Prejudice To Any Applicable Criminal, Civil And Administrative Penalties That May Be Imposed Upon The Persons And Entities Concerned. 15. Bid Prices 15.1. The Contract Shall Be For The Whole Works, As Described In Itb Clause 1.1, Based On The Priced Bill Of Quantities Submitted By The Bidder. 15.2. The Bidder Shall Fill In Rates And Prices For All Items Of The Works Described In The Bill Of Quantities. Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Government. 15.3. All Duties, Taxes, And Other Levies Payable By The Contractor Under The Contract, Or For Any Other Cause, Prior To The Deadline For Submission Of Bids, Shall Be Included In The Rates, Prices, And Total Bid Price Submitted By The Bidder. 15.4. All Bid Prices For The Given Scope Of Work In The Contract As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Specified In Gcc Clause 48. Price Escalation May Be Allowed In Extraordinary Circumstances As May Be Determined By The National Economic And Development Authority In Accordance With The Civil Code Of The Philippines, And Upon The Recommendation Of The Procuring Entity. Furthermore, In Cases Where The Cost Of The Awarded Contract Is Affected By Any Applicable New Laws, Ordinances, Regulations, Or Other Acts Of The Gop, Promulgated After The Date Of Bid Opening, A Contract Price Adjustment Shall Be Made Or Appropriate Relief Shall Be Applied On A No Loss-no Gain Basis. 16. Bid Currencies 16.1. All Bid Prices Shall Be Quoted In Philippine Pesos Unless Otherwise Provided In The Bds. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate Prevailing On The Day Of The Bid Opening. 16.2. If So Allowed In Accordance With Itb Clause 16.1, The Procuring Entity For Purposes Of Bid Evaluation And Comparing The Bid Prices Will Convert The Amounts In Various Currencies In Which The Bid Price Is Expressed To Philippine Pesos At The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 16.3. Unless Otherwise Specified In The Bds, Payment Of The Contract Price Shall Be Made In Philippine Pesos. 17. Bid Validity 17.1. Bids Shall Remain Valid For The Period Specified In The Bds Which Shall Not Exceed One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 17.2. In Exceptional Circumstances, Prior To The Expiration Of The Bid Validity Period, The Procuring Entity May Request Bidders To Extend The Period Of Validity Of Their Bids. The Request And The Responses Shall Be Made In Writing. The Bid Security Described In Itb Clause 18 Should Also Be Extended Corresponding To The Extension Of The Bid Validity Period At The Least. A Bidder May Refuse The Request Without Forfeiting Its Bid Security, But His Bid Shall No Longer Be Considered For Further Evaluation And Award. A Bidder Granting The Request Shall Not Be Required Or Permitted To Modify Its Bid. 18. Bid Security 18.1. The Bid Security In The Amount Stated In The Bds Shall Be Equal To The Percentage Of The Abc In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (equal To Percentage Of The Abc) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. Two Percent (2%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Five Percent (5%) (d) Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To Total Amount Of Security For Biddings Conducted By Local Government Units, The Bidder May Also Submit Bid Securities In The Form Of Cashier’s/manager’s Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Such Financial Statement. 18.2. The Bid Security Should Be Valid For The Period Specified In The Bds. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 18.3. No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except To Those That Failed Or Declared As Post-disqualified, Upon Submission Of A Written Waiver Of Their Right To File A Motion For Reconsideration And/or Protest. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Bidder With The Lowest Calculated Responsive Bid Has Signed The Contract And Furnished The Performance Security, But In No Case Later Than The Expiration Of The Bid Security Validity Period Indicated In Itb Clause 18.2. 18.4. Upon Signing And Execution Of The Contract, Pursuant To Itb Clause 31, And The Posting Of The Performance Security, Pursuant To Itb Clause 32, The Successful Bidder’s Bid Security Will Be Discharged, But In No Case Later Than The Bid Security Validity Period As Indicated In Itb Clause 18.2. 18.5. The Bid Security May Be Forfeited: (a) If A Bidder: (i) Withdraws Its Bid During The Period Of Bid Validity Specified In Itb Clause 17; (ii) Does Not Accept The Correction Of Errors Pursuant To Itb Clause 27.3(b); (iii) Fails To Submit The Requirements Within The Prescribed Period, Or A Finding Against Their Veracity, As Stated In Itb Clause 28.2; (iv) Submission Of Eligibility Requirements Containing False Information Or Falsified Documents; (v) Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding; (vi) Allowing The Use Of One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding; (vii) Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid; (viii) Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time; (ix) Refusal To Clarify Or Validate In Writing Its Bid During Post-qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification; (x) Any Documented Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor; (xi) Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared Successful; Or (xii) All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons. (b) If The Successful Bidder: (i) Fails To Sign The Contract In Accordance With Itb Clause 31; (ii) Fails To Furnish Performance Security In Accordance With Itb Clause 32. 19. Format And Signing Of Bids 19.1. Bidders Shall Submit Their Bids Through Their Duly Authorized Representative Using The Appropriate Forms Provided In Section Ix. Bidding Forms On Or Before The Deadline Specified In The Itb Clause 21 In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously. The First Shall Contain The Technical Component Of The Bid, Including The Eligibility Requirements Under Itb Clause 12.1, And The Second Shall Contain The Financial Component Of The Bid. 19.2. Forms As Mentioned In Itb Clause 19.1 Must Be 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. 19.3. The Bidder Shall Prepare An Original Of The First And Second Envelopes As Described In Itb Clauses 12 And 13. In Addition, The Bidder Shall Submit Copies Of The First And Second Envelopes. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.4. The Bid, Except For Unamended Printed Literature, Shall Be Signed, And Each And Every Page Thereof Shall Be Initialed, By The Duly Authorized Representative/s Of The Bidder. 19.5. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder. 20. Sealing And Marking Of Bids 20.1. Bidders Shall Enclose Their Original Eligibility And Technical Documents Described In Itb Clause 12, In One Sealed Envelope Marked “original - Technical Component”, And The Original Of Their Financial Component In Another Sealed Envelope Marked “original - Financial Component”, Sealing Them All In An Outer Envelope Marked “original Bid”. 20.2. Each Copy Of The First And Second Envelopes Shall Be Similarly Sealed Duly Marking The Inner Envelopes As “copy No. ___ - Technical Component” And “copy No. ___ – Financial Component” And The Outer Envelope As “copy No. ___”, Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. 20.3. The Original And The Number Of Copies Of The Bid As Indicated In The Bds Shall Be Typed Or Written In Indelible Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. 20.4. All Envelopes Shall: (a) Contain The Name Of The Contract To Be Bid In Capital Letters; (b) Bear The Name And Address Of The Bidder In Capital Letters; (c) Be Addressed To The Procuring Entity’s Bac Identified In Itb Clause 10.1; (d) Bear The Specific Identification Of This Bidding Process Indicated In The Invitation To Bid; And (e) Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of Bids, In Accordance With Itb Clause 21. 20.5. If Bids Are Not Sealed And Marked As Required, The Procuring Entity Will Assume No Responsibility For The Misplacement Or Premature Opening Of The Bid. D. Submission And Opening Of Bids 21. Deadline For Submission Of Bids Bids Must Be Received By The Procuring Entity’s Bac At The Address And On Or Before The Date And Time Indicated In The Bds. 22. Late Bids Any Bid Submitted After The Deadline For Submission And Receipt Of Bids Prescribed By The Procuring Entity, Pursuant To Itb Clause 21, Shall Be Declared “late” And Shall Not Be Accepted By The Procuring Entity. 23. Modification And Withdrawal Of Bids 23.1. The Bidder May Modify Its Bid After It Has Been Submitted; Provided That The Modification Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Bidder Shall Not Be Allowed To Retrieve Its Original Bid, But Shall Be Allowed To Submit Another Bid Equally Sealed, Properly Identified, Linked To Its Original Bid Marked As “technical Modification” Or “financial Modification” And Stamped “received” By The Bac. Bid Modifications Received After The Applicable Deadline Shall Not Be Considered And Shall Be Returned To The Bidder Unopened. 23.2. A Bidder May, Through A Letter Of Withdrawal, Withdraw Its Bid After It Has Been Submitted, For Valid And Justifiable Reason; Provided That The Letter Of Withdrawal Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. 23.3. Bids Requested To Be Withdrawn In Accordance With Itb Clause 23.1 Shall Be Returned Unopened To The Bidders. A Bidder May Also Express Its Intention Not To Participate In The Bidding Through A Letter Which Should Reach And Be Stamped By The Bac Before The Deadline For Submission And Receipt Of Bids. A Bidder That Withdraws Its Bid Shall Not Be Permitted To Submit Another Bid, Directly Or Indirectly, For The Same Contract. 23.4. No Bid May Be Modified After The Deadline For Submission Of Bids. No Bid May Be Withdrawn In The Interval Between The Deadline For Submission Of Bids And The Expiration Of The Period Of Bid Validity Specified By The Bidder On The Financial Bid Form. Withdrawal Of A Bid During This Interval Shall Result In The Forfeiture Of The Bidder’s Bid Security, Pursuant To Itb Clause 18.5, And The Imposition Of Administrative, Civil, And Criminal Sanctions As Prescribed By Ra 9184 And Its Irr. 24. Opening And Preliminary Examination Of Bids 24.1. The Bac Shall Open The First Bid Envelopes Of Bidders In Public As Specified In The Bds To Determine Each Bidder’s Compliance With The Documents Prescribed In Itb Clause 12. For This Purpose, The Bac Shall Check The Submitted Documents Of Each Bidder Against A Checklist Of Required Documents To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion. If A Bidder Submits The Required Document, It Shall Be Rated “passed” For That Particular Requirement. In This Regard, Bids That Fail To Include Any Requirement Or Are Incomplete Or Patently Insufficient Shall Be Considered As “failed”. Otherwise, The Bac Shall Rate The Said First Bid Envelope As “passed”. 24.2. Unless Otherwise Specified In The Bds, Immediately After Determining Compliance With The Requirements In The First Envelope, The Bac Shall Forthwith Open The Second Bid Envelope Of Each Remaining Eligible Bidder Whose First Bid Envelope Was Rated “passed”. The Second Envelope Of Each Complying Bidder Shall Be Opened Within The Same Day. In Case One Or More Of The Requirements In The Second Envelope Of A Particular Bid Is Missing, Incomplete Or Patently Insufficient, And/or If The Submitted Total Bid Price Exceeds The Abc Unless Otherwise Provided In Itb Clause 13.1(b), The Bac Shall Rate The Bid Concerned As “failed”. Only Bids That Are Determined To Contain All The Bid Requirements For Both Components Shall Be Rated “passed” And Shall Immediately Be Considered For Evaluation And Comparison. 24.3. Letters Of Withdrawal Shall Be Read Out And Recorded During Bid Opening, And The Envelope Containing The Corresponding Withdrawn Bid Shall Be Returned To The Bidder Unopened. If The Withdrawing Bidder’s Representative Is In Attendance, The Original Bid And All Copies Thereof Shall Be Returned To The Representative During The Bid Opening. If The Representative Is Not In Attendance, The Bid Shall Be Returned Unopened By Registered Mail. The Bidder May Withdraw Its Bid Prior To The Deadline For The Submission And Receipt Of Bids, Provided That The Corresponding Letter Of Withdrawal Contains A Valid Authorization Requesting For Such Withdrawal, Subject To Appropriate Administrative Sanctions. 24.4. If A Bidder Has Previously Secured A Certification From The Procuring Entity To The Effect That It Has Previously Submitted The Above-enumerated Class “a” Documents, The Said Certification May Be Submitted In Lieu Of The Requirements Enumerated In Itb Clause 12.1(a), Items (i) To (vi). 24.5. In The Case Of An Eligible Foreign Bidder As Described In Itb Clause 5, The Class “a” Documents Enumerated In Itb Clause 12.1(a) May Be Substituted With The Appropriate Equivalent Documents, If Any, Issued By The Country Of The Foreign Bidder Concerned. 24.6. Each Partner Of A Joint Venture Agreement Shall Likewise Submit The Documents Required In Itb Clauses 12.1(a)(i) And 12.1(a)(ii). Submission Of Documents Required Under Itb Clauses 12.1(a)(iii) To 12.1(a)(vi) By Any Of The Joint Venture Partners Constitutes Compliance. 24.7. A Bidder Determined As “failed” Has Three (3) Calendar Days Upon Written Notice Or, If Present At The Time Of Bid Opening, Upon Verbal Notification Within Which To File A Request For Reconsideration With The Bac: Provided, However, That The Request For Reconsideration Shall Not Be Granted If It Is Established That The Finding Of Failure Is Due To The Fault Of The Bidder Concerned: Provided, Further, That The Bac Shall Decide On The Request For Reconsideration Within Seven (7) Calendar Days From Receipt Thereof. If A Failed Bidder Signifies His Intent To File A Request For Reconsideration, The Bac Shall Keep The Bid Envelopes Of The Said Failed Bidder Unopened And/or Duly Sealed Until Such Time That The Request For Reconsideration Or Protest Has Been Resolved. E. Evaluation And Comparison Of Bids 25. Process To Be Confidential 25.1. Members Of The Bac, Including Its Staff And Personnel, As Well As Its Secretariat And Twg, Are Prohibited From Making Or Accepting Any Kind Of Communication With Any Bidder Regarding The Evaluation Of Their Bids Until The Issuance Of The Notice Of Award, Unless N The Case Of Itb Clause 26. 25.2. Any Effort By A Bidder To Influence The Procuring Entity In The Procuring Entity’s Decision In Respect Of Bid Evaluation, Bid Comparison Or Contract Award Will Result In The Rejection Of The Bidder’s Bid. 26. Clarification Of Bids To Assist In The Evaluation, Comparison And Post-qualification Of The Bids, The Procuring Entity May Ask In Writing Any Bidder For A Clarification Of Its Bid. All Responses To Requests For Clarification Shall Be In Writing. Any Clarification Submitted By A Bidder In Respect To Its Bid And That Is Not In Response To A Request By The Procuring Entity Shall Not Be Considered 27. Detailed Evaluation And Comparison Of Bids 27.1. The Procuring Entity Will Undertake The Detailed Evaluation And Comparison Of Bids Which Have Passed The Opening And Preliminary Examination Of Bids, Pursuant To Itb Clause 24, In Order To Determine The Lowest Calculated Bid. 27.2. In Evaluating The Bids To Get The Lowest Calculated Bid, The Procuring Entity Shall Undertake The Following: (a) The Detailed Evaluation Of The Financial Component Of The Bids, To Establish The Correct Calculated Prices Of The Bids; And (b) The Ranking Of The Total Bid Prices As So Calculated From The Lowest To Highest. The Bid With The Lowest Price Shall Be Identified As The Lowest Calculated Bid. 27.3. The Procuring Entity's Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary “pass/fail” Criterion. The Bac Shall Consider The Following In The Evaluation Of Bids: (a) Completeness Of The Bid. Unless The Itb Specifically Allows Partial Bids, Bids Not Addressing Or Providing All Of The Required Items In The Schedule Of Requirements Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Procuring Entity; And (b) Arithmetical Corrections. Consider Computational Errors And Omissions To Enable Proper Comparison Of All Eligible Bids. It May Also Consider Bid Modifications If Expressly Allowed In The Bds. Any Adjustment Shall Be Calculated In Monetary Terms To Determine The Calculated Prices. 27.4. Based On The Detailed Evaluation Of Bids, Those That Comply With The Above-mentioned Requirements Shall Be Ranked In The Ascending Order Of Their Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, To Identify The Lowest Calculated Bid. Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, Which Exceed The Abc Shall Not Be Considered, Unless Otherwise Indicated In The Bds. 27.5. The Procuring Entity’s Evaluation Of Bids Shall Only Be Based On The Bid Price Quoted In The Financial Bid Form 27.6. Bids Shall Be Evaluated On An Equal Footing To Ensure Fair Competition. For This Purpose, All Bidders Shall Be Required To Include In Their Bids The Cost Of All Taxes, Such As, But Not Limited To, Value Added Tax (vat), Income Tax, Local Taxes, And Other Fiscal Levies And Duties Which Shall Be Itemized In The Bid Form And Reflected In The Detailed Estimates. Such Bids, Including Said Taxes, Shall Be The Basis For Bid Evaluation And Comparison. 28. Post Qualification 28.1. The Procuring Entity Shall Determine To Its Satisfaction Whether The Bidder That Is Evaluated As Having Submitted The Lowest Calculated Bid (lcb) Complies With And Is Responsive To All The Requirements And Conditions Specified In Itb Clauses 5, 12, And 13. 28.2. Within A Non-extendible Period Of Three (3) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lcb, The Bidder Shall Submit The Following Documentary Requirements: (a) Tax Clearance Per Executive Order 398, Series Of 2005; (b) Latest Income And Business Tax Returns In The Form Specified In The Bds; (c) Certificate Of Philgeps Registration; And (d) Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. Failure Of The Bidder Declared As Lcb To Duly Submit The Requirements Under This Clause Or A Finding Against The Veracity Of Such, Shall Be Ground For Forfeiture Of The Bid Security And Disqualification Of The Bidder For Award. 28.3. The Determination Shall Be Based Upon An Examination Of The Documentary Evidence Of The Bidder’s Qualifications Submitted Pursuant To Itb Clauses 12 And 13, As Well As Other Information As The Procuring Entity Deems Necessary And Appropriate, Using A Non-discretionary “pass/fail” Criterion. 28.4. If The Bac Determines That The Bidder With The Lowest Calculated Bid Passes All The Criteria For Post-qualification, It Shall Declare The Said Bid As The Lowest Calculated Responsive Bid, And Recommend To The Head Of The Procuring Entity The Award Of Contract To The Said Bidder At Its Submitted Price Or Its Calculated Bid Price, Whichever Is Lower, Subject To Itb Clause 30.3. 28.5. A Negative Determination Shall Result In Rejection Of The Bidder’s Bid, In Which Event The Procuring Entity Shall Proceed To The Next Lowest Calculated Bid To Make A Similar Determination Of That Bidder’s Capabilities To Perform Satisfactorily. If The Second Bidder, However, Fails The Post Qualification, The Procedure For Post Qualification Shall Be Repeated For The Bidder With The Next Lowest Calculated Bid, And So On Until The Lowest Calculated And Responsive Bid Is Determined For Contract Award. 28.6. Within A Period Not Exceeding Seven (7) Calendar Days From The Date Of Receipt Of The Recommendation Of The Bac, The Head Of The Procuring Entity Shall Approve Or Disapprove The Said Recommendation. In The Case Of Government Owned And Government-owned And/or -controlled Corporations (goccs) And Government Financial Institutions (gfis), The Period Provided Herein Shall Be Fifteen (15) Calendar Days. 29. Reservation Clause 29.1. Notwithstanding The Eligibility Or Post-qualification Of A Bidder, The Procuring Entity Concerned Reserves The Right To Review Its Qualifications At Any Stage Of The Procurement Process If It Has Reasonable Grounds To Believe That A Misrepresentation Has Been Made By The Said Bidder, Or That There Has Been A Change In The Bidder’s Capability To Undertake The Project From The Time It Submitted Its Eligibility Requirements. Should Such Review Uncover Any Misrepresentation Made In The Eligibility And Bidding Requirements, Statements Or Documents, Or Any Changes In The Situation Of The Bidder Which Will Affect Its Capability To Undertake The Project So That It Fails The Preset Eligibility Or Bid Evaluation Criteria, The Procuring Entity Shall Consider The Said Bidder As Ineligible And Shall Disqualify It From Submitting A Bid Or From Obtaining An Award Or Contract. 29.2. Based On The Following Grounds, The Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding At Any Time Prior To The Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability, And Make No Assurance That A Contract Shall Be Entered Into As A Result Of The Bidding: (a) If There Is Prima Facie Evidence Of Collusion Between Appropriate Public Officers Or Employees Of The Procuring Entity, Or Between The Bac And Any Of The Bidders, Or If The Collusion Is Between Or Among The Bidders Themselves, Or Between A Bidder And A Third Party, Including Any Act Which Restricts, Suppresses Or Nullifies Or Tends To Restrict, Suppress Or Nullify Competition; (b) If The Procuring Entity’s Bac Is Found To Have Failed In Following The Prescribed Bidding Procedures; Or (c) For Any Justifiable And Reasonable Ground Where The Award Of The Contract Will Not Redound To The Benefit Of The Government As Follows: (i) If The Physical And Economic Conditions Have Significantly Changed So As To Render The Project No Longer Economically, Financially Or Technically Feasible As Determined By The Head Of The Procuring Entity; (ii) If The Project Is No Longer Necessary As Determined By The Head Of The Procuring Entity; And (iii) If The Source Of Funds For The Project Has Been Withheld Or Reduced Through No Fault Of The Procuring Entity. 29.3. In Addition, The Procuring Entity May Likewise Declare A Failure Of Bidding When: (a) No Bids Are Received; (b) All Prospective Bidders Are Declared Ineligible; (c) All Bids Fail To Comply With All The Bid Requirements Or Fail Post-qualification; Or (d) The Bidder With The Lowest Calculated Responsive Bid Refuses, Without Justifiable Cause To Accept The Award Of Contract, And No Award Is Made. F. Award Of Contract 30. Contract Award 30.1. Subject To Itb Clause 28, The Procuring Entity Shall Award The Contract To The Bidder Whose Bid Has Been Determined To Be The Lowest Calculated And Responsive Bid (lcrb). 30.2. Prior To The Expiration Of The Period Of Bid Validity, The Procuring Entity Shall Notify The Successful Bidder In Writing That Its Bid Has Been Accepted, Through A Notice Of Award Received Personally Or Sent By Registered Mail Or Electronically, Receipt Of Which Must Be Confirmed In Writing Within Two (2) Days By The Lcrb And Submitted Personally Or Sent By Registered Mail Or Electronically To The Procuring Entity. 30.3. Notwithstanding The Issuance Of The Notice Of Award, Award Of Contract Shall Be Subject To The Following Conditions: (a) Submission Of The Following Documents Within The Prescribed Period From Receipt By The Bidder Of The Notice That It Has The Lowest Calculated And Responsive Bid: (i) Valid Jva, If Applicable, Within Ten (10) Calendar Days; (ii) Valid Pcab License And Registration For The Type And Cost Of The Contract To Be Bid For Foreign Bidders, Within Thirty (30) Calendar Days, If Allowed Under A Treaty Or International Or Executive Agreement Mentioned In Itb Clause 12.1(a)(iv); (b) Posting Of The Performance Security In Accordance With Itb Clause 32; (c) Signing Of The Contract As Provided In Itb Clause 31; And (d) Approval By Higher Authority, If Required. 31. Signing Of The Contract 31.1. At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Contract Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 31.2. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award, The Successful Bidder Shall Post The Required Performance Security, Sign And Date The Contract And Return It To The Procuring Entity. 31.3. The Procuring Entity Shall Enter Into Contract With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 31.4. The Following Documents Shall Form Part Of The Contract: (a) Contract Agreement; (b) Bidding Documents; (c) Winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted; (d) Performance Security; (e) Credit Line In Accordance With Itb Clause 5.5, If Applicable; (f) Notice Of Award Of Contract; And (g) Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. 32. Performance Security 32.1. To Guarantee The Faithful Performance By The Winning Bidder Of Its Obligations Under The Contract, It Shall Post A Performance Security Within A Maximum Period Of Ten (10) Calendar Days From The Receipt Of The Notice Of Award From The Procuring Entity And In No Case Later Than The Signing Of The Contract. 32.2. The Performance Security Shall Be Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity In An Amount Equal To The Percentage Of The Total Contract Price As Stated In The Bds In Accordance With The Following Schedule: 33. 33.1. Form Of Performance Security Amount Of Performance Security (equal To Percentage Of The Total Contract Price) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. Ten Percent (10%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Thirty Percent (30%) (d) Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To Total Amount Of Security 33.2. Failure Of The Successful Bidder To Comply With The Above-mentioned Requirement Shall Constitute Sufficient Ground For The Annulment Of The Award And Forfeiture Of The Bid Security, In Which Event The Procuring Entity Shall Initiate And Complete The Post Qualification Of The Second Lowest Calculated Bid. The Procedure Shall Be Repeated Until The Lowest Calculated And Responsive Bid Is Identified And Selected For Contract Award. However If No Bidder Passed Post-qualification, The Bac Shall Declare The Bidding A Failure And Conduct A Re-bidding With Re-advertisement. 34. Notice To Proceed 34.1. Within Three (3) Calendar Days From The Date Of Approval Of The Contract By The Appropriate Government Approving Authority, The Procuring Entity Shall Issue Its Notice To Proceed To The Bidder. 34.2. The Contract Effectivity Date Shall Be Provided In The Notice To Proceed By The Procuring Entity, Which Date Shall Not Be Later Than Seven (7) Calendar Days From The Issuance Of The Notice To Proceed. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is Lgu- Mapanas, Northern Samar. The Name Of The Contract Is Construction Of Naparasan Multi-purpose Gym Phase12, Brgy. Naparasan, Mapanas, Northern Samar The Identification Number Of The Contract Is Pr No-2025-04-032___ 2 The Funding Source Is: 20% Economic Development Fund (edf) For Fy 2025. The Name Of The Project Is: Construction Of Naparasan Multi-purpose Gym Phase 1, Brgy. Naparasan, Mapanas, Northern Samar 3.1 No Further Instructions. 5.1 No Further Instructions. 5.2 Bidding Is Restricted To Eligible Bidders As Defined In Itb Clause 5.1. 5.4 For This Purpose, Similar Contracts Shall Refer To Bidder’s Annual Turnover From All Works Average Over The Last Three Years Shall Be Equal To 50% Of The Estimated Cost Of The Contract Being Procured. The Bidder Must Have Completed, Within The Past Ten (10) Years From The Submission Of Bids, A Single Contract That Is Similar To This Project, Equivalent To At Least Eighty Percent (80%) Of The Abc. 8.1 “subcontracting Is Not Allowed.” 8.2 “not Applicable”. 9.1 The Procuring Entity Will Hold A Pre-bid Conference For This Project On May 02, 2025 At 10:00 A.m. At Executive Conference 2nd Floor Of New Municipal Bldg. Mapanas, Northern Samar. 10.1 The Procuring Entity’s Address Is: The Municipality Of Mapanas, Province Of Northern Samar Engr. Julius D. Palma Lgu-bac Chairperson Tel. No. 09052634575 10.3 No Further Instructions. 12.1 Not Applicable 12.1(a)(i) “no Other Acceptable Proof Of Registration Is Recognized.” 12.1(a)(iv) No Further Instructions. 13.1 “no Additional Requirements” 13.1(b) The Abc Is Php 2,971,736.23 Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. 14.2 “no Further Instructions.” 15.4 No Further Instruction. 16.1 The Bid Prices Shall Be Quoted In Philippine Pesos. 17.1 Bids Will Be Valid Until 60 Calendar Days After The Bid Submission Deadline Date As Prescribed By The Procuring Entity) 18.1 The Bid Security Shall Be In The Following Amount: 1. The Amount Of 59,483.85 If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. The Amount Of P148,709.63 If Bid Security Is In Surety Bond; Or 3. Any Combination Of The Foregoing Proportionate To The Share Of Form With Respect To Total Amount Of Security. 18.2 The Bid Security Shall Be Valid Twenty Eight Days Beyond The Validity Period Of The Bid. 20.3 Each Bidder Shall Submit One Original And One Copy Of The First And Second Components Of Its Bid. 21 The Address For Submission Of Bids Is Engr. Julius D. Palma Lgu-bac Chairperson Bac Office @ Mpdo, 1st Floor, New Municipal Bldg. Municipality Of Mapanas, Northern Samar The Deadline For Submission Of Bids Is 9:00 A.m. On May 14, 2025. 22 The Place Of Bid Opening Is Executive Conference Room, 2nd Floor, New Municipal Bldg. Municipality Of Mapanas, Northern Samar. The Date And Time Of Bid Opening Is May 14, 2025 At Exactly 10:00 A.m. 24.2 No Further Instructions. 27.3(b) Bid Modification Is Not Allowed. 27.4 No Further Instructions. 28.2(b) Bidders Have Option To Submit Manually Filed Tax Returns Or Tax Returns Filed Through The Electronic Filing And Payments System (efps). Note: The Latest Income And Business Tax Returns Are Those Within The Last Six Months Preceding The Date Of Bid Submission. 28.2(d) List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It. 1. Taxpayer’s Identification Number 2. Vat Registration 3. Philippine Contractors Accreditation Board (pcab) License The Requirements Are Applicable Only In A Case Where The Lowest Calculated Bid (lcb) Is Submitted By A Domestic Bidder, And If The Lowest Calculated Bid (lcb) Is Submitted By A Foreign Bidder, This Requirements Are Not Applicable 31.4(g) List Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Department Of Labor And Employment, And Pert/cpm. 32.2 The Performance Security Shall Be In The Following Amount: 1. The Amount Of 10% Of Contract If Performance Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. The Amount Of 30% Of Contract If Performance Security Is In Surety Bond; Or 3. Any Combination Of The Foregoing Proportionate To The Share Of Form With Respect To Total Amount Of Security. Section Iv. General Conditions Of Contract Table Of Contents 1. Definitions 41 2. Interpretation 43 3. Governing Language And Law 43 4. Communications 43 5. Possession Of Site 43 6. The Contractor’s Obligations 44 7. Performance Security 45 8. Subcontracting 46 9. Liquidated Damages 46 10. Site Investigation Reports 47 11. The Procuring Entity, Licenses And Permits 47 12. Contractor’s Risk And Warranty Security 47 13. Liability Of The Contractor 49 14. Procuring Entity’s Risk 49 15. Insurance 49 16. Termination For Default Of Contractor 51 17. Termination For Default Of Procuring Entity 51 18. Termination For Other Causes 52 19. Procedures For Termination Of Contracts 53 20. Force Majeure, Release From Performance 56 21. Resolution Of Disputes 56 22. Suspension Of Loan, Credit, Grant, Or Appropriation 57 23. Procuring Entity’s Representative’s Decisions 57 24. Approval Of Drawings And Temporary Works By The Procuring Entity’s Representative 57 25. Acceleration And Delays Ordered By The Procuring Entity’s Representative 58 26. Extension Of The Intended Completion Date 58 27. Right To Vary 58 28. Contractors Right To Claim 59 29. Dayworks 59 30. Early Warning 59 31. Program Of Work 59 32. Management Conferences 60 33. Bill Of Quantities 60 34. Instructions, Inspections And Audits 61 35. Identifying Defects 61 36. Cost Of Repairs 61 37. Correction Of Defects 61 38. Uncorrected Defects 62 39. Advance Payment 62 40. Progress Payments 62 41. Payment Certificates 63 42. Retention 63 43. Variation Orders 64 44. Contract Completion 66 45. Suspension Of Work 66 46. Payment On Termination 67 47. Extension Of Contract Time 67 48. Price Adjustment 68 49. Completion 68 50. Taking Over 69 51. Operating And Maintenance Manuals 69 1. Definitions For Purposes Of This Clause, Boldface Type Is Used To Identify Defined Terms. 1.1. The Arbiter Is The Person Appointed Jointly By The Procuring Entity And The Contractor To Resolve Disputes In The First Instance, As Provided For In Gcc Clause 21. 1.2. Bill Of Quantities Refers To A List Of The Specific Items Of The Work And Their Corresponding Unit Prices, Lump Sums, And/or Provisional Sums. 1.3. The Completion Date Is The Date Of Completion Of The Works As Certified By The Procuring Entity’s Representative, In Accordance With Gcc Clause 49. 1.4. The Contract Is The Contract Between The Procuring Entity And The Contractor To Execute, Complete, And Maintain The Works. 1.5. The Contract Price Is The Price Stated In The Letter Of Acceptance And Thereafter To Be Paid By The Procuring Entity To The Contractor For The Execution Of The Works In Accordance With This Contract. 1.6. Contract Time Extension Is The Allowable Period For The Contractor To Complete The Works In Addition To The Original Completion Date Stated In This Contract. 1.7. The Contractor Is The Juridical Entity Whose Proposal Has Been Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. 1.8. The Contractor’s Bid Is The Signed Offer Or Proposal Submitted By The Contractor To The Procuring Entity In Response To The Bidding Documents. 1.9. Days Are Calendar Days; Months Are Calendar Months. 1.10. Dayworks Are Varied Work Inputs Subject To Payment On A Time Basis For The Contractor’s Employees And Equipment, In Addition To Payments For Associated Materials And Plant. 1.11. A Defect Is Any Part Of The Works Not Completed In Accordance With The Contract. 1.12. The Defects Liability Certificate Is The Certificate Issued By Procuring Entity’s Representative Upon Correction Of Defects By The Contractor. 1.13. The Defects Liability Period Is The One Year Period Between Contract Completion And Final Acceptance Within Which The Contractor Assumes The Responsibility To Undertake The Repair Of Any Damage To The Works At His Own Expense. 1.14. Drawings Are Graphical Presentations Of The Works. They Include All Supplementary Details, Shop Drawings, Calculations, And Other Information Provided Or Approved For The Execution Of This Contract. 1.15. Equipment Refers To All Facilities, Supplies, Appliances, Materials Or Things Required For The Execution And Completion Of The Work Provided By The Contractor And Which Shall Not Form Or Are Not Intended To Form Part Of The Permanent Works. 1.16. The Intended Completion Date Refers To The Date Specified In The Scc When The Contractor Is Expected To Have Completed The Works. The Intended Completion Date May Be Revised Only By The Procuring Entity’s Representative By Issuing An Extension Of Time Or An Acceleration Order. 1.17. Materials Are All Supplies, Including Consumables, Used By The Contractor For Incorporation In The Works. 1.18. The Notice To Proceed Is A Written Notice Issued By The Procuring Entity Or The Procuring Entity’s Representative To The Contractor Requiring The Latter To Begin The Commencement Of The Work Not Later Than A Specified Or Determinable Date. 1.19. Permanent Works All Permanent Structures And All Other Project Features And Facilities Required To Be Constructed And Completed In Accordance With This Contract Which Shall Be Delivered To The Procuring Entity And Which Shall Remain At The Site After The Removal Of All Temporary Works. 1.20. Plant Refers To The Machinery, Apparatus, And The Like Intended To Form An Integral Part Of The Permanent Works. 1.21. The Procuring Entity Is The Party Who Employs The Contractor To Carry Out The Works Stated In The Scc. 1.22. The Procuring Entity’s Representative Refers To The Head Of The Procuring Entity Or His Duly Authorized Representative, Identified In The Scc, Who Shall Be Responsible For Supervising The Execution Of The Works And Administering This Contract. 1.23. The Site Is The Place Provided By The Procuring Entity Where The Works Shall Be Executed And Any Other Place Or Places Which May Be Designated In The Scc, Or Notified To The Contractor By The Procuring Entity’s Representative As Forming Part Of The Site. 1.24. Site Investigation Reports Are Those That Were Included In The Bidding Documents And Are Factual And Interpretative Reports About The Surface And Subsurface Conditions At The Site. 1.25. Slippage Is A Delay In Work Execution Occurring When Actual Accomplishment Falls Below The Target As Measured By The Difference Between The Scheduled And Actual Accomplishment Of The Work By The Contractor As Established From The Work Schedule. This Is Actually Described As A Percentage Of The Whole Works. 1.26. Specifications Means The Description Of Works To Be Done And The Qualities Of Materials To Be Used, The Equipment To Be Installed And The Mode Of Construction. 1.27. The Start Date, As Specified In The Scc, Is The Date When The Contractor Is Obliged To Commence Execution Of The Works. It Does Not Necessarily Coincide With Any Of The Site Possession Dates. 1.28. A Subcontractor Is Any Person Or Organization To Whom A Part Of The Works Has Been Subcontracted By The Contractor, As Allowed By The Procuring Entity, But Not Any Assignee Of Such Person. 1.29. Temporary Works Are Works Designed, Constructed, Installed, And Removed By The Contractor That Are Needed For Construction Or Installation Of The Permanent Works. 1.30. Work(s)refer To The Permanent Works And Temporary Works To Be Executed By The Contractor In Accordance With This Contract, Including (i) The Furnishing Of All Labor, Materials, Equipment And Others Incidental, Necessary Or Convenient To The Complete Execution Of The Works; (ii) The Passing Of Any Tests Before Acceptance By The Procuring Entity’s Representative; (iii) And The Carrying Out Of All Duties And Obligations Of The Contractor Imposed By This Contract As Described In The Scc. 2. Interpretation 2.1. In Interpreting The Conditions Of Contract, Singular Also Means Plural, Male Also Means Female Or Neuter, And The Other Way Around. Headings Have No Significance. Words Have Their Normal Meaning Under The Language Of This Contract Unless Specifically Defined. The Procuring Entity’s Representative Will Provide Instructions Clarifying Queries About The Conditions Of Contract. 2.2. If Sectional Completion Is Specified In The Scc, References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Governing Language And Law 3.1. This Contract Has Been Executed In The English Language, Which Shall Be The Binding And Controlling Language For All Matters Relating To The Meaning Or Interpretation Of This Contract. All Correspondence And Other Documents Pertaining To This Contract Which Are Exchanged By The Parties Shall Be Written In English. 3.2. This Contract Shall Be Interpreted In Accordance With The Laws Of The Republic Of The Philippines. 4. Communications Communications Between Parties That Are Referred To In The Conditions Shall Be Effective Only When In Writing. A Notice Shall Be Effective Only When It Is Received By The Concerned Party. 5. Possession Of Site 5.1. On The Date Specified In The Scc, The Procuring Entity Shall Grant The Contractor Possession Of So Much Of The Site As May Be Required To Enable It To Proceed With The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 5.2. If Possession Of A Portion Is Not Given By The Date Stated In The Scc Clause 5.1, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contact Time To Address Such Delay Shall Be In Accordance With Gcc Clause 47. 5.3. The Contractor Shall Bear All Costs And Charges For Special Or Temporary Right-of-way Required By It In Connection With Access To The Site. The Contractor Shall Also Provide At His Own Cost Any Additional Facilities Outside The Site Required By It For Purposes Of The Works. 5.4. The Contractor Shall Allow The Procuring Entity’s Representative And Any Person Authorized By The Procuring Entity’s Representative Access To The Site And To Any Place Where Work In Connection With This Contract Is Being Carried Out Or Is Intended To Be Carried Out. 6. The Contractor’s Obligations 6.1. The Contractor Shall Carry Out The Works Properly And In Accordance With This Contract. The Contractor Shall Provide All Supervision, Labor, Materials, Plant And Contractor's Equipment, Which May Be Required. All Materials And Plant On Site Shall Be Deemed To Be The Property Of The Procuring Entity. 6.2. The Contractor Shall Commence Execution Of The Works On The Start Date And Shall Carry Out The Works In Accordance With The Program Of Work Submitted By The Contractor, As Updated With The Approval Of The Procuring Entity’s Representative, And Complete Them By The Intended Completion Date. 6.3. The Contractor Shall Be Responsible For The Safety Of All Activities On The Site. 6.4. The Contractor Shall Carry Out All Instructions Of The Procuring Entity’s Representative That Comply With The Applicable Laws Where The Site Is Located. 6.5. The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel, As Referred To In The Scc, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 6.6. If The Procuring Entity’s Representative Asks The Contractor To Remove A Member Of The Contractor’s Staff Or Work Force, For Justifiable Cause, The Contractor Shall Ensure That The Person Leaves The Site Within Seven (7) Days And Has No Further Connection With The Work In This Contract. 6.7. During Contract Implementation, The Contractor And His Subcontractors Shall Abide At All Times By All Labor Laws, Including Child Labor Related Enactments, And Other Relevant Rules. 6.8. The Contractor Shall Submit To The Procuring Entity For Consent The Name And Particulars Of The Person Authorized To Receive Instructions On Behalf Of The Contractor. 6.9. The Contractor Shall Cooperate And Share The Site With Other Contractors, Public Authorities, Utilities, And The Procuring Entity Between The Dates Given In The Schedule Of Other Contractors Particularly When They Shall Require Access To The Site. The Contractor Shall Also Provide Facilities And Services For Them During This Period. The Procuring Entity May Modify The Schedule Of Other Contractors, And Shall Notify The Contractor Of Any Such Modification Thereto. 6.10. Should Anything Of Historical Or Other Interest Or Of Significant Value Be Unexpectedly Discovered On The Site, It Shall Be The Property Of The Procuring Entity. The Contractor Shall Notify The Procuring Entity’s Representative Of Such Discoveries And Carry Out The Procuring Entity’s Representative’s Instructions In Dealing With Them. 7. Performance Security 7.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Contractor Shall Furnish The Performance Security In Any The Forms Prescribed In Itb Clause 32.2. 7.2. The Performance Security Posted In Favor Of The Procuring Entity Shall Be Forfeited In The Event It Is Established That The Contractor Is In Default In Any Of Its Obligations Under The Contract. 7.3. The Performance Security Shall Remain Valid Until Issuance By The Procuring Entity Of The Certificate Of Final Acceptance. 7.4. The Performance Security May Be Released By The Procuring Entity And Returned To The Contractor After The Issuance Of The Certificate Of Final Acceptance Subject To The Following Conditions: (a) There Are No Pending Claims Against The Contractor Or The Surety Company Filed By The Procuring Entity; (b) The Contractor Has No Pending Claims For Labor And Materials Filed Against It; And (c) Other Terms Specified In The Scc. 7.5. The Contractor Shall Post An Additional Performance Security Following The Amount And Form Specified In Itb Clause 32.2 To Cover Any Cumulative Increase Of More Than Ten Percent (10%) Over The Original Value Of The Contract As A Result Of Amendments To Order Or Change Orders, Extra Work Orders And Supplemental Agreements, As The Case May Be. The Contractor Shall Cause The Extension Of The Validity Of The Performance Security To Cover Approved Contract Time Extensions. 7.6. In Case Of A Reduction In The Contract Value Or For Partially Completed Works Under The Contract Which Are Usable And Accepted By The Procuring Entity The Use Of Which, In The Judgment Of The Implementing Agency Or The Procuring Entity, Will Not Affect The Structural Integrity Of The Entire Project, The Procuring Entity Shall Allow A Proportional Reduction In The Original Performance Security, Provided That Any Such Reduction Is More Than Ten Percent (10%) And That The Aggregate Of Such Reductions Is Not More Than Fifty Percent (50%) Of The Original Performance Security. 7.7. Unless Otherwise Indicated In The Scc, The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Act 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 8. Subcontracting 8.1. Unless Otherwise Indicated In The Scc, The Contractor Cannot Subcontract Works More Than The Percentage Specified In Itb Clause 8.1. 8.2. Subcontracting Of Any Portion Of The Works Does Not Relieve The Contractor Of Any Liability Or Obligation Under This Contract. The Contractor Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants Or Workmen. 8.3. Subcontractors Disclosed And Identified During The Bidding May Be Changed During The Implementation Of This Contract, Subject To Compliance With The Required Qualifications And The Approval Of The Procuring Entity. 9. Liquidated Damages 9.1. The Contractor Shall Pay Liquidated Damages To The Procuring Entity For Each Day That The Completion Date Is Later Than The Intended Completion Date. The Applicable Liquidated Damages Is At Least One-tenth (1/10) Of A Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Total Amount Of Liquidated Damages Shall Not Exceed Ten Percent (10%) Of The Amount Of The Contract. The Procuring Entity May Deduct Liquidated Damages From Payments Due To The Contractor. Payment Of Liquidated Damages Shall Not Affect The Contractor. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of This Contract, The Procuring Entity Shall Rescind This Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 9.2. If The Intended Completion Date Is Extended After Liquidated Damages Have Been Paid, The Engineer Of The Procuring Entity Shall Correct Any Overpayment Of Liquidated Damages By The Contractor By Adjusting The Next Payment Certificate. The Contractor Shall Be Paid Interest On The Overpayment, Calculated From The Date Of Payment To The Date Of Repayment, At The Rates Specified In Gcc Clause 40.3. 10. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 11. The Procuring Entity, Licenses And Permits The Procuring Entity Shall, If Requested By The Contractor, Assist Him In Applying For Permits, Licenses Or Approvals, Which Are Required For The Works. 12. Contractor’s Risk And Warranty Security 12.1. The Contractor Shall Assume Full Responsibility For The Works From The Time Project Construction Commenced Up To Final Acceptance By The Procuring Entity And Shall Be Held Responsible For Any Damage Or Destruction Of The Works Except Those Occasioned By Force Majeure. The Contractor Shall Be Fully Responsible For The Safety, Protection, Security, And Convenience Of His Personnel, Third Parties, And The Public At Large, As Well As The Works, Equipment, Installation, And The Like To Be Affected By His Construction Work. 12.2. The Defects Liability Period For Infrastructure Projects Shall Be One Year From Contract Completion Up To Final Acceptance By The Procuring Entity. During This Period, The Contractor Shall Undertake The Repair Works, At His Own Expense, Of Any Damage To The Works On Account Of The Use Of Materials Of Inferior Quality Within Ninety (90) Days From The Time The Head Of The Procuring Entity Has Issued An Order To Undertake Repair. In Case Of Failure Or Refusal To Comply With This Mandate, The Procuring Entity Shall Undertake Such Repair Works And Shall Be Entitled To Full Reimbursement Of Expenses Incurred Therein Upon Demand. 12.3. Unless Otherwise Indicated In The Scc, In Case The Contractor Fails To Comply With The Preceding Paragraph, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property (ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 12.4. After Final Acceptance Of The Works By The Procuring Entity, The Contractor Shall Be Held Responsible For “structural Defects”, I.e., Major Faults/flaws/deficiencies In One Or More Key Structural Elements Of The Project Which May Lead To Structural Failure Of The Completed Elements Or Structure, Or “structural Failures”, I.e., Where One Or More Key Structural Elements In An Infrastructure Facility Fails Or Collapses, Thereby Rendering The Facility Or Part Thereof Incapable Of Withstanding The Design Loads, And/or Endangering The Safety Of The Users Or The General Public: (a) Contractor – Where Structural Defects/failures Arise Due To Faults Attributable To Improper Construction, Use Of Inferior Quality/substandard Materials, And Any Violation Of The Contract Plans And Specifications, The Contractor Shall Be Held Liable; (b) Consultants – Where Structural Defects/failures Arise Due To Faulty And/or Inadequate Design And Specifications As Well As Construction Supervision, Then The Consultant Who Prepared The Design Or Undertook Construction Supervision For The Project Shall Be Held Liable; (c) Procuring Entity’s Representatives/project Manager/construction Managers And Supervisors – The Project Owner’s Representative(s), Project Manager, Construction Manager, And Supervisor(s) Shall Be Held Liable In Cases Where The Structural Defects/failures Are Due To His/their Willful Intervention In Altering The Designs And Other Specifications; Negligence Or Omission In Not Approving Or Acting On Proposed Changes To Noted Defects Or Deficiencies In The Design And/or Specifications; And The Use Of Substandard Construction Materials In The Project; (d) Third Parties - Third Parties Shall Be Held Liable In Cases Where Structural Defects/failures Are Caused By Work Undertaken By Them Such As Leaking Pipes, Diggings Or Excavations, Underground Cables And Electrical Wires, Underground Tunnel, Mining Shaft And The Like, In Which Case The Applicable Warranty To Such Structure Should Be Levied To Third Parties For Their Construction Or Restoration Works. (e) Users - In Cases Where Structural Defects/failures Are Due To Abuse/misuse By The End User Of The Constructed Facility And/or Non–compliance By A User With The Technical Design Limits And/or Intended Purpose Of The Same, Then The User Concerned Shall Be Held Liable. 12.5. The Warranty Against Structural Defects/failures, Except Those Occasioned On Force Majeure, Shall Cover The Period Specified In The Scc Reckoned From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. 12.6. The Contractor Shall Be Required To Put Up A Warranty Security In The Form Of Cash, Bank Guarantee, Letter Of Credit, Gsis Or Surety Bond Callable On Demand, In Accordance With The Following Schedule: Form Of Warranty Minimum Amount In Percentage (%) Of Total Contract Price (a) Cash Or Letter Of Credit Issued By Universal Or Commercial Bank: Provided, However, That The Letter Of Credit Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank Five Percent (5%) (b) Bank Guarantee Confirmed By Universal Or Commercial Bank: Provided, However, That The Letter Of Credit Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank Ten Percent (10%) (c) Surety Bond Callable Upon Demand Issued By Gsis Or Any Surety Or Insurance Company Duly Certified By The Insurance Commission Thirty Percent (30%) 12.7. The Warranty Security Shall Be Stated In Philippine Pesos And Shall Remain Effective For One Year From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity, And Returned Only After The Lapse Of Said One Year Period. 12.8. In Case Of Structural Defects/failure Occurring During The Applicable Warranty Period Provided In Gcc Clause 12.5, The Procuring Entity Shall Undertake The Necessary Restoration Or Reconstruction Works And Shall Be Entitled To Full Reimbursement By The Parties Found To Be Liable For Expenses Incurred Therein Upon Demand, Without Prejudice To The Filing Of Appropriate Administrative, Civil, And/or Criminal Charges Against The Responsible Persons As Well As The Forfeiture Of The Warranty Security Posted In Favor Of The Procuring Entity. 13. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. 14. Procuring Entity’s Risk 14.1. From The Start Date Until The Certificate Of Final Acceptance Has Been Issued, The Following Are Risks Of The Procuring Entity: (a) The Risk Of Personal Injury, Death, Or Loss Of Or Damage To Property (excluding The Works, Plant, Materials, And Equipment), Which Are Due To: (i) Any Type Of Use Or Occupation Of The Site Authorized By The Procuring Entity After The Official Acceptance Of The Works; Or (ii) Negligence, Breach Of Statutory Duty, Or Interference With Any Legal Right By The Procuring Entity Or By Any Person Employed By Or Contracted To Him Except The Contractor. (b) The Risk Of Damage To The Works, Plant, Materials, And Equipment To The Extent That It Is Due To A Fault Of The Procuring Entity Or In The Procuring Entity’s Design, Or Due To War Or Radioactive Contamination Directly Affecting The Country Where The Works Are To Be Executed. 15. Insurance 15.1. The Contractor Shall, Under His Name And At His Own Expense, Obtain And Maintain, For The Duration Of This Contract, The Following Insurance Coverage: (a) Contractor’s All Risk Insurance; (b) Transportation To The Project Site Of Equipment, Machinery, And Supplies Owned By The Contractor; (c) Personal Injury Or Death Of Contractor’s Employees; And (d) Comprehensive Insurance For Third Party Liability To Contractor’s Direct Or Indirect Act Or Omission Causing Damage To Third Persons. 15.2. The Contractor Shall Provide Evidence To The Procuring Entity’s Representative That The Insurances Required Under This Contract Have Been Effected And Shall, Within A Reasonable Time, Provide Copies Of The Insurance Policies To The Procuring Entity’s Representative. Such Evidence And Such Policies Shall Be Provided To The Procuring Entity’s Through The Procuring Entity’s Representative. 15.3. The Contractor Shall Notify The Insurers Of Changes In The Nature, Extent, Or Program For The Execution Of The Works And Ensure The Adequacy Of The Insurances At All Times In Accordance With The Terms Of This Contract And Shall Produce To The Procuring Entity’s Representative The Insurance Policies In Force Including The Receipts For Payment Of The Current Premiums. The Above Insurance Policies Shall Be Obtained From Any Reputable Insurance Company Approved By The Procuring Entity’s Representative. 15.4. If The Contractor Fails To Obtain And Keep In Force The Insurances Referred To Herein Or Any Other Insurance Which He May Be Required To Obtain Under The Terms Of This Contract, The Procuring Entity May Obtain And Keep In Force Any Such Insurances And Pay Such Premiums As May Be Necessary For The Purpose. From Time To Time, The Procuring Entity May Deduct The Amount It Shall Pay For Said Premiums Including Twenty Five Percent (25%) Therein From Any Monies Due, Or Which May Become Due, To The Contractor, Without Prejudice To The Procuring Entity Exercising Its Right To Impose Other Sanctions Against The Contractor Pursuant To The Provisions Of This Contract. 15.5. In The Event The Contractor Fails To Observe The Above Safeguards, The Procuring Entity May, At The Contractor’s Expense, Take Whatever Measure Is Deemed Necessary For Its Protection And That Of The Contractor’s Personnel And Third Parties, And/or Order The Interruption Of Dangerous Works. In Addition, The Procuring Entity May Refuse To Make The Payments Under Gcc Clause 40 Until The Contractor Complies With This Clause. 15.6. The Contractor Shall Immediately Replace The Insurance Policy Obtained As Required In This Contract, Without Need Of The Procuring Entity’s Demand, With A New Policy Issued By A New Insurance Company Acceptable To The Procuring Entity For Any Of The Following Grounds: (a) The Issuer Of The Insurance Policy To Be Replaced Has: (i) Become Bankrupt; (ii) Been Placed Under Receivership Or Under A Management Committee; (iii) Been Sued For Suspension Of Payment; Or (iv) Been Suspended By The Insurance Commission And Its License To Engage In Business Or Its Authority To Issue Insurance Policies Cancelled; Or (v) Where Reasonable Grounds Exist That The Insurer May Not Be Able, Fully And Promptly, To Fulfill Its Obligation Under The Insurance Policy. 16. Termination For Default Of Contractor 16.1. The Procuring Entity Shall Terminate This Contract For Default When Any Of The Following Conditions Attend Its Implementation: 16.2. Due To The Contractor’s Fault And While The Project Is On-going, It Has Incurred Negative Slippage Of Fifteen Percent (15%) Or More In Accordance With Presidential Decree 1870, Regardless Of Whether Or Not Previous Warnings And Notices Have Been Issued For The Contractor To Improve His Performance; 16.3. Due To Its Own Fault And After This Contract Time Has Expired, The Contractor Incurs Delay In The Completion Of The Work After This Contract Has Expired; Or 16.4. The Contractor: (a) Abandons The Contract Works, Refuses Or Fails To Comply With A Valid Instruction Of The Procuring Entity Or Fails To Proceed Expeditiously And Without Delay Despite A Written Notice By The Procuring Entity; (b) Does Not Actually Have On The Project Site The Minimum Essential Equipment Listed On The Bid Necessary To Prosecute The Works In Accordance With The Approved Program Of Work And Equipment Deployment Schedule As Required For The Project; (c) Does Not Execute The Works In Accordance With This Contract Or Persistently Or Flagrantly Neglects To Carry Out Its Obligations Under This Contract; (d) Neglects Or Refuses To Remove Materials Or To Perform A New Work That Has Been Rejected As Defective Or Unsuitable; Or (e) Sub-lets Any Part Of This Contract Without Approval By The Procuring Entity. 16.5. All Materials On The Site, Plant, Equipment, And Works Shall Be Deemed To Be The Property Of The Procuring Entity If This Contract Is Rescinded Because Of The Contractor’s Default. 17. Termination For Default Of Procuring Entity The Contractor May Terminate This Contract With The Procuring Entity If The Works Are Completely Stopped For A Continuous Period Of At Least Sixty (60) Calendar Days Through No Fault Of Its Own, Due To Any Of The Following Reasons: (a) Failure Of The Procuring Entity To Deliver, Within A Reasonable Time, Supplies, Materials, Right-of-way, Or Other Items It Is Obligated To Furnish Under The Terms Of This Contract; Or (b) The Prosecution Of The Work Is Disrupted By The Adverse Peace And Order Situation, As Certified By The Armed Forces Of The Philippines Provincial Commander And Approved By The Secretary Of National Defense. 18. Termination For Other Causes 18.1. The Procuring Entity May Terminate This Contract, In Whole Or In Part, At Any Time For Its Convenience. The Head Of The Procuring Entity May Terminate This Contract For The Convenience Of The Procuring Entity If He Has Determined The Existence Of Conditions That Make Project Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event(s) Or Changes In Law And National Government Policies. 18.2. The Procuring Entity Or The Contractor May Terminate This Contract If The Other Party Causes A Fundamental Breach Of This Contract. 18.3. Fundamental Breaches Of Contract Shall Include, But Shall Not Be Limited To, The Following: (a) The Contractor Stops Work For Twenty Eight (28) Days When No Stoppage Of Work Is Shown On The Current Program Of Work And The Stoppage Has Not Been Authorized By The Procuring Entity’s Representative; (b) The Procuring Entity’s Representative Instructs The Contractor To Delay The Progress Of The Works, And The Instruction Is Not Withdrawn Within Twenty Eight (28) Days; (c) The Procuring Entity Shall Terminate This Contract If The Contractor Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. In This Event, Termination Will Be Without Compensation To The Contractor, Provided That Such Termination Will Not Prejudice Or Affect Any Right Of Action Or Remedy Which Has Accrued Or Will Accrue Thereafter To The Procuring Entity And/or The Contractor. In The Case Of The Contractor's Insolvency, Any Contractor's Equipment Which The Procuring Entity Instructs In The Notice Is To Be Used Until The Completion Of The Works; (d) A Payment Certified By The Procuring Entity’s Representative Is Not Paid By The Procuring Entity To The Contractor Within Eighty Four (84) Days From The Date Of The Procuring Entity’s Representative’s Certificate; (e) The Procuring Entity’s Representative Gives Notice That Failure To Correct A Particular Defect Is A Fundamental Breach Of Contract And The Contractor Fails To Correct It Within A Reasonable Period Of Time Determined By The Procuring Entity’s Representative; (f) The Contractor Does Not Maintain A Security, Which Is Required; (g) The Contractor Has Delayed The Completion Of The Works By The Number Of Days For Which The Maximum Amount Of Liquidated Damages Can Be Paid, As Defined In The Gcc Clause 9; And (h) In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To, The Following: (i) Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Defined In Itb Clause 3.1(a), Unless Otherwise Specified In The Scc; (ii) Drawing Up Or Using Forged Documents; (iii) Using Adulterated Materials, Means Or Methods, Or Engaging In Production Contrary To Rules Of Science Or The Trade; And (iv) Any Other Act Analogous To The Foregoing. 18.4. The Funding Source Or The Procuring Entity, As Appropriate, Will Seek To Impose The Maximum Civil, Administrative And/or Criminal Penalties Available Under The Applicable Law On Individuals And Organizations Deemed To Be Involved With Corrupt, Fraudulent, Or Coercive Practices. 18.5. When Persons From Either Party To This Contract Gives Notice Of A Fundamental Breach To The Procuring Entity’s Representative In Order To Terminate The Existing Contract For A Cause Other Than Those Listed Under Gcc Clause 18.3, The Procuring Entity’s Representative Shall Decide Whether The Breach Is Fundamental Or Not. 18.6. If This Contract Is Terminated, The Contractor Shall Stop Work Immediately, Make The Site Safe And Secure, And Leave The Site As Soon As Reasonably Possible. 19. Procedures For Termination Of Contracts 19.1. The Following Provisions Shall Govern The Procedures For The Termination Of This Contract: (a) Upon Receipt Of A Written Report Of Acts Or Causes Which May Constitute Ground(s) For Termination As Aforementioned, Or Upon Its Own Initiative, The Procuring Entity Shall, Within A Period Of Seven (7) Calendar Days, Verify The Existence Of Such Ground(s) And Cause The Execution Of A Verified Report, With All Relevant Evidence Attached; (b) Upon Recommendation By The Procuring Entity, The Head Of The Procuring Entity Shall Terminate This Contract Only By A Written Notice To The Contractor Conveying The Termination Of This Contract. The Notice Shall State: (i) That This Contract Is Being Terminated For Any Of The Ground(s) Afore-mentioned, And A Statement Of The Acts That Constitute The Ground(s) Constituting The Same; (ii) The Extent Of Termination, Whether In Whole Or In Part; (iii) An Instruction To The Contractor To Show Cause As To Why This Contract Should Not Be Terminated; And (iv) Special Instructions Of The Procuring Entity, If Any. The Notice To Terminate Shall Be Accompanied By A Copy Of The Verified Report; (c) Within A Period Of Seven (7) Calendar Days From Receipt Of The Notice Of Termination, The Contractor Shall Submit To The Head Of The Procuring Entity A Verified Position Paper Stating Why The Contract Should Not Be Terminated. If The Contractor Fails To Show Cause After The Lapse Of The Seven (7) Day Period, Either By Inaction Or By Default, The Head Of The Procuring Entity Shall Issue An Order Terminating The Contract; (d) The Procuring Entity May, At Anytime Before Receipt Of The Bidder’s Verified Position Paper Described In Item (c) Above Withdraw The Notice To Terminate If It Is Determined That Certain Items Or Works Subject Of The Notice Had Been Completed, Delivered, Or Performed Before The Contractor’s Receipt Of The Notice; (e) Within A Non-extendible Period Of Ten (10) Calendar Days From Receipt Of The Verified Position Paper, The Head Of The Procuring Entity Shall Decide Whether Or Not To Terminate This Contract. It Shall Serve A Written Notice To The Contractor Of Its Decision And, Unless Otherwise Provided In The Said Notice, This Contract Is Deemed Terminated From Receipt Of The Contractor Of The Notice Of Decision. The Termination Shall Only Be Based On The Ground(s) Stated In The Notice To Terminate; And (f) The Head Of The Procuring Entity May Create A Contract Termination Review Committee (ctrc) To Assist Him In The Discharge Of This Function. All Decisions Recommended By The Ctrc Shall Be Subject To The Approval Of The Head Of The Procuring Entity. 19.2. Pursuant To Section 69(f) Of Ra 9184 And Without Prejudice To The Imposition Of Additional Administrative Sanctions As The Internal Rules Of The Agency May Provide And/or Further Criminal Prosecution As Provided By Applicable Laws, The Procuring Entity Shall Impose On Contractors After The Termination Of The Contract The Penalty Of Suspension For One (1) Year For The First Offense, Suspension For Two (2) Years For The Second Offense From Participating In The Public Bidding Process, For Violations Committed During The Contract Implementation Stage, Which Include But Not Limited To The Following: (a) Failure Of The Contractor, Due Solely To His Fault Or Negligence, To Mobilize And Start Work Or Performance Within The Specified Period In The Notice To Proceed (“ntp”); (b) Failure By The Contractor To Fully And Faithfully Comply With Its Contractual Obligations Without Valid Cause, Or Failure By The Contractor To Comply With Any Written Lawful Instruction Of The Procuring Entity Or Its Representative(s) Pursuant To The Implementation Of The Contract. For The Procurement Of Infrastructure Projects Or Consultancy Contracts, Lawful Instructions Include But Are Not Limited To The Following: (i) Employment Of Competent Technical Personnel, Competent Engineers And/or Work Supervisors; (ii) Provision Of Warning Signs And Barricades In Accordance With Approved Plans And Specifications And Contract Provisions; (iii) Stockpiling In Proper Places Of All Materials And Removal From The Project Site Of Waste And Excess Materials, Including Broken Pavement And Excavated Debris In Accordance With Approved Plans And Specifications And Contract Provisions; (iv) Deployment Of Committed Equipment, Facilities, Support Staff And Manpower; And (v) Renewal Of The Effectivity Dates Of The Performance Security After Its Expiration During The Course Of Contract Implementation. (c) Assignment And Subcontracting Of The Contract Or Any Part Thereof Or Substitution Of Key Personnel Named In The Proposal Without Prior Written Approval By The Procuring Entity. (d) Poor Performance By The Contractor Or Unsatisfactory Quality And/or Progress Of Work Arising From His Fault Or Negligence As Reflected In The Constructor's Performance Evaluation System (“cpes”) Rating Sheet. In The Absence Of The Cpes Rating Sheet, The Existing Performance Monitoring System Of The Procuring Entity Shall Be Applied. Any Of The Following Acts By The Contractor Shall Be Construed As Poor Performance: (i) Negative Slippage Of 15% And Above Within The Critical Path Of The Project Due Entirely To The Fault Or Negligence Of The Contractor; And (ii) Quality Of Materials And Workmanship Not Complying With The Approved Specifications Arising From The Contractor's Fault Or Negligence. (e) Willful Or Deliberate Abandonment Or Non-performance Of The Project Or Contract By The Contractor Resulting To Substantial Breach Thereof Without Lawful And/or Just Cause. In Addition To The Penalty Of Suspension, The Performance Security Posted By The Contractor Shall Also Be Forfeited. 20. Force Majeure, Release From Performance 20.1. For Purposes Of This Contract The Terms “force Majeure” And “fortuitous Event” May Be Used Interchangeably. In This Regard, A Fortuitous Event Or Force Majeure Shall Be Interpreted To Mean An Event Which The Contractor Could Not Have Foreseen, Or Which Though Foreseen, Was Inevitable. It Shall Not Include Ordinary Unfavorable Weather Conditions; And Any Other Cause The Effects Of Which Could Have Been Avoided With The Exercise Of Reasonable Diligence By The Contractor. 20.2. If This Contract Is Discontinued By An Outbreak Of War Or By Any Other Event Entirely Outside The Control Of Either The Procuring Entity Or The Contractor, The Procuring Entity’s Representative Shall Certify That This Contract Has Been Discontinued. The Contractor Shall Make The Site Safe And Stop Work As Quickly As Possible After Receiving This Certificate And Shall Be Paid For All Works Carried Out Before Receiving It And For Any Work Carried Out Afterwards To Which A Commitment Was Made. 20.3. If The Event Continues For A Period Of Eighty Four (84) Days, Either Party May Then Give Notice Of Termination, Which Shall Take Effect Twenty Eight (28) Days After The Giving Of The Notice. 20.4. After Termination, The Contractor Shall Be Entitled To Payment Of The Unpaid Balance Of The Value Of The Works Executed And Of The Materials And Plant Reasonably Delivered To The Site, Adjusted By The Following: (a) Any Sum To Which The Contractor Is Entitled Under Gcc Clause 28; (b) The Cost Of His Suspension And Demobilization; (c) Any Sum To Which The Procuring Entity Is Entitled. 20.5. The Net Balance Due Shall Be Paid Or Repaid Within A Reasonable Time Period From The Time Of The Notice Of Termination. 21. Resolution Of Disputes 21.1. If Any Dispute Or Difference Of Any Kind Whatsoever Shall Arise Between The Parties In Connection With The Implementation Of The Contract Covered By The Act And This Irr, The Parties Shall Make Every Effort To Resolve Amicably Such Dispute Or Difference By Mutual Consultation. 21.2. If The Contractor Believes That A Decision Taken By The Procuring Entity’s Representative Was Either Outside The Authority Given To The Procuring Entity’s Representative By This Contract Or That The Decision Was Wrongly Taken, The Decision Shall Be Referred To The Arbiter Indicated In The Scc Within Fourteen (14) Days Of The Notification Of The Procuring Entity’s Representative’s Decision. 21.3. Any And All Disputes Arising From The Implementation Of This Contract Covered By The R.a. 9184 And Its Irr Shall Be Submitted To Arbitration In The Philippines According To The Provisions Of Republic Act No. 876, Otherwise Known As The “ Arbitration Law” And Republic Act 9285, Otherwise Known As The “alternative Dispute Resolution Act Of 2004”: Provided, However, That, Disputes That Are Within The Competence Of The Construction Industry Arbitration Commission To Resolve Shall Be Referred Thereto. The Process Of Arbitration Shall Be Incorporated As A Provision In This Contract That Will Be Executed Pursuant To The Provisions Of The Act And Its Irr: Provided, Further, That, By Mutual Agreement, The Parties May Agree In Writing To Resort To Other Alternative Modes Of Dispute Resolution. 22. Suspension Of Loan, Credit, Grant, Or Appropriation In The Event That The Funding Source Suspends The Loan, Credit, Grant, Or Appropriation To The Procuring Entity, From Which Part Of The Payments To The Contractor Are Being Made: (a) The Procuring Entity Is Obligated To Notify The Contractor Of Such Suspension Within Seven (7) Days Of Having Received The Suspension Notice. (b) If The Contractor Has Not Received Sums Due It For Work Already Done Within Forty Five (45) Days From The Time The Contractor’s Claim For Payment Has Been Certified By The Procuring Entity’s Representative, The Contractor May Immediately Issue A Suspension Of Work Notice In Accordance With Gcc Clause 45.2. 23. Procuring Entity’s Representative’s Decisions 23.1. Except Where Otherwise Specifically Stated, The Procuring Entity’s Representative Will Decide Contractual Matters Between The Procuring Entity And The Contractor In The Role Representing The Procuring Entity. 23.2. The Procuring Entity’s Representative May Delegate Any Of His Duties And Responsibilities To Other People, Except To The Arbiter, After Notifying The Contractor, And May Cancel Any Delegation After Notifying The Contractor. 24. Approval Of Drawings And Temporary Works By The Procuring Entity’s Representative 24.1. All Drawings Prepared By The Contractor For The Execution Of The Temporary Works, Are Subject To Prior Approval By The Procuring Entity’s Representative Before Its Use. 24.2. The Contractor Shall Be Responsible For Design Of Temporary Works. 24.3. The Procuring Entity’s Representative’s Approval Shall Not Alter The Contractor’s Responsibility For Design Of The Temporary Works. 24.4. The Contractor Shall Obtain Approval Of Third Parties To The Design Of The Temporary Works, When Required By The Procuring Entity. 25. Acceleration And Delays Ordered By The Procuring Entity’s Representative 25.1. When The Procuring Entity Wants The Contractor To Finish Before The Intended Completion Date, The Procuring Entity’s Representative Will Obtain Priced Proposals For Achieving The Necessary Acceleration From The Contractor. If The Procuring Entity Accepts These Proposals, The Intended Completion Date Will Be Adjusted Accordingly And Confirmed By Both The Procuring Entity And The Contractor. 25.2. If The Contractor’s Financial Proposals For An Acceleration Are Accepted By The Procuring Entity, They Are Incorporated In The Contract Price And Treated As A Variation. 26. Extension Of The Intended Completion Date 26.1. The Procuring Entity’s Representative Shall Extend The Intended Completion Date If A Variation Is Issued Which Makes It Impossible For The Intended Completion Date To Be Achieved By The Contractor Without Taking Steps To Accelerate The Remaining Work, Which Would Cause The Contractor To Incur Additional Costs. No Payment Shall Be Made For Any Event Which May Warrant The Extension Of The Intended Completion Date. 26.2. The Procuring Entity’s Representative Shall Decide Whether And By How Much To Extend The Intended Completion Date Within Twenty One (21) Days Of The Contractor Asking The Procuring Entity’s Representative For A Decision Thereto After Fully Submitting All Supporting Information. If The Contractor Has Failed To Give Early Warning Of A Delay Or Has Failed To Cooperate In Dealing With A Delay, The Delay By This Failure Shall Not Be Considered In Assessing The New Intended Completion Date. 27. Right To Vary 27.1. The Procuring Entity’s Representative With The Prior Approval Of The Procuring Entity May Instruct Variations, Up To A Maximum Cumulative Amount Of Ten Percent (10%) Of The Original Contract Cost. 27.2. Variations Shall Be Valued As Follows: (a) At A Lump Sum Price Agreed Between The Parties; (b) Where Appropriate, At Rates In This Contract; (c) In The Absence Of Appropriate Rates, The Rates In This Contract Shall Be Used As The Basis For Valuation; Or Failing Which (d) At Appropriate New Rates, Equal To Or Lower Than Current Industry Rates And To Be Agreed Upon By Both Parties And Approved By The Head Of The Procuring Entity. 28. Contractor's Right To Claim If The Contractor Incurs Cost As A Result Of Any Of The Events Under Gcc Clause 13, The Contractor Shall Be Entitled To The Amount Of Such Cost. If As A Result Of Any Of The Said Events, It Is Necessary To Change The Works, This Shall Be Dealt With As A Variation. 29. Dayworks 29.1. Subject To Gcc Clause 43 On Variation Order, And If Applicable As Indicated In The Scc, The Day Works Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 29.2. All Work To Be Paid For As Day Works Shall Be Recorded By The Contractor On Forms Approved By The Procuring Entity’s Representative. Each Completed Form Shall Be Verified And Signed By The Procuring Entity’s Representative Within Two Days Of The Work Being Done. 29.3. The Contractor Shall Be Paid For Day Works Subject To Obtaining Signed Dayworks Forms. 30. Early Warning 30.1. The Contractor Shall Warn The Procuring Entity’s Representative At The Earliest Opportunity Of Specific Likely Future Events Or Circumstances That May Adversely Affect The Quality Of The Work, Increase The Contract Price, Or Delay The Execution Of The Works. The Procuring Entity’s Representative May Require The Contractor To Provide An Estimate Of The Expected Effect Of The Future Event Or Circumstance On The Contract Price And Completion Date. The Estimate Shall Be Provided By The Contractor As Soon As Reasonably Possible. 30.2. The Contractor Shall Cooperate With The Procuring Entity’s Representative In Making And Considering Proposals For How The Effect Of Such An Event Or Circumstance Can Be Avoided Or Reduced By Anyone Involved In The Work And In Carrying Out Any Resulting Instruction Of The Procuring Entity’s Representative. 31. Program Of Work 31.1. Within The Time Stated In The Scc, The Contractor Shall Submit To The Procuring Entity’s Representative For Approval A Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. 31.2. An Update Of The Program Of Work Shall The Show The Actual Progress Achieved On Each Activity And The Effect Of The Progress Achieved On The Timing Of The Remaining Work, Including Any Changes To The Sequence Of The Activities. 31.3. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 31.4. The Procuring Entity’s Representative’s Approval Of The Program Of Work Shall Not Alter The Contractor’s Obligations. The Contractor May Revise The Program Of Work And Submit It To The Procuring Entity’s Representative Again At Any Time. A Revised Program Of Work Shall Show The Effect Of Any Approved Variations. 31.5. When The Program Of Work Is Updated, The Contractor Shall Provide The Procuring Entity’s Representative With An Updated Cash Flow Forecast. The Cash Flow Forecast Shall Include Different Currencies, As Defined In The Contract, Converted As Necessary Using The Contract Exchange Rates. 31.6. All Variations Shall Be Included In Updated Program Of Work Produced By The Contractor. 32. Management Conferences 32.1. Either The Procuring Entity’s Representative Or The Contractor May Require The Other To Attend A Management Conference. The Management Conference Shall Review The Plans For Remaining Work And Deal With Matters Raised In Accordance With The Early Warning Procedure. 32.2. The Procuring Entity’s Representative Shall Record The Business Of Management Conferences And Provide Copies Of The Record To Those Attending The Conference And To The Procuring Entity . The Responsibility Of The Parties For Actions To Be Taken Shall Be Decided By The Procuring Entity’s Representative Either At The Management Conference Or After The Management Conference And Stated In Writing To All Who Attended The Conference. 33. Bill Of Quantities 33.1. The Bill Of Quantities Shall Contain Items Of Work For The Construction, Installation, Testing, And Commissioning Of Work To Be Done By The Contractor. 33.2. The Bill Of Quantities Is Used To Calculate The Contract Price. The Contractor Is Paid For The Quantity Of The Work Done At The Rate In The Bill Of Quantities For Each Item. 33.3. If The Final Quantity Of Any Work Done Differs From The Quantity In The Bill Of Quantities For The Particular Item And Is Not More Than Twenty Five Percent (25%) Of The Original Quantity, Provided The Aggregate Changes For All Items Do Not Exceed Ten Percent (10%) Of The Contract Price, The Procuring Entity’s Representative Shall Make The Necessary Adjustments To Allow For The Changes Subject To Applicable Laws, Rules, And Regulations. 33.4. If Requested By The Procuring Entity’s Representative, The Contractor Shall Provide The Procuring Entity’s Representative With A Detailed Cost Breakdown Of Any Rate In The Bill Of Quantities. 34. Instructions, Inspections And Audits 34.1. The Procuring Entity’s Personnel Shall At All Reasonable Times During Construction Of The Work Be Entitled To Examine, Inspect, Measure And Test The Materials And Workmanship, And To Check The Progress Of The Construction. 34.2. If The Procuring Entity’s Representative Instructs The Contractor To Carry Out A Test Not Specified In The Specification To Check Whether Any Work Has A Defect And The Test Shows That It Does, The Contractor Shall Pay For The Test And Any Samples. If There Is No Defect, The Test Shall Be A Compensation Event. 34.3. The Contractor Shall Permit The Funding Source Named In The Scc To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Appointed By The Funding Source, If So Required By The Funding Source. 35. Identifying Defects The Procuring Entity’s Representative Shall Check The Contractor’s Work And Notify The Contractor Of Any Defects That Are Found. Such Checking Shall Not Affect The Contractor’s Responsibilities. The Procuring Entity’s Representative May Instruct The Contractor To Search Uncover Defects And Test Any Work That The Procuring Entity’s Representative Considers Below Standards And Defective. 36. Cost Of Repairs Loss Or Damage To The Works Or Materials To Be Incorporated In The Works Between The Start Date And The End Of The Defects Liability Periods Shall Be Remedied By The Contractor At The Contractor’s Cost If The Loss Or Damage Arises From The Contractor’s Acts Or Omissions. 37. Correction Of Defects 37.1. The Procuring Entity’s Representative Shall Give Notice To The Contractor Of Any Defects Before The End Of The Defects Liability Period, Which Isone (1) Year From Project Completion Up To Final Acceptance By The Procuring Entity’s. 37.2. Every Time Notice Of A Defect Is Given, The Contractor Shall Correct The Notified Defect Within The Length Of Time Specified In The Procuring Entity’s Representative’s Notice. 37.3. The Contractor Shall Correct The Defects Which He Notices Himself Before The End Of The Defects Liability Period. 37.4. The Procuring Entity Shall Certify That All Defects Have Been Corrected. If The Procuring Entity Considers That Correction Of A Defect Is Not Essential, He Can Request The Contractor To Submit A Quotation For The Corresponding Reduction In The Contract Price. If The Procuring Entity Accepts The Quotation, The Corresponding Change In The Scc Is A Variation. 38. Uncorrected Defects 38.1. The Procuring Entity Shall Give The Contractor At Least Fourteen (14) Days Notice Of His Intention To Use A Third Party To Correct A Defect. If The Contractor Does Not Correct The Defect Himself Within The Period, The Procuring Entity May Have The Defect Corrected By The Third Party. The Cost Of The Correction Will Be Deducted From The Contract Price. 38.2. The Use Of A Third Party To Correct Defects That Are Uncorrected By The Contractor Will In No Way Relieve The Contractor Of Its Liabilities And Warranties Under The Contract. 39. Advance Payment 39.1. The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum Or, At The Most Two, Installments According To A Schedule Specified In The Scc. 39.2. The Advance Payment Shall Be Made Only Upon The Submission To And Acceptance By The Procuring Entity Of An Irrevocable Standby Letter Of Credit Of Equivalent Value From A Commercial Bank, A Bank Guarantee Or A Surety Bond Callable Upon Demand, Issued By A Surety Or Insurance Company Duly Licensed By The Insurance Commission And Confirmed By The Procuring Entity. 39.3. The Advance Payment Shall Be Repaid By The Contractor By An Amount Equal To The Percentage Of The Total Contract Price Used For The Advance Payment. 39.4. The Contractor May Reduce His Standby Letter Of Credit Or Guarantee Instrument By The Amounts Refunded By The Monthly Certificates In The Advance Payment. 39.5. The Procuring Entity Will Provide An Advance Payment On The Contract Price As Stipulated In The Conditions Of Contract, Subject To The Maximum Amount Stated In Scc Clause 39.1. 40. Progress Payments 40.1. The Contractor May Submit A Request For Payment For Work Accomplished. Such Request For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 40.2. The Procuring Entity Shall Deduct The Following From The Certified Gross Amounts To Be Paid To The Contractor As Progress Payment: (a) Cumulative Value Of The Work Previously Certified And Paid For. (b) Portion Of The Advance Payment To Be Recouped For The Month. (c) Retention Money In Accordance With The Condition Of Contract. (d) Amount To Cover Third Party Liabilities. (e) Amount To Cover Uncorrected Discovered Defects In The Works. 40.3. Payments Shall Be Adjusted By Deducting There From The Amounts For Advance Payments And Retention. The Procuring Entity Shall Pay The Contractor The Amounts Certified By The Procuring Entity’s Representative Within Twenty Eight (28) Days From The Date Each Certificate Was Issued. No Payment Of Interest For Delayed Payments And Adjustments Shall Be Made By The Procuring Entity. 40.4. The First Progress Payment May Be Paid By The Procuring Entity To The Contractor Provided That At Least Twenty Percent (20%) Of The Work Has Been Accomplished As Certified By The Procuring Entity’s Representative. 40.5. Items Of The Works For Which A Price Of “0” (zero) Has Been Entered Will Not Be Paid For By The Procuring Entity And Shall Be Deemed Covered By Other Rates And Prices In The Contract. 41. Payment Certificates 41.1. The Contractor Shall Submit To The Procuring Entity’s Representative Monthly Statements Of The Estimated Value Of The Work Executed Less The Cumulative Amount Certified Previously. 41.2. The Procuring Entity’s Representative Shall Check The Contractor’s Monthly Statement And Certify The Amount To Be Paid To The Contractor. 41.3. The Value Of Work Executed Shall: (a) Be Determined By The Procuring Entity’s Representative; (b) Comprise The Value Of The Quantities Of The Items In The Bill Of Quantities Completed; And (c) Include The Valuations Of Approved Variations. 41.4. The Procuring Entity’s Representative May Exclude Any Item Certified In A Previous Certificate Or Reduce The Proportion Of Any Item Previously Certified In Any Certificate In The Light Of Later Information. 42. Retention 42.1. The Procuring Entity Shall Retain From Each Payment Due To The Contractor An Amount Equal To A Percentage Thereof Using The Rate As Specified In Itb Sub-clause 42.2. 42.2. Progress Payments Are Subject To Retention Of Ten Percent (10%), Referred To As The “retention Money.” Such Retention Shall Be Based On The Total Amount Due To The Contractor Prior To Any Deduction And Shall Be Retained From Every Progress Payment Until Fifty Percent (50%) Of The Value Of Works, As Determined By The Procuring Entity, Are Completed. If, After Fifty Percent (50%) Completion, The Work Is Satisfactorily Done And On Schedule, No Additional Retention Shall Be Made; Otherwise, The Ten Percent (10%) Retention Shall Again Be Imposed Using The Rate Specified Therefore. 42.3. The Total “retention Money” Shall Be Due For Release Upon Final Acceptance Of The Works. The Contractor May, However, Request The Substitution Of The Retention Money For Each Progress Billing With Irrevocable Standby Letters Of Credit From A Commercial Bank, Bank Guarantees Or Surety Bonds Callable On Demand, Of Amounts Equivalent To The Retention Money Substituted For And Acceptable To The Procuring Entity, Provided That The Project Is On Schedule And Is Satisfactorily Undertaken. Otherwise, The Ten (10%) Percent Retention Shall Be Made. Said Irrevocable Standby Letters Of Credit, Bank Guarantees And/or Surety Bonds, To Be Posted In Favor Of The Government Shall Be Valid For A Duration To Be Determined By The Concerned Implementing Office/agency Or Procuring Entity And Will Answer For The Purpose For Which The Ten (10%) Percent Retention Is Intended, I.e., To Cover Uncorrected Discovered Defects And Third Party Liabilities. 42.4. On Completion Of The Whole Works, The Contractor May Substitute Retention Money With An “on Demand” Bank Guarantee In A Form Acceptable To The Procuring Entity. 43. Variation Orders 43.1. Variation Orders May Be Issued By The Procuring Entity To Cover Any Increase/decrease In Quantities, Including The Introduction Of New Work Items That Are Not Included In The Original Contract Or Reclassification Of Work Items That Are Either Due To Change Of Plans, Design Or Alignment To Suit Actual Field Conditions Resulting In Disparity Between The Preconstruction Plans Used For Purposes Of Bidding And The “as Staked Plans” Or Construction Drawings Prepared After A Joint Survey By The Contractor And The Procuring Entity After Award Of The Contract, Provided That The Cumulative Amount Of The Variation Order Does Not Exceed Ten Percent (10%) Of The Original Project Cost. The Addition/deletion Of Works Should Be Within The General Scope Of The Project As Bid And Awarded. The Scope Of Works Shall Not Be Reduced So As To Accommodate A Positive Variation Order. A Variation Order May Either Be In The Form Of A Change Order Or Extra Work Order. 43.2. A Change Order May Be Issued By The Procuring Entity To Cover Any Increase/decrease In Quantities Of Original Work Items In The Contract. 43.3. An Extra Work Order May Be Issued By The Procuring Entity To Cover The Introduction Of New Work Necessary For The Completion, Improvement Or Protection Of The Project Which Were Not Included As Items Of Work In The Original Contract, Such As, Where There Are Subsurface Or Latent Physical Conditions At The Site Differing Materially From Those Indicated In The Contract, Or Where There Are Duly Unknown Physical Conditions At The Site Of An Unusual Nature Differing Materially From Those Ordinarily Encountered And Generally Recognized As Inherent In The Work Or Character Provided For In The Contract. 43.4. Any Cumulative Variation Order Beyond Ten Percent (10%) Shall Be Subject Of Another Contract To Be Bid Out If The Works Are Separable From The Original Contract. In Exceptional Cases Where It Is Urgently Necessary To Complete The Original Scope Of Work, The Head Of The Procuring Entity May Authorize A Positive Variation Order Go Beyond Ten Percent (10%) But Not More Than Twenty Percent (20%) Of The Original Contract Price, Subject To The Guidelines To Be Determined By The Gppb: Provided, However, That Appropriate Sanctions Shall Be Imposed On The Designer, Consultant Or Official Responsible For The Original Detailed Engineering Design Which Failed To Consider The Variation Order Beyond Ten Percent (10%). 43.5. In Claiming For Any Variation Order, The Contractor Shall, Within Seven (7) Calendar Days After Such Work Has Been Commenced Or After The Circumstances Leading To Such Condition(s) Leading To The Extra Cost, And Within Twenty-eight (28) Calendar Days Deliver A Written Communication Giving Full And Detailed Particulars Of Any Extra Cost In Order That It May Be Investigated At That Time. Failure To Provide Either Of Such Notices In The Time Stipulated Shall Constitute A Waiver By The Contractor For Any Claim. The Preparation And Submission Of Variation Orders Are As Follows: (a) If The Procuring Entity’s Representative/project Engineer Believes That A Change Order Or Extra Work Order Should Be Issued, He Shall Prepare The Proposed Order Accompanied With The Notices Submitted By The Contractor, The Plans Therefore, His Computations As To The Quantities Of The Additional Works Involved Per Item Indicating The Specific Stations Where Such Works Are Needed, The Date Of His Inspections And Investigations Thereon, And The Log Book Thereof, And A Detailed Estimate Of The Unit Cost Of Such Items Of Work, Together With His Justifications For The Need Of Such Change Order Or Extra Work Order, And Shall Submit The Same To The Head Of The Procuring Entity For Approval. (b) The Head Of The Procuring Entity Or His Duly Authorized Representative, Upon Receipt Of The Proposed Change Order Or Extra Work Order Shall Immediately Instruct The Technical Staff Of The Procuring Entity’s To Conduct An On-the-spot Investigation To Verify The Need For The Work To Be Prosecuted. A Report Of Such Verification Shall Be Submitted Directly To The Head Of The Procuring Entity Or His Duly Authorized Representative. (c) The, Head Of The Procuring Entity Or His Duly Authorized Representative, After Being Satisfied That Such Change Order Or Extra Work Order Is Justified And Necessary, Shall Review The Estimated Quantities And Prices And Forward The Proposal With The Supporting Documentation To The Head Of Procuring Entity For Consideration. (d) If, After Review Of The Plans, Quantities And Estimated Unit Cost Of The Items Of Work Involved, The Proper Office Of The Procuring Entity Empowered To Review And Evaluate Change Orders Or Extra Work Orders Recommends Approval Thereof, Head Of The Procuring Entity Or His Duly Authorized Representative, Believing The Change Order Or Extra Work Order To Be In Order, Shall Approve The Same. (e) The Timeframe For The Processing Of Variation Orders From The Preparation Up To The Approval By The Head Of The Procuring Entity Concerned Shall Not Exceed Thirty (30) Calendar Days. 44. Contract Completion Once The Project Reaches An Accomplishment Of Ninety Five (95%) Of The Total Contract Amount, The Procuring Entity May Create An Inspectorate Team To Make Preliminary Inspection And Submit A Punch-list To The Contractor In Preparation For The Final Turnover Of The Project. Said Punch-list Will Contain, Among Others, The Remaining Works, Work Deficiencies For Necessary Corrections, And The Specific Duration/time To Fully Complete The Project Considering The Approved Remaining Contract Time. This, However, Shall Not Preclude The Claim Of The Procuring Entity For Liquidated Damages. 45. Suspension Of Work 45.1. The Procuring Entity Shall Have The Authority To Suspend The Work Wholly Or Partly By Written Order For Such Period As May Be Deemed Necessary, Due To Force Majeure Or Any Fortuitous Events Or For Failure On The Part Of The Contractor To Correct Bad Conditions Which Are Unsafe For Workers Or For The General Public, To Carry Out Valid Orders Given By The Procuring Entity Or To Perform Any Provisions Of The Contract, Or Due To Adjustment Of Plans To Suit Field Conditions As Found Necessary During Construction. The Contractor Shall Immediately Comply With Such Order To Suspend The Work Wholly Or Partly. 45.2. The Contractor Or Its Duly Authorized Representative Shall Have The Right To Suspend Work Operation On Any Or All Projects/activities Along The Critical Path Of Activities After Fifteen (15) Calendar Days From Date Of Receipt Of Written Notice From The Contractor To The District Engineer/regional Director/consultant Or Equivalent Official, As The Case May Be, Due To The Following: (a) There Exist Right-of-way Problems Which Prohibit The Contractor From Performing Work In Accordance With The Approved Construction Schedule. (b) Requisite Construction Plans Which Must Be Owner-furnished Are Not Issued To The Contractor Precluding Any Work Called For By Such Plans. (c) Peace And Order Conditions Make It Extremely Dangerous, If Not Possible, To Work. However, This Condition Must Be Certified In Writing By The Philippine National Police (pnp) Station Which Has Responsibility Over The Affected Area And Confirmed By The Department Of Interior And Local Government (dilg) Regional Director. (d) There Is Failure On The Part Of The Procuring Entity To Deliver Government-furnished Materials And Equipment As Stipulated In The Contract. (e) Delay In The Payment Of Contractor’s Claim For Progress Billing Beyond Forty-five (45) Calendar Days From The Time The Contractor’s Claim Has Been Certified To By The Procuring Entity’s Authorized Representative That The Documents Are Complete Unless There Are Justifiable Reasons Thereof Which Shall Be Communicated In Writing To The Contractor. 45.3. In Case Of Total Suspension, Or Suspension Of Activities Along The Critical Path, Which Is Not Due To Any Fault Of The Contractor, The Elapsed Time Between The Effective Order Of Suspending Operation And The Order To Resume Work Shall Be Allowed The Contractor By Adjusting The Contract Time Accordingly. 46. Payment On Termination 46.1. If The Contract Is Terminated Because Of A Fundamental Breach Of Contract By The Contractor, The Procuring Entity’s Representative Shall Issue A Certificate For The Value Of The Work Done And Materials Ordered Less Advance Payments Received Up To The Date Of The Issue Of The Certificate And Less The Percentage To Apply To The Value Of The Work Not Completed, As Indicated In The Scc. Additional Liquidated Damages Shall Not Apply. If The Total Amount Due To The Procuring Entity Exceeds Any Payment Due To The Contractor, The Difference Shall Be A Debt Payable To The Procuring Entity. 46.2. If The Contract Is Terminated For The Procuring Entity’s Convenience Or Because Of A Fundamental Breach Of Contract By The Procuring Entity, The Procuring Entity’s Representative Shall Issue A Certificate For The Value Of The Work Done, Materials Ordered, The Reasonable Cost Of Removal Of Equipment, Repatriation Of The Contractor’s Personnel Employed Solely On The Works, And The Contractor’s Costs Of Protecting And Securing The Works, And Less Advance Payments Received Up To The Date Of The Certificate. 46.3. The Net Balance Due Shall Be Paid Or Repaid Within Twenty Eight (28) Days From The Notice Of Termination. 46.4. If The Contractor Has Terminated The Contract Under Gcc Clauses 17 Or 18, The Procuring Entity Shall Promptly Return The Performance Security To The Contractor. 47. Extension Of Contract Time 47.1. Should The Amount Of Additional Work Of Any Kind Or Other Special Circumstances Of Any Kind Whatsoever Occur Such As To Fairly Entitle The Contractor To An Extension Of Contract Time, The Procuring Entity Shall Determine The Amount Of Such Extension; Provided That The Procuring Entity Is Not Bound To Take Into Account Any Claim For An Extension Of Time Unless The Contractor Has, Prior To The Expiration Of The Contract Time And Within Thirty (30) Calendar Days After Such Work Has Been Commenced Or After The Circumstances Leading To Such Claim Have Arisen, Delivered To The Procuring Entity Notices In Order That It Could Have Investigated Them At That Time. Failure To Provide Such Notice Shall Constitute A Waiver By The Contractor Of Any Claim. Upon Receipt Of Full And Detailed Particulars, The Procuring Entity Shall Examine The Facts And Extent Of The Delay And Shall Extend The Contract Time Completing The Contract Work When, In The Procuring Entity’s Opinion, The Findings Of Facts Justify An Extension. 47.2. No Extension Of Contract Time Shall Be Granted The Contractor Due To (a) Ordinary Unfavorable Weather Conditions And (b) Inexcusable Failure Or Negligence Of Contractor To Provide The Required Equipment, Supplies Or Materials. 47.3. Extension Of Contract Time May Be Granted Only When The Affected Activities Fall Within The Critical Path Of The Pert/cpm Network. 47.4. No Extension Of Contract Time Shall Be Granted When The Reason Given To Support The Request For Extension Was Already Considered In The Determination Of The Original Contract Time During The Conduct Of Detailed Engineering And In The Preparation Of The Contract Documents As Agreed Upon By The Parties Before Contract Perfection. 47.5. Extension Of Contract Time Shall Be Granted For Rainy/unworkable Days Considered Unfavorable For The Prosecution Of The Works At The Site, Based On The Actual Conditions Obtained At The Site, In Excess Of The Number Of Rainy/unworkable Days Pre-determined By The Procuring Entity In Relation To The Original Contract Time During The Conduct Of Detailed Engineering And In The Preparation Of The Contract Documents As Agreed Upon By The Parties Before Contract Perfection, And/or For Equivalent Period Of Delay Due To Major Calamities Such As Exceptionally Destructive Typhoons, Floods And Earthquakes, And Epidemics, And For Causes Such As Non-delivery On Time Of Materials, Working Drawings, Or Written Information To Be Furnished By The Procuring Entity, Non-acquisition Of Permit To Enter Private Properties Within The Right-of-way Resulting In Complete Paralyzation Of Construction Activities, And Other Meritorious Causes As Determined By The Procuring Entity’s Representative And Approved By The Head Of The Procuring Entity. Shortage Of Construction Materials, General Labor Strikes, And Peace And Order Problems That Disrupt Construction Operations Through No Fault Of The Contractor May Be Considered As Additional Grounds For Extension Of Contract Time Provided They Are Publicly Felt And Certified By Appropriate Government Agencies Such As Dti, Dole, Dilg, And Dnd, Among Others. The Written Consent Of Bondsmen Must Be Attached To Any Request Of The Contractor For Extension Of Contract Time And Submitted To The Procuring Entity For Consideration And The Validity Of The Performance Security Shall Be Correspondingly Extended. 48. Price Adjustment Except For Extraordinary Circumstances As Determined By Neda And Approved By The Gppb, No Price Adjustment Shall Be Allowed. Nevertheless, In Cases Where The Cost Of The Awarded Contract Is Affected By Any Applicable New Laws, Ordinances, Regulations, Or Other Acts Of The Gop, Promulgated After The Date Of Bid Opening, A Contract Price Adjustment Shall Be Made Or Appropriate Relief Shall Be Applied On A No Loss-no Gain Basis. 49. Completion The Contractor Shall Request The Procuring Entity’s Representative To Issue A Certificate Of Completion Of The Works, And The Procuring Entity’s Representative Will Do So Upon Deciding That The Work Is Completed. 50. Taking Over The Procuring Entity Shall Take Over The Site And The Works Within Seven (7) Days From The Date The Procuring Entity’s Representative Issues A Certificate Of Completion. 51. Operating And Maintenance Manuals 51.1. If “as Built” Drawings And/or Operating And Maintenance Manuals Are Required, The Contractor Shall Supply Them By The Dates Stated In The Scc. 51.2. If The Contractor Does Not Supply The Drawings And/or Manuals By The Dates Stated In The Scc, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative Shall Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Gcc Clause 1.16 The Intended Completion Date Is 120 Cd From Ntp. 1.21 The Procuring Entity Is Lgu- Mapanas, Northern Samar. 1.22 The Procuring Entity’s Representative Is Atty. Ronn Michael L. Tejano Municipal Mayor Municipality Of Mapanas Province Of Northern Samar 1.23 The Site Is Located At Mapanas, Northern Samar. 1.27 The Start Date Is: Upon Receipt Of Notice To Proceed. 1.30 The Works Consist Of: Item No. Scope Of Work Quantity Unit Construction Of Naparasan Multi-purpose Gym Phase 1, Brgy. Naparasan, Mapanas, Northern Samar B.3 Permits And Clearances 1.00 Lot B.5 Projects Billboard/sign Board 1.00 Lot B.7 Construction Safety And Health 1.00 Lot B.9 Mobilization And Demobilization 1.00 Lot 103(1)a Structure Excavation (common Soil) 148.60 Cu.m. 804(4) Gravel Bedding 71.03 Cu.m 804 Embankment 380.24 Cu.m. 900(1)c1 Structural Concrete (class A), 28 Days 97.74 Cu.m. 902(1)a Reinforcing Steel, Deformed Grade 40 7,063.63 Kg. 903 Formworks And Falseworks 377.27 Sq.m. 1046 Masonry Works 36.40 Sq.m. 2.2 Note: The Items To Follow 5.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon The Issuance Of Notice To Proceed. 6.5 The Contractor Shall Employ The Following Key Personnel: Key Personnel Number Civil Engineer 1 Construction Foreman 1 Labor Workers 3 7.4(c) “no Further Instructions”. 7.7 No Further Instructions. 8.1 No Further Instructions. 10 The Site Investigation Reports Are: None 12.3 No Further Instructions. 12.5 In Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures: Five (5) Years. 13 “no Additional Provision.” 18.3(h)(i) No Further Instructions. 21.2 The Arbiter Is: Construction Industry Arbitration Commission 29.1 No Day Works Are Applicable To The Contract. 31.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within 15days Of Delivery Of The Letter Of Acceptance. 31.3 The Period Between Program Of Work Updates Is 15days. The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is P 1,000.00. 34.3 The Funding Source Is Coming From Nia 39.1 The Amount Of The Advance Payment Is 15% Of The Contract Price (lump Sum) And Shall Be Release Once Upon Presentation Of The Following Documents As Required: 1. Letter Request For Advance Payment From The Contractor 2. Bank Guarantee For Advance Payment 40.1 Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Be Included For Payment. 51.1 The Date By Which Operating And Maintenance Manuals Are Required Is Not Applicable. The Date By Which “as Built” Drawings Are Required Is 20 Days Upon Completion Of The Subproject. 51.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is P1,000.00. Section Vi. Specifications Project Name: Construction Of Naparasan Multi-purpose Gym Phase 1 Location : Brgy. Naparasan, Mapanas, Northern Samar Item No. Description Qty. Unit. B.3 Permits And Clearances 1.00 Lot A. Material A. Filing And Processing Of Permits (building Permit; Occupancy Permit, Utility Power Company Approval; Denr Permit And All Other Required Environment Permit, If Applicable) And Other Required Fees. 1.00 Ls B. Notary 1.00 Ls C. Signing Of Electrical Plans & Permit By Professional Electrical Engineer 1.00 Ls D. Fire Safety Clearance 1.00 Ls B. Freight And Handling C. Name And Capacity Of Equipment D. Labor Derivation (subsidiary Work Description) E. Labor Requirement Foreman Skilled Unskilled B.5 Project Billboard/signboard 1.00 Lot A. Material A. Tarpaulin (4’x8’) 1.00 Pc B. Plywood Marine (1/4”x1.2m X 2.44m) 2.00 Pc C. Coco Lumber, 2” X 3” X 12’ 42.00 Bd.ft. D. Common Nails Assorted 1.00 Kg B. Freight And Handling C. Name And Capacity Of Equipment D. Labor Derivation (subsidiary Work Description (1 Gang =1- Foreman, 1-carpenter, 1-laborer 1.00 E. Labor Requirement Foreman 1 1.00 Skilled Carpenter 1 1.00 Unskilled 1 1.00 B.7 Construction Safety And Health 1.00 Lot Material A. Safety Helmet 3.00 Pc B. Safety Shoes 3.00 Pc C. Safety Vest 3.00 Pc D. Working Gloves 3.00 Pc E. Face Mask (surgical/cloth) 5.00 Box F. Eye Googles 3.00 Pc G. Sanitizing Solution 3.00 Lit H. Ethyl Alcohol 3.00 Lit I. Disinfectant Spray 3.00 Can J. Liquid Hand Soap 3.00 Lit Environmental Mitigating Cost A. Plywood Ordinary (1/4”x1.2m X 2.44m) 1.00 Pc B. Coco Lumber, 2” X 2” X 12’ 64.00 Pcs C. Qde White Enamel 2.00 L D. Qde Red 1.00 Pint E. Qde Green 1.00 Pint F. Qde Blue 1.00 Pint G. Paint Brush, 2” 2.00 Pc H. Lettering Brush 1.00 Pc I. Cwn 2” 1.00 Kg J. Cwn ½” 1.00 Kg K. Trapal, 12 X 12 1.00 Unit Freight And Handling Name And Capacity Of Equipment Labor Derivation (subsidiary Work Description Labor Requirement Safety Officer 1.00 Health Personnel (full Time First Aider) 1.00 Sanitation Aide 1.00 B.9 Mobilization And Demobilization 1.00 Lot A. Material B. Freight And Handling C. Name And Capacity Of Equipment Cargo/service Truck (2-5 Mt) 1.00 D. Labor Derivation (subsidiary Work Description E. Labor Requirement 103(1)a Structure Excavation (common Soil) 148.60 Cu.m. A. Material B. Freight And Handling C. Name And Capacity Of Equipment D. Labor Derivation (subsidiary Work Description (1 Gang = 1- Foreman, 1-laborer) 1.5 Cu.m./man-day 148.60 E. Labor Requirement Foreman 1 1.00 Unskilled 1 7.00 804(4) Gravel Bedding 71.03 Cu.m. A. Material A. Gravel G1-1/2 71.03 Cu.m. B. Freight And Handling C. Name And Capacity Of Equipment D. Labor Derivation (subsidiary Work Description (1 Gang = 1- Foreman, 1-laborer) 4.3 Cu.m./man-day 71.03 E. Labor Requirement Foreman 1 1.00 Unskilled 1 8.00 900(1)c1 Structural Concrete (class A), 28 Days 97.74 Cu.m. A. Material A. Portland Cement, Type I 880.00 B. Gravel, ¾” 79.00 C. Sand, Washed 49.00 B. Freight And Handling C. Name And Capacity Of Equipment One Bagger Mixer 1.00 D. Labor Derivation (subsidiary Work Description (1 Gang = 1-foreman, 2- Masons, 8-laborers) 20 Bags/day/gang E. Labor Requirement Foreman 1 1.00 Skilled Mason 2 2.00 Unskilled 8 8.00 902(1)a Reinforcing Steel, Deformed Grade 40 7,063.63 Kg. A. Material A. Rsb, Deformed, 10mmø 679.50 Pcs 2,511.43 Kgs B. Rsb, Deformed, 16mmø 465.00 Pcs 4,408.20 Kgs C. Tie Wire # 16 144.00 Kg B. Freight And Handling C. Name And Capacity Of Equipment Bar Cutter, Single Phase 1.00 D. Labor Derivation (subsidiary Work Description (1 Gang = 1-foreman, 1- Steelman, 1-laborer) 80 Kgs/day/gang E. Labor Requirement Foreman 1 1.00 Skilled Mason 1 4.00 Unskilled 1 4.00 903 Formworks And Falseworks 199.24 Sq.m. A. Material Forms (2 Uses) 112.94 Sq.m. Plywood Ordinary (1/4” X 1.2m X 2.44m) 20.00 Pc Good Lumber, 2” X 3 X 12’ 113.00 Pc Cwn 1” 24.00 Kg Scaffoldings (2 Uses) 86.30 Sq.m. Good Lumber, 2” X 3 X 12’ 202.00 Pc Coco Lumber, 2” X 3 X 12’ 259.00 Pc Cwn 4” 63.00 Kg. B. Freight And Handling C. Name And Capacity Of Equipment D. Labor Derivation (subsidiary Work Description Formworks: Fabrication And Install: 1 Gang = 1- Foreman, 2- Carpenter, 4- Laborers Stripping: 1 Gang = 1 Foreman, 2- Carpenter, 4- Laborers E. Labor Requirement Foreman 1 1.00 Skilled Mason 2 2.00 Unskilled 4 4.00 1046 Masonry Works A. Material Chb Laying A. Chb Ordinary,4” 36.40 Sq.m. 478.00 Pc B. Portland Cement, Type I 29.00 Bag C. Sand, Washed 2.00 Cu.m. D. Rsb, Deformed, 10mmø 62.00 Pcs 225.43 Kgs E. Tie Wire # 16 8.00 Kg F. Hacksaw Blade, Heavy Duty 4.00 Pc Plastering 72.80 Sq.m. A. Portland Cement, Type I 14.00 Bag B. Sand, Washed 2.00 Cu.m. B. Freight And Handling C. Name And Capacity Of Equipment Bar Cutter, Single Phase 1.00 D. Labor Derivation (subsidiary Work Description Chb Laying Install: 1 Gang = 1-foreman, 2-mason, 3-laborers 478.00 Capability: 240 Pcs Chb/day/gang Chb Plastering Install: 1 Gang = 1-foreman, 2-mason, 2-laborers 72.80 Capability: 12 Sq.m./day/gang E. Labor Requirement Chb Laying Foreman 1 1.00 Skilled Mason 2 2.00 Unskilled 3 3.00 Chb Plastering Foreman 1 1.00 Skilled Mason 2 2.00 Unskilled 2 2.00 Section Vii. Drawings Bill Of Quantities Item No. Scope Of Work Quantity Unit Unit Cost Total Amount Construction Of Naparasan Multi-purpose Gym Phase 1, Brgy. Manaybanay, Mapanas, Northern Samar B.3 Permits And Clearances 1.00 Lot 9,600.00 9,600.00 B.5 Projects Billboard/sign Board 1.00 Lot 5,409.36 5,409.36 B.7 Construction Safety And Health 1.00 Lot 36,857.00 36,857.00 B.9 Mobilization And Demobilization 1.00 Lot 12,528.00 12,528.00 103(1)1a Structure Concrete (class A), 28 Days 148.60 Cu.m. 378.47 56,239.20 804 (4) Gravel Bedding 71.03 Cu.m. 2,775.38 197,127.02 804 Embankment 380.24 Cu.m. 762.84 290,066.40 900(1)c1 Structural Concrete (class A), 28 Days 97.74 Cu.m. 8,823.41 862,396.00 902(1)a Reinforcing Steel, Deformed Grade 40 7,063.63 Kg. 77.15 544,979.52 903 Formworks And Falseworks 199.24 Sq.m. 951.26 189,529.68 1046 Masonry Works 36.40 Sq.m. 1,967.32 71,610.52 Total 2,971,736.23 Total Cost Of All Line Item Includes Cost Of Contractor’s Profit, Taxes And Ocm. Attached Detailed Cost Estimates Section Ix. Bidding Forms Table Of Contents Bid Form 79 Form Of Contract Agreement 81 Omnibus Sworn Statement 83 Bid Form Date: Iaeb No: To: Lgu-mapanas Northern Samar Address: Mapanas Northern Samar We, The Undersigned, Declare That: We Have Examined And Have No Reservation To The Bidding Documents, Including Addenda, For The Contract Construction Of Naparsan Multi-purpose Gym Phase 1, Brgy. Naparasan, Mapanas, Northern Samar (a) We Offer To Execute The Works For This Contract In Accordance With The Bid And Bid Data Sheet, General And Special Conditions Of Contract Accompanying This Bid; The Total Price Of Our Bid, Excluding Any Discounts Offered In Item (d) Below Is: [insert Information]; The Discounts Offered And The Methodology For Their Application Are: [insert Information]; (b) Our Bid Shall Be Valid For A Period Of 120 Days From The Date Fixed For The Bid Submission Deadline In Accordance With The Bidding Documents, And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period; (c) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract; (d) Our Firm, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Have Nationalities From The Following Eligible Countries: [insert Information]; (e) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (f) Our Firm, Its Affiliates Or Subsidiaries, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Has Not Been Declared Ineligible By The Funding Source; (g) We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And (h) We Understand That You Are Not Bound To Accept The Lowest Evaluated Bid Or Any Other Bid That You May Receive. Name: In The Capacity Of: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Form Of Contract Agreement This Agreement, Made This [insert Date] Day Of [insert Month], [insert Year] Between [name And Address Of Procuring Entity](hereinafter Called The “entity”) And [name And Address Of Contractor] (hereinafter Called The “contractor”). Whereas, The Entity Is Desirous That The Contractor Execute [name And Identification Number Of Contract] (hereinafter Called “the Works”) And The Entity Has Accepted The Bid For [insert The Amount In Specified Currency In Numbers And Words] By The Contractor For The Execution And Completion Of Such Works And The Remedying Of Any Defects Therein. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents Shall Be Attached, Deemed To Form, And Be Read And Construed As Part Of This Agreement, To Wit: (a) General And Special Conditions Of Contract; (b) Drawings/plans; (c) Specifications; (d) Invitation To Apply For Eligibility And To Bid; (e) Instructions To Bidders; (f) Bid Data Sheet; (g) Addenda And/or Supplemental/bid Bulletins, If Any; (h) Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes; (i) Eligibility Requirements, Documents And/or Statements; (j) Performance Security; (k) Credit Line Issued By A Licensed Bank, If Any; (l) Notice Of Award Of Contract And The Bidder’s Conforme Thereto; (m) Other Contract Documents That May Be Required By Existing Laws And/or The Entity. 3. In Consideration Of The Payments To Be Made By The Entity To The Contractor As Hereinafter Mentioned, The Contractor Hereby Covenants With The Entity To Execute And Complete The Works And Remedy Any Defects Therein In Conformity With The Provisions Of This Contract In All Respects. 4. The Entity Hereby Covenants To Pay The Contractor In Consideration Of The Execution And Completion Of The Works And The Remedying Of Defects Wherein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of This Contract At The Times And In The Manner Prescribed By This Contract. In Witness Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Contractor). Binding Signature Of Procuring Entity ________________________________________________ Binding Signature Of Contractor _____________________________________________ [addendum Showing The Corrections, If Any, Made During The Bid Evaluation Should Be Attached With This Agreement] Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Bidding For [name Of The Project] Of The [name Of The Procuring Entity]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The [name Of Bidder] In The Bidding As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder]is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: I Am Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [jurat] * This Form Will Not Apply For Wb Funded Projects.
Closing Date14 May 2025
Tender AmountPHP 2.9 Million (USD 53.3 K)

Municipality Of Mapanas, Northern Samar Tender

Others
Philippines
Details: Description Philippine Bidding Documents Procurement Of Goods Government Of The Republic Of The Philippines Third Edition October 2009 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines (gop) For Use By All Branches, Agencies, Departments, Bureaus, Offices, Or Instrumentalities Of The Government, Including Government-owned And/or -controlled Corporations (goccs), Government Financial Institutions (gfis), State Universities And Colleges (sucs), And Local Government Units (lgus). 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 Gop Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (a) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract; (b) The Eligibility Requirements Of Bidders, Such As Track Record To Be Determined By The Head Of The Procuring Entity; (c) The Expected Contract Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (d) The Obligations, Duties, And/or Functions Of The Winning Bidder. In Order To Simplify The Preparation Of The Bidding Documents For Each Procurement, The Pbds Groups The Provisions That Are Intended To Be Used Unchanged In Ii. Instructions To Bidders (itb) And In Section Iv. General Conditions Of Contract (gcc). Data And Provisions Specific To Each Procurement And Contract Should Be Included In Section Iii. Bid Data Sheet (bds); Section V. Special Conditions Of Contract (scc); Section Vi. Schedule Of Requirements; And Section Vii. Technical Specifications. The Forms To Be Used Are Provided In Section Viii. Bidding Forms. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. In Addition, 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, Except For The Notes Introducing Section Viii. Bidding Forms Where The Information Is Useful For The Bidder. 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 Project. (b) Specific Details, Such As The Name Of The Procuring Entity And Address For Bid Submission, Should Be Furnished In The Itb, Bds, And Scc. The Final Documents Should Contain Neither Blank Spaces Nor Options. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bds, Scc, 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. The Bidding Documents Should Contain No Footnotes Except (c) Section Viii. Bidding Forms Since These Provide Important Guidance To Bidders. (d) The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Names Of The Project, Contract, And Procuring Entity, In Addition To Date Of Issue. (e) If Modifications Must Be Made To Bidding Procedures, They Can Be Presented In The Bds. Modifications For Specific Project Or Contract Details Should Be Provided In The Scc As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bds Or Scc These Terms Shall Be Printed In Bold Type Face On Section I. Instructions To Bidders And Section Iii. General Conditions Of Contract, Respectively. Table Of Contents Section I. Invitation To Bid 6 Section Ii. Instructions To Bidders 11 Section Iii. Bid Data Sheet 38 Section Iv. General Conditions Of Contract 51 Section V. Special Conditions Of Contract 66 Section Vi. Schedule Of Requirements 79 Section Vii. Technical Specifications 82 Section Viii. Bidding Forms 85 Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Invitation To Bid Shall Be: (a) Advertised At Least Once In A Newspaper Of General Nationwide Circulation Which Has Been Regularly Published For At Least Two (2) Years Before The Date Of Issue Of The Advertisement, Subject To Sections 21.2.2 Of The Irr Of Ra 9184; (b) Posted Continuously In The Philippine Government Electronic Procurement System (philgeps) Website, The Website Of The Procuring Entity Concerned, If Available, And The Website Prescribed By The Foreign Government/foreign Or International Financing Institution, If Applicable, For A Minimum Period Of Seven (7) Calendar Days Starting On The Date Of Advertisement; And (c) Posted At Any Conspicuous Place Reserved For This Purpose In The Premises Of The Procuring Entity Concerned For A Minimum Period Of Seven (7) Calendar Days, As Certified By The Head Of The Bids And Awards Committee (bac) Secretariat Of The Procuring Entity Concerned. Apart From The Essential Items Listed In The Bidding Documents, The Invitation To Bid Should Also Indicate The Following: (a) The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Invitation To Bid Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; (b) The Place Where The Bidding Documents May Be Purchased Or The Website Where It May Be Downloaded; (c) The Deadline For The Submission And Receipt Of Bids From The Last Day Of Posting Of The Invitation To Bid; And (d) Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Invitation To Bid Should Be Incorporated Into The Bidding Documents. The Information Contained In The Invitation To Bid Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bds. Republic Of The Philippines Province Of Northern Samar Municipality Of Mapanas Invitation To Bid For Procurement Of Livelihood Supplies & Materials For Parents Of Child Laborers 1. Select One Of The Two Following Paragraphs, And Delete The Other Depending On The Funding Source: A) If The Funding Source Is Gop: The Lgu-mapanas, Through The Dole-ro8-trust Fund Of Fy 2024 Intends To Apply The Sum Of One Million One Hundred Twenty Five Thousand Four Hundred Three Pesos 20/100 Only (php1,830,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Pr No. 2025-02-021 Procurement Of Livelihood Supplies & Materials For Parents Of Child Laborers For Peso-mapanas, Northern Samar Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Lgu-mapanas Now Invites Bids For Procurement Of Livelihood Supplies & Materials For Parents Of Child Laborers For Peso -lgu Mapanas, Northern Samar . Delivery Of The Goods Is Required 20 Calendar Days From Receipt Of Ntp. Bidders Should Have Completed, Within 20 Calendar 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. Select One Of The Following Two Paragraphs, And Delete The Other Depending On The Funding Source: A) If The Funding Source Is Gop: Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. In Addition, Select One Of The Two Following Paragraphs And Delete The Other Depending On The Existence Of Conditions Under Section 23.5.1.2 Of The Irr Of Ra 9184: (i) Select This Paragraph If Conditions (a), (c), And (d) Under Section 23.5.1.2 Of The Irr Of Ra 9184 Do Not Exist: Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. (ii) Select This Paragraph If Condition (a), (c), Or (d) Under Section 23.5.1.2 Of The Irr Of Ra 9184 Exists: Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. B) If The Funding Source Is A Foreign Government/foreign Or International Financing Institution: Bidding Will Be Conducted In Accordance With Relevant Procedures For Open Competitive Bidding As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”, With Some Amendments, As Stated In These Bidding Documents And Is Open To All Bidders From Eligible Source Countries As Defined In The Applicable Guidelines Of The [state The Foreign Government/foreign Or International Financing Institution Concerned (e.g. Asian Development Bank, Japan International Cooperation Agency, Or World Bank)]. 4. Interested Bidders May Obtain Further Information From [insert Name Of The Procuring Entity] And Inspect The Bidding Documents At The Address Given Below During [insert Office Hours]. 5. Select One Of The Following Two Paragraphs, And Delete The Other Depending On The Funding Source: A) If The Funding Source Is Gop: A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On February 18 To March 07, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00) It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. B) If The Funding Source Is A Foreign Government/foreign Or International Financing Institution: A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On February 18 To March 07, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00) It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), The Website Of The Procuring Entity, And Mapanasnorthernsamar.gov.ph, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Select One Of The Following Two Paragraphs, And Delete The Other: A) If The Procuring Entity Intends To Open The Pre-bid Conference To All Interested Bidders: The Lgu-mapanas Will Hold A Pre-bid Conference On February 27, 2025 At Executive Conference Room, 2nd Floor Of New Multi-purpose Building, Mapanas, Northern Samar Which Shall Be Open To All Interested Parties. B) If The Procuring Entity Intends To Limit The Pre-bid Conference To Bidders Who Have Purchased The Bidding Documents: The Lgu-mapanas Will Hold A Pre-bid Conference On February 27, 2025 At Executive Conference Room, 2nd Floor Of New Multi-purpose Building, Mapanas, Northern Samar, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before March 10, 2025 At 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On March 10, 2025 At Executive Conference Room, 2nd Floor Of New Multi-purpose Building, Mapanas, Northern Samar . Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. Lgu-mapanas, Barangay Del Norte, Mapanas, Northern Samar 9. The Lgu-mapanas 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. 10. For Further Information, Please Refer To: Reno C. Salazar Head Bac Secretariat Brgy. Del Norte, Mapanas, Northern Samar 6412 Renosalazar123@yahoo.com.ph Mapanasn.samar.gov.ph Engr. Julius D. Palma Bac Chairperson Cp # 09052634575 Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section Of The Bidding Documents 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, Opening, Evaluation, And Award Of Contract. Section Ii Contains Provisions That Are To Be Used Unchanged. Section Iii Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information Or Requirements Included In Section Ii Which Are Specific To Each Procurement. Matters Governing Performance Of The Bidder, Payments, Or Those Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Not Normally Included In This Section, But Rather Under Section Iv. General Conditions Of Contract, And/or Section V. Special Conditions Of Contract. If Duplication Of A Subject Is Inevitable In The Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Table Of Contents A. General 14 1. Scope Of Bid 14 2. Source Of Funds 14 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 14 4. Conflict Of Interest 15 5. Eligible Bidders 16 6. Bidder’s Responsibilities 18 7. Origin Of Goods 20 8. Subcontracts 20 B. Contents Of Bidding Documents 20 9. Pre-bid Conference 20 10. Clarification And Amendment Of Bidding Documents 20 C. Preparation Of Bids 21 11. Language Of Bid 21 12. Documents Comprising The Bid: Eligibility And Technical Components 21 13. Documents Comprising The Bid: Financial Component 23 14. Alternative Bids 23 15. Bid Prices 23 16. Bid Currencies 25 17. Bid Validity 25 18. Bid Security 26 19. Format And Signing Of Bids 27 20. Sealing And Marking Of Bids 28 D. Submission And Opening Of Bids 28 21. Deadline For Submission Of Bids 28 22. Late Bids 29 23. Modification And Withdrawal Of Bids 29 24. Opening And Preliminary Examination Of Bids 29 E. Evaluation And Comparison Of Bids 31 25. Process To Be Confidential 31 26. Clarification Of Bids 31 27. Domestic Preference 31 28. Detailed Evaluation And Comparison Of Bids 32 29. Post-qualification 33 30. Reservation Clause 34 F. Award Of Contract 35 31. Contract Award 35 32. Signing Of The Contract 36 33. Performance Security 36 34. Notice To Proceed 37 A. General 1. Scope Of Bid 1.1. The Procuring Entity Named In The Bds (hereinafter Referred To As The “procuring Entity”) Wishes To Receive Bids For Supply And Delivery Of The Goods As Described In Section Vii. Technical Specifications (hereinafter Referred To As The “goods”). 1.2. The Name, Identification, And Number Of Lots Specific To This Bidding Are Provided In The Bds. The Contracting Strategy And Basis Of Evaluation Of Lots Is Described In Itb Clause 28. 2. Source Of Funds The Procuring Entity Has A Budget Or Has Applied For Or Received Funds From The Funding Source Named In The Bds, And In The Amount Indicated In The Bds. It Intends To Apply Part Of The Funds Received For The Project, As Defined In The Bds, To Cover Eligible Payments Under The Contract. 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 3.1. 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. In Pursuance Of This Policy, The Procuring Entity: (a) Defines, For Purposes Of This Provision, The Terms Set Forth Below As Follows: (i) “corrupt Practice” Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Government, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Ra 3019. (ii) “fraudulent Practice” Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition. (iii) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels. (iv) “coercive Practices” Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Affect The Execution Of A Contract; (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Any Of The Practices Mentioned In This Clause For Purposes Of Competing For The Contract. 3.2. Further, The Procuring Entity Will Seek To Impose The Maximum Civil, Administrative, And/or Criminal Penalties Available Under Applicable Laws On Individuals And Organizations Deemed To Be Involved In Any Of The Practices Mentioned In Itb Clause 3.1(a). 3.3. Furthermore, The Funding Source And The Procuring Entity Reserve The Right To Inspect And Audit Records And Accounts Of A Bidder Or Supplier In The Bidding For And Performance Of A Contract Themselves Or Through Independent Auditors As Reflected In The Gcc Clause 3. 4. Conflict Of Interest 4.1. All Bidders Found To Have Conflicting Interests Shall Be Disqualified To Participate In The Procurement At Hand, Without Prejudice To The Imposition Of Appropriate Administrative, Civil, And Criminal Sanctions. A Bidder May Be Considered To Have Conflicting Interests With Another Bidder In Any Of The Events Described In Paragraphs (a) Through (c) Below And A General Conflict Of Interest In Any Of The Circumstances Set Out In Paragraphs (d) Through (f) Below: (a) A Bidder Has Controlling Shareholders In Common With Another Bidder; (b) A Bidder Receives Or Has Received Any Direct Or Indirect Subsidy From Any Other Bidder; (c) A Bidder Has The Same Legal Representative As That Of Another Bidder For Purposes Of This Bid; (d) A Bidder Has A Relationship, Directly Or Through Third Parties, That Puts Them In A Position To Have Access To Information About Or Influence On The Bid Of Another Bidder Or Influence The Decisions Of The Procuring Entity Regarding This Bidding Process. This Will Include A Firm Or An Organization Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project If The Personnel Would Be Involved In Any Capacity On The Same Project; (e) A Bidder Submits More Than One Bid In This Bidding Process. However, This Does Not Limit The Participation Of Subcontractors In More Than One Bid; Or (f) A Bidder Who Participated As A Consultant In The Preparation Of The Design Or Technical Specifications Of The Goods And Related Services That Are The Subject Of The Bid. 4.2. In Accordance With Section 47 Of The Irr Of Ra 9184, All Bidding Documents Shall Be Accompanied By A Sworn Affidavit Of The Bidder That It Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), Members Of The Technical Working Group (twg), Members Of The Bac Secretariat, The Head Of The Project Management Office (pmo) Or The End-user Unit, And The Project Consultants, By Consanguinity Or Affinity Up To The Third Civil Degree. On The Part Of The Bidder, This Clause Shall Apply To The Following Persons: (a) If The Bidder Is An Individual Or A Sole Proprietorship, To The Bidder Himself; (b) If The Bidder Is A Partnership, To All Its Officers And Members; (c) If The Bidder Is A Corporation, To All Its Officers, Directors, And Controlling Stockholders; And (d) If The Bidder Is A Joint Venture (jv), The Provisions Of Items (a), (b), Or (c) Of This Clause Shall Correspondingly Apply To Each Of The Members Of The Said Jv, As May Be Appropriate. Relationship Of The Nature Described Above Or Failure To Comply With This Clause Will Result In The Automatic Disqualification Of A Bidder. 5. Eligible Bidders 5.1. Unless Otherwise Indicated In The Bds, The Following Persons Shall Be Eligible To Participate In This Bidding: (a) Duly Licensed Filipino Citizens/sole Proprietorships; (b) Partnerships Duly Organized Under The Laws Of The Philippines And Of Which At Least Sixty Percent (60%) Of The Interest Belongs To Citizens Of The Philippines; (c) Corporations Duly Organized Under The Laws Of The Philippines, And Of Which At Least Sixty Percent (60%) Of The Outstanding Capital Stock Belongs To Citizens Of The Philippines; (d) Cooperatives Duly Organized Under The Laws Of The Philippines, And Of Which At Least Sixty Percent (60%) Of The Interest Belongs To Citizens Of The Philippines; And (e) Persons/entities Forming Themselves Into A Jv, I.e., A Group Of Two (2) Or More Persons/entities That Intend To Be Jointly And Severally Responsible Or Liable For A Particular Contract: Provided, However, That Filipino Ownership Or Interest Of The Joint Venture Concerned Shall Be At Least Sixty Percent (60%). 5.2. Foreign Bidders May Be Eligible To Participate When Any Of The Following Circumstances Exist, As Specified In The Bds: (a) When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra 9184 And Its Irr Allow Foreign Bidders To Participate; (b) 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; (c) When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or (d) When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Government Corporate Entities May Be Eligible To Participate Only If They Can Establish That They (a) Are Legally And Financially Autonomous, (b) Operate Under Commercial Law, And (c) Are Not Dependent Agencies Of The Gop Or The Procuring Entity. 5.4. Unless Otherwise Provided In The Bds, The Bidder Must Have Completed At Least One Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The National Statistics Office Consumer Price Index, Must Be At Least Equivalent To A Percentage Of The Abc Stated In The Bds. For This Purpose, Contracts Similar To The Project Shall Be Those Described In The Bds, And Completed Within The Relevant Period Stated In The Invitation To Bid And Itb Clause 12.1(a)(iii). 5.5. Unless Otherwise Provided In The Bds, The Bidder Must Submit A Computation Of Its Net Financial Contracting Capacity (nfcc) Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Its Favor If Awarded The Contract For This Project (clc). The Nfcc, Computed Using The Following Formula, Must Be At Least Equal To The Abc To Be Bid: Nfcc = [(current Assets Minus Current Liabilities) (k)] Minus The Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project. Where: K = 10 For A Contract Duration Of One Year Or Less, 15 For A Contract Duration Of More Than One Year Up To Two Years, And 20 For A Contract Duration Of More Than Two Years. The Clc Must Be At Least Equal To Ten Percent (10%) Of The Abc For This Project. If Issued By A Foreign Bank, It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank. In The Case Of Local Government Units (lgus), The Bidder May Also Submit Clc From Other Banks Certified By The Bangko Sentral Ng Pilipinas (bsp) As Authorized To Issue Such Financial Instrument. 6. Bidder’s Responsibilities The Bidder Or Its Duly Authorized Representative Shall Submit A Sworn Statement In The Form Prescribed In 6.1. Section Viii. Bidding Forms As Required In Itb Clause 0. 6.2. The Bidder Is Responsible For The Following: (a) Having Taken Steps To Carefully Examine All Of The Bidding Documents; (b) Having Acknowledged All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; (c) Having Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; (d) Having Complied With Its Responsibility To Inquire Or Secure Supplemental/bid Bulletin(s) As Provided Under Itb Clause 10.3. (e) Ensuring That It Is Not “blacklisted” Or Barred From Bidding By The Gop Or Any Of Its Agencies, Offices, Corporations, Or Lgus, Including Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Gppb; (f) Ensuring That Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; (g) Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative/s To Verify All The Documents Submitted; (h) Ensuring That The Signatory Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The Bidder In The Bidding, With The Duly Notarized Secretary’s Certificate Attesting To Such Fact, If The Bidder Is A Corporation, Partnership, Cooperative, Or Joint Venture; (i) Complying With The Disclosure Provision Under Section 47 Of Ra 9184 In Relation To Other Provisions Of Ra 3019; And (j) Complying With Existing Labor Laws And Standards, In The Case Of Procurement Of Services. Failure To Observe Any Of The Above Responsibilities Shall Be At The Risk Of The Bidder Concerned. 6.3. The Bidder Is Expected To Examine All Instructions, Forms, Terms, And Specifications In The Bidding Documents. Unless Otherwise Indicated In The Bds, Failure To Furnish All Information Or Documentation Required In The Bidding Documents Shall Result In The Rejection Of The Bid And The Disqualification Of The Bidder. 6.4. It Shall Be The Sole Responsibility Of The Bidder To Determine And To Satisfy Itself By Such Means As It Considers Necessary Or Desirable As To All Matters Pertaining To The Contract To Be Bid, Including: (a) The Location And The Nature Of This Project; (b) Climatic Conditions; (c) Transportation Facilities; And (d) Other Factors That May Affect The Cost, Duration, And Execution Or Implementation Of This Project. 6.5. The Procuring Entity Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions By The Prospective Or Eligible Bidder Out Of The Data Furnished By The Procuring Entity. 6.6. The Bidder Shall Bear All Costs Associated With The Preparation And Submission Of His Bid, And The Procuring Entity Will In No Case Be Responsible Or Liable For Those Costs, Regardless Of The Conduct Or Outcome Of The Bidding Process. 6.7. Before Submitting Their Bids, The Bidder Is Deemed To Have Become Familiar With All Existing Laws, Decrees, Ordinances, Acts And Regulations Of The Philippines Which May Affect This Project In Any Way. 6.8. The Bidder Should Note That The Procuring Entity Will Accept Bids Only From Those That Have Paid The Nonrefundable Fee For The Bidding Documents At The Office Indicated In The Invitation To Bid. 7. Origin Of Goods Unless Otherwise Indicated In The Bds, There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The United Nations Security Council Taken Under Chapter Vii Of The Charter Of The United Nations, Subject To Itb Clause 27.1. 8. Subcontracts 8.1. Unless Otherwise Specified In The Bds, The Bidder May Subcontract Portions Of The Goods To An Extent As May Be Approved By The Procuring Entity And Stated In The Bds. However, Subcontracting Of Any Portion Shall Not Relieve The Bidder From Any Liability Or Obligation That May Arise From The Contract For This Project. 8.2. Subcontractors Must Comply With The Eligibility Criteria And The Documentary Requirements Specified In The Bds. In The Event That Any Subcontractor Is Found By The Procuring Entity To Be Ineligible, The Subcontracting Of Such Portion Of The Goods Shall Be Disallowed. 8.3. The Bidder May Identify The Subcontractor To Whom A Portion Of The Goods Will Be Subcontracted At Any Stage Of The Bidding Process Or During Contract Implementation. If The Bidder Opts To Disclose The Name Of The Subcontractor During Bid Submission, The Bidder Shall Include The Required Documents As Part Of The Technical Component Of Its Bid. B. Contents Of Bidding Documents 9. Pre-bid Conference 9.1. If So Specified In The Bds, A Pre-bid Conference Shall Be Held At The Venue And On The Date Indicated Therein, To Clarify And Address The Bidders’ Questions On The Technical And Financial Components Of This Project. 9.2. Bidders Are Encouraged To Attend The Pre-bid Conference To Ensure That They Fully Understand The Procuring Entity’s Requirements. Non-attendance Of The Bidder Will In No Way Prejudice Its Bid; However, The Bidder Is Expected To Know The Changes And/or Amendments To The Bidding Documents Discussed During The Pre-bid Conference. 9.3. Any Statement Made At The Pre-bid Conference Shall Not Modify The Terms Of The Bidding Documents Unless Such Statement Is Specifically Identified In Writing As An Amendment Thereto And Issued As A Supplemental/bid Bulletin. 10. Clarification And Amendment Of Bidding Documents 10.1. Bidders Who Have Purchased The Bidding Documents May Request For Clarifications On Any Part Of The Bidding Documents For An Interpretation. Such A Request Must Be In Writing And Submitted To The Procuring Entity At The Address Indicated In The Bds At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.2. Supplemental/bid Bulletins May Be Issued Upon The Procuring Entity’s Initiative For Purposes Of Clarifying Or Modifying Any Provision Of The Bidding Documents Not Later Than Seven (7) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. Any Modification To The Bidding Documents Shall Be Identified As An Amendment. 10.3. Any Supplemental/bid Bulletin Issued By The Bac Shall Also Be Posted On The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity Concerned, If Available. It Shall Be The Responsibility Of All Bidders Who Secure The Bidding Documents To Inquire And Secure Supplemental/bid Bulletins That May Be Issued By The Bac. However, Bidders Who Have Submitted Bids Before The Issuance Of The Supplemental/bid Bulletin Must Be Informed And Allowed To Modify Or Withdraw Their Bids In Accordance With Itb Clause 23. C. Preparation Of Bids 11. Language Of Bid The Bid, As Well As All Correspondence And Documents Relating To The Bid Exchanged By The Bidder And The Procuring Entity, Shall Be Written In English. Supporting Documents And Printed Literature Furnished By The Bidder May Be In Another Language Provided They Are Accompanied By An Accurate Translation In English Certified By The Appropriate Embassy Or Consulate In The Philippines, In Which Case The English Translation Shall Govern For Purposes Of Interpretation Of The Bid. 12. Documents Comprising The Bid: Eligibility And Technical Components 12.1. Unless Otherwise Indicated In The Bds, The First Envelope Shall Contain The Following Eligibility And Technical Documents: (a) Eligibility Documents – Class “a” Documents: (i) Registration Certificate From The Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives, Or Any Proof Of Such Registration As Stated In The Bds; (ii) Mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located; (iii) Statement Of All Its Ongoing And Completed Government And Private Contracts Within The Period Stated In The Bds, Including Contracts Awarded But Not Yet Started, If Any. The Statement Shall Include, For Each Contract, The Following: (iii.1) Name Of The Contract; (iii.2) Date Of The Contract; (iii.3) Kinds Of Goods; (iii.4) Amount Of Contract And Value Of Outstanding Contracts; (iii.5) Date Of Delivery; And (iii.6) End User’s Acceptance Or Official Receipt(s) Issued For The Contract, If Completed. (iv) Audited Financial Statements, Stamped “received” By The Bureau Of Internal Revenue (bir) Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year, Which Should Not Be Earlier Than Two (2) Years From Bid Submission; (v) Nfcc Computation Or Clc In Accordance With Itb Clause 5.5; And Class “b” Document: (vi) If Applicable, The 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. (b) Technical Documents – (i) Bid Security In Accordance With Itb Clause 18. If The Bidder Opts To Submit The Bid Security In The Form Of: (i.1) A Bank Draft/guarantee Or An Irrevocable Letter Of Credit Issued By A Foreign Bank, It Shall Be Accompanied By A Confirmation From A Universal Or Commercial Bank; Or (i.2) A Surety Bond, It Shall Be Accompanied By A Certification By The Insurance Commission That The Surety Or Insurance Company Is Authorized To Issue Such Instruments; (ii) Conformity With Technical Specifications, As Enumerated And Specified In Sections Vi And Vii Of The Bidding Documents; And Sworn Statement In Accordance With Section 25.2(a)(iv) Of The Irr Of Ra 9184 And Using The Form Prescribed In (iii) Section Viii. Bidding Forms. 13. Documents Comprising The Bid: Financial Component 13.1. Unless Otherwise Stated In The Bds, The Financial Component Of The Bid Shall Contain The Following: (a) Financial Bid Form, Which Includes Bid Prices And The Bill Of Quantities And The Applicable Price Schedules, In Accordance With Itb Clauses 15.1 And 15.4; (b) If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification From The Dti, Sec, Or Cda Issued In Accordance With Itb Clause 27; And (c) Any Other Document Required In The Bds. 13.2. Unless Otherwise Stated In The Bds, All Bids That Exceed The Abc Shall Not Be Accepted. 14. Alternative Bids Alternative Bids Shall Be Rejected. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 15. Bid Prices 15.1. The Bidder Shall Complete The Appropriate Price Schedules Included Herein, Stating The Unit Prices, Total Price Per Item, The Total Amount And The Expected Countries Of Origin Of The Goods To Be Supplied Under This Project. 15.2. The Bidder Shall Fill In Rates And Prices For All Items Of The Goods Described In The Bill Of Quantities. Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Government. 15.3. The Terms Ex Works (exw), Cost, Insurance And Freight (cif), Cost And Insurance Paid To (cip), Delivered Duty Paid (ddp), And Other Trade Terms Used To Describe The Obligations Of The Parties, Shall Be Governed By The Rules Prescribed In The Current Edition Of The International Commercial Terms (incoterms) Published By The International Chamber Of Commerce, Paris. 15.4. 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), Including All Customs Duties And Sales And Other Taxes Already Paid Or Payable: (i.1) On The Components And Raw Material Used In The Manufacture Or Assembly Of Goods Quoted Ex Works Or Ex Factory; Or (i.2) On The Previously Imported Goods Of Foreign Origin Quoted Ex Warehouse, Ex Showroom, Or Off-the-shelf And Any Procuring Entity Country Sales And Other Taxes Which Will Be Payable On The Goods If The Contract Is Awarded. (ii) The Price For Inland Transportation, Insurance, And Other Local Costs Incidental To Delivery Of The Goods To Their Final Destination. (iii) 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 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, Listed In The Bds. 15.5. Prices Quoted By The Bidder Shall Be Fixed During The Bidder’s Performance Of The Contract And Not Subject To Variation Or Price Escalation On Any Account, Unless Otherwise Specified In The Bds. A Bid Submitted With An Adjustable Price Quotation Shall Be Treated As Non-responsive And Shall Be Rejected, Pursuant To Itb Clause 24. 15.6. All Bid Prices Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Indicated In The Bds And Specified In The Gcc And Its Corresponding Scc Provision. 16. Bid Currencies 16.1. Prices Shall Be Quoted In The Following Currencies: (a) For Goods That The Bidder Will Supply From Within The Philippines, The Prices Shall Be Quoted In Philippine Pesos. (b) For Goods That The Bidder Will Supply From Outside The Philippines, The Prices May Be Quoted In The Currency(ies) Stated In The Bds. 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. 16.2. If So Allowed In Accordance With Itb Clause 16.1, The Procuring Entity For Purposes Of Bid Evaluation And Comparing The Bid Prices Will Convert The Amounts In Various Currencies In Which The Bid Price Is Expressed To Philippine Pesos At The Foregoing Exchange Rates. 16.3. Unless Otherwise Specified In The Bds, Payment Of The Contract Price Shall Be Made In Philippine Pesos. 17. Bid Validity 17.1. Bids Shall Remain Valid For The Period Specified In The Bds Which Shall Not Exceed One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 17.2. In Exceptional Circumstances, Prior To The Expiration Of The Bid Validity Period, The Procuring Entity May Request Bidders To Extend The Period Of Validity Of Their Bids. The Request And The Responses Shall Be Made In Writing. The Bid Security Described In Itb Clause 18 Should Also Be Extended Corresponding To The Extension Of The Bid Validity Period At The Least. A Bidder May Refuse The Request Without Forfeiting Its Bid Security, But His Bid Shall No Longer Be Considered For Further Evaluation And Award. A Bidder Granting The Request Shall Not Be Required Or Permitted To Modify Its Bid. 18. Bid Security 18.1. The Bid Security, Issued In Favor Of The Procuring Entity, In The Amount Stated In The Bds Shall Be Equal To The Percentage Of The Abc In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (equal To Percentage Of The Abc) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. Two Percent (2%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) (d) Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To Total Amount Of Security For Biddings Conducted By Lgus, The Bidder May Also Submit Bid Securities In The Form Of Cashier’s/manager’s Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Such Financial Statement. 18.2. The Bid Security Should Be Valid For The Period Specified In The Bds. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 18.3. No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except To Those That Failed Or Declared As Post-disqualified, Upon Submission Of A Written Waiver Of Their Right To File A Motion For Reconsideration And/or Protest. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Bidder With The Lowest Calculated And Responsive Bid Has Signed The Contract And Furnished The Performance Security, But In No Case Later Than The Expiration Of The Bid Security Validity Period Indicated In Itb Clause 18.2. 18.4. Upon Signing And Execution Of The Contract Pursuant To Itb Clause 32, And The Posting Of The Performance Security Pursuant To Itb Clause 33, The Successful Bidder’s Bid Security Will Be Discharged, But In No Case Later Than The Bid Security Validity Period As Indicated In The Itb Clause 18.2. 18.5. The Bid Security May Be Forfeited: (a) If A Bidder: (i) Withdraws Its Bid During The Period Of Bid Validity Specified In Itb Clause 17; (ii) Does Not Accept The Correction Of Errors Pursuant To Itb Clause 28.3(b); (iii) Fails To Submit The Requirements Within The Prescribed Period Or A Finding Against Their Veracity As Stated In Itb Clause 29.2; Or (iv) Any Other Reason Stated In The Bds. (b) If The Successful Bidder: (i) Fails To Sign The Contract In Accordance With Itb Clause 32; (ii) Fails To Furnish Performance Security In Accordance With Itb Clause 33; Or (iii) Any Other Reason Stated In The Bds. 19. Format And Signing Of Bids 19.1. Bidders Shall Submit Their Bids Through Their Duly Authorized Representative Using The Appropriate Forms Provided In 19.2. 19.3. 19.4. 19.5. 19.6. 19.7. Section Viii. Bidding Forms On Or Before The Deadline Specified In The Itb Clauses 21 In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously. The First Shall Contain The Technical Component Of The Bid, Including The Eligibility Requirements Under Itb Clause 12.1, And The Second Shall Contain The Financial Component Of The Bid. 19.8. Forms As Mentioned In Itb Clause 19.1 Must Be 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. 19.9. The Bidder Shall Prepare And Submit An Original Of The First And Second Envelopes As Described In Itb Clauses 12 And 13. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.10. The Bid, Except For Unamended Printed Literature, Shall Be Signed, And Each And Every Page Thereof Shall Be Initialed, By The Duly Authorized Representative/s Of The Bidder. 19.11. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder. 20. Sealing And Marking Of Bids 20.1. Unless Otherwise Indicated In The Bds, Bidders Shall Enclose Their Original Eligibility And Technical Documents Described In Itb Clause 12 In One Sealed Envelope Marked “original - Technical Component”, And The Original Of Their Financial Component In Another Sealed Envelope Marked “original - Financial Component”, Sealing Them All In An Outer Envelope Marked “original Bid”. 20.2. Each Copy Of The First And Second Envelopes Shall Be Similarly Sealed Duly Marking The Inner Envelopes As “copy No. ___ - Technical Component” And “copy No. ___ – Financial Component” And The Outer Envelope As “copy No. ___”, Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. 20.3. The Original And The Number Of Copies Of The Bid As Indicated In The Bds Shall Be Typed Or Written In Indelible Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. 20.4. All Envelopes Shall: (a) Contain The Name Of The Contract To Be Bid In Capital Letters; (b) Bear The Name And Address Of The Bidder In Capital Letters; (c) Be Addressed To The Procuring Entity’s Bac In Accordance With Itb Clause 1.1; (d) Bear The Specific Identification Of This Bidding Process Indicated In The Itb Clause 1.2; And (e) Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of Bids, In Accordance With Itb Clause 21. 20.5. If Bids Are Not Sealed And Marked As Required, The Procuring Entity Will Assume No Responsibility For The Misplacement Or Premature Opening Of The Bid. D. Submission And Opening Of Bids 21. Deadline For Submission Of Bids Bids Must Be Received By The Procuring Entity’s Bac At The Address And On Or Before The Date And Time Indicated In The Bds. 22. Late Bids Any Bid Submitted After The Deadline For Submission And Receipt Of Bids Prescribed By The Procuring Entity, Pursuant To Itb Clause 21, Shall Be Declared “late” And Shall Not Be Accepted By The Procuring Entity. 23. Modification And Withdrawal Of Bids 23.1. The Bidder May Modify Its Bid After It Has Been Submitted; Provided That The Modification Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Bidder Shall Not Be Allowed To Retrieve Its Original Bid, But Shall Be Allowed To Submit Another Bid Equally Sealed, Properly Identified, Linked To Its Original Bid Marked As “technical Modification” Or “financial Modification” And Stamped “received” By The Bac. Bid Modifications Received After The Applicable Deadline Shall Not Be Considered And Shall Be Returned To The Bidder Unopened. 23.2. A Bidder May, Through A Letter Of Withdrawal, Withdraw Its Bid After It Has Been Submitted, For Valid And Justifiable Reason; Provided That The Letter Of Withdrawal Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. 23.3. Bids Requested To Be Withdrawn In Accordance With Itb Clause 23.1 Shall Be Returned Unopened To The Bidders. A Bidder May Also Express Its Intention Not To Participate In The Bidding Through A Letter Which Should Reach And Be Stamped By The Bac Before The Deadline For Submission And Receipt Of Bids. A Bidder That Withdraws Its Bid Shall Not Be Permitted To Submit Another Bid, Directly Or Indirectly, For The Same Contract. 23.4. No Bid May Be Modified After The Deadline For Submission Of Bids. No Bid May Be Withdrawn In The Interval Between The Deadline For Submission Of Bids And The Expiration Of The Period Of Bid Validity Specified By The Bidder On The Financial Bid Form. Withdrawal Of A Bid During This Interval Shall Result In The Forfeiture Of The Bidder’s Bid Security, Pursuant To Itb Clause 18.5, And The Imposition Of Administrative, Civil And Criminal Sanctions As Prescribed By Ra 9184 And Its Irr. 24. Opening And Preliminary Examination Of Bids 24.1. The Bac Shall Open The First Bid Envelopes Of Bidders In Public As Specified In The Bds To Determine Each Bidder’s Compliance With The Documents Prescribed In Itb Clause 12. For This Purpose, The Bac Shall Check The Submitted Documents Of Each Bidder Against A Checklist Of Required Documents To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion. If A Bidder Submits The Required Document, It Shall Be Rated “passed” For That Particular Requirement. In This Regard, Bids That Fail To Include Any Requirement Or Are Incomplete Or Patently Insufficient Shall Be Considered As “failed”. Otherwise, The Bac Shall Rate The Said First Bid Envelope As “passed”. 24.2. Immediately After Determining Compliance With The Requirements In The First Envelope, The Bac Shall Forthwith Open The Second Bid Envelope Of Each Remaining Eligible Bidder Whose First Bid Envelope Was Rated “passed”. The Second Envelope Of Each Complying Bidder Shall Be Opened Within The Same Day. In Case One Or More Of The Requirements In The Second Envelope Of A Particular Bid Is Missing, Incomplete Or Patently Insufficient, And/or If The Submitted Total Bid Price Exceeds The Abc Unless Otherwise Provided In Itb Clause 13.2, The Bac Shall Rate The Bid Concerned As “failed”. Only Bids That Are Determined To Contain All The Bid Requirements For Both Components Shall Be Rated “passed” And Shall Immediately Be Considered For Evaluation And Comparison. 24.3. Letters Of Withdrawal Shall Be Read Out And Recorded During Bid Opening, And The Envelope Containing The Corresponding Withdrawn Bid Shall Be Returned To The Bidder Unopened. If The Withdrawing Bidder’s Representative Is In Attendance, The Original Bid And All Copies Thereof Shall Be Returned To The Representative During The Bid Opening. If The Representative Is Not In Attendance, The Bid Shall Be Returned Unopened By Registered Mail. The Bidder May Withdraw Its Bid Prior To The Deadline For The Submission And Receipt Of Bids, Provided That The Corresponding Letter Of Withdrawal Contains A Valid Authorization Requesting For Such Withdrawal, Subject To Appropriate Administrative Sanctions. 24.4. If A Bidder Has Previously Secured A Certification From The Procuring Entity To The Effect That It Has Previously Submitted The Above-enumerated Class “a” Documents, The Said Certification May Be Submitted In Lieu Of The Requirements Enumerated In Itb Clause 12.1(a), Items (i) To (v). 24.5. In The Case Of An Eligible Foreign Bidder As Described In Itb Clause 5, The Class “a” Documents Described In Itb Clause 12.1(a) May Be Substituted With The Appropriate Equivalent Documents, If Any, Issued By The Country Of The Foreign Bidder Concerned. 24.6. Each Partner Of A Joint Venture Agreement Shall Likewise Submit The Requirements In Itb Clauses 12.1(a)(i) And 12.1(a)(ii). Submission Of Documents Required Under Itb Clauses 12.1(a)(iii) To 12.1(a)(v) By Any Of The Joint Venture Partners Constitutes Compliance. 24.7. A Bidder Determined As “failed” Has Three (3) Calendar Days Upon Written Notice Or, If Present At The Time Of Bid Opening, Upon Verbal Notification, Within Which To File A Request Or Motion For Reconsideration With The Bac: Provided, However, That The Motion For Reconsideration Shall Not Be Granted If It Is Established That The Finding Of Failure Is Due To The Fault Of The Bidder Concerned: Provided, Further, That The Bac Shall Decide On The Request For Reconsideration Within Seven (7) Calendar Days From Receipt Thereof. If A Failed Bidder Signifies His Intent To File A Motion For Reconsideration, The Bac Shall Keep The Bid Envelopes Of The Said Failed Bidder Unopened And/or Duly Sealed Until Such Time That The Motion For Reconsideration Or Protest Has Been Resolved. 24.8. The Procuring Entity Shall Prepare The Minutes Of The Proceedings Of The Bid Opening That Shall Include, As A Minimum: (a) Names Of Bidders, Their Bid Price, Bid Security, Findings Of Preliminary Examination; And (b) Attendance Sheet. The Bac Members Shall Sign The Abstract Of Bids As Read. E. Evaluation And Comparison Of Bids 25. Process To Be Confidential 25.1. Members Of The Bac, Including Its Staff And Personnel, As Well As Its Secretariat And Twg, Are Prohibited From Making Or Accepting Any Kind Of Communication With Any Bidder Regarding The Evaluation Of Their Bids Until The Issuance Of The Notice Of Award, Unless Otherwise Allowed In The Bds Or In The Case Of Itb Clause 26. 25.2. Any Effort By A Bidder To Influence The Procuring Entity In The Procuring Entity’s Decision In Respect Of Bid Evaluation, Bid Comparison Or Contract Award Will Result In The Rejection Of The Bidder’s Bid. 26. Clarification Of Bids To Assist In The Evaluation, Comparison, And Post-qualification Of The Bids, The Procuring Entity May Ask In Writing Any Bidder For A Clarification Of Its Bid. All Responses To Requests For Clarification Shall Be In Writing. Any Clarification Submitted By A Bidder In Respect To Its Bid And That Is Not In Response To A Request By The Procuring Entity Shall Not Be Considered. 27. Domestic Preference 27.1. Unless Otherwise Stated In The Bds, The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With The Following: (a) The Preference Shall Be Applied When (i) The Lowest Foreign Bid Is Lower Than The Lowest Bid Offered By A Domestic Bidder, Or (ii) The Lowest Bid Offered By A Non-philippine National Is Lower Than The Lowest Bid Offered By A Domestic Entity. (b) For Evaluation Purposes, The Lowest Foreign Bid Or The Bid Offered By A Non-philippine National Shall Be Increased By Fifteen Percent (15%). (c) In The Event That (i) The Lowest Bid Offered By A Domestic Entity Does Not Exceed The Lowest Foreign Bid As Increased, Or (ii) The Lowest Bid Offered By A Non-philippine National As Increased, Then The Procuring Entity Shall Award The Contract To The Domestic Bidder/entity At The Amount Of The Lowest Foreign Bid Or The Bid Offered By A Non-philippine National, As The Case May Be. (d) If The Domestic Entity/bidder Refuses To Accept The Award Of Contract At The Amount Of The Foreign Bid Or Bid Offered By A Non-philippine National Within Two (2) Calendar Days From Receipt Of Written Advice From The Bac, The Procuring Entity Shall Award To The Bidder Offering The Foreign Bid Or The Non-philippine National, As The Case May Be, Subject To Post-qualification And Submission Of All The Documentary Requirements Under These Bidding Documents. 27.2. A Bidder May Be Granted Preference As A Domestic Entity Subject To The Certification From The Dti (in Case Of Sole Proprietorships), Sec (in Case Of Partnerships And Corporations), Or Cda (in Case Of Cooperatives) That The (a) Sole Proprietor Is A Citizen Of The Philippines Or The Partnership, Corporation, Cooperative, Or Association Is Duly Organized Under The Laws Of The Philippines With At Least Seventy Five Percent (75%) Of Its Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, (b) Habitually Established In Business And Habitually Engaged In The Manufacture Or Sale Of The Merchandise Covered By His Bid, And (c) The Business Has Been In Existence For At Least Five (5) Consecutive Years Prior To The Advertisement And/or Posting Of The Invitation To Bid For This Project. 27.3. A Bidder May Be Granted Preference As A Domestic Bidder Subject To The Certification From The Dti That The Bidder Is Offering Unmanufactured Articles, Materials Or Supplies Of The Growth Or Production Of The Philippines, Or Manufactured Articles, Materials, Or Supplies Manufactured Or To Be Manufactured In The Philippines Substantially From Articles, Materials, Or Supplies Of The Growth, Production, Or Manufacture, As The Case May Be, Of The Philippines. 28. Detailed Evaluation And Comparison Of Bids 28.1. The Procuring Entity Will Undertake The Detailed Evaluation And Comparison Of Bids Which Have Passed The Opening And Preliminary Examination Of Bids, Pursuant To Itb Clause 24, In Order To Determine The Lowest Calculated Bid. 28.2. The Lowest Calculated Bid Shall Be Determined In Two Steps: (a) The Detailed Evaluation Of The Financial Component Of The Bids, To Establish The Correct Calculated Prices Of The Bids; And (b) The Ranking Of The Total Bid Prices As So Calculated From The Lowest To The Highest. The Bid With The Lowest Price Shall Be Identified As The Lowest Calculated Bid. 28.3. The Procuring Entity's Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. Unless Otherwise Specified In The Bds, The Bac Shall Consider The Following In The Evaluation Of Bids: (a) Completeness Of The Bid. Unless The Itb Specifically Allows Partial Bids, Bids Not Addressing Or Providing All Of The Required Items In The Schedule Of Requirements Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Procuring Entity; And (b) Arithmetical Corrections. Consider Computational Errors And Omissions To Enable Proper Comparison Of All Eligible Bids. It May Also Consider Bid Modifications, If Allowed In The Bds. Any Adjustment Shall Be Calculated In Monetary Terms To Determine The Calculated Prices. 28.4. Based On The Detailed Evaluation Of Bids, Those That Comply With The Above-mentioned Requirements Shall Be Ranked In The Ascending Order Of Their Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, To Identify The Lowest Calculated Bid. Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, Which Exceed The Abc Shall Not Be Considered. 28.5. Unless Otherwise Indicated In The Bds, The Procuring Entity’s Evaluation Of Bids Shall Only Be Based On The Bid Price Quoted In The Financial Bid Form. 28.6. Bids Shall Be Evaluated On An Equal Footing To Ensure Fair Competition. For This Purpose, All Bidders Shall Be Required To Include In Their Bids The Cost Of All Taxes, Such As, But Not Limited To, Value Added Tax (vat), Income Tax, Local Taxes, And Other Fiscal Levies And Duties Which Shall Be Itemized In The Bid Form And Reflected In The Detailed Estimates. Such Bids, Including Said Taxes, Shall Be The Basis For Bid Evaluation And Comparison. 29. Post-qualification 29.1. The Procuring Entity Shall Determine To Its Satisfaction Whether The Bidder That Is Evaluated As Having Submitted The Lowest Calculated Bid (lcb) Complies With And Is Responsive To All The Requirements And Conditions Specified In Itb Clauses 5, 12, And 13. 29.2. Within A Non-extendible Period Of Three (3) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lcb, The Bidder Shall Submit The Following Documentary Requirements: (a) Tax Clearance Per Executive Order 398, Series Of 2005; (b) Latest Income And Business Tax Returns In The Form Specified In The Bds; (c) Certificate Of Philgeps Registration; And (d) Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. Failure Of The Bidder Declared As Lowest Calculated Bid To Duly Submit The Requirements Under This Clause Or A Finding Against The Veracity Of Such Shall Be Ground For Forfeiture Of The Bid Security And Disqualification Of The Bidder For Award. 29.3. The Determination Shall Be Based Upon An Examination Of The Documentary Evidence Of The Bidder’s Qualifications Submitted Pursuant To Itb Clauses 12 And 13, As Well As Other Information As The Procuring Entity Deems Necessary And Appropriate, Using A Non-discretionary “pass/fail” Criterion. 29.4. If The Bac Determines That The Bidder With The Lowest Calculated Bid Passes All The Criteria For Post-qualification, It Shall Declare The Said Bid As The Lowest Calculated Responsive Bid, And Recommend To The Head Of The Procuring Entity The Award Of Contract To The Said Bidder At Its Submitted Price Or Its Calculated Bid Price, Whichever Is Lower. 29.5. A Negative Determination Shall Result In Rejection Of The Bidder’s Bid, In Which Event The Procuring Entity Shall Proceed To The Next Lowest Calculated Bid To Make A Similar Determination Of That Bidder’s Capabilities To Perform Satisfactorily. If The Second Bidder, However, Fails The Post Qualification, The Procedure For Post Qualification Shall Be Repeated For The Bidder With The Next Lowest Calculated Bid, And So On Until The Lowest Calculated Responsive Bid Is Determined For Contract Award. 29.6. Within A Period Not Exceeding Seven (7) Calendar Days From The Date Of Receipt Of The Recommendation Of The Bac, The Head Of The Procuring Entity Shall Approve Or Disapprove The Said Recommendation. In The Case Of Goccs And Gfis, The Period Provided Herein Shall Be Fifteen (15) Calendar Days. 30. Reservation Clause 30.1. Notwithstanding The Eligibility Or Post-qualification Of A Bidder, The Procuring Entity Concerned Reserves The Right To Review Its Qualifications At Any Stage Of The Procurement Process If It Has Reasonable Grounds To Believe That A Misrepresentation Has Been Made By The Said Bidder, Or That There Has Been A Change In The Bidder’s Capability To Undertake The Project From The Time It Submitted Its Eligibility Requirements. Should Such Review Uncover Any Misrepresentation Made In The Eligibility And Bidding Requirements, Statements Or Documents, Or Any Changes In The Situation Of The Bidder Which Will Affect Its Capability To Undertake The Project So That It Fails The Preset Eligibility Or Bid Evaluation Criteria, The Procuring Entity Shall Consider The Said Bidder As Ineligible And Shall Disqualify It From Submitting A Bid Or From Obtaining An Award Or Contract. 30.2. Based On The Following Grounds, The Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding At Any Time Prior To The Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability, And Make No Assurance That A Contract Shall Be Entered Into As A Result Of The Bidding: (a) If There Is Prima Facie Evidence Of Collusion Between Appropriate Public Officers Or Employees Of The Procuring Entity, Or Between The Bac And Any Of The Bidders, Or If The Collusion Is Between Or Among The Bidders Themselves, Or Between A Bidder And A Third Party, Including Any Act Which Restricts, Suppresses Or Nullifies Or Tends To Restrict, Suppress Or Nullify Competition; (b) If The Procuring Entity’s Bac Is Found To Have Failed In Following The Prescribed Bidding Procedures; Or (c) For Any Justifiable And Reasonable Ground Where The Award Of The Contract Will Not Redound To The Benefit Of The Gop As Follows: (i) If The Physical And Economic Conditions Have Significantly Changed So As To Render The Project No Longer Economically, Financially Or Technically Feasible As Determined By The Head Of The Procuring Entity; (ii) If The Project Is No Longer Necessary As Determined By The Head Of The Procuring Entity; And (iii) If The Source Of Funds For The Project Has Been Withheld Or Reduced Through No Fault Of The Procuring Entity. 30.3. In Addition, The Procuring Entity May Likewise Declare A Failure Of Bidding When: (a) No Bids Are Received; (b) All Prospective Bidders Are Declared Ineligible; (c) All Bids Fail To Comply With All The Bid Requirements Or Fail Post-qualification; Or (d) The Bidder With The Lowest Calculated Responsive Bid (lcrb) Refuses, Without Justifiable Cause To Accept The Award Of Contract, And No Award Is Made. F. Award Of Contract 31. Contract Award 31.1. Subject To Itb Clause 29, The Procuring Entity Shall Award The Contract To The Bidder Whose Bid Has Been Determined To Be The Lcrb. 31.2. Prior To The Expiration Of The Period Of Bid Validity, The Procuring Entity Shall Notify The Successful Bidder In Writing That Its Bid Has Been Accepted, Through A Notice Of Award Received Personally Or Sent By Registered Mail Or Electronically, Receipt Of Which Must Be Confirmed In Writing Within Two (2) Days By The Bidder With The Lcrb And Submitted Personally Or Sent By Registered Mail Or Electronically To The Procuring Entity. 31.3. Notwithstanding The Issuance Of The Notice Of Award, Award Of Contract Shall Be Subject To The Following Conditions: (a) Submission Of The Valid Jva, If Applicable, Within Ten (10) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That The Bidder Has The Lcrb; (b) Posting Of The Performance Security In Accordance With Itb Clause 33; (c) Signing Of The Contract As Provided In Itb Clause 32; And (d) Approval By Higher Authority, If Required. 31.4. At The Time Of Contract Award, The Procuring Entity Shall Not Increase Or Decrease The Quantity Of Goods Originally Specified In Section Vi. Schedule Of Requirements. 32. Signing Of The Contract 32.1. At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Contract Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 32.2. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award, The Successful Bidder Shall Post The Required Performance Security And Sign And Date The Contract And Return It To The Procuring Entity. 32.3. The Procuring Entity Shall Enter Into Contract With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 32.4. The Following Documents Shall Form Part Of The Contract: (a) Contract Agreement; (b) Bidding Documents; (c) Winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted; (d) Performance Security; (e) Credit Line In Accordance With Itb Clause 5.5, If Applicable; (f) Notice Of Award Of Contract; And (g) Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. 33. Performance Security 33.1. To Guarantee The Faithful Performance By The Winning Bidder Of Its Obligations Under The Contract, It Shall Post A Performance Security Within A Maximum Period Of Ten (10) Calendar Days From The Receipt Of The Notice Of Award From The Procuring Entity And In No Case Later Than The Signing Of The Contract. 33.2. The Performance Security Shall Be Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity In An Amount Equal To The Percentage Of The Total Contract Price In Accordance With The Following Schedule: Form Of Performance Security Amount Of Performance Security (equal To Percentage Of The Total Contract Price) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. Five Percent (5%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Thirty Percent (30%) (d) Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To Total Amount Of Security 33.3. Failure Of The Successful Bidder To Comply With The Above-mentioned Requirement Shall Constitute Sufficient Ground For The Annulment Of The Award And Forfeiture Of The Bid Security, In Which Event The Procuring Entity Shall Initiate And Complete The Post Qualification Of The Second Lowest Calculated Bid. The Procedure Shall Be Repeated Until The Lcrb Is Identified And Selected For Contract Award. However If No Bidder Passed Post-qualification, The Bac Shall Declare The Bidding A Failure And Conduct A Re-bidding With Re-advertisement. 34. Notice To Proceed 34.1. Within Three (3) Calendar Days From The Date Of Approval Of The Contract By The Appropriate Government Approving Authority, The Procuring Entity Shall Issue Its Notice To Proceed To The Bidder. 34.2. The Date Of The Bidder’s Receipt Of The Notice To Proceed Will Be Regarded As The Effective Date Of The Contract, Unless Otherwise Specified In The Bds. Section Iii. Bid Data Sheet Notes On The Bid Data Sheet Section Iii Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb Included In Section Ii, 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, The Applicable Rules Regarding Bid Price And Currency, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing Section Iii, The Following Aspects Should Be Checked: (a) Information That Specifies And Complements Provisions Of Section Ii Must Be Incorporated. (b) Amendments And/or Supplements, If Any, To Provisions Of Section Ii As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is Lgu-mapanas 1.2 The Lot(s) And Reference Is/are: Procurement Of Livelihood Supplies & Materials For Parents Of Child Laborers For Peso-lgu-mapanas, Northern Samar 2 The Funding Source Is: Select One, Delete The Other: If The Funding Source Is Gop: The Government Of The Philippines (gop) Through Dole-ro8 Trust Fund For Fy-2024 In The Amount Of One Million Eight Hundred Thirty Thousand Pesos Only (php1,830,000.00). Note: In The Case Of National Government Agencies, The General Appropriations Act And/or Continuing Appropriations; In The Case Of Government-owned And/or –controlled Corporations, Government Financial Institutions, And State Universities And Colleges, The Corporate Budget For The Contract Approved By The Governing Boards; In The Case Of Local Government Units, The Budget For The Contract Approved By The Respective Sanggunian. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution: The [state The Foreign Government/foreign Or International Financing Institution, (e.g. Asian Development Bank, Japan International Cooperative Agency, Or World Bank)] Through [indicate The Loan/credit/grant No.] In The Amount Of [insert Amount Of Funds]. The Name Of The Project Is Procurement Of Livelihood Supplies & Materials For Parents Of Child Laborers For Peso-lgu Mapanas, Northern Samar. 5.1 Select One, Delete The Other. If The Funding Source Is Gop, State Here: No Further Instructions. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution: Eligible Bidders Are As Defined In The [state The Applicable Procurement Guidelines And, If Applicable, The Web Page Where It May Be Downloaded]. 5.2 Select One, Delete The Other. None Of The Circumstances Mentioned In The Itb Clause Exists In This Project. Foreign Bidders, Except Those Falling Under Itb Clause 5.2(b), May Not Participate In This Project. Or Foreign Bidders May Participate In This Project In View Of The Following Circumstance(s): [state Which Of The Circumstance(s) Mentioned In The Itb Clause Exists In The Project.] 5.4 Select One, Delete The Other. If The Funding Source Is Gop, Maintain The Itb Clause And Insert Any Of The Following: For The Procurement Of Non-expendable Supplies: The Bidder Must Have Completed, Within The Period Specified In The Invitation To Bid And Itb Clause 12.1(a)(iii), A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. Or For The Procurement Of Expendable Supplies: The Bidder Must Have Completed, Within The Period Specified In The Invitation To Bid And Itb Clause 12.1(a)(iii), A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. Or For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of The Provisions Of Section 23.5.1.3 Of The Irr Of Ra 9184 Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: In View Of The Determination By The Procuring Entity That Imposition Of The Provisions Of Section 23.5.1.3 Of The Irr Of Ra 9184 Will Likely Result To [state “failure Of Bidding” Or “monopoly That Will Defeat The Purpose Of Public Bidding”], The Bidder Should Comply With The Following Requirements: A) Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least [state “fifty Percent (50%)” In The Case Of Non-expendable Supplies Or “twenty-five Percent (25%)” In The Case Of Expendable Supplies] Of The Abc For This Project; And B) The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Maintain Itb Clause And State “no Further Instructions” Or Explain The Applicable Eligibility Criterion. For This Purpose, Similar Contracts Shall Refer To Procurement Of Grocery Items For The Supplemental Feeding “no Further Instructions”]. 5.5 Select One, Delete The Other. If The Contract Is Funded By Gop, Maintain The Itb Clause And State Here: No Further Instructions. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Retain Itb Clause Or State The Relevant Eligibility Criterion. 6.3 Select One, Delete The Rest. If The Funding Source Is Gop, Maintain The Itb Clause And State Here: No Further Instructions. If The Funding Source Is The Adb, Jica, Or Wb, State The Following: Only Those Bids That Omit The Following Documents Will Be Automatically Rejected: (a) The Bid Security In Accordance With Itb Clause 17.2; (b) Financial Proposal Submission Sheet And The Applicable Price Schedules, In Accordance With Itb Clauses 15.1 And 15.4. For All Other Omissions, The Procuring Entity Reserves The Right To Seek Clarification Of Bids In Accordance With Itb Clause 26 Or At Its Sole Discretion, To Reject The Bid If The Omission Is Regarded As A Matter Of Substance. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, List Documents The Omission Of Which Shall Result To The Outright Rejection And Disqualification Of Bids. 7 Select One, Delete The Rest. If The Funding Source Is Gop, Maintain The Itb Clause And State Here: No Further Instructions. If The Funding Source Is The Adb Using Ordinary Capital Or Special Funds Resources: Eligible Goods And Services Shall Have Their Origin In Eligible Source Countries As Described In Guidelines For Procurement Under Asian Development Bank Loans And As Described On Asian Development Bank’s Web Page Www.adb.org If The Funding Source Is The Jica: Eligible Goods And Services Shall Have Their Origin In Eligible Source Countries. In The Event That The Goods Offered By The Bidder Do Not Have Their Origin In Eligible Source Countries The Contract Will Still Be Eligible For Financing Under Jica Oda Loans If The Combined Costs Of Such Goods Are Less Than Fifty Percent (50%) Of The Price Of The Said Contract. If The Funding Source Is A Foreign Government Or A Foreign/ International Financing Institution, Maintain Itb Clause And State “no Further Instructions”, Or Indicate The List Of Eligible Source Countries As Origin Of Goods. 8.1 Select One, Delete The Other. If The Funding Source Is The Gop, State Either “subcontracting Is Not Allowed.” Or Specify The Portions Of Goods And The Maximum Percentage Allowed To Be Subcontracted. If The Funding Source Is A Foreign Government Or Another Foreign Or International Financing Institution, State Here The Maximum Percentage Of Goods Allowed To Be Subcontracted Or “no Further Instructions.” 8.2 If Subcontracting Is Allowed, Specify The Eligibility Criteria That Subcontractors Must Comply With, Including The Corresponding Documentary Requirements Therefor; Otherwise, State “not Applicable”. 9.1 The Procuring Entity Will Hold A Pre-bid Conference For This Project On February 27, 2025 At 10:00a.m At Executive Conference Room, 2nd Floor Of New Multi-purpose Building, Mapanas, Northern Samar. Note: The Pre-bid Conference Shall Be Held At Least Twelve (12) Calendar Days Before The Deadline For The Submission Of And Receipt Of Bids. If The Procuring Entity Determines That, By Reason Of The Method, Nature, Or Complexity Of The Contract To Be Bid, Or When International Participation Will Be More Advantageous To The Gop, A Longer Period For The Preparation Of Bids Is Necessary, The Pre-bid Conference Shall Be Held At Least Thirty (30) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. 10.1 The Procuring Entity’s Address Is: Barangay Del Norte, Mapanas, Northern Samar Hon. Ronn Michael L. Tejano 09151109452 M_tejano@hotmail.com 12.1 Select One, Delete The Rest. If The Funding Source Is The Gop: No Further Instructions. If The Funding Source Is Adb Or Wb: No Eligibility Check. During Bid Opening, Technical Proposals That Lack Any Of The Following Documents Shall Be Rejected And Returned To The Bidder Together With Its Unopened Price Proposal: (a) Technical Proposal Submission Sheet; (b) Evidence Of Financial, Technical, And Production Capability; (c) Audited Financial Statements; (d) Nfcc Or Credit Line Certificate; (e) Bid Security; And (f) Authority Of The Signatory. If The Funding Source Is Jbic, State The Following: No Eligibility Check. All Documents Described In Itb Clause 12.1 Shall Be Included In The Technical Proposal. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Other Than Those Mentioned Above, Maintain The Itb Clause And State “no Further Instructions” Or State The Corresponding Eligibility Requirements, If Any. 12.1(a)(i) List Any Additional Acceptable Proof Of Registration Mentioned In The Itb Clause Or State “no Other Acceptable Proof Of Registration Is Recognized.” 12.1(a)(iii) The Statement Of All Ongoing And Completed Government And Private Contracts Shall Include All Such Contracts Within [state Relevant Period As Provided In The Invitation To Bid] Prior To The Deadline For The Submission And Receipt Of Bids. 13.1 List Any Additional Requirements Or State “no Additional Requirements” 13.2 Select One, Delete The Other. If The Funding Source Is The Gop: The Abc Is [insert Amount]. Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Adopt The Provision For Gop Or State The Applicable Rule. 15.4(a)(iii) List Here The Incidental Services That Are Required As Part Of The Bidder’s Bid Cross Referencing To The Technical Specifications And Scc As Appropriate. If None, State “no Incidental Services Are Required.” 15.4(b) Maintain The Itb Clause And State Here “not Applicable”, “the Price Of The Goods Shall Be Quoted Ddp [state Place Of Destination]”, Or The Applicable Incoterm For This Project. List Here The Incidental Services That Are Required As Part Of The Bidder’s Bid Cross Referencing To The Technical Specifications And Scc As Appropriate. If None, State “no Incidental Services Are Required.” 15.5 Select One, Delete The Rest. If The Funding Source Is The Gop Or Wb: Bid Prices Shall Be Fixed. Adjustable Price Proposals Shall Be Treated As Non-responsive And Shall Be Rejected. If The Funding Source Is The Jbic Or Adb, And The Contract Is Of Over Twelve (12) Months Duration, Insert The Appropriate Special Condition Of Contract And State The Following: Adjustments Are Authorized In Accordance With The Price Adjustment Provisions Specified In The Corresponding Scc Provision Of Gcc Clause 9. If The Funding Source Is A Foreign Government Or A Foreign Or International Financing Institution, Maintain The Itb Clause And State “no Further Instructions” Or Insert The Relevant Provision(s) And The Condition(s) Thereto, If Any. 15.6 If The Funding Source Is The Gop: Extraordinary Circumstances Refer To Events That May Be Determined By The National Economic And Development Authority In Accordance With The Civil Code Of The Philippines, And Upon The Recommendation Of The Procuring Entity If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Retain The Itb Clause And State “no Further Instructions”, Otherwise, Specify The Extraordinary Circumstances Allowing Price Escalation. 16.1(b) Select One, Delete The Other: The Bid Prices For Goods Supplied From Outside Of The Philippines Shall Be Quoted In Philippine Pesos. Or The Bid Prices For Goods Supplied From Outside Of The Philippines Shall Be Quoted Either In Philippine Pesos Or United States Dollars At The Discretion Of The Bidder. 16.3 Select One, Delete The Other. If The Funding Source Is Gop, Maintain The Itb Clause And State Here: No Further Instructions. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution: Payment Shall Be Made In [insert Currency]. 17.1 Bids Will Be Valid Until 120 Calendar Days. 18.1 Select One, Delete The Rest. If The Funding Source Is The Gop Or Wb: The Bid Security Shall Be In The Following Amount: 1. 16,789.31, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. 41,973.29 If Bid Security Is In Surety Bond; Or 3. Any Combination Of The Foregoing Proportionate To The Share Of Form With Respect To Total Amount Of Security. If The Funding Source Is The Adb Or Jica: The Bid Security Shall Be In The Following Amount [insert 2.5% Of The Abc]. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Retain The Itb Clause And State “no Further Instructions”, Or State The Acceptable Form/s Of Bid Security And The Amount Thereof. 18.2 The Bid Security Shall Be Valid Until [insert Date]. 18.5(a)(iv) If The Funding Source Is Gop Or Wb, Maintain The Itb Clause And Include The Following As Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use Of One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post-qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons. If The Funding Source Is Adb, Maintain The Itb Clause And State Here: No Further Instructions. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Maintain The Itb Clause And State “no Further Instructions” Or State Additional Grounds For Forfeiture Of Bid Security. 18.5(b)(iii) Select One, Delete The Other. If The Funding Source Is Gop, Adb, Or Wb, Maintain The Itb Clause And State Here: No Further Instructions. If The Funding Source Is Jbic, State The Following: Failure To Enter Into A Jv In The Form Submitted As Part Of The Bidders Bid If The Bid Is Made By Two Or More Potential Jv Partners. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Retain Itb Clause And State “no Further Instructions”, Or List The Additional Grounds For Forfeiture Of Bid Security Of A Successful Bidder. 20.1 Select One, Delete The Other. If The Funding Source Is Gop, Maintain The Itb Clause And State Here: No Further Instructions. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Maintain The Itb Clause And State “no Further Instructions”, Or State The Applicable Procedure For The Sealing And Marking Of Bids. 20.3 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 21 The Address For Submission Of Bids Is At Bac Office, Brgy. Del Norte, Mapanas, Northern Samar. The Deadline For Submission Of Bids Is March 10, 2025 24.1 The Place Of Bid Opening Is At The Executive Conference Room, 2nd Floor Of New Multi-purpose Building, Mapanas, Northern Samar. The Date And Time Of Bid Opening Is March 10, 2025 At 10:00 A.m 25.1 Select One, Delete The Other. If The Funding Source Is Gop, Maintain The Itb Clause And State Here: No Further Instructions. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Maintain The Itb Clause And State “no Further Instructions”, Or Specify The Additional Conditions And/or Exceptions To The Rule, If Any. 27.1 Select One, Delete The Other. If The Funding Source Is The Gop, State “no Further Instructions.” If The Funding Source Is The Adb, Jbic, Or Wb: No Domestic Preference Is Applicable To National/local Competitive Bidding. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Maintain The Itb Clause And State “no Further Instructions” Or Indicate Applicability Or Inapplicability Of Domestic Preference, As The Case May Be. 28.3 Select One, Delete The Other. If The Funding Source Is Gop Or Wb, Adopt The Following Provision: Grouping And Evaluation Of Lots – Lots Should Be Formed Of Similar Items That Are Likely To Attract The Maximum Competition. A Lot Is The Quantity And Number Of Items That Will Be Included In A Single Contract. For Example: Option 1 – Each Item To Be Evaluated And Compared With Other Bids Separately And Recommended For Contract Award Separately. Option 2 - All Items To Be Grouped Together To Form One Complete Lot That Will Be Awarded To One Bidder To Form One Complete Contract. Option 3 - Similar Items, To Be Grouped Together To Form Several Lots That Shall Be Evaluated And Awarded As Separate Contracts. Select One Of The Following Paragraphs And Delete The Other: The Goods Are Grouped In A Single Lot And The Lot Shall Not Be Divided Into Sub-lots For The Purpose Of Bidding, Evaluation, And Contract Award. Or All Goods Are Grouped In Lots Listed Below. Bidders Shall Have The Option Of Submitting A Proposal On Any Or All Lots And Evaluation And Contract Award Will Be Undertaken On A Per Lot Basis. Lots Shall Not Be Divided Further Into Sub-lots For The Purpose Of Bidding, Evaluation, And Contract Award. [insert Grouping Of Lots] Note: If Funding Source Is Adb Or Jica, Adopt Only The Provision On Grouping And Evaluation Of Lots Mentioned Above And Delete The Rest. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Retain The Itb Clause And State “no Further Instructions” Or, Insert Applicable Provisions. 28.3(b) State Whether Bid Modification Is Allowed Or Not. 28.5 Select One, Delete The Other. If The Funding Source Is Gop, Maintain The Itb Clause And State Here: No Further Instructions. If The Funding Source Is Adb, Jbic, Or Wb: Select One, Delete The Other. No Additional Criteria Or In Addition To The Criteria Listed In Itb Clause 28.3 And 28.5, The Following Applicable Additional Criteria And Its Corresponding Quantification Method Specified In This Clause Will Be Used To Evaluate And Compare Bids: Delivery Schedule – If The Funding Source Is Adb Or Jica, Select One Quantification Method For This Criterion And Delete The Rest. If The Funding Source Is Wb, The Clause On This Criterion May Be Deleted If Not Applicable. The Procuring Entity Requires That The Goods Under The Invitation To Bid Shall Be Delivered (shipped) At The Time Specified In Section Vi. Schedule Of Requirements. The Estimated Time Of Arrival Of The Goods At The Project Site Will Be Calculated For Each Bid After Allowing For Reasonable International And Inland Transportation Time. Treating The Bid Resulting In The Earliest Time Of Arrival As The Base, A Delivery “adjustment” Will Be Calculated For Other Bids By Applying A [insert Percentage] Of The Exw Plus Delivery To Final Destination/ddp Price For Each Week Of Delay Beyond The Base, And This Will Be Added To The Bid Price For Evaluation. No Credit Shall Be Given To Early Delivery. Or The Goods Covered Under The Invitation To Bid Are Required To Be Delivered (shipped) Within An Acceptable Range Of Weeks Specified In The Schedule Of Requirement. No Credit Will Be Given To Earlier Deliveries, And Bids Offering Delivery Beyond This Range Will Be Treated As Non-responsive. Within This Acceptable Range, An Adjustment Per Week Of [insert Percentage] Will Be Added For Evaluation To The Bid Price Of Bids Offering Deliveries Later Than The Earliest Delivery Period Specified In Section Vi. Schedule Of Requirements. Or The Goods Covered Under The Invitation To Bid Are Required To Be Delivered (shipped) In Partial Shipments, As Specified In Section Vi. Schedule Of Requirements. Bids Offering Deliveries Earlier Or Later Than The Specified Deliveries Will Be Adjusted In The Evaluation By Adding To The Bid Price A Factor Equal To [insert Percentage] Of Deliveries Price Per Week Of Variation From The Specified Delivery Schedule. Cost Of Spare Parts – If The Funding Source Is Adb Or Jica, Select One Quantification Method For This Criterion And Delete The Rest. If The Funding Source Is Wb, The Clause On This Criterion May Be Deleted If Not Applicable. The List Of Items And Quantities Of Major Assemblies, Components, And Selected Spare Parts, Likely To Be Required During The Initial Period Of Operation For [insert Period Of Operation] Is Annexed To The Technical Specifications. The Total Cost Of These Items, At The Unit Prices Quoted In Each Bid, Will Be Added To The Bid Price. Or The Procuring Entity Will Draw Up A List Of High-usage And High-value Items Of Components And Spare Parts, Along With Estimated Quantities Of Usage In The Initial Period Of Operation For [insert Period Of Operation]. The Total Cost Of These Items And Quantities Will Be Computed From Spare Parts Unit Prices Submitted By The Bidder And Added To The Bid Price. Or The Procuring Entity Will Estimate The Cost Of Spare Parts Usage In The Initial Period Of Operation For [insert Period Of Operation] Based On The Information Furnished By Each Bidder, As Well As On Past Experience Of The Procuring Entity Or Other Procuring Entities In Similar Situations. Such Costs Shall Be Added To The Bid Price For Evaluation. Volume And Period Of Manufacture – Any Of The Paragraphs Under This Criterion May Be Deleted If Not Applicable And Retained If Otherwise. The Goods Must Have Been Manufactured For A Period Of Not Less Than [insert Number Of Years] Immediately Preceding The Date Of Bid Opening. The Minimum Number Of Units Sold In The Philippines Must Be [insert Number] And The Minimum Number Of Units Sold Worldwide Must Be [insert Number]. The Procuring Entity Shall Compare Bids On The Basis Of A Lot Or A Combination Of Lots Or As A Total Of All Lots In A Manner Most Advantageous To The Procuring Entity. 29.2(b) Specify Whether Bidders Have Option To Submit Manually Filed Tax Returns Or Tax Returns Filed Through The Electronic Filing And Payments System (efps). Note: The Latest Income And Business Tax Returns Are Those Within The Last Six Months Preceding The Date Of Bid Submission. 29.2(d) List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It. 32.4(g) List Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity. 34.2 The Effective Date Of The Contract Is [insert Date]. Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The Gcc In Section Iv, Read In Conjunction With The Scc In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. The Gcc Herein Shall Not Be Altered. Any Changes And Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Scc In Section V. Table Of Contents 1. Definitions 54 2. Corrupt, Fraudulent, Collusive, And Coercive Practices 55 3. Inspection And Audit By The Funding Source 56 4. Governing Law And Language 56 5. Notices 56 6. Scope Of Contract 56 7. Subcontracting 56 8. Procuring Entity’s Responsibilities 57 9. Prices 57 10. Payment 57 11. Advance Payment 58 12. Taxes And Duties 58 13. Performance Security 58 14. Use Of Contract Documents And Information 59 15. Standards 59 16. Inspection And Tests 59 17. Warranty 60 18. Delays In The Supplier’s Performance 61 19. Liquidated Damages 61 20. Settlement Of Disputes 62 21. Liability Of The Supplier 62 22. Force Majeure 62 23. Termination For Default 63 24. Termination For Insolvency 63 25. Termination For Convenience 64 26. Termination For Unlawful Acts 64 27. Procedures For Termination Of Contracts 65 28. Assignment Of Rights 66 29. Contract Amendment 66 30. Application 66 1. Definitions 1.1. In This Contract, The Following Terms Shall Be Interpreted As Indicated: (a) “the Contract” Means The Agreement Entered Into Between The Procuring Entity And The Supplier, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. (b) “the Contract Price” Means The Price Payable To The Supplier Under The Contract For The Full And Proper Performance Of Its Contractual Obligations. (c) “the Goods” Means All Of The Supplies, Equipment, Machinery, Spare Parts, Other Materials And/or General Support Services Which The Supplier Is Required To Provide To The Procuring Entity Under The Contract. (d) “the Services” Means Those Services Ancillary To The Supply Of The Goods, Such As Transportation And Insurance, And Any Other Incidental Services, Such As Installation, Commissioning, Provision Of Technical Assistance, Training, And Other Such Obligations Of The Supplier Covered Under The Contract. (e) “gcc” Means The General Conditions Of Contract Contained In This Section. (f) “scc” Means The Special Conditions Of Contract. (g) “the Procuring Entity” Means The Organization Purchasing The Goods, As Named In The Scc. (h) “the Procuring Entity’s Country” Is The Philippines. (i) “the Supplier” Means The Individual Contractor, Manufacturer Distributor, Or Firm Supplying/manufacturing The Goods And Services Under This Contract And Named In The Scc. (j) The “funding Source” Means The Organization Named In The Scc. (k) “the Project Site,” Where Applicable, Means The Place Or Places Named In The Scc. (l) “day” Means Calendar Day. (m) The “effective Date” Of The Contract Will Be The Date Of Receipt By The Supplier Of The Notice To Proceed Or The Date Provided In The Notice To Proceed. Performance Of All Obligations Shall Be Reckoned From The Effective Date Of The Contract. (n) “verified Report” Refers To The Report Submitted By The Implementing Unit To The Head Of The Procuring Entity Setting Forth Its Findings As To The Existence Of Grounds Or Causes For Termination And Explicitly Stating Its Recommendation For The Issuance Of A Notice To Terminate. 2. Corrupt, Fraudulent, Collusive, And Coercive Practices 2.1. The Procuring Entity As Well As The Bidders, Contractors, Or Suppliers Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of This Contract. In Pursuance Of This Policy, The Procuring Entity: (a) Defines, For The Purposes Of This Provision, The Terms Set Forth Below As Follows: (i) "corrupt Practice" Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And It Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Government, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Republic Act 3019. (ii) "fraudulent Practice" Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition. (iii) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels. (iv) “coercive Practices” Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Affect The Execution Of A Contract; (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Any Of The Practices Mentioned In This Clause For Purposes Of Competing For The Contract. 2.2. Further The Funding Source, Borrower Or Procuring Entity, As Appropriate, Will Seek To Impose The Maximum Civil, Administrative And/or Criminal Penalties Available Under The Applicable Law On Individuals And Organizations Deemed To Be Involved With Any Of The Practices Mentioned In Gcc Clause 2.1(a). 3. Inspection And Audit By The Funding Source The Supplier Shall Permit The Funding Source To Inspect The Supplier’s Accounts And Records Relating To The Performance Of The Supplier And To Have Them Audited By Auditors Appointed By The Funding Source, If So Required By The Funding Source. 4. Governing Law And Language 4.1. This Contract Shall Be Interpreted In Accordance With The Laws Of The Republic Of The Philippines. 4.2. This Contract Has Been Executed In The English Language, Which Shall Be The Binding And Controlling Language For All Matters Relating To The Meaning Or Interpretation Of This Contract. All Correspondence And Other Documents Pertaining To This Contract Exchanged By The Parties Shall Be Written In English. 5. Notices 5.1. Any Notice, Request, Or Consent Required Or Permitted To Be Given Or Made Pursuant To This Contract Shall Be In Writing. Any Such Notice, Request, Or Consent Shall Be Deemed To Have Been Given Or Made When Received By The Concerned Party, Either In Person Or Through An Authorized Representative Of The Party To Whom The Communication Is Addressed, Or When Sent By Registered Mail, Telex, Telegram, Or Facsimile To Such Party At The Address Specified In The Scc, Which Shall Be Effective When Delivered And Duly Received Or On The Notice’s Effective Date, Whichever Is Later. 5.2. A Party May Change Its Address For Notice Hereunder By Giving The Other Party Notice Of Such Change Pursuant To The Provisions Listed In The Scc For Gcc Clause 5.1. 6. Scope Of Contract 6.1. The Goods And Related Services To Be Provided Shall Be As Specified In Section Vi. Schedule Of Requirements. 6.2. 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. Any Additional Requirements For The Completion Of This Contract Shall Be Provided In The Scc. 7. Subcontracting 7.1. Subcontracting Of Any Portion Of The Goods, If Allowed In The Bds, Does Not Relieve The Supplier Of Any Liability Or Obligation Under This Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants Or Workmen As Fully As If These Were The Supplier’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants Or Workmen. 7.2. Subcontractors Disclosed And Identified During The Bidding May Be Changed During The Implementation Of This Contract, Subject To Compliance With The Required Qualifications And The Approval Of The Procuring Entity. 8. Procuring Entity’s Responsibilities 8.1. Whenever The Performance Of The Obligations In This Contract Requires That The Supplier Obtain Permits, Approvals, Import, And Other Licenses From Local Public Authorities, The Procuring Entity Shall, If So Needed By The Supplier, Make Its Best Effort To Assist The Supplier In Complying With Such Requirements In A Timely And Expeditious Manner. 8.2. The Procuring Entity Shall Pay All Costs Involved In The Performance Of Its Responsibilities In Accordance With Gcc Clause 6. 9. Prices Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under This Contract Shall Not Vary From The Prices Quoted By The Supplier In Its Bid, With The Exception Of Any Change In Price Resulting From A Change Order Issued In Accordance With Gcc Clause 29, Or If Applicable, Adjustments Authorized In Accordance With The Price Adjustment Provisions Specified In The Scc. 10. Payment 10.1. Unless Otherwise Specified In The Scc, Payments Shall Be Made Only Upon A Certification By The Head Of The Procuring Entity To The Effect That The Goods Have Been Rendered Or Delivered In Accordance With The Terms Of This Contract And Have Been Duly Inspected And Accepted. Except With The Prior Approval Of The President No Payment Shall Be Made For Services Not Yet Rendered Or For Supplies And Materials Not Yet Delivered Under This Contract. Ten Percent (10%) Of The Amount Of Each Payment Shall Be Retained By The Procuring Entity To Cover The Supplier’s Warranty Obligations Under This Contract As Described In Gcc Clause 17. 10.2. The Supplier’s Request(s) For Payment Shall Be Made To The Procuring Entity In Writing, Accompanied By An Invoice Describing, As Appropriate, The Goods Delivered And/or Services Performed, And By Documents Submitted Pursuant To The Scc Provision For Gcc Clause 6.2, And Upon Fulfillment Of Other Obligations Stipulated In This Contract. 10.3. Pursuant To Gcc Clause 10.2, Payments Shall Be Made Promptly By The Procuring Entity, But In No Case Later Than Sixty (60) Days After Submission Of An Invoice Or Claim By The Supplier. 10.4. Unless Otherwise Specified In The Scc, The Currency In Which Payment Is Made To The Supplier Under This Contract Shall Be In Philippine Pesos. 11. Advance Payment 11.1. Advance Payment Shall Be Made Only After Prior Approval Of The President, And Shall Not Exceed Fifteen Percent (15%) Of The Contract Amount, Unless Otherwise Directed By The President Or In Cases Allowed Under Annex “d” Of Ra 9184. For Goods Supplied From Abroad, Ten Percent (10%) Of The Contract Price Shall Be Paid Within Sixty (60) Calendar Days From Signing Of The Contract And Upon Submission Of A Claim And A Bank Guarantee Issued By A Licensed Bank For The Equivalent Amount Valid Until The Goods Are Delivered And In The Form Provided In 11.2. Section Viii. Bidding Forms. 11.3. All Progress Payments Shall First Be Charged Against The Advance Payment Until The Latter Has Been Fully Exhausted. 12. Taxes And Duties The Supplier, Whether Local Or Foreign, Shall Be Entirely Responsible For All The Necessary Taxes, Stamp Duties, License Fees, And Other Such Levies Imposed For The Completion Of This Contract. 13. Performance Security 13.1. Unless Otherwise Specified In The Scc, Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any The Forms Prescribed In The Itb Clause 33.2. 13.2. The Performance Security Posted In Favor Of The Procuring Entity Shall Be Forfeited In The Event It Is Established That The Winning Bidder Is In Default In Any Of Its Obligations Under The Contract. 13.3. The Performance Security Shall Remain Valid Until Issuance By The Procuring Entity Of The Certificate Of Final Acceptance. 13.4. Unless Otherwise Specified In The Scc, The Performance Security May Be Released By The Procuring Entity And Returned To The Supplier After The Issuance Of The Certificate Of Final Acceptance Subject To The Following Conditions: (a) There Are No Pending Claims Against The Supplier Or The Surety Company Filed By The Procuring Entity; (b) The Supplier Has No Pending Claims For Labor And Materials Filed Against It; And (c) Other Terms Specified In The Scc. 13.5. In Case Of A Reduction Of The Contract Value, The Procuring Entity Shall Allow A Proportional Reduction In The Original Performance Security, Provided That Any Such Reduction Is More Than Ten Percent (10%) And That The Aggregate Of Such Reductions Is Not More Than Fifty Percent (50%) Of The Original Performance Security. 14. Use Of Contract Documents And Information 14.1. The Supplier Shall Not, Except For Purposes Of Performing The Obligations In This Contract, Without The Procuring Entity’s Prior Written Consent, Disclose This Contract, Or Any Provision Thereof, Or Any Specification, Plan, Drawing, Pattern, Sample, Or Information Furnished By Or On Behalf Of The Procuring Entity. Any Such Disclosure Shall Be Made In Confidence And Shall Extend Only As Far As May Be Necessary For Purposes Of Such Performance. 14.2. Any Document, Other Than This Contract Itself, Enumerated In Gcc Clause 14.1 Shall Remain The Property Of The Procuring Entity And Shall Be Returned (all Copies) To The Procuring Entity On Completion Of The Supplier’s Performance Under This Contract If So Required By The Procuring Entity. 15. Standards The Goods Provided Under This Contract Shall Conform To The Standards Mentioned In The Section Vii. Technical Specifications; And, When No Applicable Standard Is Mentioned, To The Authoritative Standards Appropriate To The Goods’ Country Of Origin. Such Standards Shall Be The Latest Issued By The Institution Concerned. 16. Inspection And Tests 16.1. The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Contract Specifications At No Extra Cost To The Procuring Entity. The Scc And 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. 16.2. If Applicable, The Inspections And Tests May Be Conducted On The Premises Of The Supplier Or Its Subcontractor(s), At Point Of Delivery, And/or At The Goods’ Final Destination. If Conducted On The Premises Of The Supplier Or Its Subcontractor(s), All Reasonable Facilities And Assistance, Including Access To Drawings And Production Data, Shall Be Furnished To The Inspectors At No Charge To The Procuring Entity. 16.3. The Procuring Entity Or Its Designated Representative Shall Be Entitled To Attend The Tests And/or Inspections Referred To In This Clause Provided That The Procuring Entity Shall Bear All Of Its Own Costs And Expenses Incurred In Connection With Such Attendance Including, But Not Limited To, All Traveling And Board And Lodging Expenses. 16.4. The Procuring Entity May Reject Any Goods Or Any Part Thereof That Fail To Pass Any Test And/or Inspection Or Do Not Conform To The Specifications. The Supplier Shall Either Rectify Or Replace Such Rejected Goods Or Parts Thereof Or Make Alterations Necessary To Meet The Specifications At No Cost To The Procuring Entity, And Shall Repeat The Test And/or Inspection, At No Cost To The Procuring Entity, Upon Giving A Notice Pursuant To Gcc Clause 5. 16.5. The Supplier Agrees That Neither The Execution Of A Test And/or Inspection Of The Goods Or Any Part Thereof, Nor The Attendance By The Procuring Entity Or Its Representative, Shall Release The Supplier From Any Warranties Or Other Obligations Under This Contract. 17. Warranty 17.1. The Supplier Warrants That The Goods Supplied Under The Contract Are New, Unused, Of The Most Recent Or Current Models, And That They Incorporate All Recent Improvements In Design And Materials, Except When The Technical Specifications Required By The Procuring Entity Provides Otherwise. 17.2. The Supplier Further Warrants That All Goods Supplied Under This Contract Shall Have No Defect, Arising From Design, Materials, Or Workmanship Or From Any Act Or Omission Of The Supplier That May Develop Under Normal Use Of The Supplied Goods In The Conditions Prevailing In The Country Of Final Destination. 17.3. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier For A Minimum Period Specified In The Scc. The Obligation For The Warranty Shall Be Covered By, At The Supplier’s Option, Either Retention Money In An Amount Equivalent To At Least Ten Percent (10%) Of Every Progress Payment, Or A Special Bank Guarantee Equivalent To At Least Ten Percent (10%) Of The Contract Price Or Other Such Amount If So Specified In The Scc. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Specified In The Scc; Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under This Contract Have Been Fully Met. 17.4. 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, Within The Period Specified In The Scc And With All Reasonable Speed, Repair Or Replace The Defective Goods Or Parts Thereof, Without Cost To The Procuring Entity. 17.5. If The Supplier, Having Been Notified, Fails To Remedy The Defect(s) Within The Period Specified In Gcc Clause 17.4, The Procuring Entity May Proceed To Take Such Remedial Action As May Be Necessary, At The Supplier’s Risk And Expense And Without Prejudice To Any Other Rights Which The Procuring Entity May Have Against The Supplier Under The Contract And Under The Applicable Law. 18. Delays In The Supplier’s Performance 18.1. Delivery Of The Goods And/or Performance Of Services Shall Be Made By The Supplier In Accordance With The Time Schedule Prescribed By The Procuring Entity In Section Vi. Schedule Of Requirements. 18.2. If At Any Time During The Performance Of This Contract, The Supplier Or Its Subcontractor(s) Should Encounter Conditions Impeding Timely Delivery Of The Goods And/or Performance Of Services, The Supplier Shall Promptly Notify The Procuring Entity In Writing Of The Fact Of The Delay, Its Likely Duration And Its Cause(s). As Soon As Practicable After Receipt Of The Supplier’s Notice, And Upon Causes Provided For Under Gcc Clause 22, The Procuring Entity Shall Evaluate The Situation And May Extend The Supplier’s Time For Performance, In Which Case The Extension Shall Be Ratified By The Parties By Amendment Of Contract. 18.3. Except As Provided Under Gcc Clause 22, A Delay By The Supplier In The Performance Of Its Obligations Shall Render The Supplier Liable To The Imposition Of Liquidated Damages Pursuant To Gcc Clause 19, Unless An Extension Of Time Is Agreed Upon Pursuant To Gcc Clause 29 Without The Application Of Liquidated Damages. 19. Liquidated Damages Subject To Gcc Clauses 18 And 22, If The Supplier Fails To Satisfactorily Deliver Any Or All Of The Goods And/or To Perform The Services Within The Period(s) Specified In This Contract Inclusive Of Duly Granted Time Extensions If Any, The Procuring Entity Shall, Without Prejudice To Its Other Remedies Under This Contract And Under The Applicable Law, Deduct From The Contract Price, As Liquidated Damages, A Sum Equivalent To The Percentage Specified In The Scc Of The Delivered Price Of The Delayed Goods Or Unperformed Services For Each Week Or Part Thereof Of Delay Until Actual Delivery Or Performance, Up To A Maximum Deduction Of The Percentage Specified In The Scc. Once The Maximum Is Reached, The Procuring Entity Shall Rescind The Contract Pursuant To Gcc Clause 23, Without Prejudice To Other Courses Of Action And Remedies Open To It. 20. Settlement Of Disputes 20.1. If Any Dispute Or Difference Of Any Kind Whatsoever Shall Arise Between The Procuring Entity And The Supplier In Connection With Or Arising Out Of This Contract, The Parties Shall Make Every Effort To Resolve Amicably Such Dispute Or Difference By Mutual Consultation. 20.2. If After Thirty (30) Days, The Parties Have Failed To Resolve Their Dispute Or Difference By Such Mutual Consultation, Then Either The Procuring Entity Or The Supplier May Give Notice To The Other Party Of Its Intention To Commence Arbitration, As Hereinafter Provided, As To The Matter In Dispute, And No Arbitration In Respect Of This Matter May Be Commenced Unless Such Notice Is Given. 20.3. Any Dispute Or Difference In Respect Of Which A Notice Of Intention To Commence Arbitration Has Been Given In Accordance With This Clause Shall Be Settled By Arbitration. Arbitration May Be Commenced Prior To Or After Delivery Of The Goods Under This Contract. 20.4. Arbitration Proceedings Shall Be Conducted In Accordance With The Rules Of Procedure Specified In The Scc. 20.5. Notwithstanding Any Reference To Arbitration Herein, The Parties Shall Continue To Perform Their Respective Obligations Under The Contract Unless They Otherwise Agree; And The Procuring Entity Shall Pay The Supplier Any Monies Due The Supplier. 21. Liability Of The Supplier 21.1. Subject To Additional Provisions, If Any, Set Forth In The Scc, The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. 21.2. Except In Cases Of Criminal Negligence Or Willful Misconduct, And In The Case Of Infringement Of Patent Rights, If Applicable, The Aggregate Liability Of The Supplier To The Procuring Entity Shall Not Exceed The Total Contract Price, Provided That This Limitation Shall Not Apply To The Cost Of Repairing Or Replacing Defective Equipment. 22. Force Majeure 22.1. The Supplier Shall Not Be Liable For Forfeiture Of Its Performance Security, Liquidated Damages, Or Termination For Default If And To The Extent That Its Delay In Performance Or Other Failure To Perform Its Obligations Under The Contract Is The Result Of A Force Majeure. 22.2. For Purposes Of This Contract The Terms “force Majeure” And “fortuitous Event” May Be Used Interchangeably. In This Regard, A Fortuitous Event Or Force Majeure Shall Be Interpreted To Mean An Event Which The Contractor Could Not Have Foreseen, Or Which Though Foreseen, Was Inevitable. It Shall Not Include Ordinary Unfavorable Weather Conditions; And Any Other Cause The Effects Of Which Could Have Been Avoided With The Exercise Of Reasonable Diligence By The Contractor. 22.3. If A Force Majeure Situation Arises, The Supplier Shall Promptly Notify The Procuring Entity In Writing Of Such Condition And The Cause Thereof. Unless Otherwise Directed By The Procuring Entity In Writing, The Supplier Shall Continue To Perform Its Obligations Under The Contract As Far As Is Reasonably Practical, And Shall Seek All Reasonable Alternative Means For Performance Not Prevented By The Force Majeure. 23. Termination For Default 23.1. The Procuring Entity Shall Terminate This Contract For Default When Any Of The Following Conditions Attends Its Implementation: (a) Outside Of Force Majeure, The Supplier Fails To Deliver Or Perform Any Or All Of The Goods Within The Period(s) Specified In The Contract, Or Within Any Extension Thereof Granted By The Procuring Entity Pursuant To A Request Made By The Supplier Prior To The Delay, And Such Failure Amounts To At Least Ten Percent (10%) Of The Contact Price; (b) As A Result Of Force Majeure, The Supplier Is Unable To Deliver Or Perform Any Or All Of The Goods, Amounting To At Least Ten Percent (10%) Of The Contract Price, For A Period Of Not Less Than Sixty (60) Calendar Days After Receipt Of The Notice From The Procuring Entity Stating That The Circumstance Of Force Majeure Is Deemed To Have Ceased; Or (c) The Supplier Fails To Perform Any Other Obligation Under The Contract. 23.2. In The Event The Procuring Entity Terminates This Contract In Whole Or In Part, For Any Of The Reasons Provided Under Gcc Clauses 23 To 26, The Procuring Entity May Procure, Upon Such Terms And In Such Manner As It Deems Appropriate, Goods Or Services Similar To Those Undelivered, And The Supplier Shall Be Liable To The Procuring Entity For Any Excess Costs For Such Similar Goods Or Services. However, The Supplier Shall Continue Performance Of This Contract To The Extent Not Terminated. 23.3. In Case The Delay In The Delivery Of The Goods And/or Performance Of The Services Exceeds A Time Duration Equivalent To Ten Percent (10%) Of The Specified Contract Time Plus Any Time Extension Duly Granted To The Supplier, The Procuring Entity May Terminate This Contract, Forfeit The Supplier's Performance Security And Award The Same To A Qualified Supplier. 24. Termination For Insolvency The Procuring Entity Shall Terminate This Contract If The Supplier Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. In This Event, Termination Will Be Without Compensation To The Supplier, Provided That Such Termination Will Not Prejudice Or Affect Any Right Of Action Or Remedy Which Has Accrued Or Will Accrue Thereafter To The Procuring Entity And/or The Supplier. 25. Termination For Convenience 25.1. The Procuring Entity May Terminate This Contract, In Whole Or In Part, At Any Time For Its Convenience. The Head Of The Procuring Entity May Terminate A Contract For The Convenience Of The Government If He Has Determined The Existence Of Conditions That Make Project Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event(s) Or Changes In Law And National Government Policies. 25.2. The Goods That Have Been Delivered And/or Performed Or Are Ready For Delivery Or Performance Within Thirty (30) Calendar Days After The Supplier’s Receipt Of Notice To Terminate Shall Be Accepted By The Procuring Entity At The Contract Terms And Prices. For Goods Not Yet Performed And/or Ready For Delivery, The Procuring Entity May Elect: (a) To Have Any Portion Delivered And/or Performed And Paid At The Contract Terms And Prices; And/or (b) To Cancel The Remainder And Pay To The Supplier An Agreed Amount For Partially Completed And/or Performed Goods And For Materials And Parts Previously Procured By The Supplier. 25.3. If The Supplier Suffers Loss In Its Initial Performance Of The Terminated Contract, Such As Purchase Of Raw Materials For Goods Specially Manufactured For The Procuring Entity Which Cannot Be Sold In Open Market, It Shall Be Allowed To Recover Partially From This Contract, On A Quantum Meruit Basis. Before Recovery May Be Made, The Fact Of Loss Must Be Established Under Oath By The Supplier To The Satisfaction Of The Procuring Entity Before Recovery May Be Made. 26. Termination For Unlawful Acts 26.1. The Procuring Entity May Terminate This Contract In Case It Is Determined Prima Facie That The Supplier Has Engaged, Before Or During The Implementation Of This Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation. Unlawful Acts Include, But Are Not Limited To, The Following: (a) Corrupt, Fraudulent, And Coercive Practices As Defined In Itb Clause 3.1(a); (b) Drawing Up Or Using Forged Documents; (c) Using Adulterated Materials, Means Or Methods, Or Engaging In Production Contrary To Rules Of Science Or The Trade; And (d) Any Other Act Analogous To The Foregoing. 27. Procedures For Termination Of Contracts 27.1. The Following Provisions Shall Govern The Procedures For Termination Of This Contract: (a) Upon Receipt Of A Written Report Of Acts Or Causes Which May Constitute Ground(s) For Termination As Aforementioned, Or Upon Its Own Initiative, The Implementing Unit Shall, Within A Period Of Seven (7) Calendar Days, Verify The Existence Of Such Ground(s) And Cause The Execution Of A Verified Report, With All Relevant Evidence Attached; (b) Upon Recommendation By The Implementing Unit, The Head Of The Procuring Entity Shall Terminate This Contract Only By A Written Notice To The Supplier Conveying The Termination Of This Contract. The Notice Shall State: (i) That This Contract Is Being Terminated For Any Of The Ground(s) Afore-mentioned, And A Statement Of The Acts That Constitute The Ground(s) Constituting The Same; (ii) The Extent Of Termination, Whether In Whole Or In Part; (iii) An Instruction To The Supplier To Show Cause As To Why This Contract Should Not Be Terminated; And (iv) Special Instructions Of The Procuring Entity, If Any. (c) The Notice To Terminate Shall Be Accompanied By A Copy Of The Verified Report; (d) Within A Period Of Seven (7) Calendar Days From Receipt Of The Notice Of Termination, The Supplier Shall Submit To The Head Of The Procuring Entity A Verified Position Paper Stating Why This Contract Should Not Be Terminated. If The Supplier Fails To Show Cause After The Lapse Of The Seven (7) Day Period, Either By Inaction Or By Default, The Head Of The Procuring Entity Shall Issue An Order Terminating This Contract; (e) The Procuring Entity May, At Anytime Before Receipt Of The Supplier’s Verified Position Paper To Withdraw The Notice To Terminate If It Is Determined That Certain Items Or Works Subject Of The Notice Had Been Completed, Delivered, Or Performed Before The Supplier’s Receipt Of The Notice; (f) Within A Non-extendible Period Of Ten (10) Calendar Days From Receipt Of The Verified Position Paper, The Head Of The Procuring Entity Shall Decide Whether Or Not To Terminate This Contract. It Shall Serve A Written Notice To The Supplier Of Its Decision And, Unless Otherwise Provided, This Contract Is Deemed Terminated From Receipt Of The Supplier Of The Notice Of Decision. The Termination Shall Only Be Based On The Ground(s) Stated In The Notice To Terminate; (g) The Head Of The Procuring Entity May Create A Contract Termination Review Committee (ctrc) To Assist Him In The Discharge Of This Function. All Decisions Recommended By The Ctrc Shall Be Subject To The Approval Of The Head Of The Procuring Entity; And (h) The Supplier Must Serve A Written Notice To The Procuring Entity Of Its Intention To Terminate The Contract At Least Thirty (30) Calendar Days Before Its Intended Termination. The Contract Is Deemed Terminated If It Is Not Resumed In Thirty (30) Calendar Days After The Receipt Of Such Notice By The Procuring Entity. 28. Assignment Of Rights The Supplier Shall Not Assign His Rights Or Obligations Under This Contract, In Whole Or In Part, Except With The Procuring Entity’s Prior Written Consent. 29. Contract Amendment Subject To Applicable Laws, No Variation In Or Modification Of The Terms Of This Contract Shall Be Made Except By Written Amendment Signed By The Parties. 30. Application These General Conditions Shall Apply To The Extent That They Are Not Superseded By Provisions Of Other Parts Of This Contract. 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. The Provisions Of This Section 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 Section Iv Must Be Incorporated. (b) Amendments And/or Supplements To Provisions Of Section Iv, 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 Section Iv Should Be Incorporated Herein. Special Conditions Of Contract Gcc Clause 1.1(g) The Procuring Entity Is Lgu-mapanas 1.1(i) The Supplier Is [to Be Inserted At The Time Of Contract Award]. 1.1(j) The Funding Source Is: Dole-ro8-trust Fund 2025 Select One Of The Following, Delete The Other: If The Funding Source Is The Gop: The Government Of The Philippines (gop) Through [indicate Source Of Funding And Year] In The Amount Of [insert Amount Of Funds]. Note: In The Case Of National Government Agencies, The General Appropriations Act And/or Continuing Appropriations; In The Case Of Government-owned And/or –controlled Corporations, Government Financial Institutions, And State Universities And Colleges, The Corporate Budget For The Contract Approved By The Governing Boards; In The Case Of Local Government Units, The Budget For The Contract Approved By The Respective Sanggunian. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution: The [indicate The Name Of The Foreign Government/foreign Or International Financing Institution] Through [indicate The Loan/credit/grant No.] In The Amount Of [insert Amount Of Funds]. 1.1(k) The Project Site Is Lgu-mapanas, Barangay Del Norte, Mapanas, Northern Samar. For Multiple Sites State “the Project Sites Are Defined In Section Vi. Schedule Of Requirements”] 5.1 The Procuring Entity’s Address For Notices Is: Barangay Del Norte, Mapanas, Northern Samar Reno C. Salazar, Head Bac Secretariat Cp # 09459852914 The Supplier’s Address For Notices Is: [insert Address Including, Name Of Contact, Fax And Telephone Number] 6.2 List Here Any Additional Requirements For The Completion Of This Contract. The Following Requirements And The Corresponding Provisions May Be Deleted, Amended, Or Retained Depending On Its Applicability To This Contract: Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: For Foreign Suppliers, State “the Delivery Terms Applicable To The Contract Are Ddp Delivered [insert Place Of Destination]. In Accordance With Incoterms.” For Domestic Suppliers, State “the Delivery Terms Applicable To This Contract Are Delivered [insert Place Of Destination]. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi. Schedule Of Requirements. The Details Of Shipping And/or Other Documents To Be Furnished By The Supplier Are As Follows: For Goods Supplied From Within The Philippines Or By Domestic Suppliers: Upon Delivery Of The Goods To The Project Site, The Supplier Shall Notify The Procuring Entity And Present The Following Documents To The Procuring Entity: (i) Original And Four Copies Of The Supplier’s Invoice Showing Goods’ Description, Quantity, Unit Price, And Total Amount; (ii) Original And Four Copies Delivery Receipt/note, Railway Receipt, Or Truck Receipt; (iii) Original Supplier’s Factory Inspection Report; (iv) Original And Four Copies Of The Manufacturer’s And/or Supplier’s Warranty Certificate; (v) Original And Four Copies Of The Certificate Of Origin (for Imported Goods); (vi) Delivery Receipt Detailing Number And Description Of Items Received Signed By The Authorized Receiving Personnel; (vii) Certificate Of Acceptance/inspection Report Signed By The Procuring Entity’s Representative At The Project Site; And (viii) Four Copies Of The Invoice Receipt For Property Signed By The Procuring Entity’s Representative At The Project Site. For Goods Supplied From Abroad (excluding Domestic Suppliers): Upon Shipment, The Supplier Shall Notify The Procuring Entity And The Insurance Company By Cable The Full Details Of The Shipment, Including Contract Number, Description Of The Goods, Quantity, Vessel, Bill Of Lading Number And Date, Port Of Loading, Date Of Shipment, Port Of Discharge Etc. Upon Delivery To The Project Site, The Supplier Shall Notify The Procuring Entity And Present The Following Documents As Applicable With The Documentary Requirements Of Any Letter Of Credit Issued Taking Precedence: (i) Original And Four Copies Of The Supplier’s Invoice Showing Goods’ Description, Quantity, Unit Price, And Total Amount; (ii) Original And Four Copies Of The Negotiable, Clean Shipped On Board Bill Of Lading Marked “freight Pre-paid” And Five Copies Of The Non-negotiable Bill Of Lading ; (iii) Original Supplier’s Factory Inspection Report; (iv) Original And Four Copies Of The Manufacturer’s And/or Supplier’s Warranty Certificate; (v) Original And Four Copies Of The Certificate Of Origin (for Imported Goods); (vi) Delivery Receipt Detailing Number And Description Of Items Received Signed By The Procuring Entity’s Representative At The Project Site; (vii) Certificate Of Acceptance/inspection Report Signed By The Procuring Entity’s Representative At The Project Site; And (viii) Four Copies Of The Invoice Receipt For Property Signed By The Procuring Entity’s Representative At The Project Site. For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is [insert Name(s)]. 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: Select Appropriate Requirements And Delete The Rest. (a) Performance Or Supervision Of On-site Assembly And/or Start Up Of The Supplied Goods; (b) Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; (c) Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; (d) Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And (e) Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: Select Appropriate Requirements And Delete The Rest. (a) Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And (b) In The Event Of Termination Of Production Of The Spare Parts: I. Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii. Following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts Required Are Listed In Section Vi. Schedule Of Requirements And The Cost Thereof Are Included In The Contract Price The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spares For The Goods For A Period Of [insert Here The Time Period Specified. If Not Used Insert Time Period Of Three Times The Warranty Period]. Other Spare Parts And Components Shall Be Supplied As Promptly As Possible, But In Any Case Within 25 Calendar Days Months Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Insurance – The Goods Supplied Under This Contract Shall Be Fully Insured By The Supplier In A Freely Convertible Currency Against Loss Or Damage Incidental To Manufacture Or Acquisition, Transportation, Storage, And Delivery. The Goods Remain At The Risk And Title Of The Supplier Until Their Final Acceptance By The Procuring Entity. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure In Accordance With Gcc Clause 22. 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. Patent 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. 9 Select One, Delete The Other. If The Funding Source Is The Gop Or Wb, State The Following: For The Given Scope Of Work In This Contract As Awarded, All Bid Prices Are Considered Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances And Upon Prior Approval Of The Gppb In Accordance With Section 61 Of R.a. 9184 And Its Irr-a. For Contracts Of More Than Twelve (12) Months Duration Funded By The Adb Or The Jbic, State The Following: Prices Payable To The Supplier, As Stated In The Contract, Shall Be Subject To Adjustment During Performance Of The Contract To Reflect Changes In The Cost Of Labor And Material Components In Accordance With The Following Formula, To Be Computed Starting The Thirteenth (13th) Month: In Which: Δp = Adjustment Amount Payable To The Supplier. P0 = Contract Price (base Price). A = Fixed Element Representing Profits And Overheads Included In The Contract Price And Generally In The Range Of Five (5) To Fifteen (15) Percent. B = Estimated Percentage Of Labor Component In The Contract Price. C = Estimated Percentage Of Material Component In The Contract Price. L0, L1 = Labor Indices Applicable To The Appropriate Industry In The Country Of Origin On The Base Date And Date For Adjustment, Respectively. M0, M1 = Material Indices For The Major Raw Material On The Base Date And Date For Adjustment, Respectively, In The Country Of Origin. The Coefficients A, B, And C Shall Be Specified By The Procuring Entity In The Bidding Documents. The Sum Of The Three Coefficients Should Be One (1) In Every Application Of The Formula. The Bidder Shall Indicate The Source Of The Indices And The Base Date Indices In Its Bid. Base Date = Start Of The Thirteenth Month. Date Of Adjustment = Weeks Prior To Date Of Shipment (representing The Mid-point Of The Period Of Manufacture). The Above Price Adjustment Formula Shall Be Invoked By Either Party Subject To The Following Further Conditions: (a) Price Adjustment Will Be Applied Only If The Resulting Increase Or Decrease Is More Than ____ Percent Of The Contract Price. [two Percent (2%) Would Be An Acceptable Percentage.] (b) No Price Adjustment Shall Be Allowed Beyond The Original Delivery Dates Unless Specifically Stated In The Extension Letter. As A Rule, No Price Adjustment Shall Be Allowed For Periods Of Delay For Which The Supplier Is Entirely Responsible. The Procuring Entity Will However Be Entitled To Any Decrease In The Prices Of The Goods And Services Subject To Adjustment. (c) The Total Adjustment Under This Clause Shall Be Subject To A Ceiling Of Plus Or Minus Percent Of The Contract Price. [ten Percent (10%) Would Be An Acceptable Percentage.] (d) If The Currency In Which The Contract Price (p0) Is Expressed Is Different From The Currency Of Origin Of The Labor And Material Indices, A Correction Factor Will Be Applied To Avoid Incorrect Adjustments Of The Contract Price. The Correction Factor Shall Correspond To The Ratio Of Exchange Rates Between The Two Currencies On The Base Date And The Date For Adjustment As Defined Above. (e) No Price Adjustment Shall Be Payable On The Portion Of The Contract Price Paid To The Supplier As Advance Payment. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Maintain The Gcc Clause And State “no Further Instructions,” Or Specify The Conditions For Price Adjustment And The Corresponding Provisions Therefor, If Any. 10.1 Select One And Delete The Other. If The Funding Source Is Gop, Maintain The Gcc Clause And State Here: No Further Instructions. If The Funding Source Is Adb, Jbic, Or Wb, Use The Following Clause: For Goods Supplied From Abroad: I. On Contract Signature: Ten Percent (10%) Of The Contract Price Shall Be Paid Within Sixty (60) Days From Signing Of The Contract And Upon Submission Of A Claim And A Bank Guarantee For The Equivalent Amount Valid Until The Goods Are Delivered And In The Form Provided In The Bidding Documents. Ii. On Delivery: Seventy Percent (70%) Of The Contract Price Shall Be Paid To The Supplier Within Sixty (60) Days After The Date Of Receipt Of The Goods And Upon Submission Of The Documents (i) Through (vi) Specified In The Scc Provision On Delivery And Documents. Iii. On Acceptance: The Remaining Twenty Percent (20%) Of The Contract Price Shall Be Paid To The Supplier Within Sixty (60) Days After The Date Of Submission Of The Acceptance And Inspection Certificate For The Respective Delivery Issued By The Procuring Entity’s Authorized Representative. In The Event That No Inspection Or Acceptance Certificate Is Issued By The Procuring Entity’s Authorized Representative Within Forty Five (45) Days Of The Date Shown On The Delivery Receipt The Supplier Shall Have The Right To Claim Payment Of The Remaining Twenty Percent (20%) Subject To The Procuring Entity’s Own Verification Of The Reason(s) For The Failure To Issue Documents (vii) And (viii) As Described In The Scc Provision On Delivery And Documents. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Retain The Gcc Clause And State “no Further Instructions”, Or Specify The Requirements Or Conditions Necessary Prior To Payment Of Contract. 10.4 Select One And Delete The Other. If The Funding Source Is Gop, Maintain The Gcc Clause And State Here: No Further Instructions. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, State The Following: The Currency(ies) Of Payment Shall Be [insert Currencies Of Payment]. 13.1 Select One, Delete The Other. If The Funding Source Is Gop, Maintain The Gcc Clause And State Here: No Further Instructions. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Maintain The Gcc Clause And State “no Further Instructions,” Otherwise, Specify The Acceptable Form(s) With The Corresponding Amount(s) Of The Performance Security. 13.4 Select One, Delete The Other. If The Funding Source Is Gop, Maintain The Gcc Clause And State Here: No Further Instructions. If The Funding Source Is Adb, Use The Following Clause: After Delivery And Acceptance Of The Goods, The Performance Security Shall Be Reduced To Two Percent (2%) Of The Contract Price To Cover The Supplier’s Warranty Obligations In Accordance With Gcc Clause 1. 13.4(c) Specify Additional Conditions, If Any, That Must Be Met Prior To The Release Of The Performance Security, Otherwise, State “no Further Instructions”. 16.1 The Inspections And Tests That Will Be Conducted Are: [insert The Applicable Inspections And Tests, If None, State “none”]. 17.3 Select One, Delete The Other. If The Funding Source Is Gop And The Goods Pertain To Expendable Supplies: Three (3) Months After Acceptance By The Procuring Entity Of The Delivered Goods Or After The Goods Are Consumed, Whichever Is Earlier. If The Funding Source Is Gop And The Goods Pertain To Non-expendable Supplies: One (1) Year After Acceptance By The Procuring Entity Of The Delivered Goods. If A Warranty Period Of Longer Than One Year Is Required And The Funding Source Is The Adb, Jbic, Or Wb, Insert The Following: In Partial Modification Of The Provisions, The Warranty Period Shall _____ Months From Date Of Acceptance Of The Goods Or (_____) Months From The Date Of Shipment, Whichever Occurs Earlier. 17.4 And 17.5 The Period For Correction Of Defects In The Warranty Period Is [insert Number Of Days]. 0 The Applicable Rate Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 20.4 In The Case Of A Dispute Between The Procuring Entity And The Supplier, The Dispute Shall Be Resolved In Accordance With Republic Act 9285 (“r.a. 9285”), Otherwise Known As The “alternative Dispute Resolution Act Of 2004.” If The Funding Is Adb Delete The Above Paragraph And Insert The Following: All Disputes Arising In Connection With The Present Contract Shall Be Finally Settled Under The Rules Of Conciliation And Arbitration Of The International Chamber Of Commerce By One Or More Arbitrators Appointed In Accordance With Said Rules. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution State The Applicable Rule On Dispute Settlement. 21.1 State Here “no Additional Provision.” Or, If The Consultant Is A Joint Venture, “all Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity.” Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. The Delivery Of Livelihood Supplies & Materials For Parents Of Child Laborers Is 20 Calendar Days From The Receipt Of The Ntp. Item No. Quantity Unit Description ‘01 4 Box Face Mask 02 1 Pc. Apron 03 1 Pc. Woode Rollin Pin 04 20 Unit Pandesal Tray (8x12) 05 1 Unit Gas Stove Double Burner 06 1 Unit Oven, 2 Layer 07 1 Unit Stainless Steel Baking Tray Rack (15 Layers) 08 4 Pcs. Stainless Palanggana (big) 09 2 Pc. Barber Chair 10 2 Pc. Mirror Wall 11 2 Pc. Barber Trolly (5 Layers) 12 2 Set Hair Razor With Cupper Set 13 4 Set Hair Scissors One Set 14 3 Pcs. Barbers Apron 15 3 Set Hair Pins/barbers Hair Cup Set 16 2 Set Hair Comb Set 17 2 Sets Hair Brush 18 3 Pcs. Barber Blade Razor 19 3 Pcs. Powder (250 Grams) 20 3 Pcs. Spray Bottle 21 3 Pcs. Tissue Roll 22 1 Unit Sewing Machine 23 1 Bundle Geena Cloth 24 1 Pc. Tape Measure 25 1 Pc. Ruler, 12 Inches Long 26 10 Pack Needle : # 16, # 18 27 1 Unit Hand Needle 28 1 Unit Thread 29 4 Pcs. Machine Oil 30 2 Pcs. Cutter 31 2 Pcs. Scissors 32 10 Pcs. Bobing Cone 33 20 Pcs. Zipper; 16 Inches , 18 Inches 34 40 Meters Pelon; Thin & Thick 35 1 Unit Grass Cutter 36 1 Unit Hand Garden Tools 37 1 Unit Fertlizer Applicator(abuno) 38 2 Sacks Palay Seeds 39 5 Pack Fertlizer Urea 1 Kg. 40 3 Pc. Bolo 41 2 Pc. Steel Rake 42 2 Pc. Garden Pruning Shears 43 4 Pack Hand Gloves 44 5 Pack Seeds Sitao 45 5 Pack Seeds Pechay 46 5 Pack Seeds Eggplant 47 5 Pack Seeds Ampalaya 48 5 Pack Seeds Okra 49 5 Pack Seeds Squash 50 5 Pack Seeds Kamatis 51 5 Pack Seeds Pipino 52 5 Pack Seeds Upo 53 1 Unit Sprayer (heavy Duty Knapsack Sprayer) 304 Stainless 54 1 Pc. Herbicides 1 Gallon Monofilament Net (lambat) 55 2 Unit Size: 0-20x 8 X 100 Mtrs. 56 2 Unit Size: 0-15x 8 X 100 Mtrs. 57 2 Sacks Size: 0-20x 15 X 100 Mtrs. 58 2 Pack Size: 0-15x 15 X 100 Mtrs. Fishing Nylon 59 2 Pc. Size: No. 60 60 2 Pc. Size: No. 70 61 2 Pc. Size: No. 80 62 2 Pc. Size: No. 90 63 2 Pc. Size: No. 100 Fishing Hook 64 2 Box # 556 65 2 Box # 559 66 2 Box # 562 67 2 Box # 565 68 2 Box # 567 69 1 Roll Skyline Rope # 16 (10mm) Fishing Lure Big 70 10 Pc. Red 71 10 Pc. Pink 72 10 Pc. Blue 73 2 Pcs. Styro Foam 39 1/2 X17 3/4 X13 74 1 Unit Lpg Tank With Gas 75 1 Unit Stove 78 1 Unit Water Dispenser 77 1 Piece Food Glass Display 78 4 Set Frying Pan Double Handle 79 1 Pc. Cauldron/kaldero (medium) 81 1 Sack Rice, Local 82 1 Contr. Cooking Oil 83 1 Piece Plastic Table (monoblock) 84 5 Piece Plastic Chair 85 1 Set Knife (set Diff. Sizes) 86 1 Piece Cutting Board 87 2 Dozen Plastic Plate 88 2 Dozen Spoon 89 2 Dozen Fork 90 2 Dozen Cups, Glass 91 1 Box Vinegar 92 1 Box Soy Sauce 93 1 Box Ketchup 94 2 Pcs. Steamer 2 Layer (big) 92 1 Unit Gas Stove, Double Burner 93 2 Pcs. Lpg Gas Tank 94 10 Kls. Malagkit (white) 95 1 Sack Sugar, White 96 1 Sack Sugar, Brown 97 150 Pcs. Plastic Puto Molder 98 1 Sack Harena/flour 99 4 Piece Palanggana (small & Big) 100 1 Box Evaporated Milk 101 1 Box Condense Milk 102 2 Unit Hand Mixer 103 1 Unit Food Display 104 2 Pcs. Apron 115 2 Pcs. Cutting Board 116 4 Pcs. Piglets 117 1 Sack Pre-starter B-meg/pigrplac 118 1 Sack Starter B-meg/pigrolac 119 1 Sack Hog Growers 120 1 Sack Tiki-tiki, Local Formulation 121 2 Bottle Acetone/polish Remover 100 Ml. 122 2 Pc. Nail Brush 123 2 Pc. Cuticle Pusher 124 2 Unit Original Nippers 125 3 Pc. Nail File 8/emery Board 8 126 5 Pack Cotton Balls 127 4 Bottle Cuticle Oil 128 20 Pc. Chronia Nail Polish, Assorted 129 3 Unit Foot Spa Machine 4 In 1 130 5 Pc. Astringent Foot Sour 131 5 Pc. Cooling Foot Sour 132 5 Pc. Exfoliating Foot Scrub 133 3 Pc. Toe Separator8 134 3 Pc. Double Side Foot Brush Dead Skiu 135 2 Pc. Nail Polish Organizer 136 3 Pc. Martaiolet 137 3 Pc. Moisturizer Lotion 138 1 Pc. Manicure/pedicure 139 2 Pc. Gel Uy Led Nail Polish Lamp 140 1 Set Pipe Threader (2 1/2 " Talim Mano Mano) 142 1 Pc. Electric Impact Drill 143 2 Pcs Pipe Wrench (12") 144 5 Pcs Pvc Pipe Cutter 145 1 Set Ppr Fusion Machine 146 1 Pc. 3 N 1 Portable Welding Machine 147 5 Pcs Pipe Threader (1 1/4") 148 5 Pcs Pipe Threader (1") 149 1 Pc. Adjustable Double Ended Wrench 150 1 Pc Heavy Duty Vice Grip Wrench (pipe Cutter/crimping Fliers) 151 100 Pcs. Day Old Chicks Broiler 152 6 Pcs. 100 Watts Yellow Bulb Heater 153 4 Pcs. 1.5 Kg. Chicken Drinker 154 4 Pcs. 1 Ltr. Chicken Drinker 155 25 Kg. Broiler Starter Feeds 156 4 Sacks Grower Integra (1000) 157 4 Sacks Starter Integra (2,000) 158 4 Sacks Finisher Integra (3,000) 159 1 Pcs. Weighing Scale (timbangan) 160 1 Unit Tractor Without Engine 161 1 Unit Air Compressor ( Wes Pro) 162 1 Unit Tire Changer 163 1 Unit Hydrolic Crocodile Jack 164 1 Unit Item Description 165 1 Unit Heavy Duty Electric Vulcanizer 166 2 Pcs. Air Pressure Guage 167 5 Pcs. Vulcanizing Gum 55 Inches X4.3 Ffx 25mm 168 1 Unit Tool Box Multifunction 169 2 Pcs. Tire (size 250x17) 170 1 Unit Motorized Banka, 7 1/2 (makina) 171 2 Pcs. Stainless Insulted Covered Cylindrical Buckets 10l-50l. 172 9 Boxes Soya Beans Calcium 173 2,000 Pcs. Disposable Glass 174 9 Kls. Sugar, Brown 175 10 Kls. Sagu, Small 176 2 Pcs. Kaldero Section Vii. Technical Specifications Notes For Preparing The Technical Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Their Bids. In The Context Of Competitive Bidding, The Specifications (e.g. Production/delivery Schedule, Manpower Requirements, And After-sales Service/parts) Must Be Prepared To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured.. Only If This Is Done Will The Objectives Of Transparency, Equity, Efficiency, Fairness And Economy In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation And Post-qualification Facilitated. The Specifications Should Require That All Items, Materials And Accessories To Be Included Or Incorporated In The Goods Be New, Unused, And Of The Most Recent Or Current Models, And That They Include Or Incorporate All Recent Improvements In Design And Materials Unless Otherwise Provided In The Contract. Samples Of Specifications From Previous Similar Procurements Are Useful In This Respect. The Use Of Metric Units Is Encouraged. Depending On The Complexity Of The Goods And The Repetitiveness Of The Type Of Procurement, It May Be Advantageous To Standardize The General Technical Specifications And Incorporate Them In A Separate Subsection. The General Technical Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Manufacturing Similar Goods. Deletions Or Addenda Should Then Adapt The General Technical Specifications To The Particular Procurement. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Equipment, Materials, And Workmanship, Recognized Philippine And International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Equipment, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure At Least A Substantially Equal Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Special Conditions Of Contract Or The Technical Specifications. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Technical Specifications To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished Or Tested, The Provisions Of The Latest Edition Or Revision Of The Relevant Standards And Codes Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure Substantial Equivalence To The Standards And Codes Specified Will Be Acceptable. Reference To Brand Name And Catalogue Number Should Be Avoided As Far As Possible; Where Unavoidable They Should Always Be Followed By The Words “or At Least Equivalent.” References To Brand Names Cannot Be Used When The Funding Source Is The Gop. Where Appropriate, Drawings, Including Site Plans As Required, May Be Furnished By The Procuring Entity With The Bidding Documents. Similarly, The Supplier May Be Requested To Provide Drawings Or Samples Either With Its Bid Or For Prior Review By The Procuring Entity During Contract Execution. Bidders Are Also Required, As Part Of The Technical Specifications, To Complete Their Statement Of Compliance Demonstrating How The Items Comply With The Specification. Technical Specifications Item Specification Statement Of Compliance Bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidders 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 Provisions Of Itb Clause 3.1(a)(ii) And/or Gcc Clause 2.1(a)(ii). Section Viii. Bidding Forms Notes On The Bidding Forms The Bidder Shall Complete And Submit With Its Bid The Bid Form And Price Schedules In Accordance With Itb Clause 15 With The Requirements Of The Bidding Documents And The Format Set Out In This Section. When Requested In The Bds, The Bidder Should Provide The Bid Security, Either In The Form Included Hereafter Or In Another Form Acceptable To The Entity, Pursuant To Itb Clause 18.1. The Contract Agreement Form, When It Is Finalized At The Time Of Contract Award, Should Incorporate Any Corrections Or Modifications To The Accepted Bid Resulting From Price Corrections. The Price Schedule And Schedule Of Requirements Deemed To Form Part Of The Contract Should Be Modified Accordingly. The Performance Security Form And Bank Guarantee Form For Advance Payment Should Not Be Completed By The Bidders At The Time Of Their Bid Preparation. Only The Successful Bidder Will Be Required To Provide Performance Security And Bank Guarantee For Advance Payment In Accordance With One Of The Forms Indicated Herein Or In Another Form Acceptable To The Procuring Entity And Pursuant To Gcc Clause 13 And Its Corresponding Scc Provision. The Sworn Affidavit Must Be Completed By All Bidders In Accordance With Itb Clause 4.2 Failure To Do So And Submit It With The Bid Shall Result In The Rejection Of The Bid And The Bidder’s Disqualification. Table Of Contents Bid Form 87 Contract Agreement Form 91 Omnibus Sworn Statement 92 Bank Guarantee Form For Advance Payment 94 Bid Form Date: Invitation To Bid No: To: Lgu-mapanas, Northern Samar Barangay Del Norte, Mapanas, Northern Samar Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To [supply/deliver/perform] [description Of The Goods] In Conformity With The Said Bidding Documents For The Sum Of [total Bid Amount In Words And Figures] Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In Bds Provision For Itb Clause 18.2 And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per Itb Clause 5 Of The Bidding Documents. Dated This ________________ Day Of ________________ 20______. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ For Goods Offered From Abroad Name Of Bidder . Invitation To Bid Number __. Page Of . 1 2 3 4 5 6 7 8 9 Item Description Country Of Origin Quantity Unit Price Cif Port Of Entry (specify Port) Or Cip Named Place (specify Border Point Or Place Of Destination) Total Cif Or Cip Price Per Item (col. 4 X 5) Unit Price Delivered Duty Unpaid (ddu) Unit Price Delivered Duty Paid (ddp) Total Price Delivered Ddp (col 4 X 8) For Goods Offered From Within The Philippines Name Of Bidder . Invitation To Bid Number . Page Of . 1 2 3 4 5 6 7 8 9 10 Item Description Country Of Origin Quantity Unit Price Exw Per Item Cost Of Local Labor, Raw Material, And Component2 Total Price Exw Per Item (cols. 4 X 5) Unit Prices Per Item Final Destination And Unit Price Of Other Incidental Services Sales And Other Taxes Payable Per Item If Contract Is Awarded Total Price Delivered Final Destination (col 8 + 9) X 4 Contract Agreement Form This Agreement Made The _____ Day Of __________ 20_____ Between [name Of Procuring Entity] Of The Philippines (hereinafter Called “the Entity”) Of The One Part And [name Of Supplier] Of [city And Country Of Supplier] (hereinafter Called “the Supplier”) Of The Other Part: Whereas The Entity Invited Bids For Certain Goods And Ancillary Services, Viz., [brief Description Of Goods And Services] And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of [contract Price In Words And Figures] (hereinafter Called “the Contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Referred To. 2. The Following Documents Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: (a) The Bid Form And The Price Schedule Submitted By The Bidder; (b) The Schedule Of Requirements; (c) The Technical Specifications; (d) The General Conditions Of Contract; (e) The Special Conditions Of Contract; And (f) The Entity’s Notification Of Award. 3. In Consideration Of The Payments To Be Made By The Entity To The Supplier As Hereinafter Mentioned, The Supplier Hereby Covenants With The Entity To Provide The Goods And Services And To Remedy Defects Therein In Conformity In All Respects With The Provisions Of The Contract 4. The Entity Hereby Covenants To Pay The Supplier In Consideration Of The Provision Of The Goods And Services And The Remedying Of Defects Therein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of The Contract At The Time And In The Manner Prescribed By The Contract. In Witness Whereof The Parties Hereto Have Caused This Agreement To Be Executed In Accordance With The Laws Of The Republic Of The Philippines On The Day And Year First Above Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Supplier). Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Bidding For [name Of The Project] Of The [name Of The Procuring Entity]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The [name Of Bidder] In The Bidding As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: I Am Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [jurat] Bank Guarantee Form For Advance Payment To: [name And Address Of Procuring Entity] [name Of Contract] Gentlemen And/or Ladies: In Accordance With The Payment Provision Included In The Special Conditions Of Contract, Which Amends Clause 10 Of The General Conditions Of Contract To Provide For Advance Payment, [name And Address Of Supplier] (hereinafter Called The “supplier”) Shall Deposit With The Procuring Entity A Bank Guarantee To Guarantee Its Proper And Faithful Performance Under The Said Clause Of The Contract In An Amount Of [amount Of Guarantee In Figures And Words]. We, The [bank Or Financial Institution], As Instructed By The Supplier, Agree Unconditionally And Irrevocably To Guarantee As Primary Obligator And Not As Surety Merely, The Payment To The Procuring Entity On Its First Demand Without Whatsoever Right Of Objection On Our Part And Without Its First Claim To The Supplier, In The Amount Not Exceeding [amount Of Guarantee In Figures And Words]. We Further Agree That No Change Or Addition To Or Other Modification Of The Terms Of The Contract To Be Performed Thereunder Or Of Any Of The Contract Documents Which May Be Made Between The Procuring Entity And The Supplier, Shall In Any Way Release Us From Any Liability Under This Guarantee, And We Hereby Waive Notice Of Any Such Change, Addition, Or Modification. This Guarantee Shall Remain Valid And In Full Effect From The Date Of The Advance Payment Received By The Supplier Under The Contract Until [date]. Yours Truly, Signature And Seal Of The Guarantors [name Of Bank Or Financial Institution] [address] [date]
Closing Date10 Mar 2025
Tender AmountPHP 1.8 Million (USD 31.9 K)

Municipality Of Mapanas, Northern Samar Tender

Others
Philippines
Details: Description Philippine Bidding Documents Procurement Of Goods Government Of The Republic Of The Philippines Third Edition October 2009 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines (gop) For Use By All Branches, Agencies, Departments, Bureaus, Offices, Or Instrumentalities Of The Government, Including Government-owned And/or -controlled Corporations (goccs), Government Financial Institutions (gfis), State Universities And Colleges (sucs), And Local Government Units (lgus). 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 Gop Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (a) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract; (b) The Eligibility Requirements Of Bidders, Such As Track Record To Be Determined By The Head Of The Procuring Entity; (c) The Expected Contract Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (d) The Obligations, Duties, And/or Functions Of The Winning Bidder. In Order To Simplify The Preparation Of The Bidding Documents For Each Procurement, The Pbds Groups The Provisions That Are Intended To Be Used Unchanged In Ii. Instructions To Bidders (itb) And In Section Iv. General Conditions Of Contract (gcc). Data And Provisions Specific To Each Procurement And Contract Should Be Included In Section Iii. Bid Data Sheet (bds); Section V. Special Conditions Of Contract (scc); Section Vi. Schedule Of Requirements; And Section Vii. Technical Specifications. The Forms To Be Used Are Provided In Section Viii. Bidding Forms. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. In Addition, 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, Except For The Notes Introducing Section Viii. Bidding Forms Where The Information Is Useful For The Bidder. 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 Project. (b) Specific Details, Such As The Name Of The Procuring Entity And Address For Bid Submission, Should Be Furnished In The Itb, Bds, And Scc. The Final Documents Should Contain Neither Blank Spaces Nor Options. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bds, Scc, 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. The Bidding Documents Should Contain No Footnotes Except (c) Section Viii. Bidding Forms Since These Provide Important Guidance To Bidders. (d) The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Names Of The Project, Contract, And Procuring Entity, In Addition To Date Of Issue. (e) If Modifications Must Be Made To Bidding Procedures, They Can Be Presented In The Bds. Modifications For Specific Project Or Contract Details Should Be Provided In The Scc As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bds Or Scc These Terms Shall Be Printed In Bold Type Face On Section I. Instructions To Bidders And Section Iii. General Conditions Of Contract, Respectively. Table Of Contents Section I. Invitation To Bid 6 Section Ii. Instructions To Bidders 11 Section Iii. Bid Data Sheet 38 Section Iv. General Conditions Of Contract 51 Section V. Special Conditions Of Contract 66 Section Vi. Schedule Of Requirements 79 Section Vii. Technical Specifications 84 Section Viii. Bidding Forms 87 Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Invitation To Bid Shall Be: (a) Advertised At Least Once In A Newspaper Of General Nationwide Circulation Which Has Been Regularly Published For At Least Two (2) Years Before The Date Of Issue Of The Advertisement, Subject To Sections 21.2.2 Of The Irr Of Ra 9184; (b) Posted Continuously In The Philippine Government Electronic Procurement System (philgeps) Website, The Website Of The Procuring Entity Concerned, If Available, And The Website Prescribed By The Foreign Government/foreign Or International Financing Institution, If Applicable, For A Minimum Period Of Seven (7) Calendar Days Starting On The Date Of Advertisement; And (c) Posted At Any Conspicuous Place Reserved For This Purpose In The Premises Of The Procuring Entity Concerned For A Minimum Period Of Seven (7) Calendar Days, As Certified By The Head Of The Bids And Awards Committee (bac) Secretariat Of The Procuring Entity Concerned. Apart From The Essential Items Listed In The Bidding Documents, The Invitation To Bid Should Also Indicate The Following: (a) The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Invitation To Bid Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; (b) The Place Where The Bidding Documents May Be Purchased Or The Website Where It May Be Downloaded; (c) The Deadline For The Submission And Receipt Of Bids From The Last Day Of Posting Of The Invitation To Bid; And (d) Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Invitation To Bid Should Be Incorporated Into The Bidding Documents. The Information Contained In The Invitation To Bid Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bds. Republic Of The Philippines Province Of Northern Samar Municipality Of Mapanas Invitation To Bid For Procurement Of Livelihood Supplies & Materials For Parents Of Child Laborers 1. Select One Of The Two Following Paragraphs, And Delete The Other Depending On The Funding Source: A) If The Funding Source Is Gop: The Lgu-mapanas, Through The Dole-ro8-trust Fund Of Fy 2024 Intends To Apply The Sum Of One Million One Hundred Twenty Five Thousand Four Hundred Three Pesos 20/100 Only (php1,830,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Pr No. 2025-02-030 Procurement Of Livelihood Supplies & Materials For Parents Of Child Laborers For Peso-mapanas, Northern Samar Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Lgu-mapanas Now Invites Bids For Procurement Of Livelihood Supplies & Materials For Parents Of Child Laborers For Peso -lgu Mapanas, Northern Samar . Delivery Of The Goods Is Required 20 Calendar Days From Receipt Of Ntp. Bidders Should Have Completed, Within 20 Calendar 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. Select One Of The Following Two Paragraphs, And Delete The Other Depending On The Funding Source: A) If The Funding Source Is Gop: Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. In Addition, Select One Of The Two Following Paragraphs And Delete The Other Depending On The Existence Of Conditions Under Section 23.5.1.2 Of The Irr Of Ra 9184: (i) Select This Paragraph If Conditions (a), (c), And (d) Under Section 23.5.1.2 Of The Irr Of Ra 9184 Do Not Exist: Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. (ii) Select This Paragraph If Condition (a), (c), Or (d) Under Section 23.5.1.2 Of The Irr Of Ra 9184 Exists: Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. B) If The Funding Source Is A Foreign Government/foreign Or International Financing Institution: Bidding Will Be Conducted In Accordance With Relevant Procedures For Open Competitive Bidding As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”, With Some Amendments, As Stated In These Bidding Documents And Is Open To All Bidders From Eligible Source Countries As Defined In The Applicable Guidelines Of The [state The Foreign Government/foreign Or International Financing Institution Concerned (e.g. Asian Development Bank, Japan International Cooperation Agency, Or World Bank)]. 4. Interested Bidders May Obtain Further Information From [insert Name Of The Procuring Entity] And Inspect The Bidding Documents At The Address Given Below During [insert Office Hours]. 5. Select One Of The Following Two Paragraphs, And Delete The Other Depending On The Funding Source: A) If The Funding Source Is Gop: A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On April 24 To May 13, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00) It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. B) If The Funding Source Is A Foreign Government/foreign Or International Financing Institution: A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On April 24, 2025 To May 13, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00) It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), The Website Of The Procuring Entity, And Mapanasnorthernsamar.gov.ph, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Select One Of The Following Two Paragraphs, And Delete The Other: A) If The Procuring Entity Intends To Open The Pre-bid Conference To All Interested Bidders: The Lgu-mapanas Will Hold A Pre-bid Conference On May 02, 2025 At Executive Conference Room, 2nd Floor Of New Multi-purpose Building, Mapanas, Northern Samar Which Shall Be Open To All Interested Parties. B) If The Procuring Entity Intends To Limit The Pre-bid Conference To Bidders Who Have Purchased The Bidding Documents: The Lgu-mapanas Will Hold A Pre-bid Conference On May 02, 2025 At Executive Conference Room, 2nd Floor Of New Multi-purpose Building, Mapanas, Northern Samar, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before May 14, 2025 At 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On May 14, 2025 At Executive Conference Room, 2nd Floor Of New Multi-purpose Building, Mapanas, Northern Samar . Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. Lgu-mapanas, Barangay Del Norte, Mapanas, Northern Samar 9. The Lgu-mapanas 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. 10. For Further Information, Please Refer To: Reno C. Salazar Head Bac Secretariat Brgy. Del Norte, Mapanas, Northern Samar 6412 Renosalazar123@yahoo.com.ph Mapanasn.samar.gov.ph Engr. Julius D. Palma Bac Chairperson Cp # 09052634575 Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section Of The Bidding Documents 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, Opening, Evaluation, And Award Of Contract. Section Ii Contains Provisions That Are To Be Used Unchanged. Section Iii Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information Or Requirements Included In Section Ii Which Are Specific To Each Procurement. Matters Governing Performance Of The Bidder, Payments, Or Those Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Not Normally Included In This Section, But Rather Under Section Iv. General Conditions Of Contract, And/or Section V. Special Conditions Of Contract. If Duplication Of A Subject Is Inevitable In The Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Table Of Contents A. General 14 1. Scope Of Bid 14 2. Source Of Funds 14 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 14 4. Conflict Of Interest 15 5. Eligible Bidders 16 6. Bidder’s Responsibilities 18 7. Origin Of Goods 20 8. Subcontracts 20 B. Contents Of Bidding Documents 20 9. Pre-bid Conference 20 10. Clarification And Amendment Of Bidding Documents 21 C. Preparation Of Bids 21 11. Language Of Bid 21 12. Documents Comprising The Bid: Eligibility And Technical Components 21 13. Documents Comprising The Bid: Financial Component 23 14. Alternative Bids 23 15. Bid Prices 23 16. Bid Currencies 25 17. Bid Validity 25 18. Bid Security 26 19. Format And Signing Of Bids 27 20. Sealing And Marking Of Bids 28 D. Submission And Opening Of Bids 29 21. Deadline For Submission Of Bids 29 22. Late Bids 29 23. Modification And Withdrawal Of Bids 29 24. Opening And Preliminary Examination Of Bids 29 E. Evaluation And Comparison Of Bids 31 25. Process To Be Confidential 31 26. Clarification Of Bids 31 27. Domestic Preference 31 28. Detailed Evaluation And Comparison Of Bids 32 29. Post-qualification 33 30. Reservation Clause 34 F. Award Of Contract 35 31. Contract Award 35 32. Signing Of The Contract 36 33. Performance Security 36 34. Notice To Proceed 37 A. General 1. Scope Of Bid The Procuring Entity Named In The Bds (hereinafter Referred To As The “procuring Entity”) Wishes To Receive Bids For Supply And Delivery Of The Goods As Described In 1.1. Section Vii. Technical Specifications (hereinafter Referred To As The “goods”). 1.2. The Name, Identification, And Number Of Lots Specific To This Bidding Are Provided In The Bds. The Contracting Strategy And Basis Of Evaluation Of Lots Is Described In Itb Clause 28. 2. Source Of Funds The Procuring Entity Has A Budget Or Has Applied For Or Received Funds From The Funding Source Named In The Bds, And In The Amount Indicated In The Bds. It Intends To Apply Part Of The Funds Received For The Project, As Defined In The Bds, To Cover Eligible Payments Under The Contract. 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 3.1. 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. In Pursuance Of This Policy, The Procuring Entity: (a) Defines, For Purposes Of This Provision, The Terms Set Forth Below As Follows: (i) “corrupt Practice” Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Government, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Ra 3019. (ii) “fraudulent Practice” Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition. (iii) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels. (iv) “coercive Practices” Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Affect The Execution Of A Contract; (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Any Of The Practices Mentioned In This Clause For Purposes Of Competing For The Contract. 3.2. Further, The Procuring Entity Will Seek To Impose The Maximum Civil, Administrative, And/or Criminal Penalties Available Under Applicable Laws On Individuals And Organizations Deemed To Be Involved In Any Of The Practices Mentioned In Itb Clause 3.1(a). 3.3. Furthermore, The Funding Source And The Procuring Entity Reserve The Right To Inspect And Audit Records And Accounts Of A Bidder Or Supplier In The Bidding For And Performance Of A Contract Themselves Or Through Independent Auditors As Reflected In The Gcc Clause 3. 4. Conflict Of Interest 4.1. All Bidders Found To Have Conflicting Interests Shall Be Disqualified To Participate In The Procurement At Hand, Without Prejudice To The Imposition Of Appropriate Administrative, Civil, And Criminal Sanctions. A Bidder May Be Considered To Have Conflicting Interests With Another Bidder In Any Of The Events Described In Paragraphs (a) Through (c) Below And A General Conflict Of Interest In Any Of The Circumstances Set Out In Paragraphs (d) Through (f) Below: (a) A Bidder Has Controlling Shareholders In Common With Another Bidder; (b) A Bidder Receives Or Has Received Any Direct Or Indirect Subsidy From Any Other Bidder; (c) A Bidder Has The Same Legal Representative As That Of Another Bidder For Purposes Of This Bid; (d) A Bidder Has A Relationship, Directly Or Through Third Parties, That Puts Them In A Position To Have Access To Information About Or Influence On The Bid Of Another Bidder Or Influence The Decisions Of The Procuring Entity Regarding This Bidding Process. This Will Include A Firm Or An Organization Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project If The Personnel Would Be Involved In Any Capacity On The Same Project; (e) A Bidder Submits More Than One Bid In This Bidding Process. However, This Does Not Limit The Participation Of Subcontractors In More Than One Bid; Or (f) A Bidder Who Participated As A Consultant In The Preparation Of The Design Or Technical Specifications Of The Goods And Related Services That Are The Subject Of The Bid. 4.2. In Accordance With Section 47 Of The Irr Of Ra 9184, All Bidding Documents Shall Be Accompanied By A Sworn Affidavit Of The Bidder That It Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), Members Of The Technical Working Group (twg), Members Of The Bac Secretariat, The Head Of The Project Management Office (pmo) Or The End-user Unit, And The Project Consultants, By Consanguinity Or Affinity Up To The Third Civil Degree. On The Part Of The Bidder, This Clause Shall Apply To The Following Persons: (a) If The Bidder Is An Individual Or A Sole Proprietorship, To The Bidder Himself; (b) If The Bidder Is A Partnership, To All Its Officers And Members; (c) If The Bidder Is A Corporation, To All Its Officers, Directors, And Controlling Stockholders; And (d) If The Bidder Is A Joint Venture (jv), The Provisions Of Items (a), (b), Or (c) Of This Clause Shall Correspondingly Apply To Each Of The Members Of The Said Jv, As May Be Appropriate. Relationship Of The Nature Described Above Or Failure To Comply With This Clause Will Result In The Automatic Disqualification Of A Bidder. 5. Eligible Bidders 5.1. Unless Otherwise Indicated In The Bds, The Following Persons Shall Be Eligible To Participate In This Bidding: (a) Duly Licensed Filipino Citizens/sole Proprietorships; (b) Partnerships Duly Organized Under The Laws Of The Philippines And Of Which At Least Sixty Percent (60%) Of The Interest Belongs To Citizens Of The Philippines; (c) Corporations Duly Organized Under The Laws Of The Philippines, And Of Which At Least Sixty Percent (60%) Of The Outstanding Capital Stock Belongs To Citizens Of The Philippines; (d) Cooperatives Duly Organized Under The Laws Of The Philippines, And Of Which At Least Sixty Percent (60%) Of The Interest Belongs To Citizens Of The Philippines; And (e) Persons/entities Forming Themselves Into A Jv, I.e., A Group Of Two (2) Or More Persons/entities That Intend To Be Jointly And Severally Responsible Or Liable For A Particular Contract: Provided, However, That Filipino Ownership Or Interest Of The Joint Venture Concerned Shall Be At Least Sixty Percent (60%). 5.2. Foreign Bidders May Be Eligible To Participate When Any Of The Following Circumstances Exist, As Specified In The Bds: (a) When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra 9184 And Its Irr Allow Foreign Bidders To Participate; (b) 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; (c) When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or (d) When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Government Corporate Entities May Be Eligible To Participate Only If They Can Establish That They (a) Are Legally And Financially Autonomous, (b) Operate Under Commercial Law, And (c) Are Not Dependent Agencies Of The Gop Or The Procuring Entity. 5.4. Unless Otherwise Provided In The Bds, The Bidder Must Have Completed At Least One Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The National Statistics Office Consumer Price Index, Must Be At Least Equivalent To A Percentage Of The Abc Stated In The Bds. For This Purpose, Contracts Similar To The Project Shall Be Those Described In The Bds, And Completed Within The Relevant Period Stated In The Invitation To Bid And Itb Clause 12.1(a)(iii). 5.5. Unless Otherwise Provided In The Bds, The Bidder Must Submit A Computation Of Its Net Financial Contracting Capacity (nfcc) Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Its Favor If Awarded The Contract For This Project (clc). The Nfcc, Computed Using The Following Formula, Must Be At Least Equal To The Abc To Be Bid: Nfcc = [(current Assets Minus Current Liabilities) (k)] Minus The Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project. Where: K = 10 For A Contract Duration Of One Year Or Less, 15 For A Contract Duration Of More Than One Year Up To Two Years, And 20 For A Contract Duration Of More Than Two Years. The Clc Must Be At Least Equal To Ten Percent (10%) Of The Abc For This Project. If Issued By A Foreign Bank, It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank. In The Case Of Local Government Units (lgus), The Bidder May Also Submit Clc From Other Banks Certified By The Bangko Sentral Ng Pilipinas (bsp) As Authorized To Issue Such Financial Instrument. 6. Bidder’s Responsibilities The Bidder Or Its Duly Authorized Representative Shall Submit A Sworn Statement In The Form Prescribed In 6.1. Section Viii. Bidding Forms As Required In Itb Clause 0. 6.2. The Bidder Is Responsible For The Following: (a) Having Taken Steps To Carefully Examine All Of The Bidding Documents; (b) Having Acknowledged All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; (c) Having Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; (d) Having Complied With Its Responsibility To Inquire Or Secure Supplemental/bid Bulletin(s) As Provided Under Itb Clause 10.3. (e) Ensuring That It Is Not “blacklisted” Or Barred From Bidding By The Gop Or Any Of Its Agencies, Offices, Corporations, Or Lgus, Including Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Gppb; (f) Ensuring That Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; (g) Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative/s To Verify All The Documents Submitted; (h) Ensuring That The Signatory Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The Bidder In The Bidding, With The Duly Notarized Secretary’s Certificate Attesting To Such Fact, If The Bidder Is A Corporation, Partnership, Cooperative, Or Joint Venture; (i) Complying With The Disclosure Provision Under Section 47 Of Ra 9184 In Relation To Other Provisions Of Ra 3019; And (j) Complying With Existing Labor Laws And Standards, In The Case Of Procurement Of Services. Failure To Observe Any Of The Above Responsibilities Shall Be At The Risk Of The Bidder Concerned. 6.3. The Bidder Is Expected To Examine All Instructions, Forms, Terms, And Specifications In The Bidding Documents. Unless Otherwise Indicated In The Bds, Failure To Furnish All Information Or Documentation Required In The Bidding Documents Shall Result In The Rejection Of The Bid And The Disqualification Of The Bidder. 6.4. It Shall Be The Sole Responsibility Of The Bidder To Determine And To Satisfy Itself By Such Means As It Considers Necessary Or Desirable As To All Matters Pertaining To The Contract To Be Bid, Including: (a) The Location And The Nature Of This Project; (b) Climatic Conditions; (c) Transportation Facilities; And (d) Other Factors That May Affect The Cost, Duration, And Execution Or Implementation Of This Project. 6.5. The Procuring Entity Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions By The Prospective Or Eligible Bidder Out Of The Data Furnished By The Procuring Entity. 6.6. The Bidder Shall Bear All Costs Associated With The Preparation And Submission Of His Bid, And The Procuring Entity Will In No Case Be Responsible Or Liable For Those Costs, Regardless Of The Conduct Or Outcome Of The Bidding Process. 6.7. Before Submitting Their Bids, The Bidder Is Deemed To Have Become Familiar With All Existing Laws, Decrees, Ordinances, Acts And Regulations Of The Philippines Which May Affect This Project In Any Way. 6.8. The Bidder Should Note That The Procuring Entity Will Accept Bids Only From Those That Have Paid The Nonrefundable Fee For The Bidding Documents At The Office Indicated In The Invitation To Bid. 7. Origin Of Goods Unless Otherwise Indicated In The Bds, There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The United Nations Security Council Taken Under Chapter Vii Of The Charter Of The United Nations, Subject To Itb Clause 27.1. 8. Subcontracts 8.1. Unless Otherwise Specified In The Bds, The Bidder May Subcontract Portions Of The Goods To An Extent As May Be Approved By The Procuring Entity And Stated In The Bds. However, Subcontracting Of Any Portion Shall Not Relieve The Bidder From Any Liability Or Obligation That May Arise From The Contract For This Project. 8.2. Subcontractors Must Comply With The Eligibility Criteria And The Documentary Requirements Specified In The Bds. In The Event That Any Subcontractor Is Found By The Procuring Entity To Be Ineligible, The Subcontracting Of Such Portion Of The Goods Shall Be Disallowed. 8.3. The Bidder May Identify The Subcontractor To Whom A Portion Of The Goods Will Be Subcontracted At Any Stage Of The Bidding Process Or During Contract Implementation. If The Bidder Opts To Disclose The Name Of The Subcontractor During Bid Submission, The Bidder Shall Include The Required Documents As Part Of The Technical Component Of Its Bid. B. Contents Of Bidding Documents 9. Pre-bid Conference 9.1. If So Specified In The Bds, A Pre-bid Conference Shall Be Held At The Venue And On The Date Indicated Therein, To Clarify And Address The Bidders’ Questions On The Technical And Financial Components Of This Project. 9.2. Bidders Are Encouraged To Attend The Pre-bid Conference To Ensure That They Fully Understand The Procuring Entity’s Requirements. Non-attendance Of The Bidder Will In No Way Prejudice Its Bid; However, The Bidder Is Expected To Know The Changes And/or Amendments To The Bidding Documents Discussed During The Pre-bid Conference. 9.3. Any Statement Made At The Pre-bid Conference Shall Not Modify The Terms Of The Bidding Documents Unless Such Statement Is Specifically Identified In Writing As An Amendment Thereto And Issued As A Supplemental/bid Bulletin. 10. Clarification And Amendment Of Bidding Documents 10.1. Bidders Who Have Purchased The Bidding Documents May Request For Clarifications On Any Part Of The Bidding Documents For An Interpretation. Such A Request Must Be In Writing And Submitted To The Procuring Entity At The Address Indicated In The Bds At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.2. Supplemental/bid Bulletins May Be Issued Upon The Procuring Entity’s Initiative For Purposes Of Clarifying Or Modifying Any Provision Of The Bidding Documents Not Later Than Seven (7) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. Any Modification To The Bidding Documents Shall Be Identified As An Amendment. 10.3. Any Supplemental/bid Bulletin Issued By The Bac Shall Also Be Posted On The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity Concerned, If Available. It Shall Be The Responsibility Of All Bidders Who Secure The Bidding Documents To Inquire And Secure Supplemental/bid Bulletins That May Be Issued By The Bac. However, Bidders Who Have Submitted Bids Before The Issuance Of The Supplemental/bid Bulletin Must Be Informed And Allowed To Modify Or Withdraw Their Bids In Accordance With Itb Clause 23. C. Preparation Of Bids 11. Language Of Bid The Bid, As Well As All Correspondence And Documents Relating To The Bid Exchanged By The Bidder And The Procuring Entity, Shall Be Written In English. Supporting Documents And Printed Literature Furnished By The Bidder May Be In Another Language Provided They Are Accompanied By An Accurate Translation In English Certified By The Appropriate Embassy Or Consulate In The Philippines, In Which Case The English Translation Shall Govern For Purposes Of Interpretation Of The Bid. 12. Documents Comprising The Bid: Eligibility And Technical Components 12.1. Unless Otherwise Indicated In The Bds, The First Envelope Shall Contain The Following Eligibility And Technical Documents: (a) Eligibility Documents – Class “a” Documents: (i) Registration Certificate From The Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives, Or Any Proof Of Such Registration As Stated In The Bds; (ii) Mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located; (iii) Statement Of All Its Ongoing And Completed Government And Private Contracts Within The Period Stated In The Bds, Including Contracts Awarded But Not Yet Started, If Any. The Statement Shall Include, For Each Contract, The Following: (iii.1) Name Of The Contract; (iii.2) Date Of The Contract; (iii.3) Kinds Of Goods; (iii.4) Amount Of Contract And Value Of Outstanding Contracts; (iii.5) Date Of Delivery; And (iii.6) End User’s Acceptance Or Official Receipt(s) Issued For The Contract, If Completed. (iv) Audited Financial Statements, Stamped “received” By The Bureau Of Internal Revenue (bir) Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year, Which Should Not Be Earlier Than Two (2) Years From Bid Submission; (v) Nfcc Computation Or Clc In Accordance With Itb Clause 5.5; And Class “b” Document: (vi) If Applicable, The 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. (b) Technical Documents – (i) Bid Security In Accordance With Itb Clause 18. If The Bidder Opts To Submit The Bid Security In The Form Of: (i.1) A Bank Draft/guarantee Or An Irrevocable Letter Of Credit Issued By A Foreign Bank, It Shall Be Accompanied By A Confirmation From A Universal Or Commercial Bank; Or (i.2) A Surety Bond, It Shall Be Accompanied By A Certification By The Insurance Commission That The Surety Or Insurance Company Is Authorized To Issue Such Instruments; (ii) Conformity With Technical Specifications, As Enumerated And Specified In Sections Vi And Vii Of The Bidding Documents; And Sworn Statement In Accordance With Section 25.2(a)(iv) Of The Irr Of Ra 9184 And Using The Form Prescribed In (iii) Section Viii. Bidding Forms. 13. Documents Comprising The Bid: Financial Component 13.1. Unless Otherwise Stated In The Bds, The Financial Component Of The Bid Shall Contain The Following: (a) Financial Bid Form, Which Includes Bid Prices And The Bill Of Quantities And The Applicable Price Schedules, In Accordance With Itb Clauses 15.1 And 15.4; (b) If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification From The Dti, Sec, Or Cda Issued In Accordance With Itb Clause 27; And (c) Any Other Document Required In The Bds. 13.2. Unless Otherwise Stated In The Bds, All Bids That Exceed The Abc Shall Not Be Accepted. 14. Alternative Bids Alternative Bids Shall Be Rejected. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 15. Bid Prices 15.1. The Bidder Shall Complete The Appropriate Price Schedules Included Herein, Stating The Unit Prices, Total Price Per Item, The Total Amount And The Expected Countries Of Origin Of The Goods To Be Supplied Under This Project. 15.2. The Bidder Shall Fill In Rates And Prices For All Items Of The Goods Described In The Bill Of Quantities. Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Government. 15.3. The Terms Ex Works (exw), Cost, Insurance And Freight (cif), Cost And Insurance Paid To (cip), Delivered Duty Paid (ddp), And Other Trade Terms Used To Describe The Obligations Of The Parties, Shall Be Governed By The Rules Prescribed In The Current Edition Of The International Commercial Terms (incoterms) Published By The International Chamber Of Commerce, Paris. 15.4. 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), Including All Customs Duties And Sales And Other Taxes Already Paid Or Payable: (i.1) On The Components And Raw Material Used In The Manufacture Or Assembly Of Goods Quoted Ex Works Or Ex Factory; Or (i.2) On The Previously Imported Goods Of Foreign Origin Quoted Ex Warehouse, Ex Showroom, Or Off-the-shelf And Any Procuring Entity Country Sales And Other Taxes Which Will Be Payable On The Goods If The Contract Is Awarded. (ii) The Price For Inland Transportation, Insurance, And Other Local Costs Incidental To Delivery Of The Goods To Their Final Destination. (iii) 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 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, Listed In The Bds. 15.5. Prices Quoted By The Bidder Shall Be Fixed During The Bidder’s Performance Of The Contract And Not Subject To Variation Or Price Escalation On Any Account, Unless Otherwise Specified In The Bds. A Bid Submitted With An Adjustable Price Quotation Shall Be Treated As Non-responsive And Shall Be Rejected, Pursuant To Itb Clause 24. 15.6. All Bid Prices Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Indicated In The Bds And Specified In The Gcc And Its Corresponding Scc Provision. 16. Bid Currencies 16.1. Prices Shall Be Quoted In The Following Currencies: (a) For Goods That The Bidder Will Supply From Within The Philippines, The Prices Shall Be Quoted In Philippine Pesos. (b) For Goods That The Bidder Will Supply From Outside The Philippines, The Prices May Be Quoted In The Currency(ies) Stated In The Bds. 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. 16.2. If So Allowed In Accordance With Itb Clause 16.1, The Procuring Entity For Purposes Of Bid Evaluation And Comparing The Bid Prices Will Convert The Amounts In Various Currencies In Which The Bid Price Is Expressed To Philippine Pesos At The Foregoing Exchange Rates. 16.3. Unless Otherwise Specified In The Bds, Payment Of The Contract Price Shall Be Made In Philippine Pesos. 17. Bid Validity 17.1. Bids Shall Remain Valid For The Period Specified In The Bds Which Shall Not Exceed One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 17.2. In Exceptional Circumstances, Prior To The Expiration Of The Bid Validity Period, The Procuring Entity May Request Bidders To Extend The Period Of Validity Of Their Bids. The Request And The Responses Shall Be Made In Writing. The Bid Security Described In Itb Clause 18 Should Also Be Extended Corresponding To The Extension Of The Bid Validity Period At The Least. A Bidder May Refuse The Request Without Forfeiting Its Bid Security, But His Bid Shall No Longer Be Considered For Further Evaluation And Award. A Bidder Granting The Request Shall Not Be Required Or Permitted To Modify Its Bid. 18. Bid Security 18.1. The Bid Security, Issued In Favor Of The Procuring Entity, In The Amount Stated In The Bds Shall Be Equal To The Percentage Of The Abc In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (equal To Percentage Of The Abc) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. Two Percent (2%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) (d) Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To Total Amount Of Security For Biddings Conducted By Lgus, The Bidder May Also Submit Bid Securities In The Form Of Cashier’s/manager’s Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Such Financial Statement. 18.2. The Bid Security Should Be Valid For The Period Specified In The Bds. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 18.3. No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except To Those That Failed Or Declared As Post-disqualified, Upon Submission Of A Written Waiver Of Their Right To File A Motion For Reconsideration And/or Protest. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Bidder With The Lowest Calculated And Responsive Bid Has Signed The Contract And Furnished The Performance Security, But In No Case Later Than The Expiration Of The Bid Security Validity Period Indicated In Itb Clause 18.2. 18.4. Upon Signing And Execution Of The Contract Pursuant To Itb Clause 32, And The Posting Of The Performance Security Pursuant To Itb Clause 33, The Successful Bidder’s Bid Security Will Be Discharged, But In No Case Later Than The Bid Security Validity Period As Indicated In The Itb Clause 18.2. 18.5. The Bid Security May Be Forfeited: (a) If A Bidder: (i) Withdraws Its Bid During The Period Of Bid Validity Specified In Itb Clause 17; (ii) Does Not Accept The Correction Of Errors Pursuant To Itb Clause 28.3(b); (iii) Fails To Submit The Requirements Within The Prescribed Period Or A Finding Against Their Veracity As Stated In Itb Clause 29.2; Or (iv) Any Other Reason Stated In The Bds. (b) If The Successful Bidder: (i) Fails To Sign The Contract In Accordance With Itb Clause 32; (ii) Fails To Furnish Performance Security In Accordance With Itb Clause 33; Or (iii) Any Other Reason Stated In The Bds. 19. Format And Signing Of Bids 19.1. Bidders Shall Submit Their Bids Through Their Duly Authorized Representative Using The Appropriate Forms Provided In 19.2. 19.3. 19.4. 19.5. 19.6. 19.7. Section Viii. Bidding Forms On Or Before The Deadline Specified In The Itb Clauses 21 In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously. The First Shall Contain The Technical Component Of The Bid, Including The Eligibility Requirements Under Itb Clause 12.1, And The Second Shall Contain The Financial Component Of The Bid. 19.8. Forms As Mentioned In Itb Clause 19.1 Must Be 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. 19.9. The Bidder Shall Prepare And Submit An Original Of The First And Second Envelopes As Described In Itb Clauses 12 And 13. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.10. The Bid, Except For Unamended Printed Literature, Shall Be Signed, And Each And Every Page Thereof Shall Be Initialed, By The Duly Authorized Representative/s Of The Bidder. 19.11. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder. 20. Sealing And Marking Of Bids 20.1. Unless Otherwise Indicated In The Bds, Bidders Shall Enclose Their Original Eligibility And Technical Documents Described In Itb Clause 12 In One Sealed Envelope Marked “original - Technical Component”, And The Original Of Their Financial Component In Another Sealed Envelope Marked “original - Financial Component”, Sealing Them All In An Outer Envelope Marked “original Bid”. 20.2. Each Copy Of The First And Second Envelopes Shall Be Similarly Sealed Duly Marking The Inner Envelopes As “copy No. ___ - Technical Component” And “copy No. ___ – Financial Component” And The Outer Envelope As “copy No. ___”, Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. 20.3. The Original And The Number Of Copies Of The Bid As Indicated In The Bds Shall Be Typed Or Written In Indelible Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. 20.4. All Envelopes Shall: (a) Contain The Name Of The Contract To Be Bid In Capital Letters; (b) Bear The Name And Address Of The Bidder In Capital Letters; (c) Be Addressed To The Procuring Entity’s Bac In Accordance With Itb Clause 0; (d) Bear The Specific Identification Of This Bidding Process Indicated In The Itb Clause 1.2; And (e) Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of Bids, In Accordance With Itb Clause 21. 20.5. If Bids Are Not Sealed And Marked As Required, The Procuring Entity Will Assume No Responsibility For The Misplacement Or Premature Opening Of The Bid. D. Submission And Opening Of Bids 21. Deadline For Submission Of Bids Bids Must Be Received By The Procuring Entity’s Bac At The Address And On Or Before The Date And Time Indicated In The Bds. 22. Late Bids Any Bid Submitted After The Deadline For Submission And Receipt Of Bids Prescribed By The Procuring Entity, Pursuant To Itb Clause 21, Shall Be Declared “late” And Shall Not Be Accepted By The Procuring Entity. 23. Modification And Withdrawal Of Bids 23.1. The Bidder May Modify Its Bid After It Has Been Submitted; Provided That The Modification Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Bidder Shall Not Be Allowed To Retrieve Its Original Bid, But Shall Be Allowed To Submit Another Bid Equally Sealed, Properly Identified, Linked To Its Original Bid Marked As “technical Modification” Or “financial Modification” And Stamped “received” By The Bac. Bid Modifications Received After The Applicable Deadline Shall Not Be Considered And Shall Be Returned To The Bidder Unopened. 23.2. A Bidder May, Through A Letter Of Withdrawal, Withdraw Its Bid After It Has Been Submitted, For Valid And Justifiable Reason; Provided That The Letter Of Withdrawal Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. 23.3. Bids Requested To Be Withdrawn In Accordance With Itb Clause 23.1 Shall Be Returned Unopened To The Bidders. A Bidder May Also Express Its Intention Not To Participate In The Bidding Through A Letter Which Should Reach And Be Stamped By The Bac Before The Deadline For Submission And Receipt Of Bids. A Bidder That Withdraws Its Bid Shall Not Be Permitted To Submit Another Bid, Directly Or Indirectly, For The Same Contract. 23.4. No Bid May Be Modified After The Deadline For Submission Of Bids. No Bid May Be Withdrawn In The Interval Between The Deadline For Submission Of Bids And The Expiration Of The Period Of Bid Validity Specified By The Bidder On The Financial Bid Form. Withdrawal Of A Bid During This Interval Shall Result In The Forfeiture Of The Bidder’s Bid Security, Pursuant To Itb Clause 18.5, And The Imposition Of Administrative, Civil And Criminal Sanctions As Prescribed By Ra 9184 And Its Irr. 24. Opening And Preliminary Examination Of Bids 24.1. The Bac Shall Open The First Bid Envelopes Of Bidders In Public As Specified In The Bds To Determine Each Bidder’s Compliance With The Documents Prescribed In Itb Clause 12. For This Purpose, The Bac Shall Check The Submitted Documents Of Each Bidder Against A Checklist Of Required Documents To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion. If A Bidder Submits The Required Document, It Shall Be Rated “passed” For That Particular Requirement. In This Regard, Bids That Fail To Include Any Requirement Or Are Incomplete Or Patently Insufficient Shall Be Considered As “failed”. Otherwise, The Bac Shall Rate The Said First Bid Envelope As “passed”. 24.2. Immediately After Determining Compliance With The Requirements In The First Envelope, The Bac Shall Forthwith Open The Second Bid Envelope Of Each Remaining Eligible Bidder Whose First Bid Envelope Was Rated “passed”. The Second Envelope Of Each Complying Bidder Shall Be Opened Within The Same Day. In Case One Or More Of The Requirements In The Second Envelope Of A Particular Bid Is Missing, Incomplete Or Patently Insufficient, And/or If The Submitted Total Bid Price Exceeds The Abc Unless Otherwise Provided In Itb Clause 13.2, The Bac Shall Rate The Bid Concerned As “failed”. Only Bids That Are Determined To Contain All The Bid Requirements For Both Components Shall Be Rated “passed” And Shall Immediately Be Considered For Evaluation And Comparison. 24.3. Letters Of Withdrawal Shall Be Read Out And Recorded During Bid Opening, And The Envelope Containing The Corresponding Withdrawn Bid Shall Be Returned To The Bidder Unopened. If The Withdrawing Bidder’s Representative Is In Attendance, The Original Bid And All Copies Thereof Shall Be Returned To The Representative During The Bid Opening. If The Representative Is Not In Attendance, The Bid Shall Be Returned Unopened By Registered Mail. The Bidder May Withdraw Its Bid Prior To The Deadline For The Submission And Receipt Of Bids, Provided That The Corresponding Letter Of Withdrawal Contains A Valid Authorization Requesting For Such Withdrawal, Subject To Appropriate Administrative Sanctions. 24.4. If A Bidder Has Previously Secured A Certification From The Procuring Entity To The Effect That It Has Previously Submitted The Above-enumerated Class “a” Documents, The Said Certification May Be Submitted In Lieu Of The Requirements Enumerated In Itb Clause 12.1(a), Items (i) To (v). 24.5. In The Case Of An Eligible Foreign Bidder As Described In Itb Clause 5, The Class “a” Documents Described In Itb Clause 12.1(a) May Be Substituted With The Appropriate Equivalent Documents, If Any, Issued By The Country Of The Foreign Bidder Concerned. 24.6. Each Partner Of A Joint Venture Agreement Shall Likewise Submit The Requirements In Itb Clauses 12.1(a)(i) And 12.1(a)(ii). Submission Of Documents Required Under Itb Clauses 12.1(a)(iii) To 12.1(a)(v) By Any Of The Joint Venture Partners Constitutes Compliance. 24.7. A Bidder Determined As “failed” Has Three (3) Calendar Days Upon Written Notice Or, If Present At The Time Of Bid Opening, Upon Verbal Notification, Within Which To File A Request Or Motion For Reconsideration With The Bac: Provided, However, That The Motion For Reconsideration Shall Not Be Granted If It Is Established That The Finding Of Failure Is Due To The Fault Of The Bidder Concerned: Provided, Further, That The Bac Shall Decide On The Request For Reconsideration Within Seven (7) Calendar Days From Receipt Thereof. If A Failed Bidder Signifies His Intent To File A Motion For Reconsideration, The Bac Shall Keep The Bid Envelopes Of The Said Failed Bidder Unopened And/or Duly Sealed Until Such Time That The Motion For Reconsideration Or Protest Has Been Resolved. 24.8. The Procuring Entity Shall Prepare The Minutes Of The Proceedings Of The Bid Opening That Shall Include, As A Minimum: (a) Names Of Bidders, Their Bid Price, Bid Security, Findings Of Preliminary Examination; And (b) Attendance Sheet. The Bac Members Shall Sign The Abstract Of Bids As Read. E. Evaluation And Comparison Of Bids 25. Process To Be Confidential 25.1. Members Of The Bac, Including Its Staff And Personnel, As Well As Its Secretariat And Twg, Are Prohibited From Making Or Accepting Any Kind Of Communication With Any Bidder Regarding The Evaluation Of Their Bids Until The Issuance Of The Notice Of Award, Unless Otherwise Allowed In The Bds Or In The Case Of Itb Clause 26. 25.2. Any Effort By A Bidder To Influence The Procuring Entity In The Procuring Entity’s Decision In Respect Of Bid Evaluation, Bid Comparison Or Contract Award Will Result In The Rejection Of The Bidder’s Bid. 26. Clarification Of Bids To Assist In The Evaluation, Comparison, And Post-qualification Of The Bids, The Procuring Entity May Ask In Writing Any Bidder For A Clarification Of Its Bid. All Responses To Requests For Clarification Shall Be In Writing. Any Clarification Submitted By A Bidder In Respect To Its Bid And That Is Not In Response To A Request By The Procuring Entity Shall Not Be Considered. 27. Domestic Preference 27.1. Unless Otherwise Stated In The Bds, The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With The Following: (a) The Preference Shall Be Applied When (i) The Lowest Foreign Bid Is Lower Than The Lowest Bid Offered By A Domestic Bidder, Or (ii) The Lowest Bid Offered By A Non-philippine National Is Lower Than The Lowest Bid Offered By A Domestic Entity. (b) For Evaluation Purposes, The Lowest Foreign Bid Or The Bid Offered By A Non-philippine National Shall Be Increased By Fifteen Percent (15%). (c) In The Event That (i) The Lowest Bid Offered By A Domestic Entity Does Not Exceed The Lowest Foreign Bid As Increased, Or (ii) The Lowest Bid Offered By A Non-philippine National As Increased, Then The Procuring Entity Shall Award The Contract To The Domestic Bidder/entity At The Amount Of The Lowest Foreign Bid Or The Bid Offered By A Non-philippine National, As The Case May Be. (d) If The Domestic Entity/bidder Refuses To Accept The Award Of Contract At The Amount Of The Foreign Bid Or Bid Offered By A Non-philippine National Within Two (2) Calendar Days From Receipt Of Written Advice From The Bac, The Procuring Entity Shall Award To The Bidder Offering The Foreign Bid Or The Non-philippine National, As The Case May Be, Subject To Post-qualification And Submission Of All The Documentary Requirements Under These Bidding Documents. 27.2. A Bidder May Be Granted Preference As A Domestic Entity Subject To The Certification From The Dti (in Case Of Sole Proprietorships), Sec (in Case Of Partnerships And Corporations), Or Cda (in Case Of Cooperatives) That The (a) Sole Proprietor Is A Citizen Of The Philippines Or The Partnership, Corporation, Cooperative, Or Association Is Duly Organized Under The Laws Of The Philippines With At Least Seventy Five Percent (75%) Of Its Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, (b) Habitually Established In Business And Habitually Engaged In The Manufacture Or Sale Of The Merchandise Covered By His Bid, And (c) The Business Has Been In Existence For At Least Five (5) Consecutive Years Prior To The Advertisement And/or Posting Of The Invitation To Bid For This Project. 27.3. A Bidder May Be Granted Preference As A Domestic Bidder Subject To The Certification From The Dti That The Bidder Is Offering Unmanufactured Articles, Materials Or Supplies Of The Growth Or Production Of The Philippines, Or Manufactured Articles, Materials, Or Supplies Manufactured Or To Be Manufactured In The Philippines Substantially From Articles, Materials, Or Supplies Of The Growth, Production, Or Manufacture, As The Case May Be, Of The Philippines. 28. Detailed Evaluation And Comparison Of Bids 28.1. The Procuring Entity Will Undertake The Detailed Evaluation And Comparison Of Bids Which Have Passed The Opening And Preliminary Examination Of Bids, Pursuant To Itb Clause 24, In Order To Determine The Lowest Calculated Bid. 28.2. The Lowest Calculated Bid Shall Be Determined In Two Steps: (a) The Detailed Evaluation Of The Financial Component Of The Bids, To Establish The Correct Calculated Prices Of The Bids; And (b) The Ranking Of The Total Bid Prices As So Calculated From The Lowest To The Highest. The Bid With The Lowest Price Shall Be Identified As The Lowest Calculated Bid. 28.3. The Procuring Entity's Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. Unless Otherwise Specified In The Bds, The Bac Shall Consider The Following In The Evaluation Of Bids: (a) Completeness Of The Bid. Unless The Itb Specifically Allows Partial Bids, Bids Not Addressing Or Providing All Of The Required Items In The Schedule Of Requirements Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Procuring Entity; And (b) Arithmetical Corrections. Consider Computational Errors And Omissions To Enable Proper Comparison Of All Eligible Bids. It May Also Consider Bid Modifications, If Allowed In The Bds. Any Adjustment Shall Be Calculated In Monetary Terms To Determine The Calculated Prices. 28.4. Based On The Detailed Evaluation Of Bids, Those That Comply With The Above-mentioned Requirements Shall Be Ranked In The Ascending Order Of Their Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, To Identify The Lowest Calculated Bid. Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, Which Exceed The Abc Shall Not Be Considered. 28.5. Unless Otherwise Indicated In The Bds, The Procuring Entity’s Evaluation Of Bids Shall Only Be Based On The Bid Price Quoted In The Financial Bid Form. 28.6. Bids Shall Be Evaluated On An Equal Footing To Ensure Fair Competition. For This Purpose, All Bidders Shall Be Required To Include In Their Bids The Cost Of All Taxes, Such As, But Not Limited To, Value Added Tax (vat), Income Tax, Local Taxes, And Other Fiscal Levies And Duties Which Shall Be Itemized In The Bid Form And Reflected In The Detailed Estimates. Such Bids, Including Said Taxes, Shall Be The Basis For Bid Evaluation And Comparison. 29. Post-qualification 29.1. The Procuring Entity Shall Determine To Its Satisfaction Whether The Bidder That Is Evaluated As Having Submitted The Lowest Calculated Bid (lcb) Complies With And Is Responsive To All The Requirements And Conditions Specified In Itb Clauses 5, 12, And 13. 29.2. Within A Non-extendible Period Of Three (3) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lcb, The Bidder Shall Submit The Following Documentary Requirements: (a) Tax Clearance Per Executive Order 398, Series Of 2005; (b) Latest Income And Business Tax Returns In The Form Specified In The Bds; (c) Certificate Of Philgeps Registration; And (d) Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. Failure Of The Bidder Declared As Lowest Calculated Bid To Duly Submit The Requirements Under This Clause Or A Finding Against The Veracity Of Such Shall Be Ground For Forfeiture Of The Bid Security And Disqualification Of The Bidder For Award. 29.3. The Determination Shall Be Based Upon An Examination Of The Documentary Evidence Of The Bidder’s Qualifications Submitted Pursuant To Itb Clauses 12 And 13, As Well As Other Information As The Procuring Entity Deems Necessary And Appropriate, Using A Non-discretionary “pass/fail” Criterion. 29.4. If The Bac Determines That The Bidder With The Lowest Calculated Bid Passes All The Criteria For Post-qualification, It Shall Declare The Said Bid As The Lowest Calculated Responsive Bid, And Recommend To The Head Of The Procuring Entity The Award Of Contract To The Said Bidder At Its Submitted Price Or Its Calculated Bid Price, Whichever Is Lower. 29.5. A Negative Determination Shall Result In Rejection Of The Bidder’s Bid, In Which Event The Procuring Entity Shall Proceed To The Next Lowest Calculated Bid To Make A Similar Determination Of That Bidder’s Capabilities To Perform Satisfactorily. If The Second Bidder, However, Fails The Post Qualification, The Procedure For Post Qualification Shall Be Repeated For The Bidder With The Next Lowest Calculated Bid, And So On Until The Lowest Calculated Responsive Bid Is Determined For Contract Award. 29.6. Within A Period Not Exceeding Seven (7) Calendar Days From The Date Of Receipt Of The Recommendation Of The Bac, The Head Of The Procuring Entity Shall Approve Or Disapprove The Said Recommendation. In The Case Of Goccs And Gfis, The Period Provided Herein Shall Be Fifteen (15) Calendar Days. 30. Reservation Clause 30.1. Notwithstanding The Eligibility Or Post-qualification Of A Bidder, The Procuring Entity Concerned Reserves The Right To Review Its Qualifications At Any Stage Of The Procurement Process If It Has Reasonable Grounds To Believe That A Misrepresentation Has Been Made By The Said Bidder, Or That There Has Been A Change In The Bidder’s Capability To Undertake The Project From The Time It Submitted Its Eligibility Requirements. Should Such Review Uncover Any Misrepresentation Made In The Eligibility And Bidding Requirements, Statements Or Documents, Or Any Changes In The Situation Of The Bidder Which Will Affect Its Capability To Undertake The Project So That It Fails The Preset Eligibility Or Bid Evaluation Criteria, The Procuring Entity Shall Consider The Said Bidder As Ineligible And Shall Disqualify It From Submitting A Bid Or From Obtaining An Award Or Contract. 30.2. Based On The Following Grounds, The Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding At Any Time Prior To The Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability, And Make No Assurance That A Contract Shall Be Entered Into As A Result Of The Bidding: (a) If There Is Prima Facie Evidence Of Collusion Between Appropriate Public Officers Or Employees Of The Procuring Entity, Or Between The Bac And Any Of The Bidders, Or If The Collusion Is Between Or Among The Bidders Themselves, Or Between A Bidder And A Third Party, Including Any Act Which Restricts, Suppresses Or Nullifies Or Tends To Restrict, Suppress Or Nullify Competition; (b) If The Procuring Entity’s Bac Is Found To Have Failed In Following The Prescribed Bidding Procedures; Or (c) For Any Justifiable And Reasonable Ground Where The Award Of The Contract Will Not Redound To The Benefit Of The Gop As Follows: (i) If The Physical And Economic Conditions Have Significantly Changed So As To Render The Project No Longer Economically, Financially Or Technically Feasible As Determined By The Head Of The Procuring Entity; (ii) If The Project Is No Longer Necessary As Determined By The Head Of The Procuring Entity; And (iii) If The Source Of Funds For The Project Has Been Withheld Or Reduced Through No Fault Of The Procuring Entity. 30.3. In Addition, The Procuring Entity May Likewise Declare A Failure Of Bidding When: (a) No Bids Are Received; (b) All Prospective Bidders Are Declared Ineligible; (c) All Bids Fail To Comply With All The Bid Requirements Or Fail Post-qualification; Or (d) The Bidder With The Lowest Calculated Responsive Bid (lcrb) Refuses, Without Justifiable Cause To Accept The Award Of Contract, And No Award Is Made. F. Award Of Contract 31. Contract Award 31.1. Subject To Itb Clause 29, The Procuring Entity Shall Award The Contract To The Bidder Whose Bid Has Been Determined To Be The Lcrb. 31.2. Prior To The Expiration Of The Period Of Bid Validity, The Procuring Entity Shall Notify The Successful Bidder In Writing That Its Bid Has Been Accepted, Through A Notice Of Award Received Personally Or Sent By Registered Mail Or Electronically, Receipt Of Which Must Be Confirmed In Writing Within Two (2) Days By The Bidder With The Lcrb And Submitted Personally Or Sent By Registered Mail Or Electronically To The Procuring Entity. 31.3. Notwithstanding The Issuance Of The Notice Of Award, Award Of Contract Shall Be Subject To The Following Conditions: (a) Submission Of The Valid Jva, If Applicable, Within Ten (10) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That The Bidder Has The Lcrb; (b) Posting Of The Performance Security In Accordance With Itb Clause 33; (c) Signing Of The Contract As Provided In Itb Clause 32; And (d) Approval By Higher Authority, If Required. 31.4. At The Time Of Contract Award, The Procuring Entity Shall Not Increase Or Decrease The Quantity Of Goods Originally Specified In Section Vi. Schedule Of Requirements. 32. Signing Of The Contract 32.1. At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Contract Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 32.2. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award, The Successful Bidder Shall Post The Required Performance Security And Sign And Date The Contract And Return It To The Procuring Entity. 32.3. The Procuring Entity Shall Enter Into Contract With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 32.4. The Following Documents Shall Form Part Of The Contract: (a) Contract Agreement; (b) Bidding Documents; (c) Winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted; (d) Performance Security; (e) Credit Line In Accordance With Itb Clause 5.5, If Applicable; (f) Notice Of Award Of Contract; And (g) Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. 33. Performance Security 33.1. To Guarantee The Faithful Performance By The Winning Bidder Of Its Obligations Under The Contract, It Shall Post A Performance Security Within A Maximum Period Of Ten (10) Calendar Days From The Receipt Of The Notice Of Award From The Procuring Entity And In No Case Later Than The Signing Of The Contract. 33.2. The Performance Security Shall Be Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity In An Amount Equal To The Percentage Of The Total Contract Price In Accordance With The Following Schedule: Form Of Performance Security Amount Of Performance Security (equal To Percentage Of The Total Contract Price) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. Five Percent (5%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Thirty Percent (30%) (d) Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To Total Amount Of Security 33.3. Failure Of The Successful Bidder To Comply With The Above-mentioned Requirement Shall Constitute Sufficient Ground For The Annulment Of The Award And Forfeiture Of The Bid Security, In Which Event The Procuring Entity Shall Initiate And Complete The Post Qualification Of The Second Lowest Calculated Bid. The Procedure Shall Be Repeated Until The Lcrb Is Identified And Selected For Contract Award. However If No Bidder Passed Post-qualification, The Bac Shall Declare The Bidding A Failure And Conduct A Re-bidding With Re-advertisement. 34. Notice To Proceed 34.1. Within Three (3) Calendar Days From The Date Of Approval Of The Contract By The Appropriate Government Approving Authority, The Procuring Entity Shall Issue Its Notice To Proceed To The Bidder. 34.2. The Date Of The Bidder’s Receipt Of The Notice To Proceed Will Be Regarded As The Effective Date Of The Contract, Unless Otherwise Specified In The Bds. Section Iii. Bid Data Sheet Notes On The Bid Data Sheet Section Iii Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb Included In Section Ii, 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, The Applicable Rules Regarding Bid Price And Currency, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing Section Iii, The Following Aspects Should Be Checked: (a) Information That Specifies And Complements Provisions Of Section Ii Must Be Incorporated. (b) Amendments And/or Supplements, If Any, To Provisions Of Section Ii As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 0 The Procuring Entity Is Lgu-mapanas 1.2 The Lot(s) And Reference Is/are: Procurement Of Livelihood Supplies & Materials For Parents Of Child Laborers For Peso-lgu-mapanas, Northern Samar 2 The Funding Source Is: Select One, Delete The Other: If The Funding Source Is Gop: The Government Of The Philippines (gop) Through Dole-ro8 Trust Fund For Fy-2024 In The Amount Of One Million Eight Hundred Thirty Thousand Pesos Only (php1,830,000.00). Note: In The Case Of National Government Agencies, The General Appropriations Act And/or Continuing Appropriations; In The Case Of Government-owned And/or –controlled Corporations, Government Financial Institutions, And State Universities And Colleges, The Corporate Budget For The Contract Approved By The Governing Boards; In The Case Of Local Government Units, The Budget For The Contract Approved By The Respective Sanggunian. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution: The [state The Foreign Government/foreign Or International Financing Institution, (e.g. Asian Development Bank, Japan International Cooperative Agency, Or World Bank)] Through [indicate The Loan/credit/grant No.] In The Amount Of [insert Amount Of Funds]. The Name Of The Project Is Procurement Of Livelihood Supplies & Materials For Parents Of Child Laborers For Peso-lgu Mapanas, Northern Samar. 5.1 Select One, Delete The Other. If The Funding Source Is Gop, State Here: No Further Instructions. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution: Eligible Bidders Are As Defined In The [state The Applicable Procurement Guidelines And, If Applicable, The Web Page Where It May Be Downloaded]. 5.2 Select One, Delete The Other. None Of The Circumstances Mentioned In The Itb Clause Exists In This Project. Foreign Bidders, Except Those Falling Under Itb Clause 5.2(b), May Not Participate In This Project. Or Foreign Bidders May Participate In This Project In View Of The Following Circumstance(s): [state Which Of The Circumstance(s) Mentioned In The Itb Clause Exists In The Project.] 5.4 Select One, Delete The Other. If The Funding Source Is Gop, Maintain The Itb Clause And Insert Any Of The Following: For The Procurement Of Non-expendable Supplies: The Bidder Must Have Completed, Within The Period Specified In The Invitation To Bid And Itb Clause 12.1(a)(iii), A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. Or For The Procurement Of Expendable Supplies: The Bidder Must Have Completed, Within The Period Specified In The Invitation To Bid And Itb Clause 12.1(a)(iii), A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. Or For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of The Provisions Of Section 23.5.1.3 Of The Irr Of Ra 9184 Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: In View Of The Determination By The Procuring Entity That Imposition Of The Provisions Of Section 23.5.1.3 Of The Irr Of Ra 9184 Will Likely Result To [state “failure Of Bidding” Or “monopoly That Will Defeat The Purpose Of Public Bidding”], The Bidder Should Comply With The Following Requirements: A) Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least [state “fifty Percent (50%)” In The Case Of Non-expendable Supplies Or “twenty-five Percent (25%)” In The Case Of Expendable Supplies] Of The Abc For This Project; And B) The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Maintain Itb Clause And State “no Further Instructions” Or Explain The Applicable Eligibility Criterion. For This Purpose, Similar Contracts Shall Refer To Procurement Of Grocery Items For The Supplemental Feeding “no Further Instructions”]. 5.5 Select One, Delete The Other. If The Contract Is Funded By Gop, Maintain The Itb Clause And State Here: No Further Instructions. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Retain Itb Clause Or State The Relevant Eligibility Criterion. 6.3 Select One, Delete The Rest. If The Funding Source Is Gop, Maintain The Itb Clause And State Here: No Further Instructions. If The Funding Source Is The Adb, Jica, Or Wb, State The Following: Only Those Bids That Omit The Following Documents Will Be Automatically Rejected: (a) The Bid Security In Accordance With Itb Clause 17.2; (b) Financial Proposal Submission Sheet And The Applicable Price Schedules, In Accordance With Itb Clauses 15.1 And 15.4. For All Other Omissions, The Procuring Entity Reserves The Right To Seek Clarification Of Bids In Accordance With Itb Clause 26 Or At Its Sole Discretion, To Reject The Bid If The Omission Is Regarded As A Matter Of Substance. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, List Documents The Omission Of Which Shall Result To The Outright Rejection And Disqualification Of Bids. 7 Select One, Delete The Rest. If The Funding Source Is Gop, Maintain The Itb Clause And State Here: No Further Instructions. If The Funding Source Is The Adb Using Ordinary Capital Or Special Funds Resources: Eligible Goods And Services Shall Have Their Origin In Eligible Source Countries As Described In Guidelines For Procurement Under Asian Development Bank Loans And As Described On Asian Development Bank’s Web Page Www.adb.org If The Funding Source Is The Jica: Eligible Goods And Services Shall Have Their Origin In Eligible Source Countries. In The Event That The Goods Offered By The Bidder Do Not Have Their Origin In Eligible Source Countries The Contract Will Still Be Eligible For Financing Under Jica Oda Loans If The Combined Costs Of Such Goods Are Less Than Fifty Percent (50%) Of The Price Of The Said Contract. If The Funding Source Is A Foreign Government Or A Foreign/ International Financing Institution, Maintain Itb Clause And State “no Further Instructions”, Or Indicate The List Of Eligible Source Countries As Origin Of Goods. 8.1 Select One, Delete The Other. If The Funding Source Is The Gop, State Either “subcontracting Is Not Allowed.” Or Specify The Portions Of Goods And The Maximum Percentage Allowed To Be Subcontracted. If The Funding Source Is A Foreign Government Or Another Foreign Or International Financing Institution, State Here The Maximum Percentage Of Goods Allowed To Be Subcontracted Or “no Further Instructions.” 8.2 If Subcontracting Is Allowed, Specify The Eligibility Criteria That Subcontractors Must Comply With, Including The Corresponding Documentary Requirements Therefor; Otherwise, State “not Applicable”. 9.1 The Procuring Entity Will Hold A Pre-bid Conference For This Project On May 02, 2025 At 10:00a.m At Executive Conference Room, 2nd Floor Of New Multi-purpose Building, Mapanas, Northern Samar. Note: The Pre-bid Conference Shall Be Held At Least Twelve (12) Calendar Days Before The Deadline For The Submission Of And Receipt Of Bids. If The Procuring Entity Determines That, By Reason Of The Method, Nature, Or Complexity Of The Contract To Be Bid, Or When International Participation Will Be More Advantageous To The Gop, A Longer Period For The Preparation Of Bids Is Necessary, The Pre-bid Conference Shall Be Held At Least Thirty (30) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. 10.1 The Procuring Entity’s Address Is: Barangay Del Norte, Mapanas, Northern Samar Hon. Ronn Michael L. Tejano 09151109452 M_tejano@hotmail.com 12.1 Select One, Delete The Rest. If The Funding Source Is The Gop: No Further Instructions. If The Funding Source Is Adb Or Wb: No Eligibility Check. During Bid Opening, Technical Proposals That Lack Any Of The Following Documents Shall Be Rejected And Returned To The Bidder Together With Its Unopened Price Proposal: (a) Technical Proposal Submission Sheet; (b) Evidence Of Financial, Technical, And Production Capability; (c) Audited Financial Statements; (d) Nfcc Or Credit Line Certificate; (e) Bid Security; And (f) Authority Of The Signatory. If The Funding Source Is Jbic, State The Following: No Eligibility Check. All Documents Described In Itb Clause 12.1 Shall Be Included In The Technical Proposal. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Other Than Those Mentioned Above, Maintain The Itb Clause And State “no Further Instructions” Or State The Corresponding Eligibility Requirements, If Any. 12.1(a)(i) List Any Additional Acceptable Proof Of Registration Mentioned In The Itb Clause Or State “no Other Acceptable Proof Of Registration Is Recognized.” 12.1(a)(iii) The Statement Of All Ongoing And Completed Government And Private Contracts Shall Include All Such Contracts Within [state Relevant Period As Provided In The Invitation To Bid] Prior To The Deadline For The Submission And Receipt Of Bids. 13.1 List Any Additional Requirements Or State “no Additional Requirements” 13.2 Select One, Delete The Other. If The Funding Source Is The Gop: The Abc Is [insert Amount]. Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Adopt The Provision For Gop Or State The Applicable Rule. 15.4(a)(iii) List Here The Incidental Services That Are Required As Part Of The Bidder’s Bid Cross Referencing To The Technical Specifications And Scc As Appropriate. If None, State “no Incidental Services Are Required.” 15.4(b) Maintain The Itb Clause And State Here “not Applicable”, “the Price Of The Goods Shall Be Quoted Ddp [state Place Of Destination]”, Or The Applicable Incoterm For This Project. List Here The Incidental Services That Are Required As Part Of The Bidder’s Bid Cross Referencing To The Technical Specifications And Scc As Appropriate. If None, State “no Incidental Services Are Required.” 15.5 Select One, Delete The Rest. If The Funding Source Is The Gop Or Wb: Bid Prices Shall Be Fixed. Adjustable Price Proposals Shall Be Treated As Non-responsive And Shall Be Rejected. If The Funding Source Is The Jbic Or Adb, And The Contract Is Of Over Twelve (12) Months Duration, Insert The Appropriate Special Condition Of Contract And State The Following: Adjustments Are Authorized In Accordance With The Price Adjustment Provisions Specified In The Corresponding Scc Provision Of Gcc Clause 9. If The Funding Source Is A Foreign Government Or A Foreign Or International Financing Institution, Maintain The Itb Clause And State “no Further Instructions” Or Insert The Relevant Provision(s) And The Condition(s) Thereto, If Any. 15.6 If The Funding Source Is The Gop: Extraordinary Circumstances Refer To Events That May Be Determined By The National Economic And Development Authority In Accordance With The Civil Code Of The Philippines, And Upon The Recommendation Of The Procuring Entity If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Retain The Itb Clause And State “no Further Instructions”, Otherwise, Specify The Extraordinary Circumstances Allowing Price Escalation. 16.1(b) Select One, Delete The Other: The Bid Prices For Goods Supplied From Outside Of The Philippines Shall Be Quoted In Philippine Pesos. Or The Bid Prices For Goods Supplied From Outside Of The Philippines Shall Be Quoted Either In Philippine Pesos Or United States Dollars At The Discretion Of The Bidder. 16.3 Select One, Delete The Other. If The Funding Source Is Gop, Maintain The Itb Clause And State Here: No Further Instructions. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution: Payment Shall Be Made In [insert Currency]. 17.1 Bids Will Be Valid Until 120 Calendar Days. 18.1 Select One, Delete The Rest. If The Funding Source Is The Gop Or Wb: The Bid Security Shall Be In The Following Amount: 1. 16,789.31, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. 41,973.29 If Bid Security Is In Surety Bond; Or 3. Any Combination Of The Foregoing Proportionate To The Share Of Form With Respect To Total Amount Of Security. If The Funding Source Is The Adb Or Jica: The Bid Security Shall Be In The Following Amount [insert 2.5% Of The Abc]. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Retain The Itb Clause And State “no Further Instructions”, Or State The Acceptable Form/s Of Bid Security And The Amount Thereof. 18.2 The Bid Security Shall Be Valid Until [insert Date]. 18.5(a)(iv) If The Funding Source Is Gop Or Wb, Maintain The Itb Clause And Include The Following As Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use Of One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post-qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons. If The Funding Source Is Adb, Maintain The Itb Clause And State Here: No Further Instructions. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Maintain The Itb Clause And State “no Further Instructions” Or State Additional Grounds For Forfeiture Of Bid Security. 18.5(b)(iii) Select One, Delete The Other. If The Funding Source Is Gop, Adb, Or Wb, Maintain The Itb Clause And State Here: No Further Instructions. If The Funding Source Is Jbic, State The Following: Failure To Enter Into A Jv In The Form Submitted As Part Of The Bidders Bid If The Bid Is Made By Two Or More Potential Jv Partners. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Retain Itb Clause And State “no Further Instructions”, Or List The Additional Grounds For Forfeiture Of Bid Security Of A Successful Bidder. 20.1 Select One, Delete The Other. If The Funding Source Is Gop, Maintain The Itb Clause And State Here: No Further Instructions. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Maintain The Itb Clause And State “no Further Instructions”, Or State The Applicable Procedure For The Sealing And Marking Of Bids. 20.3 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 21 The Address For Submission Of Bids Is At Bac Office, Brgy. Del Norte, Mapanas, Northern Samar. The Deadline For Submission Of Bids Is May 14, 2025 24.1 The Place Of Bid Opening Is At The Executive Conference Room, 2nd Floor Of New Multi-purpose Building, Mapanas, Northern Samar. The Date And Time Of Bid Opening Is May 14, 2025 At 10:00 A.m 25.1 Select One, Delete The Other. If The Funding Source Is Gop, Maintain The Itb Clause And State Here: No Further Instructions. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Maintain The Itb Clause And State “no Further Instructions”, Or Specify The Additional Conditions And/or Exceptions To The Rule, If Any. 27.1 Select One, Delete The Other. If The Funding Source Is The Gop, State “no Further Instructions.” If The Funding Source Is The Adb, Jbic, Or Wb: No Domestic Preference Is Applicable To National/local Competitive Bidding. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Maintain The Itb Clause And State “no Further Instructions” Or Indicate Applicability Or Inapplicability Of Domestic Preference, As The Case May Be. 28.3 Select One, Delete The Other. If The Funding Source Is Gop Or Wb, Adopt The Following Provision: Grouping And Evaluation Of Lots – Lots Should Be Formed Of Similar Items That Are Likely To Attract The Maximum Competition. A Lot Is The Quantity And Number Of Items That Will Be Included In A Single Contract. For Example: Option 1 – Each Item To Be Evaluated And Compared With Other Bids Separately And Recommended For Contract Award Separately. Option 2 - All Items To Be Grouped Together To Form One Complete Lot That Will Be Awarded To One Bidder To Form One Complete Contract. Option 3 - Similar Items, To Be Grouped Together To Form Several Lots That Shall Be Evaluated And Awarded As Separate Contracts. Select One Of The Following Paragraphs And Delete The Other: The Goods Are Grouped In A Single Lot And The Lot Shall Not Be Divided Into Sub-lots For The Purpose Of Bidding, Evaluation, And Contract Award. Or All Goods Are Grouped In Lots Listed Below. Bidders Shall Have The Option Of Submitting A Proposal On Any Or All Lots And Evaluation And Contract Award Will Be Undertaken On A Per Lot Basis. Lots Shall Not Be Divided Further Into Sub-lots For The Purpose Of Bidding, Evaluation, And Contract Award. [insert Grouping Of Lots] Note: If Funding Source Is Adb Or Jica, Adopt Only The Provision On Grouping And Evaluation Of Lots Mentioned Above And Delete The Rest. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Retain The Itb Clause And State “no Further Instructions” Or, Insert Applicable Provisions. 28.3(b) State Whether Bid Modification Is Allowed Or Not. 28.5 Select One, Delete The Other. If The Funding Source Is Gop, Maintain The Itb Clause And State Here: No Further Instructions. If The Funding Source Is Adb, Jbic, Or Wb: Select One, Delete The Other. No Additional Criteria Or In Addition To The Criteria Listed In Itb Clause 28.3 And 28.5, The Following Applicable Additional Criteria And Its Corresponding Quantification Method Specified In This Clause Will Be Used To Evaluate And Compare Bids: Delivery Schedule – If The Funding Source Is Adb Or Jica, Select One Quantification Method For This Criterion And Delete The Rest. If The Funding Source Is Wb, The Clause On This Criterion May Be Deleted If Not Applicable. The Procuring Entity Requires That The Goods Under The Invitation To Bid Shall Be Delivered (shipped) At The Time Specified In Section Vi. Schedule Of Requirements. The Estimated Time Of Arrival Of The Goods At The Project Site Will Be Calculated For Each Bid After Allowing For Reasonable International And Inland Transportation Time. Treating The Bid Resulting In The Earliest Time Of Arrival As The Base, A Delivery “adjustment” Will Be Calculated For Other Bids By Applying A [insert Percentage] Of The Exw Plus Delivery To Final Destination/ddp Price For Each Week Of Delay Beyond The Base, And This Will Be Added To The Bid Price For Evaluation. No Credit Shall Be Given To Early Delivery. Or The Goods Covered Under The Invitation To Bid Are Required To Be Delivered (shipped) Within An Acceptable Range Of Weeks Specified In The Schedule Of Requirement. No Credit Will Be Given To Earlier Deliveries, And Bids Offering Delivery Beyond This Range Will Be Treated As Non-responsive. Within This Acceptable Range, An Adjustment Per Week Of [insert Percentage] Will Be Added For Evaluation To The Bid Price Of Bids Offering Deliveries Later Than The Earliest Delivery Period Specified In Section Vi. Schedule Of Requirements. Or The Goods Covered Under The Invitation To Bid Are Required To Be Delivered (shipped) In Partial Shipments, As Specified In Section Vi. Schedule Of Requirements. Bids Offering Deliveries Earlier Or Later Than The Specified Deliveries Will Be Adjusted In The Evaluation By Adding To The Bid Price A Factor Equal To [insert Percentage] Of Deliveries Price Per Week Of Variation From The Specified Delivery Schedule. Cost Of Spare Parts – If The Funding Source Is Adb Or Jica, Select One Quantification Method For This Criterion And Delete The Rest. If The Funding Source Is Wb, The Clause On This Criterion May Be Deleted If Not Applicable. The List Of Items And Quantities Of Major Assemblies, Components, And Selected Spare Parts, Likely To Be Required During The Initial Period Of Operation For [insert Period Of Operation] Is Annexed To The Technical Specifications. The Total Cost Of These Items, At The Unit Prices Quoted In Each Bid, Will Be Added To The Bid Price. Or The Procuring Entity Will Draw Up A List Of High-usage And High-value Items Of Components And Spare Parts, Along With Estimated Quantities Of Usage In The Initial Period Of Operation For [insert Period Of Operation]. The Total Cost Of These Items And Quantities Will Be Computed From Spare Parts Unit Prices Submitted By The Bidder And Added To The Bid Price. Or The Procuring Entity Will Estimate The Cost Of Spare Parts Usage In The Initial Period Of Operation For [insert Period Of Operation] Based On The Information Furnished By Each Bidder, As Well As On Past Experience Of The Procuring Entity Or Other Procuring Entities In Similar Situations. Such Costs Shall Be Added To The Bid Price For Evaluation. Volume And Period Of Manufacture – Any Of The Paragraphs Under This Criterion May Be Deleted If Not Applicable And Retained If Otherwise. The Goods Must Have Been Manufactured For A Period Of Not Less Than [insert Number Of Years] Immediately Preceding The Date Of Bid Opening. The Minimum Number Of Units Sold In The Philippines Must Be [insert Number] And The Minimum Number Of Units Sold Worldwide Must Be [insert Number]. The Procuring Entity Shall Compare Bids On The Basis Of A Lot Or A Combination Of Lots Or As A Total Of All Lots In A Manner Most Advantageous To The Procuring Entity. 29.2(b) Specify Whether Bidders Have Option To Submit Manually Filed Tax Returns Or Tax Returns Filed Through The Electronic Filing And Payments System (efps). Note: The Latest Income And Business Tax Returns Are Those Within The Last Six Months Preceding The Date Of Bid Submission. 29.2(d) List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It. 32.4(g) List Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity. 34.2 The Effective Date Of The Contract Is [insert Date]. Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The Gcc In Section Iv, Read In Conjunction With The Scc In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. The Gcc Herein Shall Not Be Altered. Any Changes And Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Scc In Section V. Table Of Contents 1. Definitions 54 2. Corrupt, Fraudulent, Collusive, And Coercive Practices 55 3. Inspection And Audit By The Funding Source 56 4. Governing Law And Language 56 5. Notices 56 6. Scope Of Contract 56 7. Subcontracting 56 8. Procuring Entity’s Responsibilities 57 9. Prices 57 10. Payment 57 11. Advance Payment 58 12. Taxes And Duties 58 13. Performance Security 58 14. Use Of Contract Documents And Information 59 15. Standards 59 16. Inspection And Tests 59 17. Warranty 60 18. Delays In The Supplier’s Performance 61 19. Liquidated Damages 61 20. Settlement Of Disputes 62 21. Liability Of The Supplier 62 22. Force Majeure 62 23. Termination For Default 63 24. Termination For Insolvency 63 25. Termination For Convenience 64 26. Termination For Unlawful Acts 64 27. Procedures For Termination Of Contracts 65 28. Assignment Of Rights 66 29. Contract Amendment 66 30. Application 66 1. Definitions 1.1. In This Contract, The Following Terms Shall Be Interpreted As Indicated: (a) “the Contract” Means The Agreement Entered Into Between The Procuring Entity And The Supplier, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. (b) “the Contract Price” Means The Price Payable To The Supplier Under The Contract For The Full And Proper Performance Of Its Contractual Obligations. (c) “the Goods” Means All Of The Supplies, Equipment, Machinery, Spare Parts, Other Materials And/or General Support Services Which The Supplier Is Required To Provide To The Procuring Entity Under The Contract. (d) “the Services” Means Those Services Ancillary To The Supply Of The Goods, Such As Transportation And Insurance, And Any Other Incidental Services, Such As Installation, Commissioning, Provision Of Technical Assistance, Training, And Other Such Obligations Of The Supplier Covered Under The Contract. (e) “gcc” Means The General Conditions Of Contract Contained In This Section. (f) “scc” Means The Special Conditions Of Contract. (g) “the Procuring Entity” Means The Organization Purchasing The Goods, As Named In The Scc. (h) “the Procuring Entity’s Country” Is The Philippines. (i) “the Supplier” Means The Individual Contractor, Manufacturer Distributor, Or Firm Supplying/manufacturing The Goods And Services Under This Contract And Named In The Scc. (j) The “funding Source” Means The Organization Named In The Scc. (k) “the Project Site,” Where Applicable, Means The Place Or Places Named In The Scc. (l) “day” Means Calendar Day. (m) The “effective Date” Of The Contract Will Be The Date Of Receipt By The Supplier Of The Notice To Proceed Or The Date Provided In The Notice To Proceed. Performance Of All Obligations Shall Be Reckoned From The Effective Date Of The Contract. (n) “verified Report” Refers To The Report Submitted By The Implementing Unit To The Head Of The Procuring Entity Setting Forth Its Findings As To The Existence Of Grounds Or Causes For Termination And Explicitly Stating Its Recommendation For The Issuance Of A Notice To Terminate. 2. Corrupt, Fraudulent, Collusive, And Coercive Practices 2.1. The Procuring Entity As Well As The Bidders, Contractors, Or Suppliers Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of This Contract. In Pursuance Of This Policy, The Procuring Entity: (a) Defines, For The Purposes Of This Provision, The Terms Set Forth Below As Follows: (i) "corrupt Practice" Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And It Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Government, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Republic Act 3019. (ii) "fraudulent Practice" Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition. (iii) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels. (iv) “coercive Practices” Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Affect The Execution Of A Contract; (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Any Of The Practices Mentioned In This Clause For Purposes Of Competing For The Contract. 2.2. Further The Funding Source, Borrower Or Procuring Entity, As Appropriate, Will Seek To Impose The Maximum Civil, Administrative And/or Criminal Penalties Available Under The Applicable Law On Individuals And Organizations Deemed To Be Involved With Any Of The Practices Mentioned In Gcc Clause 2.1(a). 3. Inspection And Audit By The Funding Source The Supplier Shall Permit The Funding Source To Inspect The Supplier’s Accounts And Records Relating To The Performance Of The Supplier And To Have Them Audited By Auditors Appointed By The Funding Source, If So Required By The Funding Source. 4. Governing Law And Language 4.1. This Contract Shall Be Interpreted In Accordance With The Laws Of The Republic Of The Philippines. 4.2. This Contract Has Been Executed In The English Language, Which Shall Be The Binding And Controlling Language For All Matters Relating To The Meaning Or Interpretation Of This Contract. All Correspondence And Other Documents Pertaining To This Contract Exchanged By The Parties Shall Be Written In English. 5. Notices 5.1. Any Notice, Request, Or Consent Required Or Permitted To Be Given Or Made Pursuant To This Contract Shall Be In Writing. Any Such Notice, Request, Or Consent Shall Be Deemed To Have Been Given Or Made When Received By The Concerned Party, Either In Person Or Through An Authorized Representative Of The Party To Whom The Communication Is Addressed, Or When Sent By Registered Mail, Telex, Telegram, Or Facsimile To Such Party At The Address Specified In The Scc, Which Shall Be Effective When Delivered And Duly Received Or On The Notice’s Effective Date, Whichever Is Later. 5.2. A Party May Change Its Address For Notice Hereunder By Giving The Other Party Notice Of Such Change Pursuant To The Provisions Listed In The Scc For Gcc Clause 5.1. 6. Scope Of Contract 6.1. The Goods And Related Services To Be Provided Shall Be As Specified In Section Vi. Schedule Of Requirements. 6.2. 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. Any Additional Requirements For The Completion Of This Contract Shall Be Provided In The Scc. 7. Subcontracting 7.1. Subcontracting Of Any Portion Of The Goods, If Allowed In The Bds, Does Not Relieve The Supplier Of Any Liability Or Obligation Under This Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants Or Workmen As Fully As If These Were The Supplier’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants Or Workmen. 7.2. Subcontractors Disclosed And Identified During The Bidding May Be Changed During The Implementation Of This Contract, Subject To Compliance With The Required Qualifications And The Approval Of The Procuring Entity. 8. Procuring Entity’s Responsibilities 8.1. Whenever The Performance Of The Obligations In This Contract Requires That The Supplier Obtain Permits, Approvals, Import, And Other Licenses From Local Public Authorities, The Procuring Entity Shall, If So Needed By The Supplier, Make Its Best Effort To Assist The Supplier In Complying With Such Requirements In A Timely And Expeditious Manner. 8.2. The Procuring Entity Shall Pay All Costs Involved In The Performance Of Its Responsibilities In Accordance With Gcc Clause 6. 9. Prices Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under This Contract Shall Not Vary From The Prices Quoted By The Supplier In Its Bid, With The Exception Of Any Change In Price Resulting From A Change Order Issued In Accordance With Gcc Clause 29, Or If Applicable, Adjustments Authorized In Accordance With The Price Adjustment Provisions Specified In The Scc. 10. Payment 10.1. Unless Otherwise Specified In The Scc, Payments Shall Be Made Only Upon A Certification By The Head Of The Procuring Entity To The Effect That The Goods Have Been Rendered Or Delivered In Accordance With The Terms Of This Contract And Have Been Duly Inspected And Accepted. Except With The Prior Approval Of The President No Payment Shall Be Made For Services Not Yet Rendered Or For Supplies And Materials Not Yet Delivered Under This Contract. Ten Percent (10%) Of The Amount Of Each Payment Shall Be Retained By The Procuring Entity To Cover The Supplier’s Warranty Obligations Under This Contract As Described In Gcc Clause 17. 10.2. The Supplier’s Request(s) For Payment Shall Be Made To The Procuring Entity In Writing, Accompanied By An Invoice Describing, As Appropriate, The Goods Delivered And/or Services Performed, And By Documents Submitted Pursuant To The Scc Provision For Gcc Clause 6.2, And Upon Fulfillment Of Other Obligations Stipulated In This Contract. 10.3. Pursuant To Gcc Clause 10.2, Payments Shall Be Made Promptly By The Procuring Entity, But In No Case Later Than Sixty (60) Days After Submission Of An Invoice Or Claim By The Supplier. 10.4. Unless Otherwise Specified In The Scc, The Currency In Which Payment Is Made To The Supplier Under This Contract Shall Be In Philippine Pesos. 11. Advance Payment 11.1. Advance Payment Shall Be Made Only After Prior Approval Of The President, And Shall Not Exceed Fifteen Percent (15%) Of The Contract Amount, Unless Otherwise Directed By The President Or In Cases Allowed Under Annex “d” Of Ra 9184. For Goods Supplied From Abroad, Ten Percent (10%) Of The Contract Price Shall Be Paid Within Sixty (60) Calendar Days From Signing Of The Contract And Upon Submission Of A Claim And A Bank Guarantee Issued By A Licensed Bank For The Equivalent Amount Valid Until The Goods Are Delivered And In The Form Provided In 11.2. Section Viii. Bidding Forms. 11.3. All Progress Payments Shall First Be Charged Against The Advance Payment Until The Latter Has Been Fully Exhausted. 12. Taxes And Duties The Supplier, Whether Local Or Foreign, Shall Be Entirely Responsible For All The Necessary Taxes, Stamp Duties, License Fees, And Other Such Levies Imposed For The Completion Of This Contract. 13. Performance Security 13.1. Unless Otherwise Specified In The Scc, Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any The Forms Prescribed In The Itb Clause 33.2. 13.2. The Performance Security Posted In Favor Of The Procuring Entity Shall Be Forfeited In The Event It Is Established That The Winning Bidder Is In Default In Any Of Its Obligations Under The Contract. 13.3. The Performance Security Shall Remain Valid Until Issuance By The Procuring Entity Of The Certificate Of Final Acceptance. 13.4. Unless Otherwise Specified In The Scc, The Performance Security May Be Released By The Procuring Entity And Returned To The Supplier After The Issuance Of The Certificate Of Final Acceptance Subject To The Following Conditions: (a) There Are No Pending Claims Against The Supplier Or The Surety Company Filed By The Procuring Entity; (b) The Supplier Has No Pending Claims For Labor And Materials Filed Against It; And (c) Other Terms Specified In The Scc. 13.5. In Case Of A Reduction Of The Contract Value, The Procuring Entity Shall Allow A Proportional Reduction In The Original Performance Security, Provided That Any Such Reduction Is More Than Ten Percent (10%) And That The Aggregate Of Such Reductions Is Not More Than Fifty Percent (50%) Of The Original Performance Security. 14. Use Of Contract Documents And Information 14.1. The Supplier Shall Not, Except For Purposes Of Performing The Obligations In This Contract, Without The Procuring Entity’s Prior Written Consent, Disclose This Contract, Or Any Provision Thereof, Or Any Specification, Plan, Drawing, Pattern, Sample, Or Information Furnished By Or On Behalf Of The Procuring Entity. Any Such Disclosure Shall Be Made In Confidence And Shall Extend Only As Far As May Be Necessary For Purposes Of Such Performance. 14.2. Any Document, Other Than This Contract Itself, Enumerated In Gcc Clause 14.1 Shall Remain The Property Of The Procuring Entity And Shall Be Returned (all Copies) To The Procuring Entity On Completion Of The Supplier’s Performance Under This Contract If So Required By The Procuring Entity. 15. Standards The Goods Provided Under This Contract Shall Conform To The Standards Mentioned In The Section Vii. Technical Specifications; And, When No Applicable Standard Is Mentioned, To The Authoritative Standards Appropriate To The Goods’ Country Of Origin. Such Standards Shall Be The Latest Issued By The Institution Concerned. 16. Inspection And Tests 16.1. The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Contract Specifications At No Extra Cost To The Procuring Entity. The Scc And 16.2. 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. 16.3. If Applicable, The Inspections And Tests May Be Conducted On The Premises Of The Supplier Or Its Subcontractor(s), At Point Of Delivery, And/or At The Goods’ Final Destination. If Conducted On The Premises Of The Supplier Or Its Subcontractor(s), All Reasonable Facilities And Assistance, Including Access To Drawings And Production Data, Shall Be Furnished To The Inspectors At No Charge To The Procuring Entity. 16.4. The Procuring Entity Or Its Designated Representative Shall Be Entitled To Attend The Tests And/or Inspections Referred To In This Clause Provided That The Procuring Entity Shall Bear All Of Its Own Costs And Expenses Incurred In Connection With Such Attendance Including, But Not Limited To, All Traveling And Board And Lodging Expenses. 16.5. The Procuring Entity May Reject Any Goods Or Any Part Thereof That Fail To Pass Any Test And/or Inspection Or Do Not Conform To The Specifications. The Supplier Shall Either Rectify Or Replace Such Rejected Goods Or Parts Thereof Or Make Alterations Necessary To Meet The Specifications At No Cost To The Procuring Entity, And Shall Repeat The Test And/or Inspection, At No Cost To The Procuring Entity, Upon Giving A Notice Pursuant To Gcc Clause 5. 16.6. The Supplier Agrees That Neither The Execution Of A Test And/or Inspection Of The Goods Or Any Part Thereof, Nor The Attendance By The Procuring Entity Or Its Representative, Shall Release The Supplier From Any Warranties Or Other Obligations Under This Contract. 17. Warranty 17.1. The Supplier Warrants That The Goods Supplied Under The Contract Are New, Unused, Of The Most Recent Or Current Models, And That They Incorporate All Recent Improvements In Design And Materials, Except When The Technical Specifications Required By The Procuring Entity Provides Otherwise. 17.2. The Supplier Further Warrants That All Goods Supplied Under This Contract Shall Have No Defect, Arising From Design, Materials, Or Workmanship Or From Any Act Or Omission Of The Supplier That May Develop Under Normal Use Of The Supplied Goods In The Conditions Prevailing In The Country Of Final Destination. 17.3. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier For A Minimum Period Specified In The Scc. The Obligation For The Warranty Shall Be Covered By, At The Supplier’s Option, Either Retention Money In An Amount Equivalent To At Least Ten Percent (10%) Of Every Progress Payment, Or A Special Bank Guarantee Equivalent To At Least Ten Percent (10%) Of The Contract Price Or Other Such Amount If So Specified In The Scc. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Specified In The Scc; Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under This Contract Have Been Fully Met. 17.4. 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, Within The Period Specified In The Scc And With All Reasonable Speed, Repair Or Replace The Defective Goods Or Parts Thereof, Without Cost To The Procuring Entity. 17.5. If The Supplier, Having Been Notified, Fails To Remedy The Defect(s) Within The Period Specified In Gcc Clause 17.4, The Procuring Entity May Proceed To Take Such Remedial Action As May Be Necessary, At The Supplier’s Risk And Expense And Without Prejudice To Any Other Rights Which The Procuring Entity May Have Against The Supplier Under The Contract And Under The Applicable Law. 18. Delays In The Supplier’s Performance 18.1. Delivery Of The Goods And/or Performance Of Services Shall Be Made By The Supplier In Accordance With The Time Schedule Prescribed By The Procuring Entity In Section Vi. Schedule Of Requirements. 18.2. If At Any Time During The Performance Of This Contract, The Supplier Or Its Subcontractor(s) Should Encounter Conditions Impeding Timely Delivery Of The Goods And/or Performance Of Services, The Supplier Shall Promptly Notify The Procuring Entity In Writing Of The Fact Of The Delay, Its Likely Duration And Its Cause(s). As Soon As Practicable After Receipt Of The Supplier’s Notice, And Upon Causes Provided For Under Gcc Clause 22, The Procuring Entity Shall Evaluate The Situation And May Extend The Supplier’s Time For Performance, In Which Case The Extension Shall Be Ratified By The Parties By Amendment Of Contract. 18.3. Except As Provided Under Gcc Clause 22, A Delay By The Supplier In The Performance Of Its Obligations Shall Render The Supplier Liable To The Imposition Of Liquidated Damages Pursuant To Gcc Clause 19, Unless An Extension Of Time Is Agreed Upon Pursuant To Gcc Clause 29 Without The Application Of Liquidated Damages. 19. Liquidated Damages Subject To Gcc Clauses 18 And 22, If The Supplier Fails To Satisfactorily Deliver Any Or All Of The Goods And/or To Perform The Services Within The Period(s) Specified In This Contract Inclusive Of Duly Granted Time Extensions If Any, The Procuring Entity Shall, Without Prejudice To Its Other Remedies Under This Contract And Under The Applicable Law, Deduct From The Contract Price, As Liquidated Damages, A Sum Equivalent To The Percentage Specified In The Scc Of The Delivered Price Of The Delayed Goods Or Unperformed Services For Each Week Or Part Thereof Of Delay Until Actual Delivery Or Performance, Up To A Maximum Deduction Of The Percentage Specified In The Scc. Once The Maximum Is Reached, The Procuring Entity Shall Rescind The Contract Pursuant To Gcc Clause 23, Without Prejudice To Other Courses Of Action And Remedies Open To It. 20. Settlement Of Disputes 20.1. If Any Dispute Or Difference Of Any Kind Whatsoever Shall Arise Between The Procuring Entity And The Supplier In Connection With Or Arising Out Of This Contract, The Parties Shall Make Every Effort To Resolve Amicably Such Dispute Or Difference By Mutual Consultation. 20.2. If After Thirty (30) Days, The Parties Have Failed To Resolve Their Dispute Or Difference By Such Mutual Consultation, Then Either The Procuring Entity Or The Supplier May Give Notice To The Other Party Of Its Intention To Commence Arbitration, As Hereinafter Provided, As To The Matter In Dispute, And No Arbitration In Respect Of This Matter May Be Commenced Unless Such Notice Is Given. 20.3. Any Dispute Or Difference In Respect Of Which A Notice Of Intention To Commence Arbitration Has Been Given In Accordance With This Clause Shall Be Settled By Arbitration. Arbitration May Be Commenced Prior To Or After Delivery Of The Goods Under This Contract. 20.4. Arbitration Proceedings Shall Be Conducted In Accordance With The Rules Of Procedure Specified In The Scc. 20.5. Notwithstanding Any Reference To Arbitration Herein, The Parties Shall Continue To Perform Their Respective Obligations Under The Contract Unless They Otherwise Agree; And The Procuring Entity Shall Pay The Supplier Any Monies Due The Supplier. 21. Liability Of The Supplier 21.1. Subject To Additional Provisions, If Any, Set Forth In The Scc, The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. 21.2. Except In Cases Of Criminal Negligence Or Willful Misconduct, And In The Case Of Infringement Of Patent Rights, If Applicable, The Aggregate Liability Of The Supplier To The Procuring Entity Shall Not Exceed The Total Contract Price, Provided That This Limitation Shall Not Apply To The Cost Of Repairing Or Replacing Defective Equipment. 22. Force Majeure 22.1. The Supplier Shall Not Be Liable For Forfeiture Of Its Performance Security, Liquidated Damages, Or Termination For Default If And To The Extent That Its Delay In Performance Or Other Failure To Perform Its Obligations Under The Contract Is The Result Of A Force Majeure. 22.2. For Purposes Of This Contract The Terms “force Majeure” And “fortuitous Event” May Be Used Interchangeably. In This Regard, A Fortuitous Event Or Force Majeure Shall Be Interpreted To Mean An Event Which The Contractor Could Not Have Foreseen, Or Which Though Foreseen, Was Inevitable. It Shall Not Include Ordinary Unfavorable Weather Conditions; And Any Other Cause The Effects Of Which Could Have Been Avoided With The Exercise Of Reasonable Diligence By The Contractor. 22.3. If A Force Majeure Situation Arises, The Supplier Shall Promptly Notify The Procuring Entity In Writing Of Such Condition And The Cause Thereof. Unless Otherwise Directed By The Procuring Entity In Writing, The Supplier Shall Continue To Perform Its Obligations Under The Contract As Far As Is Reasonably Practical, And Shall Seek All Reasonable Alternative Means For Performance Not Prevented By The Force Majeure. 23. Termination For Default 23.1. The Procuring Entity Shall Terminate This Contract For Default When Any Of The Following Conditions Attends Its Implementation: (a) Outside Of Force Majeure, The Supplier Fails To Deliver Or Perform Any Or All Of The Goods Within The Period(s) Specified In The Contract, Or Within Any Extension Thereof Granted By The Procuring Entity Pursuant To A Request Made By The Supplier Prior To The Delay, And Such Failure Amounts To At Least Ten Percent (10%) Of The Contact Price; (b) As A Result Of Force Majeure, The Supplier Is Unable To Deliver Or Perform Any Or All Of The Goods, Amounting To At Least Ten Percent (10%) Of The Contract Price, For A Period Of Not Less Than Sixty (60) Calendar Days After Receipt Of The Notice From The Procuring Entity Stating That The Circumstance Of Force Majeure Is Deemed To Have Ceased; Or (c) The Supplier Fails To Perform Any Other Obligation Under The Contract. 23.2. In The Event The Procuring Entity Terminates This Contract In Whole Or In Part, For Any Of The Reasons Provided Under Gcc Clauses 23 To 26, The Procuring Entity May Procure, Upon Such Terms And In Such Manner As It Deems Appropriate, Goods Or Services Similar To Those Undelivered, And The Supplier Shall Be Liable To The Procuring Entity For Any Excess Costs For Such Similar Goods Or Services. However, The Supplier Shall Continue Performance Of This Contract To The Extent Not Terminated. 23.3. In Case The Delay In The Delivery Of The Goods And/or Performance Of The Services Exceeds A Time Duration Equivalent To Ten Percent (10%) Of The Specified Contract Time Plus Any Time Extension Duly Granted To The Supplier, The Procuring Entity May Terminate This Contract, Forfeit The Supplier's Performance Security And Award The Same To A Qualified Supplier. 24. Termination For Insolvency The Procuring Entity Shall Terminate This Contract If The Supplier Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. In This Event, Termination Will Be Without Compensation To The Supplier, Provided That Such Termination Will Not Prejudice Or Affect Any Right Of Action Or Remedy Which Has Accrued Or Will Accrue Thereafter To The Procuring Entity And/or The Supplier. 25. Termination For Convenience 25.1. The Procuring Entity May Terminate This Contract, In Whole Or In Part, At Any Time For Its Convenience. The Head Of The Procuring Entity May Terminate A Contract For The Convenience Of The Government If He Has Determined The Existence Of Conditions That Make Project Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event(s) Or Changes In Law And National Government Policies. 25.2. The Goods That Have Been Delivered And/or Performed Or Are Ready For Delivery Or Performance Within Thirty (30) Calendar Days After The Supplier’s Receipt Of Notice To Terminate Shall Be Accepted By The Procuring Entity At The Contract Terms And Prices. For Goods Not Yet Performed And/or Ready For Delivery, The Procuring Entity May Elect: (a) To Have Any Portion Delivered And/or Performed And Paid At The Contract Terms And Prices; And/or (b) To Cancel The Remainder And Pay To The Supplier An Agreed Amount For Partially Completed And/or Performed Goods And For Materials And Parts Previously Procured By The Supplier. 25.3. If The Supplier Suffers Loss In Its Initial Performance Of The Terminated Contract, Such As Purchase Of Raw Materials For Goods Specially Manufactured For The Procuring Entity Which Cannot Be Sold In Open Market, It Shall Be Allowed To Recover Partially From This Contract, On A Quantum Meruit Basis. Before Recovery May Be Made, The Fact Of Loss Must Be Established Under Oath By The Supplier To The Satisfaction Of The Procuring Entity Before Recovery May Be Made. 26. Termination For Unlawful Acts 26.1. The Procuring Entity May Terminate This Contract In Case It Is Determined Prima Facie That The Supplier Has Engaged, Before Or During The Implementation Of This Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation. Unlawful Acts Include, But Are Not Limited To, The Following: (a) Corrupt, Fraudulent, And Coercive Practices As Defined In Itb Clause 3.1(a); (b) Drawing Up Or Using Forged Documents; (c) Using Adulterated Materials, Means Or Methods, Or Engaging In Production Contrary To Rules Of Science Or The Trade; And (d) Any Other Act Analogous To The Foregoing. 27. Procedures For Termination Of Contracts 27.1. The Following Provisions Shall Govern The Procedures For Termination Of This Contract: (a) Upon Receipt Of A Written Report Of Acts Or Causes Which May Constitute Ground(s) For Termination As Aforementioned, Or Upon Its Own Initiative, The Implementing Unit Shall, Within A Period Of Seven (7) Calendar Days, Verify The Existence Of Such Ground(s) And Cause The Execution Of A Verified Report, With All Relevant Evidence Attached; (b) Upon Recommendation By The Implementing Unit, The Head Of The Procuring Entity Shall Terminate This Contract Only By A Written Notice To The Supplier Conveying The Termination Of This Contract. The Notice Shall State: (i) That This Contract Is Being Terminated For Any Of The Ground(s) Afore-mentioned, And A Statement Of The Acts That Constitute The Ground(s) Constituting The Same; (ii) The Extent Of Termination, Whether In Whole Or In Part; (iii) An Instruction To The Supplier To Show Cause As To Why This Contract Should Not Be Terminated; And (iv) Special Instructions Of The Procuring Entity, If Any. (c) The Notice To Terminate Shall Be Accompanied By A Copy Of The Verified Report; (d) Within A Period Of Seven (7) Calendar Days From Receipt Of The Notice Of Termination, The Supplier Shall Submit To The Head Of The Procuring Entity A Verified Position Paper Stating Why This Contract Should Not Be Terminated. If The Supplier Fails To Show Cause After The Lapse Of The Seven (7) Day Period, Either By Inaction Or By Default, The Head Of The Procuring Entity Shall Issue An Order Terminating This Contract; (e) The Procuring Entity May, At Anytime Before Receipt Of The Supplier’s Verified Position Paper To Withdraw The Notice To Terminate If It Is Determined That Certain Items Or Works Subject Of The Notice Had Been Completed, Delivered, Or Performed Before The Supplier’s Receipt Of The Notice; (f) Within A Non-extendible Period Of Ten (10) Calendar Days From Receipt Of The Verified Position Paper, The Head Of The Procuring Entity Shall Decide Whether Or Not To Terminate This Contract. It Shall Serve A Written Notice To The Supplier Of Its Decision And, Unless Otherwise Provided, This Contract Is Deemed Terminated From Receipt Of The Supplier Of The Notice Of Decision. The Termination Shall Only Be Based On The Ground(s) Stated In The Notice To Terminate; (g) The Head Of The Procuring Entity May Create A Contract Termination Review Committee (ctrc) To Assist Him In The Discharge Of This Function. All Decisions Recommended By The Ctrc Shall Be Subject To The Approval Of The Head Of The Procuring Entity; And (h) The Supplier Must Serve A Written Notice To The Procuring Entity Of Its Intention To Terminate The Contract At Least Thirty (30) Calendar Days Before Its Intended Termination. The Contract Is Deemed Terminated If It Is Not Resumed In Thirty (30) Calendar Days After The Receipt Of Such Notice By The Procuring Entity. 28. Assignment Of Rights The Supplier Shall Not Assign His Rights Or Obligations Under This Contract, In Whole Or In Part, Except With The Procuring Entity’s Prior Written Consent. 29. Contract Amendment Subject To Applicable Laws, No Variation In Or Modification Of The Terms Of This Contract Shall Be Made Except By Written Amendment Signed By The Parties. 30. Application These General Conditions Shall Apply To The Extent That They Are Not Superseded By Provisions Of Other Parts Of This Contract. 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. The Provisions Of This Section 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 Section Iv Must Be Incorporated. (b) Amendments And/or Supplements To Provisions Of Section Iv, 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 Section Iv Should Be Incorporated Herein. Special Conditions Of Contract Gcc Clause 1.1(g) The Procuring Entity Is Lgu-mapanas 1.1(i) The Supplier Is [to Be Inserted At The Time Of Contract Award]. 1.1(j) The Funding Source Is: Dole-ro8-trust Fund 2025 Select One Of The Following, Delete The Other: If The Funding Source Is The Gop: The Government Of The Philippines (gop) Through [indicate Source Of Funding And Year] In The Amount Of [insert Amount Of Funds]. Note: In The Case Of National Government Agencies, The General Appropriations Act And/or Continuing Appropriations; In The Case Of Government-owned And/or –controlled Corporations, Government Financial Institutions, And State Universities And Colleges, The Corporate Budget For The Contract Approved By The Governing Boards; In The Case Of Local Government Units, The Budget For The Contract Approved By The Respective Sanggunian. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution: The [indicate The Name Of The Foreign Government/foreign Or International Financing Institution] Through [indicate The Loan/credit/grant No.] In The Amount Of [insert Amount Of Funds]. 1.1(k) The Project Site Is Lgu-mapanas, Barangay Del Norte, Mapanas, Northern Samar. For Multiple Sites State “the Project Sites Are Defined In Section Vi. Schedule Of Requirements”] 5.1 The Procuring Entity’s Address For Notices Is: Barangay Del Norte, Mapanas, Northern Samar Reno C. Salazar, Head Bac Secretariat Cp # 09459852914 The Supplier’s Address For Notices Is: [insert Address Including, Name Of Contact, Fax And Telephone Number] 6.2 List Here Any Additional Requirements For The Completion Of This Contract. The Following Requirements And The Corresponding Provisions May Be Deleted, Amended, Or Retained Depending On Its Applicability To This Contract: Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: For Foreign Suppliers, State “the Delivery Terms Applicable To The Contract Are Ddp Delivered [insert Place Of Destination]. In Accordance With Incoterms.” For Domestic Suppliers, State “the Delivery Terms Applicable To This Contract Are Delivered [insert Place Of Destination]. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi. Schedule Of Requirements. The Details Of Shipping And/or Other Documents To Be Furnished By The Supplier Are As Follows: For Goods Supplied From Within The Philippines Or By Domestic Suppliers: Upon Delivery Of The Goods To The Project Site, The Supplier Shall Notify The Procuring Entity And Present The Following Documents To The Procuring Entity: (i) Original And Four Copies Of The Supplier’s Invoice Showing Goods’ Description, Quantity, Unit Price, And Total Amount; (ii) Original And Four Copies Delivery Receipt/note, Railway Receipt, Or Truck Receipt; (iii) Original Supplier’s Factory Inspection Report; (iv) Original And Four Copies Of The Manufacturer’s And/or Supplier’s Warranty Certificate; (v) Original And Four Copies Of The Certificate Of Origin (for Imported Goods); (vi) Delivery Receipt Detailing Number And Description Of Items Received Signed By The Authorized Receiving Personnel; (vii) Certificate Of Acceptance/inspection Report Signed By The Procuring Entity’s Representative At The Project Site; And (viii) Four Copies Of The Invoice Receipt For Property Signed By The Procuring Entity’s Representative At The Project Site. For Goods Supplied From Abroad (excluding Domestic Suppliers): Upon Shipment, The Supplier Shall Notify The Procuring Entity And The Insurance Company By Cable The Full Details Of The Shipment, Including Contract Number, Description Of The Goods, Quantity, Vessel, Bill Of Lading Number And Date, Port Of Loading, Date Of Shipment, Port Of Discharge Etc. Upon Delivery To The Project Site, The Supplier Shall Notify The Procuring Entity And Present The Following Documents As Applicable With The Documentary Requirements Of Any Letter Of Credit Issued Taking Precedence: (i) Original And Four Copies Of The Supplier’s Invoice Showing Goods’ Description, Quantity, Unit Price, And Total Amount; (ii) Original And Four Copies Of The Negotiable, Clean Shipped On Board Bill Of Lading Marked “freight Pre-paid” And Five Copies Of The Non-negotiable Bill Of Lading ; (iii) Original Supplier’s Factory Inspection Report; (iv) Original And Four Copies Of The Manufacturer’s And/or Supplier’s Warranty Certificate; (v) Original And Four Copies Of The Certificate Of Origin (for Imported Goods); (vi) Delivery Receipt Detailing Number And Description Of Items Received Signed By The Procuring Entity’s Representative At The Project Site; (vii) Certificate Of Acceptance/inspection Report Signed By The Procuring Entity’s Representative At The Project Site; And (viii) Four Copies Of The Invoice Receipt For Property Signed By The Procuring Entity’s Representative At The Project Site. For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is [insert Name(s)]. 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: Select Appropriate Requirements And Delete The Rest. (a) Performance Or Supervision Of On-site Assembly And/or Start Up Of The Supplied Goods; (b) Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; (c) Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; (d) Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And (e) Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: Select Appropriate Requirements And Delete The Rest. (a) Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And (b) In The Event Of Termination Of Production Of The Spare Parts: I. Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii. Following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts Required Are Listed In Section Vi. Schedule Of Requirements And The Cost Thereof Are Included In The Contract Price The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spares For The Goods For A Period Of [insert Here The Time Period Specified. If Not Used Insert Time Period Of Three Times The Warranty Period]. Other Spare Parts And Components Shall Be Supplied As Promptly As Possible, But In Any Case Within 25 Calendar Days Months Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Insurance – The Goods Supplied Under This Contract Shall Be Fully Insured By The Supplier In A Freely Convertible Currency Against Loss Or Damage Incidental To Manufacture Or Acquisition, Transportation, Storage, And Delivery. The Goods Remain At The Risk And Title Of The Supplier Until Their Final Acceptance By The Procuring Entity. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure In Accordance With Gcc Clause 22. 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. Patent 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. 9 Select One, Delete The Other. If The Funding Source Is The Gop Or Wb, State The Following: For The Given Scope Of Work In This Contract As Awarded, All Bid Prices Are Considered Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances And Upon Prior Approval Of The Gppb In Accordance With Section 61 Of R.a. 9184 And Its Irr-a. For Contracts Of More Than Twelve (12) Months Duration Funded By The Adb Or The Jbic, State The Following: Prices Payable To The Supplier, As Stated In The Contract, Shall Be Subject To Adjustment During Performance Of The Contract To Reflect Changes In The Cost Of Labor And Material Components In Accordance With The Following Formula, To Be Computed Starting The Thirteenth (13th) Month: In Which: Δp = Adjustment Amount Payable To The Supplier. P0 = Contract Price (base Price). A = Fixed Element Representing Profits And Overheads Included In The Contract Price And Generally In The Range Of Five (5) To Fifteen (15) Percent. B = Estimated Percentage Of Labor Component In The Contract Price. C = Estimated Percentage Of Material Component In The Contract Price. L0, L1 = Labor Indices Applicable To The Appropriate Industry In The Country Of Origin On The Base Date And Date For Adjustment, Respectively. M0, M1 = Material Indices For The Major Raw Material On The Base Date And Date For Adjustment, Respectively, In The Country Of Origin. The Coefficients A, B, And C Shall Be Specified By The Procuring Entity In The Bidding Documents. The Sum Of The Three Coefficients Should Be One (1) In Every Application Of The Formula. The Bidder Shall Indicate The Source Of The Indices And The Base Date Indices In Its Bid. Base Date = Start Of The Thirteenth Month. Date Of Adjustment = Weeks Prior To Date Of Shipment (representing The Mid-point Of The Period Of Manufacture). The Above Price Adjustment Formula Shall Be Invoked By Either Party Subject To The Following Further Conditions: (a) Price Adjustment Will Be Applied Only If The Resulting Increase Or Decrease Is More Than ____ Percent Of The Contract Price. [two Percent (2%) Would Be An Acceptable Percentage.] (b) No Price Adjustment Shall Be Allowed Beyond The Original Delivery Dates Unless Specifically Stated In The Extension Letter. As A Rule, No Price Adjustment Shall Be Allowed For Periods Of Delay For Which The Supplier Is Entirely Responsible. The Procuring Entity Will However Be Entitled To Any Decrease In The Prices Of The Goods And Services Subject To Adjustment. (c) The Total Adjustment Under This Clause Shall Be Subject To A Ceiling Of Plus Or Minus Percent Of The Contract Price. [ten Percent (10%) Would Be An Acceptable Percentage.] (d) If The Currency In Which The Contract Price (p0) Is Expressed Is Different From The Currency Of Origin Of The Labor And Material Indices, A Correction Factor Will Be Applied To Avoid Incorrect Adjustments Of The Contract Price. The Correction Factor Shall Correspond To The Ratio Of Exchange Rates Between The Two Currencies On The Base Date And The Date For Adjustment As Defined Above. (e) No Price Adjustment Shall Be Payable On The Portion Of The Contract Price Paid To The Supplier As Advance Payment. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Maintain The Gcc Clause And State “no Further Instructions,” Or Specify The Conditions For Price Adjustment And The Corresponding Provisions Therefor, If Any. 10.1 Select One And Delete The Other. If The Funding Source Is Gop, Maintain The Gcc Clause And State Here: No Further Instructions. If The Funding Source Is Adb, Jbic, Or Wb, Use The Following Clause: For Goods Supplied From Abroad: I. On Contract Signature: Ten Percent (10%) Of The Contract Price Shall Be Paid Within Sixty (60) Days From Signing Of The Contract And Upon Submission Of A Claim And A Bank Guarantee For The Equivalent Amount Valid Until The Goods Are Delivered And In The Form Provided In The Bidding Documents. Ii. On Delivery: Seventy Percent (70%) Of The Contract Price Shall Be Paid To The Supplier Within Sixty (60) Days After The Date Of Receipt Of The Goods And Upon Submission Of The Documents (i) Through (vi) Specified In The Scc Provision On Delivery And Documents. Iii. On Acceptance: The Remaining Twenty Percent (20%) Of The Contract Price Shall Be Paid To The Supplier Within Sixty (60) Days After The Date Of Submission Of The Acceptance And Inspection Certificate For The Respective Delivery Issued By The Procuring Entity’s Authorized Representative. In The Event That No Inspection Or Acceptance Certificate Is Issued By The Procuring Entity’s Authorized Representative Within Forty Five (45) Days Of The Date Shown On The Delivery Receipt The Supplier Shall Have The Right To Claim Payment Of The Remaining Twenty Percent (20%) Subject To The Procuring Entity’s Own Verification Of The Reason(s) For The Failure To Issue Documents (vii) And (viii) As Described In The Scc Provision On Delivery And Documents. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Retain The Gcc Clause And State “no Further Instructions”, Or Specify The Requirements Or Conditions Necessary Prior To Payment Of Contract. 10.4 Select One And Delete The Other. If The Funding Source Is Gop, Maintain The Gcc Clause And State Here: No Further Instructions. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, State The Following: The Currency(ies) Of Payment Shall Be [insert Currencies Of Payment]. 13.1 Select One, Delete The Other. If The Funding Source Is Gop, Maintain The Gcc Clause And State Here: No Further Instructions. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Maintain The Gcc Clause And State “no Further Instructions,” Otherwise, Specify The Acceptable Form(s) With The Corresponding Amount(s) Of The Performance Security. 13.4 Select One, Delete The Other. If The Funding Source Is Gop, Maintain The Gcc Clause And State Here: No Further Instructions. If The Funding Source Is Adb, Use The Following Clause: After Delivery And Acceptance Of The Goods, The Performance Security Shall Be Reduced To Two Percent (2%) Of The Contract Price To Cover The Supplier’s Warranty Obligations In Accordance With Gcc Clause 1. 13.4(c) Specify Additional Conditions, If Any, That Must Be Met Prior To The Release Of The Performance Security, Otherwise, State “no Further Instructions”. 16.1 The Inspections And Tests That Will Be Conducted Are: [insert The Applicable Inspections And Tests, If None, State “none”]. 17.3 Select One, Delete The Other. If The Funding Source Is Gop And The Goods Pertain To Expendable Supplies: Three (3) Months After Acceptance By The Procuring Entity Of The Delivered Goods Or After The Goods Are Consumed, Whichever Is Earlier. If The Funding Source Is Gop And The Goods Pertain To Non-expendable Supplies: One (1) Year After Acceptance By The Procuring Entity Of The Delivered Goods. If A Warranty Period Of Longer Than One Year Is Required And The Funding Source Is The Adb, Jbic, Or Wb, Insert The Following: In Partial Modification Of The Provisions, The Warranty Period Shall _____ Months From Date Of Acceptance Of The Goods Or (_____) Months From The Date Of Shipment, Whichever Occurs Earlier. 17.4 And 17.5 The Period For Correction Of Defects In The Warranty Period Is [insert Number Of Days]. 0 The Applicable Rate Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 20.4 In The Case Of A Dispute Between The Procuring Entity And The Supplier, The Dispute Shall Be Resolved In Accordance With Republic Act 9285 (“r.a. 9285”), Otherwise Known As The “alternative Dispute Resolution Act Of 2004.” If The Funding Is Adb Delete The Above Paragraph And Insert The Following: All Disputes Arising In Connection With The Present Contract Shall Be Finally Settled Under The Rules Of Conciliation And Arbitration Of The International Chamber Of Commerce By One Or More Arbitrators Appointed In Accordance With Said Rules. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution State The Applicable Rule On Dispute Settlement. 21.1 State Here “no Additional Provision.” Or, If The Consultant Is A Joint Venture, “all Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity.” Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. The Delivery Of Livelihood Supplies & Materials For Parents Of Child Laborers Is 20 Calendar Days From The Receipt Of The Ntp. Item No. Qty. Unit Description Unit Description 01 28 Box Face Mask 02 7 Pc. Apron 03 7 Pc. Woode Rollin Pin 04 140 Unit Pandesal Tray (8x12) 05 7 Unit Gas Stove Double Burner 06 7 Unit Oven, 2 Layer 07 7 Unit Stainless Steel Baking Tray Rack (15 Layers) 08 28 Pcs. Stainless Palanggana (big) 09 2 Pc. Barber Chair 10 2 Pc. Mirror Wall 11 2 Pc. Barber Trolly (5 Layers) 12 2 Set Hair Razor With Cupper Set 13 4 Set Hair Scissors One Set 14 3 Pcs. Barbers Apron 15 3 Set Hair Pins/barbers Hair Cup Set 16 2 Set Hair Comb Set 17 2 Sets Hair Brush 18 3 Pcs. Barber Blade Razor 19 3 Pcs. Powder (250 Grams) 20 3 Pcs. Spray Bottle 21 3 Pcs. Tissue Roll 22 4 Unit Sewing Machine 23 8 Bundle Geena Cloth 24 4 Pc. Tape Measure 25 4 Pc. Ruler, 12 Inches Long 26 40 Pack Needle : # 16, # 18 27 4 Unit Hand Needle 28 4 Unit Thread 29 16 Pcs. Machine Oil 30 8 Pcs. Cutter 31 8 Pcs. Scissors 32 40 Pcs. Bobing Cone 33 120 Pcs. Zipper; 16 Inches , 18 Inches 34 236 Meters Pelon; Thin & Thick 35 3 Unit Grass Cutter 36 3 Unit Hand Garden Tools 37 3 Unit Fertlizer Applicator(abuno) 38 6 Sacks Palay Seeds 39 15 Pack Fertlizer Urea 1 Kg. 40 9 Pc. Bolo 41 6 Pc. Steel Rake 42 6 Pc. Garden Pruning Shears 43 12 Pack Hand Gloves 44 15 Pack Seeds Sitao 45 15 Pack Seeds Pechay 46 15 Pack Seeds Eggplant 47 15 Pack Seeds Ampalaya 48 15 Pack Seeds Okra 49 15 Pack Seeds Squash 50 15 Pack Seeds Kamatis 51 15 Pack Seeds Pipino 52 15 Pack Seeds Upo 53 3 Unit Sprayer (heavy Duty Knapsack Sprayer) 304 Stainless 54 3 Pc. Herbicides 1 Gallon 55 2 Unit Monofilament Net (lambat) Size: 0-20x 8 X 100 Mtrs. 56 2 Unit Size: 0-15x 8 X 100 Mtrs. 57 2 Sacks Size: 0-20x 15 X 100 Mtrs. 58 2 Pack Size: 0-15x 15 X 100 Mtrs. 59 2 Pc. Fishing Nylon; Size: No. 60 60 2 Pc. Size: No. 70 61 2 Pc. Size: No. 80 62 2 Pc. Size: No. 90 63 2 Pc. Size: No. 100 64 2 Box Fishing Hook # 556 65 2 Box # 559 66 2 Box # 562 67 2 Box # 565 68 2 Box # 567 69 1 Roll Skyline Rope # 16 (10mm) 70 10 Pc. Fishing Lure Big Red 71 10 Pc. Pink 72 10 Pc. Blue 73 2 Pcs. Styro Foam 39 1/2 X17 3/4 X13 74 18 Unit Lpg Tank With Gas 75 18 Unit Stove 76 18 Unit Water Dispenser 77 18 Piece Food Glass Display 78 36 Set Frying Pan Double Handle 79 18 Pc. Cauldron/kaldero (medium) 80 18 Sack Rice, Local 81 18 Contr. Cooking Oil 82 18 Piece Plastic Table (monoblock) 83 90 Piece Plastic Chair 84 18 Set Knife (set Diff. Sizes) 85 18 Piece Cutting Board 86 36 Dozen Plastic Plate 87 36 Dozen Spoon 88 18 Dozen Fork 89 18 Dozen Cups, Glass 90 18 Box Vinegar 91 18 Box Soy Sauce 92 6 Pcs. Steamer 2 Layer (big) 93 2 Unit Gas Stove, Double Burner 94 2 Pcs. Lpg Gas Tank 95 20 Kls. Malagkit (white) 96 2 Sack Sugar , White 97 2 Sack Sugar, Brown 98 300 Pcs. Plastic Puto Molder 99 2 Sack Harena/flour 100 8 Piece Palanggana (small & Big) 101 2 Box Evaporated Milk 102 2 Box Condense Milk 103 4 Unit Hand Mixer 104 2 Unit Food Display 105 8 Pcs. Apron 106 4 Pcs. Cutting Board 107 20 Pcs. Piglets 108 5 Sack Pre-starter B-meg/pigrplac 109 5 Sack Starter B-meg/pigrolac 110 5 Sack Hog Growers 111 5 Sack Tiki-tiki, Local Pormulation 112 3 Bottle Hcetone/polish Remover 100 Ml. 113 2 Pc. Nail Brush 114 2 Pc. Cuticle Pusher 115 2 Unit Original Nippers 116 3 Pc. Nail File 8/emery Board 8 117 5 Pack Cotton Balls 118 4 Bottle Cuticle Oil 119 20 Pc. Chronia Nail Polish, Assorted 120 3 Unit Footspa Machine 4 In 1 121 5 Pc. Astringent Foot Sour 122 5 Pc. Cooling Foot Sour 123 5 Pc. Expoliating Foot Scrub 124 3 Pc. Toe Separator8 125 3 Pc. Double Side Foot Brush Dead Skiu 126 2 Pc. Nail Polish Organizer 127 3 Pc. Martaiolet 128 3 Pc. Moisturizer Lotion 129 1 Pc. Manicure/pedicure 130 2 Pc. Gel Uy Led Nail Polish Lamp 131 1 Set Pipe Threader (2 1/2 " Talim Mano Mano) 132 1 Pc. Electric Impact Drill 133 2 Pcs Pipe Wrench (12") 134 5 Pcs Pvc Pipe Cutter 135 1 Set Ppr Fusion Machine 136 1 Pc. 3 N 1 Portable Welding Machine 137 5 Pcs Pipe Threader (1 1/4") 138 5 Pcs Pipe Threader (1") 139 1 Pc. Adjustable Double Ended Wrench 140 1 Pc Heavy Duty Vice Grip Wrench (pipe Cutter/crimping Fliers) 141 100 Pcs. Day Old Chicks Broiler 142 6 Pcs. 100 Watts Yellow Bulb Heater 143 4 Pcs. 1.5 Kg. Chicken Drinker 144 4 Pcs. 1 Ltr. Chicken Drinker (25 Kg. Broiler Starter Feeds) 145 4 Sacks Grower Integra (1000) 146 4 Sacks Starter Integra (2,000) 147 4 Sacks Finisher Integra (3,000) 148 1 Pcs. Weighing Scale (timbangan) 149 2 Unit Motorized Banka , 7 1/2 (makina) 150 1 Unit Tractor Without Engine 151 4 Pcs. Stainless Insulted Covered Cylindrical Buckets 10l-50l. 152 18 Boxes Soya Beans Calcium 153 4,000 Pcs. Disposable Glass 154 18 Kls. Sugar, Brown 155 20 Kls. Sagu, Small 156 4 Pcs. Kaldero 157 2 Unit Air Compressor ( Wes Pro) 158 2 Unit Tire Changer 159 2 Unit Hydrolic Crocodile Jack 160 2 Unit Item Description 161 2 Unit Heavy Duty Electric Vulcanizer 162 4 Pcs. Air Pressure Guage 163 10 Pcs. Vulcanizing Gum 55 Inches X4.3 Ffx 25mm 164 2 Unit Tool Box Multifunction 165 4 Pcs. Tire (size 250x17) 166 20 Pcs. Hammer, Stainless 167 20 Boxes Cross Cut Saw 168 20 Pcs. Long Tape Measure(50meters) 169 10 Pcs. Nevel 170 20 Boxes Pencil 171 20 Pcs. L-square 172 20 Pcs. Tool Box 173 10 Pcs. Bag 174 10 Pcs. Maso 175 10 Pcs. Crow Bar 176 20 Pcs. Level Hose 177 20 Pcs. Flies 178 20 Pcs. Screw Driver 179 100 Pcs. Sand Paper 180 40 Pcs. Camisa De Chino, Colored 181 2 Pcs. Shovel Section Vii. Technical Specifications Notes For Preparing The Technical Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Their Bids. In The Context Of Competitive Bidding, The Specifications (e.g. Production/delivery Schedule, Manpower Requirements, And After-sales Service/parts) Must Be Prepared To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured.. Only If This Is Done Will The Objectives Of Transparency, Equity, Efficiency, Fairness And Economy In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation And Post-qualification Facilitated. The Specifications Should Require That All Items, Materials And Accessories To Be Included Or Incorporated In The Goods Be New, Unused, And Of The Most Recent Or Current Models, And That They Include Or Incorporate All Recent Improvements In Design And Materials Unless Otherwise Provided In The Contract. Samples Of Specifications From Previous Similar Procurements Are Useful In This Respect. The Use Of Metric Units Is Encouraged. Depending On The Complexity Of The Goods And The Repetitiveness Of The Type Of Procurement, It May Be Advantageous To Standardize The General Technical Specifications And Incorporate Them In A Separate Subsection. The General Technical Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Manufacturing Similar Goods. Deletions Or Addenda Should Then Adapt The General Technical Specifications To The Particular Procurement. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Equipment, Materials, And Workmanship, Recognized Philippine And International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Equipment, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure At Least A Substantially Equal Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Special Conditions Of Contract Or The Technical Specifications. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Technical Specifications To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished Or Tested, The Provisions Of The Latest Edition Or Revision Of The Relevant Standards And Codes Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure Substantial Equivalence To The Standards And Codes Specified Will Be Acceptable. Reference To Brand Name And Catalogue Number Should Be Avoided As Far As Possible; Where Unavoidable They Should Always Be Followed By The Words “or At Least Equivalent.” References To Brand Names Cannot Be Used When The Funding Source Is The Gop. Where Appropriate, Drawings, Including Site Plans As Required, May Be Furnished By The Procuring Entity With The Bidding Documents. Similarly, The Supplier May Be Requested To Provide Drawings Or Samples Either With Its Bid Or For Prior Review By The Procuring Entity During Contract Execution. Bidders Are Also Required, As Part Of The Technical Specifications, To Complete Their Statement Of Compliance Demonstrating How The Items Comply With The Specification. Technical Specifications Item Specification Statement Of Compliance Bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidders 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 Provisions Of Itb Clause 3.1(a)(ii) And/or Gcc Clause 2.1(a)(ii). Section Viii. Bidding Forms Notes On The Bidding Forms The Bidder Shall Complete And Submit With Its Bid The Bid Form And Price Schedules In Accordance With Itb Clause 15 With The Requirements Of The Bidding Documents And The Format Set Out In This Section. When Requested In The Bds, The Bidder Should Provide The Bid Security, Either In The Form Included Hereafter Or In Another Form Acceptable To The Entity, Pursuant To Itb Clause 18.1. The Contract Agreement Form, When It Is Finalized At The Time Of Contract Award, Should Incorporate Any Corrections Or Modifications To The Accepted Bid Resulting From Price Corrections. The Price Schedule And Schedule Of Requirements Deemed To Form Part Of The Contract Should Be Modified Accordingly. The Performance Security Form And Bank Guarantee Form For Advance Payment Should Not Be Completed By The Bidders At The Time Of Their Bid Preparation. Only The Successful Bidder Will Be Required To Provide Performance Security And Bank Guarantee For Advance Payment In Accordance With One Of The Forms Indicated Herein Or In Another Form Acceptable To The Procuring Entity And Pursuant To Gcc Clause 13 And Its Corresponding Scc Provision. The Sworn Affidavit Must Be Completed By All Bidders In Accordance With Itb Clause 4.2 Failure To Do So And Submit It With The Bid Shall Result In The Rejection Of The Bid And The Bidder’s Disqualification. Table Of Contents Bid Form 89 Contract Agreement Form 93 Omnibus Sworn Statement 94 Bank Guarantee Form For Advance Payment 96 Bid Form Date: Invitation To Bid No: To: Lgu-mapanas, Northern Samar Barangay Del Norte, Mapanas, Northern Samar Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To [supply/deliver/perform] [description Of The Goods] In Conformity With The Said Bidding Documents For The Sum Of [total Bid Amount In Words And Figures] Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In Bds Provision For Itb Clause 18.2 And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per Itb Clause 5 Of The Bidding Documents. Dated This ________________ Day Of ________________ 20______. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ For Goods Offered From Abroad Name Of Bidder . Invitation To Bid Number __. Page Of . 1 2 3 4 5 6 7 8 9 Item Description Country Of Origin Quantity Unit Price Cif Port Of Entry (specify Port) Or Cip Named Place (specify Border Point Or Place Of Destination) Total Cif Or Cip Price Per Item (col. 4 X 5) Unit Price Delivered Duty Unpaid (ddu) Unit Price Delivered Duty Paid (ddp) Total Price Delivered Ddp (col 4 X 8) For Goods Offered From Within The Philippines Name Of Bidder . Invitation To Bid Number . Page Of . 1 2 3 4 5 6 7 8 9 10 Item Description Country Of Origin Quantity Unit Price Exw Per Item Cost Of Local Labor, Raw Material, And Component2 Total Price Exw Per Item (cols. 4 X 5) Unit Prices Per Item Final Destination And Unit Price Of Other Incidental Services Sales And Other Taxes Payable Per Item If Contract Is Awarded Total Price Delivered Final Destination (col 8 + 9) X 4 Contract Agreement Form This Agreement Made The _____ Day Of __________ 20_____ Between [name Of Procuring Entity] Of The Philippines (hereinafter Called “the Entity”) Of The One Part And [name Of Supplier] Of [city And Country Of Supplier] (hereinafter Called “the Supplier”) Of The Other Part: Whereas The Entity Invited Bids For Certain Goods And Ancillary Services, Viz., [brief Description Of Goods And Services] And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of [contract Price In Words And Figures] (hereinafter Called “the Contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Referred To. 2. The Following Documents Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: (a) The Bid Form And The Price Schedule Submitted By The Bidder; (b) The Schedule Of Requirements; (c) The Technical Specifications; (d) The General Conditions Of Contract; (e) The Special Conditions Of Contract; And (f) The Entity’s Notification Of Award. 3. In Consideration Of The Payments To Be Made By The Entity To The Supplier As Hereinafter Mentioned, The Supplier Hereby Covenants With The Entity To Provide The Goods And Services And To Remedy Defects Therein In Conformity In All Respects With The Provisions Of The Contract 4. The Entity Hereby Covenants To Pay The Supplier In Consideration Of The Provision Of The Goods And Services And The Remedying Of Defects Therein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of The Contract At The Time And In The Manner Prescribed By The Contract. In Witness Whereof The Parties Hereto Have Caused This Agreement To Be Executed In Accordance With The Laws Of The Republic Of The Philippines On The Day And Year First Above Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Supplier). Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Bidding For [name Of The Project] Of The [name Of The Procuring Entity]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The [name Of Bidder] In The Bidding As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: I Am Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [jurat] Bank Guarantee Form For Advance Payment To: [name And Address Of Procuring Entity] [name Of Contract] Gentlemen And/or Ladies: In Accordance With The Payment Provision Included In The Special Conditions Of Contract, Which Amends Clause 10 Of The General Conditions Of Contract To Provide For Advance Payment, [name And Address Of Supplier] (hereinafter Called The “supplier”) Shall Deposit With The Procuring Entity A Bank Guarantee To Guarantee Its Proper And Faithful Performance Under The Said Clause Of The Contract In An Amount Of [amount Of Guarantee In Figures And Words]. We, The [bank Or Financial Institution], As Instructed By The Supplier, Agree Unconditionally And Irrevocably To Guarantee As Primary Obligator And Not As Surety Merely, The Payment To The Procuring Entity On Its First Demand Without Whatsoever Right Of Objection On Our Part And Without Its First Claim To The Supplier, In The Amount Not Exceeding [amount Of Guarantee In Figures And Words]. We Further Agree That No Change Or Addition To Or Other Modification Of The Terms Of The Contract To Be Performed Thereunder Or Of Any Of The Contract Documents Which May Be Made Between The Procuring Entity And The Supplier, Shall In Any Way Release Us From Any Liability Under This Guarantee, And We Hereby Waive Notice Of Any Such Change, Addition, Or Modification. This Guarantee Shall Remain Valid And In Full Effect From The Date Of The Advance Payment Received By The Supplier Under The Contract Until [date]. Yours Truly, Signature And Seal Of The Guarantors [name Of Bank Or Financial Institution] [address] [date]
Closing Date14 May 2025
Tender AmountPHP 1.8 Million (USD 32.8 K)

Municipality Of Mapanas, Northern Samar Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Bidding Documents Procurement Of Infrastructure Projects Name Of Project: Construction Of Maihs Multi-purpose Gym Phase 2 Barangay Manaybanay, Mapanas Northern Samar Contract Reference No. 2025-04-031 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 7 Section Iii. Bid Data Sheet 35 Section Iv. General Conditions Of Contract 38 Section V. Special Conditions Of Contract 70 Section Vi. Specifications 72 Section Vii. Drawings 75 Section Viii. Bill Of Quantities Error! Bookmark Not Defined. Section Ix. Bidding Forms 77 Section X. Foreign-assisted Projects Error! Bookmark Not Defined. Section I. Invitation To Bid Bid Notice Abstract Invitation To Bid (itb) Republic Of The Philippines Province Of Northern Samar Municipality Of Mapanas Invitation To Bid For Project: Construction Of Maihs Multi-purpose Gym Phase-2, Brgy. Manaybanay, Mapanas, Northern Samar The Lgu- Mapanas, Northern Samar, Through The 20% Economic Development Fund (edf) Of Fy 2025 Intends To Apply The Sum Of Two Million Nine Hundred Seventy Four Thousand One Hundred Ninety Two Pesos & 59/100 Only (p2,974,192.59) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For : Construction Of Maihs Multi-purpose Gym Phase 2, Brgy. Manaybanay, Mapanas, Northern Samar Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Lgu- Mapanas, Northern Samar Now Invites Bids For The Following Description Of Works To Be Procured: Item No. Scope Of Work Quantity Unit Construction Of Maihs Multi-purpose Gym Phase 2, Brgy. Manaybanay, Mapanas, Northern Samar B.3 Permits And Clearances 1.00 Lot B.5 Projects Billboard/sign Board 1.00 Lot B.7 Construction Safety And Health 1.00 Lot B.9 Mobilization And Demobilization 1.00 Lot 900(1)c1 Structural Concrete (class A), 28 Days 74.38 Cu.m. 902(1)a Reinforcing Steel, Deformed Grade 40 20,156.72 Kg. 902 Formworks And Falseworks 377.27 Sq.m. Completion Of The Works Is Required 180 Calendar Days. Bidders Should Have Completed, Within Ten (10) 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. Section Ii. Instructions To Bidders. 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Lgu- Bac Mapanas, Northern Samar And Inspect The Bidding Documents At The Address Given Below From April 24, 2025-may 13, 2025, 8:00 A.m. To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of P5,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 5. The Lgu- Mapana, Northern Samar Will Hold A Pre-bid Conference On May 02, 2025 At 10:00 A.m. At Executive Conference, 2nd Floor Of New Municipal Bldg. Mapanas, Northern Samar, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 6. Bids Must Be Delivered To The Address Below On Or Before 9:00 A.m. Of May 14, 2025 At Bac Office, @ Municipal Planning & Development Office (mpdo), Mapanas, Northern Samar. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Authorized Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Bidder May Request That The Bid Documents Be Sent To Them By Mail Or Courier, And For This, The Bidder Shall Pay The Amount In Philippine Peso To Cover The Cost Of Mail Or Courier Delivery. The Fee For Obtaining A Copy Of The Bid Documents And The Cost Of Mail Or Courier Shall Be Paid By The Bidder Thru S Cashier’s Check Or Manager’s Check Issued In Favor Of The Municipality Of Mapanas. 7. The Lgu- Mapanas, Northern Samar 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. 8. For Further Information, Please Refer To: Reno C. Salazar Bac Secretary Mapanas, Northern Samar Mobile # 09459852914 Engr. Julius D. Palma Bac Chairperson Mapanas, Northern Samar Mobile # 097052634575 Section Ii. Instructions To Bidders 1. The Bids Must Be Delivered On Or Before May14, 2025 At 9:00 A.m And Failure To Submit The Bid Proposal May Ground For Disqualification Of The Bid. 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Lgu- Mapanas, Northern Samar Now Invites Bids For The Following Description Of Works To Be Procured: Item No. Scope Of Work Quantity Unit Construction Of Maihs Multi-purpose Gym Phase 2, Brgy. Manaybanay, Mapanas, Northern Samar B.3 Permits And Clearances 1.00 Lot B.5 Projects Billboard/sign Board 1.00 Lot B.7 Construction Safety And Health 1.00 Lot B.9 Mobilization And Demobilization 1.00 Lot 900(1)c1 Structural Concrete (class A), 28 Days 74.38 Cu.m. 902(1)a Reinforcing Steel, Deformed Grade 40 20,156.72 Kg. 902 Formworks And Falseworks 377.27 Sq.m. Completion Of The Works Is Required 180 Calendar Days. Bidders Should Have Completed, Within Ten (10) 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. 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 3. Interested Bidders May Obtain Further Information From Lgu- Bac Mapanas, Northern Samar And Inspect The Bidding Documents At The Address Given Below From April 24, 2025-may 13, 2025, 8:00 A.m. To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of P5,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 4. The Lgu- Mapanas, Northern Samar Will Hold A Pre-bid Conference On May 02, 2025 At 10:00 A.m. At Executive Conference, 2nd Floor Of New Municipal Bldg. Mapanas, Northern Samar, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 5. Bids Must Be Delivered To The Address Below On Or Before 9:00 A.m. Of May 14, 2024 At Bac Office, @ Municipal Planning & Development Office (mpdo), Mapanas, Northern Samar. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Authorized Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Bidder May Request That The Bid Documents Be Sent To Them By Mail Or Courier, And For This, The Bidder Shall Pay The Amount In Philippine Peso To Cover The Cost Of Mail Or Courier Delivery. The Fee For Obtaining A Copy Of The Bid Documents And The Cost Of Mail Or Courier Shall Be Paid By The Bidder Thru S Cashier’s Check Or Manager’s Check Issued In Favor Of The Municipality Of Mapanas. 6. The Lgu- Mapanas, Northern Samar 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. 7. For Further Information, Please Refer To: Reno C. Salazar Bac Secretary Mapanas, Northern Samar Mobile # 09459852914 Ma. Teresa L. Minguez Bac Chairperson Mapanas N. Samar Mobile # 09778033758 Table Of Contents A. General 11 1. Scope Of Bid 11 2. Source Of Funds 11 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 11 4. Conflict Of Interest 12 5. Eligible Bidders 14 6. Bidder’s Responsibilities 15 7. Origin Of Goods And Services 17 8. Subcontracts 17 B. Contents Of Bidding Documents 17 9. Pre-bid Conference 17 10. Clarification And Amendment Of Bidding Documents 18 C. Preparation Of Bids 18 11. Language Of Bids 18 12. Documents Comprising The Bid: Eligibility And Technical Components 18 13. Documents Comprising The Bid: Financial Component 21 14. Alternative Bids 21 15. Bid Prices 22 16. Bid Currencies 22 17. Bid Validity 23 18. Bid Security 23 19. Format And Signing Of Bids 25 20. Sealing And Marking Of Bids 26 D. Submission And Opening Of Bids 26 21. Deadline For Submission Of Bids 26 22. Late Bids 26 23. Modification And Withdrawal Of Bids 27 24. Opening And Preliminary Examination Of Bids 27 E. Evaluation And Comparison Of Bids 28 25. Process To Be Confidential 28 26. Clarification Of Bids 29 27. Detailed Evaluation And Comparison Of Bids 29 28. Post Qualification 30 29. Reservation Clause 31 F. Award Of Contract 32 30. Contract Award 32 31. Signing Of The Contract 33 32. Performance Security 33 33. Notice To Proceed 34 A. General 1. Scope Of Bid 1.1. The Procuring Entity As Defined In The Bds, Invites Bids For The Construction Of Works, As Described In Section Vi. Specifications. The Name And Identification Number Of The Contract Is Provided In The Bds. 1.2. The Successful Bidder Will Be Expected To Complete The Works By The Intended Completion Date Specified In Scc Clause 1.16. 2. Source Of Funds The Procuring Entity Has A Budget Or Has Applied For Or Received Funds From The Funding Source Named In The Bds, And In The Amount Indicated In The Bds. It Intends To Apply Part Of The Funds Received For The Project, As Defined In The Bds, To Cover Eligible Payments Under The Contract For The Works. 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 3.1. Unless Otherwise Specified In The Bds, The Procuring Entity, As Well As Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. In Pursuance Of This Policy, The Funding Source: (a) Defines, For Purposes Of This Provision, The Terms Set Forth Below As Follows: (i) "corrupt Practice" Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Procuring Entity, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Republic Act 3019; (ii) "fraudulent Practice" Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition; (iii) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels; And (iv) “coercive Practices” Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Affect The Execution Of A Contract; (v) “obstructive Practice” Is (aa) Deliberately Destroying, Falsifying, Altering Or Concealing Of Evidence Material To An Administrative Proceedings Or Investigation Or Making False Statements To Investigators In Order To Materially Impede An Administrative Proceedings Or Investigation Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Into Allegations Of A Corrupt, Fraudulent, Coercive Or Collusive Practice; And/or Threatening, Harassing Or Intimidating Any Party To Prevent It From Disclosing Its Knowledge Of Matters Relevant To The Administrative Proceedings Or Investigation Or From Pursuing Such Proceedings Or Investigation; Or (bb) Acts Intended To Materially Impede The Exercise Of The Inspection And Audit Rights Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Herein. (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Corrupt Or Fraudulent Practices In Competing For The Contract; And (c) Will Declare A Firm Ineligible, Either Indefinitely Or For A Stated Period Of Time, To Be Awarded Contract Funded By The Funding Source If It At Any Time Determines That The Firm Has Engaged In Corrupt Or Fraudulent Practices In Competing Or, Or In Executing, A Contract Funded By The Funding Source. 3.2. Further, The Procuring Entity Will Seek To Impose The Maximum Civil, Administrative, And/or Criminal Penalties Available Under The Applicable Laws On Individuals And Organizations Deemed To Be Involved In Any Of The Practices Mentioned In Itb Clause 3.1(a). 3.3. Furthermore, The Funding Source And The Procuring Entity Reserve The Right To Inspect And Audit Records And Accounts Of A Contractor In The Bidding For And Performance Of A Contract Themselves Or Through Independent Auditors As Reflected In The Gcc Clause 34. 4. Conflict Of Interest 4.1. All Bidders Found To Have Conflicting Interests Shall Be Disqualified To Participate In The Procurement At Hand, Without Prejudice To The Imposition Of Appropriate Administrative, Civil, And Criminal Sanctions. A Bidder May Be Considered To Have Conflicting Interests With Another Bidder In Any Of The Events Described In Paragraphs (a) Through (c) And A General Conflict Of Interest In Any Of The Circumstances Set Out In Paragraphs (d) Through (g) Below: (a) A Bidder Has Controlling Shareholders In Common With Another Bidder; (b) A Bidder Receives Or Has Received Any Direct Or Indirect Subsidy From Any Other Bidder; (c) A Bidder Has The Same Legal Representative As That Of Another Bidder For Purposes Of This Bid; (d) A Bidder Has A Relationship, Directly Or Through Third Parties, That Puts Them In A Position To Have Access To Information About Or Influence On The Bid Of Another Bidder Or Influence The Decisions Of The Procuring Entity Regarding This Bidding Process. This Will Include A Firm Or An Organization Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project If The Personnel Would Be Involved In Any Capacity On The Same Project; (e) A Bidder Submits More Than One Bid In This Bidding Process. However, This Does Not Limit The Participation Of Subcontractors In More Than One Bid; (f) A Bidder Who Participated As A Consultant In The Preparation Of The Design Or Technical Specifications Of The Goods And Related Services That Are The Subject Of The Bid; Or (g) A Bidder Who Lends, Or Temporary Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project, If The Personnel Would Be Involved In Any Capacity On The Same Project. 4.2. In Accordance With Section 47 Of The Irr Of Ra 9184, All Bidding Documents Shall Be Accompanied By A Sworn Affidavit Of The Bidder That It Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), Members Of The Technical Working Group (twg), Members Of The Bac Secretariat, The Head Of The Project Management Office (pmo) Or The End-user Unit, And The Project Consultants, By Consanguinity Or Affinity Up To The Third Civil Degree. On The Part Of The Bidder, This Clause Shall Apply To The Following Persons: (a) If The Bidder Is An Individual Or A Sole Proprietorship, To The Bidder Himself; (b) If The Bidder Is A Partnership, To All Its Officers And Members; (c) If The Bidder Is A Corporation, To All Its Officers, Directors, And Controlling Stockholders; And (d) If The Bidder Is A Joint Venture (jv), The Provisions Of Items (a), (b), Or (c) Of This Clause Shall Correspondingly Apply To Each Of The Members Of The Said Jv, As May Be Appropriate. Relationship Of The Nature Described Above Or Failure To Comply With This Clause Will Result In The Automatic Disqualification Of A Bidder. 5. Eligible Bidders 5.1. Unless Otherwise Indicated In The Bds, The Following Persons Shall Be Eligible To Participate In This Bidding: (a) Duly Licensed Filipino Citizens/sole Proprietorships; (b) Partnerships Duly Organized Under The Laws Of The Philippines And Of Which At Least Seventy Five Percent (75%) Of The Interest Belongs To Citizens Of The Philippines; (c) Corporations Duly Organized Under The Laws Of The Philippines, And Of Which At Least Seventy Five Percent (75%) Of The Outstanding Capital Stock Belongs To Citizens Of The Philippines; (d) Cooperatives Duly Organized Under The Laws Of The Philippines, And Of Which At Least Seventy Five Percent (75%) Of The Interest Belongs To Citizens Of The Philippines; And (e) Persons/entities Forming Themselves Into A Jv, I.e., A Group Of Two (2) Or More Persons/entities That Intend To Be Jointly And Severally Responsible Or Liable For A Particular Contract: Provided, However, That, In Accordance With Letter Of Instructions No. 630, Filipino Ownership Or Interest Of The Joint Venture Concerned Shall Be At Least Seventy Five Percent (75%): Provided, Further, That Joint Ventures In Which Filipino Ownership Or Interest Is Less Than Seventy Five Percent (75%) May Be Eligible Where The Structures To Be Built Require The Application Of Techniques And/or Technologies Which Are Not Adequately Possessed By A Person/entity Meeting The Seventy Five Percent (75%) Filipino Ownership Requirement: Provided, Finally, That In The Latter Case, Filipino Ownership Or Interest Shall Not Be Less Than Twenty Five Percent (25%). For This Purpose Filipino Ownership Or Interest Shall Be Based On The Contributions Of Each Of The Members Of The Joint Venture As Specified In Their Jva. 5.2. The Procuring Entity May Also Invite Foreign Bidders When Provided For Under Any Treaty Or International Or Executive Agreement As Specified In The Bds. 5.3. Government Corporate Entities May Be Eligible To Participate Only If They Can Establish That They (a) Are Legally And Financially Autonomous, (b) Operate Under Commercial Law, And (c) Are Not Dependent Agencies Of The Gop Or The Procuring Entity. 5.4. (a) Unless Otherwise Provided In The Bds, The Bidder Must Have Completed, Within Ten (10) Years From The Submission Of Bids, A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted To Current Prices Using The National Statistics Office Consumer Price Index. (b) For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bds. For This Purpose, Contracts Similar To The Project Shall Be Those Described In Thebds, And Completed Within The Period Stated In The Invitation To Bid And Itb Clause 12.1(a)(iii). 5.5. The Bidder Must Submit A Computation Of Its Net Financial Contracting Capacity (nfcc) Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Its Favor If Awarded The Contract For This Project (clc). The Nfcc, Computed Using The Following Formula, Must Be At Least Equal To The Abc To Be Bid: Nfcc = [(current Assets Minus Current Liabilities) (k)] Minus The Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project. Where: K = 10 For A Contract Duration Of One Year Or Less, 15 For A Contract Duration Of More Than One Year Up To Two Years, And 20 For A Contract Duration Of More Than Two Years. The Clc Must Be At Least Equal To Ten Percent (10%) Of The Abc For This Project. If Issued By A Foreign Bank, It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank. In The Case Of Local Government Units (lgus), The Bidder May Also Submit Clc From Other Banks Certified By The Bangko Sentral Ng Pilipinas (bsp) As Authorized To Issue Such Financial Instrument. 6. Bidder’s Responsibilities 6.1. The Bidder Or Its Duly Authorized Representative Shall Submit A Sworn Statement In The Form Prescribed In Section Ix. Bidding Forms As Required In Itb Clause 12.1(b)(iii). 6.2. The Bidder Is Responsible For The Following: (a) Having Taken Steps To Carefully Examine All Of The Bidding Documents; (b) Having Acknowledged All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; (c) Having Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; (d) Having Complied With Its Responsibility To Inquire Or Secure Supplemental/bid Bulletin/s As Provided Under Itb Clause 10.3. (e) Ensuring That It Is Not “blacklisted” Or Barred From Bidding By The Gop Or Any Of Its Agencies, Offices, Corporations, Or Lgus, Including Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Gppb; (f) Ensuring That Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; (g) Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative/s To Verify All The Documents Submitted; (h) Ensuring That The Signatory Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The Bidder In The Bidding, With The Duly Notarized Secretary’s Certificate Attesting To Such Fact, If The Bidder Is A Corporation, Partnership, Cooperative, Or Joint Venture; (i) Complying With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Of Republic Act 3019; And (j) Complying With Existing Labor Laws And Standards, If Applicable. Failure To Observe Any Of The Above Responsibilities Shall Be At The Risk Of The Bidder Concerned. 6.3. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contract Works And The Conditions For This Project And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 6.4. It Shall Be The Sole Responsibility Of The Prospective Bidder To Determine And To Satisfy Itself By Such Means As It Considers Necessary Or Desirable As To All Matters Pertaining To This Project, Including: (a) The Location And The Nature Of The Contract, Project, Or Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work. 6.5. The Procuring Entity Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions By The Prospective Or Eligible Bidder Out Of The Data Furnished By The Procuring Entity. 6.6. Before Submitting Their Bids, The Bidders Are Deemed To Have Become Familiar With All Existing Laws, Decrees, Ordinances, Acts And Regulations Of The Philippines Which May Affect The Contract In Any Way. 6.7. The Bidder Shall Bear All Costs Associated With The Preparation And Submission Of His Bid, And The Procuring Entity Will In No Case Be Responsible Or Liable For Those Costs, Regardless Of The Conduct Or Outcome Of The Bidding Process. 6.8. Bidders Should Note That The Procuring Entity Will Only Accept Bids Only From Those That Have Paid The Nonrefundable Fee For The Bidding Documents At The Office Indicated In The Invitation To Bid. 7. Origin Of Goods And Services There Is No Restriction On The Origin Of Goods, Or Contracting Of Works Or Services Other Than Those Prohibited By A Decision Of The United Nations Security Council Taken Under Chapter Vii Of The Charter Of The United Nations. 8. Subcontracts 8.1. Unless Otherwise Specified In The Bds, The Bidder May Subcontract Portions Of The Works To An Extent As May Be Approved By The Procuring Entity And Stated In The Bds. However, Subcontracting Of Any Portion Shall Not Relieve The Bidder From Any Liability Or Obligation That May Arise From The Contract For This Project. 8.2. Subcontractors Must Submit The Documentary Requirements Under Itb Clause 12 And Comply With The Eligibility Criteria Specified In The Bds. In The Event That Any Subcontractor Is Found By The Procuring Entity To Be Ineligible, The Subcontracting Of Such Portion Of The Works Shall Be Disallowed. 8.3. The Bidder May Identify The Subcontractor To Whom A Portion Of The Works Will Be Subcontracted At Any Stage Of The Bidding Process Or During Contract Implementation. If The Bidder Opts To Disclose The Name Of The Subcontractor During Bid Submission, The Bidder Shall Include The Required Documents As Part Of The Technical Component Of Its Bid. B. Contents Of Bidding Documents 9. Pre-bid Conference 9.1. (a) If So Specified In The Bds, A Pre-bid Conference Shall Be Held At The Venue And On The Date Indicated Therein, To Clarify And Address The Bidders’ Questions On The Technical And Financial Components Of This Project. (b) The Pre-bid Conference Shall Be Held At Least Twelve (12) Calendar Days Before The Deadline For The Submission Of And Receipt Of Bids. If The Procuring Entity Determines That, By Reason Of The Method, Nature, Or Complexity Of The Contract To Be Bid, Or When International Participation Will Be More Advantageous To The Gop, A Longer Period For The Preparation Of Bids Is Necessary, The Pre-bid Conference Shall Be Held At Least Thirty (30) Calendar Days Before The Deadline For The Submission And Receipt Of Bids, As Specified In The Bds. 9.2. Bidders Are Encouraged To Attend The Pre-bid Conference To Ensure That They Fully Understand The Procuring Entity’s Requirements. Non-attendance Of The Bidder Will In No Way Prejudice Its Bid; However, The Bidder Is Expected To Know The Changes And/or Amendments To The Bidding Documents As Recorded In The Minutes Of The Pre-bid Conference And The Supplemental/bid Bulletin. 9.3. Any Statement Made At The Pre-bid Conference Shall Not Modify The Terms Of The Bidding Documents Unless Such Statement Is Specifically Identified In Writing As An Amendment Thereto And Issued As A Supplemental/bid Bulletin. 10. Clarification And Amendment Of Bidding Documents 10.1. Bidders Who Have Purchased The Bidding Documents May Request For Clarification(s) On Any Part Of The Bidding Documents Or For An Interpretation. Such A Request Must Be In Writing And Submitted To The Procuring Entity At The Address Indicated In The Bds At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.2. Supplemental/bid Bulletins May Be Issued Upon The Procuring Entity’s Initiative For Purposes Of Clarifying Or Modifying Any Provision Of The Bidding Documents Not Later Than Seven (7) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. Any Modification To The Bidding Documents Shall Be Identified As An Amendment. 10.3. Any Supplemental/bid Bulletin Issued By The Bac Shall Also Be Posted On The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity Concerned, If Available. Unless, Otherwise Provided In The Bds, It Shall Be The Responsibility Of All Bidders Who Secure The Bidding Documents To Inquire And Secure Supplemental/bid Bulletins That May Be Issued By The Bac. However, Bidders Who Have Submitted Bids Before The Issuance Of The Supplemental/bid Bulletin Must Be Informed And Allowed To Modify Or Withdraw Their Bids In Accordance With Itb Clause 23. C. Preparation Of Bids 11. Language Of Bids The Bid, As Well As All Correspondence And Documents Relating To The Bid Exchanged By The Bidder And The Procuring Entity, Shall Be Written In English. Supporting Documents And Printed Literature Furnished By The Bidder May Be In Another Language Provided They Are Accompanied By An Accurate Translation In English Certified By The Appropriate Embassy Or Consulate In The Philippines, In Which Case The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 12. Documents Comprising The Bid: Eligibility And Technical Components 12.1. Unless Otherwise Indicated In The Bds, The First Envelope Shall Contain The Following Eligibility And Technical Documents: (a) Eligibility Documents – Class "a" Documents: (i) Registration Certificate From The Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives, Or Any Proof Of Such Registration As Stated In The Bds; (ii) Mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located; (iii) Statement Of All Its Ongoing And Completed Government And Private Contracts Within Ten (10) Years From The Submission Of Bids, Including Contracts Awarded But Not Yet Started, If Any. The Statement Shall Include, For Each Contract, The Following: (iii.1) Name Of The Contract; (iii.2) Date Of The Contract; (iii.3) Contract Duration; (iii.4) Owner’s Name And Address; (iii.5) Nature Of Work; (iii.6) Contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation; (iii.7) Total Contract Value At Award; (iii.8) Date Of Completion Or Estimated Completion Time; (iii.9) Total Contract Value At Completion, If Applicable; (iii.10) Percentages Of Planned And Actual Accomplishments, If Applicable; (iii.11) Value Of Outstanding Works, If Applicable; (iii.12) The Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (iii.13) The Statement Shall Be Supported By The Constructors Performance Evaluation System (cpes) Rating Sheets, And/or Certificates Of Completion And Owner’s Acceptance, If Applicable; (iv) Unless Otherwise Provided In The Bds, Valid Philippine Contractors Accreditation Board (pcab) License And Registration For The Type And Cost Of The Contract For This Project; (v) Audited Financial Statements, Showing, Among Others, The Prospective Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; (vi) Nfcc Computation Or Clc In Accordance With Itb Clause 5.5; And Class "b" Document: (vii) If Applicable, Valid Joint Venture Agreement (jva) Or, In Lieu Thereof, 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 Shall Be Included In The Bid. (b) Technical Documents – (i) Bid Security As Prescribed In Itb Clause 18. If The Bidder Opts To Submit The Bid Security In The Form Of: (i.1) A Bank Draft/guarantee Or An Irrevocable Letter Of Credit Issued By A Foreign Bank, It Shall Be Accompanied By A Confirmation From A Universal Or Commercial Bank; Or (i.2) A Surety Bond Accompanied By A Certification Coming From An Authorized Insurance Commission That A Surety Or Insurance Company Is Authorized To Issue Such Instrument; (ii) Project Requirements, Which Shall Include The Following: (ii.1) Organizational Chart For The Contract To Be Bid; (ii.2) List Of Contractor’s Personnel (viz, Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; And (ii.3) List Of Contractor’s Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project; And (iii) Sworn Statement In Accordance With Section 25.2(b)(iv) Of The Irr Of Ra 9184 And Using The Form Prescribed In Section Ix. Bidding Forms. 13. Documents Comprising The Bid: Financial Component 13.1. Unless Otherwise Stated In The Bds, The Financial Component Of The Bid Shall Contain The Following: (a) Financial Bid Form In Accordance With The Form Prescribed In Section Ix. Bidding Forms; And (b) Any Other Document Related To The Financial Component Of The Bid As Stated In The Bds. 13.2. (a) Unless Indicated In The Bds, All Bids That Exceed The Abc Shall Not Be Accepted. (b) Unless Otherwise Indicated In The Bds, For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Following Conditions Are Met: (i) Bidding Documents Are Obtainable Free Of Charge On A Freely Accessible Website. If Payment Of Bidding Documents Is Required By The Procuring Entity, Payment Could Be Made Upon The Submission Of Bids. (ii) The Procuring Entity Has Procedures In Place To Ensure That The Abc Is Based On Recent Estimates Made By The Engineer Or The Responsible Unit Of The Procuring Entity And That The Estimates Are Based On Adequate Detailed Engineering (in The Case Of Works) And Reflect The Quality, Supervision And Risk And Inflationary Factors, As Well As Prevailing Market Prices, Associated With The Types Of Works Or Goods To Be Procured. (iii) The Procuring Entity Has Trained Cost Estimators On Estimating Prices And Analyzing Bid Variances. In The Case Of Infrastructure Projects, The Procuring Entity Must Also Have Trained Quantity Surveyors. (iv) The Procuring Entity Has Established A System To Monitor And Report Bid Prices Relative To Abc And Engineer’s/procuring Entity’s Estimate. (v) The Procuring Entity Has Established A Monitoring And Evaluation System For Contract Implementation To Provide A Feedback On Actual Total Costs Of Goods And Works. 14. Alternative Bids 14.1. Alternative Bids Shall Be Rejected. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 14.2. Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 14.3. Each Bidder Shall Submit Only One Bid, Either Individually Or As A Partner In A Jv. A Bidder Who Submits Or Participates In More Than One Bid (other Than As A Subcontractor If A Subcontractor Is Permitted To Participate In More Than One Bid) Will Cause All The Proposals With The Bidder’s Participation To Be Disqualified. This Shall Be Without Prejudice To Any Applicable Criminal, Civil And Administrative Penalties That May Be Imposed Upon The Persons And Entities Concerned. 15. Bid Prices 15.1. The Contract Shall Be For The Whole Works, As Described In Itb Clause 1.1, Based On The Priced Bill Of Quantities Submitted By The Bidder. 15.2. The Bidder Shall Fill In Rates And Prices For All Items Of The Works Described In The Bill Of Quantities. Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Government. 15.3. All Duties, Taxes, And Other Levies Payable By The Contractor Under The Contract, Or For Any Other Cause, Prior To The Deadline For Submission Of Bids, Shall Be Included In The Rates, Prices, And Total Bid Price Submitted By The Bidder. 15.4. All Bid Prices For The Given Scope Of Work In The Contract As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Specified In Gcc Clause 48. Price Escalation May Be Allowed In Extraordinary Circumstances As May Be Determined By The National Economic And Development Authority In Accordance With The Civil Code Of The Philippines, And Upon The Recommendation Of The Procuring Entity. Furthermore, In Cases Where The Cost Of The Awarded Contract Is Affected By Any Applicable New Laws, Ordinances, Regulations, Or Other Acts Of The Gop, Promulgated After The Date Of Bid Opening, A Contract Price Adjustment Shall Be Made Or Appropriate Relief Shall Be Applied On A No Loss-no Gain Basis. 16. Bid Currencies 16.1. All Bid Prices Shall Be Quoted In Philippine Pesos Unless Otherwise Provided In The Bds. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate Prevailing On The Day Of The Bid Opening. 16.2. If So Allowed In Accordance With Itb Clause 16.1, The Procuring Entity For Purposes Of Bid Evaluation And Comparing The Bid Prices Will Convert The Amounts In Various Currencies In Which The Bid Price Is Expressed To Philippine Pesos At The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 16.3. Unless Otherwise Specified In The Bds, Payment Of The Contract Price Shall Be Made In Philippine Pesos. 17. Bid Validity 17.1. Bids Shall Remain Valid For The Period Specified In The Bds Which Shall Not Exceed One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 17.2. In Exceptional Circumstances, Prior To The Expiration Of The Bid Validity Period, The Procuring Entity May Request Bidders To Extend The Period Of Validity Of Their Bids. The Request And The Responses Shall Be Made In Writing. The Bid Security Described In Itb Clause 18 Should Also Be Extended Corresponding To The Extension Of The Bid Validity Period At The Least. A Bidder May Refuse The Request Without Forfeiting Its Bid Security, But His Bid Shall No Longer Be Considered For Further Evaluation And Award. A Bidder Granting The Request Shall Not Be Required Or Permitted To Modify Its Bid. 18. Bid Security 18.1. The Bid Security In The Amount Stated In The Bds Shall Be Equal To The Percentage Of The Abc In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (equal To Percentage Of The Abc) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. Two Percent (2%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Five Percent (5%) (d) Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To Total Amount Of Security For Biddings Conducted By Local Government Units, The Bidder May Also Submit Bid Securities In The Form Of Cashier’s/manager’s Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Such Financial Statement. 18.2. The Bid Security Should Be Valid For The Period Specified In The Bds. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 18.3. No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except To Those That Failed Or Declared As Post-disqualified, Upon Submission Of A Written Waiver Of Their Right To File A Motion For Reconsideration And/or Protest. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Bidder With The Lowest Calculated Responsive Bid Has Signed The Contract And Furnished The Performance Security, But In No Case Later Than The Expiration Of The Bid Security Validity Period Indicated In Itb Clause 18.2. 18.4. Upon Signing And Execution Of The Contract, Pursuant To Itb Clause 31, And The Posting Of The Performance Security, Pursuant To Itb Clause 32, The Successful Bidder’s Bid Security Will Be Discharged, But In No Case Later Than The Bid Security Validity Period As Indicated In Itb Clause 18.2. 18.5. The Bid Security May Be Forfeited: (a) If A Bidder: (i) Withdraws Its Bid During The Period Of Bid Validity Specified In Itb Clause 17; (ii) Does Not Accept The Correction Of Errors Pursuant To Itb Clause 27.3(b); (iii) Fails To Submit The Requirements Within The Prescribed Period, Or A Finding Against Their Veracity, As Stated In Itb Clause 28.2; (iv) Submission Of Eligibility Requirements Containing False Information Or Falsified Documents; (v) Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding; (vi) Allowing The Use Of One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding; (vii) Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid; (viii) Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time; (ix) Refusal To Clarify Or Validate In Writing Its Bid During Post-qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification; (x) Any Documented Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor; (xi) Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared Successful; Or (xii) All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons. (b) If The Successful Bidder: (i) Fails To Sign The Contract In Accordance With Itb Clause 31; (ii) Fails To Furnish Performance Security In Accordance With Itb Clause 32. 19. Format And Signing Of Bids 19.1. Bidders Shall Submit Their Bids Through Their Duly Authorized Representative Using The Appropriate Forms Provided In Section Ix. Bidding Forms On Or Before The Deadline Specified In The Itb Clause 21 In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously. The First Shall Contain The Technical Component Of The Bid, Including The Eligibility Requirements Under Itb Clause 12.1, And The Second Shall Contain The Financial Component Of The Bid. 19.2. Forms As Mentioned In Itb Clause 19.1 Must Be 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. 19.3. The Bidder Shall Prepare An Original Of The First And Second Envelopes As Described In Itb Clauses 12 And 13. In Addition, The Bidder Shall Submit Copies Of The First And Second Envelopes. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.4. The Bid, Except For Unamended Printed Literature, Shall Be Signed, And Each And Every Page Thereof Shall Be Initialed, By The Duly Authorized Representative/s Of The Bidder. 19.5. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder. 20. Sealing And Marking Of Bids 20.1. Bidders Shall Enclose Their Original Eligibility And Technical Documents Described In Itb Clause 12, In One Sealed Envelope Marked “original - Technical Component”, And The Original Of Their Financial Component In Another Sealed Envelope Marked “original - Financial Component”, Sealing Them All In An Outer Envelope Marked “original Bid”. 20.2. Each Copy Of The First And Second Envelopes Shall Be Similarly Sealed Duly Marking The Inner Envelopes As “copy No. ___ - Technical Component” And “copy No. ___ – Financial Component” And The Outer Envelope As “copy No. ___”, Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. 20.3. The Original And The Number Of Copies Of The Bid As Indicated In The Bds Shall Be Typed Or Written In Indelible Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. 20.4. All Envelopes Shall: (a) Contain The Name Of The Contract To Be Bid In Capital Letters; (b) Bear The Name And Address Of The Bidder In Capital Letters; (c) Be Addressed To The Procuring Entity’s Bac Identified In Itb Clause 10.1; (d) Bear The Specific Identification Of This Bidding Process Indicated In The Invitation To Bid; And (e) Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of Bids, In Accordance With Itb Clause 21. 20.5. If Bids Are Not Sealed And Marked As Required, The Procuring Entity Will Assume No Responsibility For The Misplacement Or Premature Opening Of The Bid. D. Submission And Opening Of Bids 21. Deadline For Submission Of Bids Bids Must Be Received By The Procuring Entity’s Bac At The Address And On Or Before The Date And Time Indicated In The Bds. 22. Late Bids Any Bid Submitted After The Deadline For Submission And Receipt Of Bids Prescribed By The Procuring Entity, Pursuant To Itb Clause 21, Shall Be Declared “late” And Shall Not Be Accepted By The Procuring Entity. 23. Modification And Withdrawal Of Bids 23.1. The Bidder May Modify Its Bid After It Has Been Submitted; Provided That The Modification Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Bidder Shall Not Be Allowed To Retrieve Its Original Bid, But Shall Be Allowed To Submit Another Bid Equally Sealed, Properly Identified, Linked To Its Original Bid Marked As “technical Modification” Or “financial Modification” And Stamped “received” By The Bac. Bid Modifications Received After The Applicable Deadline Shall Not Be Considered And Shall Be Returned To The Bidder Unopened. 23.2. A Bidder May, Through A Letter Of Withdrawal, Withdraw Its Bid After It Has Been Submitted, For Valid And Justifiable Reason; Provided That The Letter Of Withdrawal Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. 23.3. Bids Requested To Be Withdrawn In Accordance With Itb Clause 23.1 Shall Be Returned Unopened To The Bidders. A Bidder May Also Express Its Intention Not To Participate In The Bidding Through A Letter Which Should Reach And Be Stamped By The Bac Before The Deadline For Submission And Receipt Of Bids. A Bidder That Withdraws Its Bid Shall Not Be Permitted To Submit Another Bid, Directly Or Indirectly, For The Same Contract. 23.4. No Bid May Be Modified After The Deadline For Submission Of Bids. No Bid May Be Withdrawn In The Interval Between The Deadline For Submission Of Bids And The Expiration Of The Period Of Bid Validity Specified By The Bidder On The Financial Bid Form. Withdrawal Of A Bid During This Interval Shall Result In The Forfeiture Of The Bidder’s Bid Security, Pursuant To Itb Clause 18.5, And The Imposition Of Administrative, Civil, And Criminal Sanctions As Prescribed By Ra 9184 And Its Irr. 24. Opening And Preliminary Examination Of Bids 24.1. The Bac Shall Open The First Bid Envelopes Of Bidders In Public As Specified In The Bds To Determine Each Bidder’s Compliance With The Documents Prescribed In Itb Clause 12. For This Purpose, The Bac Shall Check The Submitted Documents Of Each Bidder Against A Checklist Of Required Documents To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion. If A Bidder Submits The Required Document, It Shall Be Rated “passed” For That Particular Requirement. In This Regard, Bids That Fail To Include Any Requirement Or Are Incomplete Or Patently Insufficient Shall Be Considered As “failed”. Otherwise, The Bac Shall Rate The Said First Bid Envelope As “passed”. 24.2. Unless Otherwise Specified In The Bds, Immediately After Determining Compliance With The Requirements In The First Envelope, The Bac Shall Forthwith Open The Second Bid Envelope Of Each Remaining Eligible Bidder Whose First Bid Envelope Was Rated “passed”. The Second Envelope Of Each Complying Bidder Shall Be Opened Within The Same Day. In Case One Or More Of The Requirements In The Second Envelope Of A Particular Bid Is Missing, Incomplete Or Patently Insufficient, And/or If The Submitted Total Bid Price Exceeds The Abc Unless Otherwise Provided In Itb Clause 13.1(b), The Bac Shall Rate The Bid Concerned As “failed”. Only Bids That Are Determined To Contain All The Bid Requirements For Both Components Shall Be Rated “passed” And Shall Immediately Be Considered For Evaluation And Comparison. 24.3. Letters Of Withdrawal Shall Be Read Out And Recorded During Bid Opening, And The Envelope Containing The Corresponding Withdrawn Bid Shall Be Returned To The Bidder Unopened. If The Withdrawing Bidder’s Representative Is In Attendance, The Original Bid And All Copies Thereof Shall Be Returned To The Representative During The Bid Opening. If The Representative Is Not In Attendance, The Bid Shall Be Returned Unopened By Registered Mail. The Bidder May Withdraw Its Bid Prior To The Deadline For The Submission And Receipt Of Bids, Provided That The Corresponding Letter Of Withdrawal Contains A Valid Authorization Requesting For Such Withdrawal, Subject To Appropriate Administrative Sanctions. 24.4. If A Bidder Has Previously Secured A Certification From The Procuring Entity To The Effect That It Has Previously Submitted The Above-enumerated Class “a” Documents, The Said Certification May Be Submitted In Lieu Of The Requirements Enumerated In Itb Clause 12.1(a), Items (i) To (vi). 24.5. In The Case Of An Eligible Foreign Bidder As Described In Itb Clause 5, The Class “a” Documents Enumerated In Itb Clause 12.1(a) May Be Substituted With The Appropriate Equivalent Documents, If Any, Issued By The Country Of The Foreign Bidder Concerned. 24.6. Each Partner Of A Joint Venture Agreement Shall Likewise Submit The Documents Required In Itb Clauses 12.1(a)(i) And 12.1(a)(ii). Submission Of Documents Required Under Itb Clauses 12.1(a)(iii) To 12.1(a)(vi) By Any Of The Joint Venture Partners Constitutes Compliance. 24.7. A Bidder Determined As “failed” Has Three (3) Calendar Days Upon Written Notice Or, If Present At The Time Of Bid Opening, Upon Verbal Notification Within Which To File A Request For Reconsideration With The Bac: Provided, However, That The Request For Reconsideration Shall Not Be Granted If It Is Established That The Finding Of Failure Is Due To The Fault Of The Bidder Concerned: Provided, Further, That The Bac Shall Decide On The Request For Reconsideration Within Seven (7) Calendar Days From Receipt Thereof. If A Failed Bidder Signifies His Intent To File A Request For Reconsideration, The Bac Shall Keep The Bid Envelopes Of The Said Failed Bidder Unopened And/or Duly Sealed Until Such Time That The Request For Reconsideration Or Protest Has Been Resolved. E. Evaluation And Comparison Of Bids 25. Process To Be Confidential 25.1. Members Of The Bac, Including Its Staff And Personnel, As Well As Its Secretariat And Twg, Are Prohibited From Making Or Accepting Any Kind Of Communication With Any Bidder Regarding The Evaluation Of Their Bids Until The Issuance Of The Notice Of Award, Unless N The Case Of Itb Clause 26. 25.2. Any Effort By A Bidder To Influence The Procuring Entity In The Procuring Entity’s Decision In Respect Of Bid Evaluation, Bid Comparison Or Contract Award Will Result In The Rejection Of The Bidder’s Bid. 26. Clarification Of Bids To Assist In The Evaluation, Comparison And Post-qualification Of The Bids, The Procuring Entity May Ask In Writing Any Bidder For A Clarification Of Its Bid. All Responses To Requests For Clarification Shall Be In Writing. Any Clarification Submitted By A Bidder In Respect To Its Bid And That Is Not In Response To A Request By The Procuring Entity Shall Not Be Considered 27. Detailed Evaluation And Comparison Of Bids 27.1. The Procuring Entity Will Undertake The Detailed Evaluation And Comparison Of Bids Which Have Passed The Opening And Preliminary Examination Of Bids, Pursuant To Itb Clause 24, In Order To Determine The Lowest Calculated Bid. 27.2. In Evaluating The Bids To Get The Lowest Calculated Bid, The Procuring Entity Shall Undertake The Following: (a) The Detailed Evaluation Of The Financial Component Of The Bids, To Establish The Correct Calculated Prices Of The Bids; And (b) The Ranking Of The Total Bid Prices As So Calculated From The Lowest To Highest. The Bid With The Lowest Price Shall Be Identified As The Lowest Calculated Bid. 27.3. The Procuring Entity's Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary “pass/fail” Criterion. The Bac Shall Consider The Following In The Evaluation Of Bids: (a) Completeness Of The Bid. Unless The Itb Specifically Allows Partial Bids, Bids Not Addressing Or Providing All Of The Required Items In The Schedule Of Requirements Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Procuring Entity; And (b) Arithmetical Corrections. Consider Computational Errors And Omissions To Enable Proper Comparison Of All Eligible Bids. It May Also Consider Bid Modifications If Expressly Allowed In The Bds. Any Adjustment Shall Be Calculated In Monetary Terms To Determine The Calculated Prices. 27.4. Based On The Detailed Evaluation Of Bids, Those That Comply With The Above-mentioned Requirements Shall Be Ranked In The Ascending Order Of Their Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, To Identify The Lowest Calculated Bid. Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, Which Exceed The Abc Shall Not Be Considered, Unless Otherwise Indicated In The Bds. 27.5. The Procuring Entity’s Evaluation Of Bids Shall Only Be Based On The Bid Price Quoted In The Financial Bid Form 27.6. Bids Shall Be Evaluated On An Equal Footing To Ensure Fair Competition. For This Purpose, All Bidders Shall Be Required To Include In Their Bids The Cost Of All Taxes, Such As, But Not Limited To, Value Added Tax (vat), Income Tax, Local Taxes, And Other Fiscal Levies And Duties Which Shall Be Itemized In The Bid Form And Reflected In The Detailed Estimates. Such Bids, Including Said Taxes, Shall Be The Basis For Bid Evaluation And Comparison. 28. Post Qualification 28.1. The Procuring Entity Shall Determine To Its Satisfaction Whether The Bidder That Is Evaluated As Having Submitted The Lowest Calculated Bid (lcb) Complies With And Is Responsive To All The Requirements And Conditions Specified In Itb Clauses 5, 12, And 13. 28.2. Within A Non-extendible Period Of Three (3) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lcb, The Bidder Shall Submit The Following Documentary Requirements: (a) Tax Clearance Per Executive Order 398, Series Of 2005; (b) Latest Income And Business Tax Returns In The Form Specified In The Bds; (c) Certificate Of Philgeps Registration; And (d) Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. Failure Of The Bidder Declared As Lcb To Duly Submit The Requirements Under This Clause Or A Finding Against The Veracity Of Such, Shall Be Ground For Forfeiture Of The Bid Security And Disqualification Of The Bidder For Award. 28.3. The Determination Shall Be Based Upon An Examination Of The Documentary Evidence Of The Bidder’s Qualifications Submitted Pursuant To Itb Clauses 12 And 13, As Well As Other Information As The Procuring Entity Deems Necessary And Appropriate, Using A Non-discretionary “pass/fail” Criterion. 28.4. If The Bac Determines That The Bidder With The Lowest Calculated Bid Passes All The Criteria For Post-qualification, It Shall Declare The Said Bid As The Lowest Calculated Responsive Bid, And Recommend To The Head Of The Procuring Entity The Award Of Contract To The Said Bidder At Its Submitted Price Or Its Calculated Bid Price, Whichever Is Lower, Subject To Itb Clause 30.3. 28.5. A Negative Determination Shall Result In Rejection Of The Bidder’s Bid, In Which Event The Procuring Entity Shall Proceed To The Next Lowest Calculated Bid To Make A Similar Determination Of That Bidder’s Capabilities To Perform Satisfactorily. If The Second Bidder, However, Fails The Post Qualification, The Procedure For Post Qualification Shall Be Repeated For The Bidder With The Next Lowest Calculated Bid, And So On Until The Lowest Calculated And Responsive Bid Is Determined For Contract Award. 28.6. Within A Period Not Exceeding Seven (7) Calendar Days From The Date Of Receipt Of The Recommendation Of The Bac, The Head Of The Procuring Entity Shall Approve Or Disapprove The Said Recommendation. In The Case Of Government Owned And Government-owned And/or -controlled Corporations (goccs) And Government Financial Institutions (gfis), The Period Provided Herein Shall Be Fifteen (15) Calendar Days. 29. Reservation Clause 29.1. Notwithstanding The Eligibility Or Post-qualification Of A Bidder, The Procuring Entity Concerned Reserves The Right To Review Its Qualifications At Any Stage Of The Procurement Process If It Has Reasonable Grounds To Believe That A Misrepresentation Has Been Made By The Said Bidder, Or That There Has Been A Change In The Bidder’s Capability To Undertake The Project From The Time It Submitted Its Eligibility Requirements. Should Such Review Uncover Any Misrepresentation Made In The Eligibility And Bidding Requirements, Statements Or Documents, Or Any Changes In The Situation Of The Bidder Which Will Affect Its Capability To Undertake The Project So That It Fails The Preset Eligibility Or Bid Evaluation Criteria, The Procuring Entity Shall Consider The Said Bidder As Ineligible And Shall Disqualify It From Submitting A Bid Or From Obtaining An Award Or Contract. 29.2. Based On The Following Grounds, The Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding At Any Time Prior To The Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability, And Make No Assurance That A Contract Shall Be Entered Into As A Result Of The Bidding: (a) If There Is Prima Facie Evidence Of Collusion Between Appropriate Public Officers Or Employees Of The Procuring Entity, Or Between The Bac And Any Of The Bidders, Or If The Collusion Is Between Or Among The Bidders Themselves, Or Between A Bidder And A Third Party, Including Any Act Which Restricts, Suppresses Or Nullifies Or Tends To Restrict, Suppress Or Nullify Competition; (b) If The Procuring Entity’s Bac Is Found To Have Failed In Following The Prescribed Bidding Procedures; Or (c) For Any Justifiable And Reasonable Ground Where The Award Of The Contract Will Not Redound To The Benefit Of The Government As Follows: (i) If The Physical And Economic Conditions Have Significantly Changed So As To Render The Project No Longer Economically, Financially Or Technically Feasible As Determined By The Head Of The Procuring Entity; (ii) If The Project Is No Longer Necessary As Determined By The Head Of The Procuring Entity; And (iii) If The Source Of Funds For The Project Has Been Withheld Or Reduced Through No Fault Of The Procuring Entity. 29.3. In Addition, The Procuring Entity May Likewise Declare A Failure Of Bidding When: (a) No Bids Are Received; (b) All Prospective Bidders Are Declared Ineligible; (c) All Bids Fail To Comply With All The Bid Requirements Or Fail Post-qualification; Or (d) The Bidder With The Lowest Calculated Responsive Bid Refuses, Without Justifiable Cause To Accept The Award Of Contract, And No Award Is Made. F. Award Of Contract 30. Contract Award 30.1. Subject To Itb Clause 28, The Procuring Entity Shall Award The Contract To The Bidder Whose Bid Has Been Determined To Be The Lowest Calculated And Responsive Bid (lcrb). 30.2. Prior To The Expiration Of The Period Of Bid Validity, The Procuring Entity Shall Notify The Successful Bidder In Writing That Its Bid Has Been Accepted, Through A Notice Of Award Received Personally Or Sent By Registered Mail Or Electronically, Receipt Of Which Must Be Confirmed In Writing Within Two (2) Days By The Lcrb And Submitted Personally Or Sent By Registered Mail Or Electronically To The Procuring Entity. 30.3. Notwithstanding The Issuance Of The Notice Of Award, Award Of Contract Shall Be Subject To The Following Conditions: (a) Submission Of The Following Documents Within The Prescribed Period From Receipt By The Bidder Of The Notice That It Has The Lowest Calculated And Responsive Bid: (i) Valid Jva, If Applicable, Within Ten (10) Calendar Days; (ii) Valid Pcab License And Registration For The Type And Cost Of The Contract To Be Bid For Foreign Bidders, Within Thirty (30) Calendar Days, If Allowed Under A Treaty Or International Or Executive Agreement Mentioned In Itb Clause 12.1(a)(iv); (b) Posting Of The Performance Security In Accordance With Itb Clause 32; (c) Signing Of The Contract As Provided In Itb Clause 31; And (d) Approval By Higher Authority, If Required. 31. Signing Of The Contract 31.1. At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Contract Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 31.2. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award, The Successful Bidder Shall Post The Required Performance Security, Sign And Date The Contract And Return It To The Procuring Entity. 31.3. The Procuring Entity Shall Enter Into Contract With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 31.4. The Following Documents Shall Form Part Of The Contract: (a) Contract Agreement; (b) Bidding Documents; (c) Winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted; (d) Performance Security; (e) Credit Line In Accordance With Itb Clause 5.5, If Applicable; (f) Notice Of Award Of Contract; And (g) Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. 32. Performance Security 32.1. To Guarantee The Faithful Performance By The Winning Bidder Of Its Obligations Under The Contract, It Shall Post A Performance Security Within A Maximum Period Of Ten (10) Calendar Days From The Receipt Of The Notice Of Award From The Procuring Entity And In No Case Later Than The Signing Of The Contract. 32.2. The Performance Security Shall Be Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity In An Amount Equal To The Percentage Of The Total Contract Price As Stated In The Bds In Accordance With The Following Schedule: 33. 33.1. Form Of Performance Security Amount Of Performance Security (equal To Percentage Of The Total Contract Price) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. Ten Percent (10%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Thirty Percent (30%) (d) Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To Total Amount Of Security 33.2. Failure Of The Successful Bidder To Comply With The Above-mentioned Requirement Shall Constitute Sufficient Ground For The Annulment Of The Award And Forfeiture Of The Bid Security, In Which Event The Procuring Entity Shall Initiate And Complete The Post Qualification Of The Second Lowest Calculated Bid. The Procedure Shall Be Repeated Until The Lowest Calculated And Responsive Bid Is Identified And Selected For Contract Award. However If No Bidder Passed Post-qualification, The Bac Shall Declare The Bidding A Failure And Conduct A Re-bidding With Re-advertisement. 34. Notice To Proceed 34.1. Within Three (3) Calendar Days From The Date Of Approval Of The Contract By The Appropriate Government Approving Authority, The Procuring Entity Shall Issue Its Notice To Proceed To The Bidder. 34.2. The Contract Effectivity Date Shall Be Provided In The Notice To Proceed By The Procuring Entity, Which Date Shall Not Be Later Than Seven (7) Calendar Days From The Issuance Of The Notice To Proceed. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is Lgu- Mapanas, Northern Samar. The Name Of The Contract Is Construction Of Maihs Multi-purpose Gym Phase 2, Brgy. Manaybanay, Mapanas, Northern Samar The Identification Number Of The Contract Is Pr No-2025-04-031___ 2 The Funding Source Is: 20% Economic Development Fund (edf) For Fy 2025. The Name Of The Project Is: Construction Of Maihs Multi-purpose Gym Phase 2, Brgy. Manaybanay, Mapanas, Northern Samar 3.1 No Further Instructions. 5.1 No Further Instructions. 5.2 Bidding Is Restricted To Eligible Bidders As Defined In Itb Clause 5.1. 5.4 For This Purpose, Similar Contracts Shall Refer To Bidder’s Annual Turnover From All Works Average Over The Last Three Years Shall Be Equal To 50% Of The Estimated Cost Of The Contract Being Procured. The Bidder Must Have Completed, Within The Past Ten (10) Years From The Submission Of Bids, A Single Contract That Is Similar To This Project, Equivalent To At Least Eighty Percent (80%) Of The Abc. 8.1 “subcontracting Is Not Allowed.” 8.2 “not Applicable”. 9.1 The Procuring Entity Will Hold A Pre-bid Conference For This Project On April 02, 2025 At 10:00 A.m. At Executive Conference 2nd Floor Of New Municipal Bldg. Mapanas, Northern Samar. 10.1 The Procuring Entity’s Address Is: The Municipality Of Mapanas, Province Of Northern Samar Engr. Julius D. Palma Lgu-bac Chairperson Tel. No. 09052634575 10.3 No Further Instructions. 12.1 Not Applicable 12.1(a)(i) “no Other Acceptable Proof Of Registration Is Recognized.” 12.1(a)(iv) No Further Instructions. 13.1 “no Additional Requirements” 13.1(b) The Abc Is Php 2,974,192.59 Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. 14.2 “no Further Instructions.” 15.4 No Further Instruction. 16.1 The Bid Prices Shall Be Quoted In Philippine Pesos. 17.1 Bids Will Be Valid Until 60 Calendar Days After The Bid Submission Deadline Date As Prescribed By The Procuring Entity) 18.1 The Bid Security Shall Be In The Following Amount: 1. The Amount Of 59,483.85 If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. The Amount Of P148,709.63 If Bid Security Is In Surety Bond; Or 3. Any Combination Of The Foregoing Proportionate To The Share Of Form With Respect To Total Amount Of Security. 18.2 The Bid Security Shall Be Valid Twenty Eight Days Beyond The Validity Period Of The Bid. 20.3 Each Bidder Shall Submit One Original And One Copy Of The First And Second Components Of Its Bid. 21 The Address For Submission Of Bids Is Engr. Julius D. Palma Lgu-bac Chairperson Bac Office @ Mpdo, 1st Floor, New Municipal Bldg. Municipality Of Mapanas, Northern Samar The Deadline For Submission Of Bids Is 9:00 A.m. On May 14, 2025. 22 The Place Of Bid Opening Is Executive Conference Room, 2nd Floor, New Municipal Bldg. Municipality Of Mapanas, Northern Samar. The Date And Time Of Bid Opening Is May 14, 2025 At Exactly 10:00 A.m. 24.2 No Further Instructions. 27.3(b) Bid Modification Is Not Allowed. 27.4 No Further Instructions. 28.2(b) Bidders Have Option To Submit Manually Filed Tax Returns Or Tax Returns Filed Through The Electronic Filing And Payments System (efps). Note: The Latest Income And Business Tax Returns Are Those Within The Last Six Months Preceding The Date Of Bid Submission. 28.2(d) List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It. 1. Taxpayer’s Identification Number 2. Vat Registration 3. Philippine Contractors Accreditation Board (pcab) License The Requirements Are Applicable Only In A Case Where The Lowest Calculated Bid (lcb) Is Submitted By A Domestic Bidder, And If The Lowest Calculated Bid (lcb) Is Submitted By A Foreign Bidder, This Requirements Are Not Applicable 31.4(g) List Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Department Of Labor And Employment, And Pert/cpm. 32.2 The Performance Security Shall Be In The Following Amount: 1. The Amount Of 10% Of Contract If Performance Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. The Amount Of 30% Of Contract If Performance Security Is In Surety Bond; Or 3. Any Combination Of The Foregoing Proportionate To The Share Of Form With Respect To Total Amount Of Security. Section Iv. General Conditions Of Contract Table Of Contents 1. Definitions 41 2. Interpretation 43 3. Governing Language And Law 43 4. Communications 43 5. Possession Of Site 43 6. The Contractor’s Obligations 44 7. Performance Security 45 8. Subcontracting 46 9. Liquidated Damages 46 10. Site Investigation Reports 47 11. The Procuring Entity, Licenses And Permits 47 12. Contractor’s Risk And Warranty Security 47 13. Liability Of The Contractor 49 14. Procuring Entity’s Risk 49 15. Insurance 49 16. Termination For Default Of Contractor 51 17. Termination For Default Of Procuring Entity 51 18. Termination For Other Causes 52 19. Procedures For Termination Of Contracts 53 20. Force Majeure, Release From Performance 56 21. Resolution Of Disputes 56 22. Suspension Of Loan, Credit, Grant, Or Appropriation 57 23. Procuring Entity’s Representative’s Decisions 57 24. Approval Of Drawings And Temporary Works By The Procuring Entity’s Representative 57 25. Acceleration And Delays Ordered By The Procuring Entity’s Representative 58 26. Extension Of The Intended Completion Date 58 27. Right To Vary 58 28. Contractors Right To Claim 59 29. Dayworks 59 30. Early Warning 59 31. Program Of Work 59 32. Management Conferences 60 33. Bill Of Quantities 60 34. Instructions, Inspections And Audits 61 35. Identifying Defects 61 36. Cost Of Repairs 61 37. Correction Of Defects 61 38. Uncorrected Defects 62 39. Advance Payment 62 40. Progress Payments 62 41. Payment Certificates 63 42. Retention 63 43. Variation Orders 64 44. Contract Completion 66 45. Suspension Of Work 66 46. Payment On Termination 67 47. Extension Of Contract Time 67 48. Price Adjustment 68 49. Completion 68 50. Taking Over 69 51. Operating And Maintenance Manuals 69 1. Definitions For Purposes Of This Clause, Boldface Type Is Used To Identify Defined Terms. 1.1. The Arbiter Is The Person Appointed Jointly By The Procuring Entity And The Contractor To Resolve Disputes In The First Instance, As Provided For In Gcc Clause 21. 1.2. Bill Of Quantities Refers To A List Of The Specific Items Of The Work And Their Corresponding Unit Prices, Lump Sums, And/or Provisional Sums. 1.3. The Completion Date Is The Date Of Completion Of The Works As Certified By The Procuring Entity’s Representative, In Accordance With Gcc Clause 49. 1.4. The Contract Is The Contract Between The Procuring Entity And The Contractor To Execute, Complete, And Maintain The Works. 1.5. The Contract Price Is The Price Stated In The Letter Of Acceptance And Thereafter To Be Paid By The Procuring Entity To The Contractor For The Execution Of The Works In Accordance With This Contract. 1.6. Contract Time Extension Is The Allowable Period For The Contractor To Complete The Works In Addition To The Original Completion Date Stated In This Contract. 1.7. The Contractor Is The Juridical Entity Whose Proposal Has Been Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. 1.8. The Contractor’s Bid Is The Signed Offer Or Proposal Submitted By The Contractor To The Procuring Entity In Response To The Bidding Documents. 1.9. Days Are Calendar Days; Months Are Calendar Months. 1.10. Dayworks Are Varied Work Inputs Subject To Payment On A Time Basis For The Contractor’s Employees And Equipment, In Addition To Payments For Associated Materials And Plant. 1.11. A Defect Is Any Part Of The Works Not Completed In Accordance With The Contract. 1.12. The Defects Liability Certificate Is The Certificate Issued By Procuring Entity’s Representative Upon Correction Of Defects By The Contractor. 1.13. The Defects Liability Period Is The One Year Period Between Contract Completion And Final Acceptance Within Which The Contractor Assumes The Responsibility To Undertake The Repair Of Any Damage To The Works At His Own Expense. 1.14. Drawings Are Graphical Presentations Of The Works. They Include All Supplementary Details, Shop Drawings, Calculations, And Other Information Provided Or Approved For The Execution Of This Contract. 1.15. Equipment Refers To All Facilities, Supplies, Appliances, Materials Or Things Required For The Execution And Completion Of The Work Provided By The Contractor And Which Shall Not Form Or Are Not Intended To Form Part Of The Permanent Works. 1.16. The Intended Completion Date Refers To The Date Specified In The Scc When The Contractor Is Expected To Have Completed The Works. The Intended Completion Date May Be Revised Only By The Procuring Entity’s Representative By Issuing An Extension Of Time Or An Acceleration Order. 1.17. Materials Are All Supplies, Including Consumables, Used By The Contractor For Incorporation In The Works. 1.18. The Notice To Proceed Is A Written Notice Issued By The Procuring Entity Or The Procuring Entity’s Representative To The Contractor Requiring The Latter To Begin The Commencement Of The Work Not Later Than A Specified Or Determinable Date. 1.19. Permanent Works All Permanent Structures And All Other Project Features And Facilities Required To Be Constructed And Completed In Accordance With This Contract Which Shall Be Delivered To The Procuring Entity And Which Shall Remain At The Site After The Removal Of All Temporary Works. 1.20. Plant Refers To The Machinery, Apparatus, And The Like Intended To Form An Integral Part Of The Permanent Works. 1.21. The Procuring Entity Is The Party Who Employs The Contractor To Carry Out The Works Stated In The Scc. 1.22. The Procuring Entity’s Representative Refers To The Head Of The Procuring Entity Or His Duly Authorized Representative, Identified In The Scc, Who Shall Be Responsible For Supervising The Execution Of The Works And Administering This Contract. 1.23. The Site Is The Place Provided By The Procuring Entity Where The Works Shall Be Executed And Any Other Place Or Places Which May Be Designated In The Scc, Or Notified To The Contractor By The Procuring Entity’s Representative As Forming Part Of The Site. 1.24. Site Investigation Reports Are Those That Were Included In The Bidding Documents And Are Factual And Interpretative Reports About The Surface And Subsurface Conditions At The Site. 1.25. Slippage Is A Delay In Work Execution Occurring When Actual Accomplishment Falls Below The Target As Measured By The Difference Between The Scheduled And Actual Accomplishment Of The Work By The Contractor As Established From The Work Schedule. This Is Actually Described As A Percentage Of The Whole Works. 1.26. Specifications Means The Description Of Works To Be Done And The Qualities Of Materials To Be Used, The Equipment To Be Installed And The Mode Of Construction. 1.27. The Start Date, As Specified In The Scc, Is The Date When The Contractor Is Obliged To Commence Execution Of The Works. It Does Not Necessarily Coincide With Any Of The Site Possession Dates. 1.28. A Subcontractor Is Any Person Or Organization To Whom A Part Of The Works Has Been Subcontracted By The Contractor, As Allowed By The Procuring Entity, But Not Any Assignee Of Such Person. 1.29. Temporary Works Are Works Designed, Constructed, Installed, And Removed By The Contractor That Are Needed For Construction Or Installation Of The Permanent Works. 1.30. Work(s)refer To The Permanent Works And Temporary Works To Be Executed By The Contractor In Accordance With This Contract, Including (i) The Furnishing Of All Labor, Materials, Equipment And Others Incidental, Necessary Or Convenient To The Complete Execution Of The Works; (ii) The Passing Of Any Tests Before Acceptance By The Procuring Entity’s Representative; (iii) And The Carrying Out Of All Duties And Obligations Of The Contractor Imposed By This Contract As Described In The Scc. 2. Interpretation 2.1. In Interpreting The Conditions Of Contract, Singular Also Means Plural, Male Also Means Female Or Neuter, And The Other Way Around. Headings Have No Significance. Words Have Their Normal Meaning Under The Language Of This Contract Unless Specifically Defined. The Procuring Entity’s Representative Will Provide Instructions Clarifying Queries About The Conditions Of Contract. 2.2. If Sectional Completion Is Specified In The Scc, References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Governing Language And Law 3.1. This Contract Has Been Executed In The English Language, Which Shall Be The Binding And Controlling Language For All Matters Relating To The Meaning Or Interpretation Of This Contract. All Correspondence And Other Documents Pertaining To This Contract Which Are Exchanged By The Parties Shall Be Written In English. 3.2. This Contract Shall Be Interpreted In Accordance With The Laws Of The Republic Of The Philippines. 4. Communications Communications Between Parties That Are Referred To In The Conditions Shall Be Effective Only When In Writing. A Notice Shall Be Effective Only When It Is Received By The Concerned Party. 5. Possession Of Site 5.1. On The Date Specified In The Scc, The Procuring Entity Shall Grant The Contractor Possession Of So Much Of The Site As May Be Required To Enable It To Proceed With The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 5.2. If Possession Of A Portion Is Not Given By The Date Stated In The Scc Clause 5.1, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contact Time To Address Such Delay Shall Be In Accordance With Gcc Clause 47. 5.3. The Contractor Shall Bear All Costs And Charges For Special Or Temporary Right-of-way Required By It In Connection With Access To The Site. The Contractor Shall Also Provide At His Own Cost Any Additional Facilities Outside The Site Required By It For Purposes Of The Works. 5.4. The Contractor Shall Allow The Procuring Entity’s Representative And Any Person Authorized By The Procuring Entity’s Representative Access To The Site And To Any Place Where Work In Connection With This Contract Is Being Carried Out Or Is Intended To Be Carried Out. 6. The Contractor’s Obligations 6.1. The Contractor Shall Carry Out The Works Properly And In Accordance With This Contract. The Contractor Shall Provide All Supervision, Labor, Materials, Plant And Contractor's Equipment, Which May Be Required. All Materials And Plant On Site Shall Be Deemed To Be The Property Of The Procuring Entity. 6.2. The Contractor Shall Commence Execution Of The Works On The Start Date And Shall Carry Out The Works In Accordance With The Program Of Work Submitted By The Contractor, As Updated With The Approval Of The Procuring Entity’s Representative, And Complete Them By The Intended Completion Date. 6.3. The Contractor Shall Be Responsible For The Safety Of All Activities On The Site. 6.4. The Contractor Shall Carry Out All Instructions Of The Procuring Entity’s Representative That Comply With The Applicable Laws Where The Site Is Located. 6.5. The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel, As Referred To In The Scc, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 6.6. If The Procuring Entity’s Representative Asks The Contractor To Remove A Member Of The Contractor’s Staff Or Work Force, For Justifiable Cause, The Contractor Shall Ensure That The Person Leaves The Site Within Seven (7) Days And Has No Further Connection With The Work In This Contract. 6.7. During Contract Implementation, The Contractor And His Subcontractors Shall Abide At All Times By All Labor Laws, Including Child Labor Related Enactments, And Other Relevant Rules. 6.8. The Contractor Shall Submit To The Procuring Entity For Consent The Name And Particulars Of The Person Authorized To Receive Instructions On Behalf Of The Contractor. 6.9. The Contractor Shall Cooperate And Share The Site With Other Contractors, Public Authorities, Utilities, And The Procuring Entity Between The Dates Given In The Schedule Of Other Contractors Particularly When They Shall Require Access To The Site. The Contractor Shall Also Provide Facilities And Services For Them During This Period. The Procuring Entity May Modify The Schedule Of Other Contractors, And Shall Notify The Contractor Of Any Such Modification Thereto. 6.10. Should Anything Of Historical Or Other Interest Or Of Significant Value Be Unexpectedly Discovered On The Site, It Shall Be The Property Of The Procuring Entity. The Contractor Shall Notify The Procuring Entity’s Representative Of Such Discoveries And Carry Out The Procuring Entity’s Representative’s Instructions In Dealing With Them. 7. Performance Security 7.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Contractor Shall Furnish The Performance Security In Any The Forms Prescribed In Itb Clause 32.2. 7.2. The Performance Security Posted In Favor Of The Procuring Entity Shall Be Forfeited In The Event It Is Established That The Contractor Is In Default In Any Of Its Obligations Under The Contract. 7.3. The Performance Security Shall Remain Valid Until Issuance By The Procuring Entity Of The Certificate Of Final Acceptance. 7.4. The Performance Security May Be Released By The Procuring Entity And Returned To The Contractor After The Issuance Of The Certificate Of Final Acceptance Subject To The Following Conditions: (a) There Are No Pending Claims Against The Contractor Or The Surety Company Filed By The Procuring Entity; (b) The Contractor Has No Pending Claims For Labor And Materials Filed Against It; And (c) Other Terms Specified In The Scc. 7.5. The Contractor Shall Post An Additional Performance Security Following The Amount And Form Specified In Itb Clause 32.2 To Cover Any Cumulative Increase Of More Than Ten Percent (10%) Over The Original Value Of The Contract As A Result Of Amendments To Order Or Change Orders, Extra Work Orders And Supplemental Agreements, As The Case May Be. The Contractor Shall Cause The Extension Of The Validity Of The Performance Security To Cover Approved Contract Time Extensions. 7.6. In Case Of A Reduction In The Contract Value Or For Partially Completed Works Under The Contract Which Are Usable And Accepted By The Procuring Entity The Use Of Which, In The Judgment Of The Implementing Agency Or The Procuring Entity, Will Not Affect The Structural Integrity Of The Entire Project, The Procuring Entity Shall Allow A Proportional Reduction In The Original Performance Security, Provided That Any Such Reduction Is More Than Ten Percent (10%) And That The Aggregate Of Such Reductions Is Not More Than Fifty Percent (50%) Of The Original Performance Security. 7.7. Unless Otherwise Indicated In The Scc, The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Act 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 8. Subcontracting 8.1. Unless Otherwise Indicated In The Scc, The Contractor Cannot Subcontract Works More Than The Percentage Specified In Itb Clause 8.1. 8.2. Subcontracting Of Any Portion Of The Works Does Not Relieve The Contractor Of Any Liability Or Obligation Under This Contract. The Contractor Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants Or Workmen. 8.3. Subcontractors Disclosed And Identified During The Bidding May Be Changed During The Implementation Of This Contract, Subject To Compliance With The Required Qualifications And The Approval Of The Procuring Entity. 9. Liquidated Damages 9.1. The Contractor Shall Pay Liquidated Damages To The Procuring Entity For Each Day That The Completion Date Is Later Than The Intended Completion Date. The Applicable Liquidated Damages Is At Least One-tenth (1/10) Of A Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Total Amount Of Liquidated Damages Shall Not Exceed Ten Percent (10%) Of The Amount Of The Contract. The Procuring Entity May Deduct Liquidated Damages From Payments Due To The Contractor. Payment Of Liquidated Damages Shall Not Affect The Contractor. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of This Contract, The Procuring Entity Shall Rescind This Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 9.2. If The Intended Completion Date Is Extended After Liquidated Damages Have Been Paid, The Engineer Of The Procuring Entity Shall Correct Any Overpayment Of Liquidated Damages By The Contractor By Adjusting The Next Payment Certificate. The Contractor Shall Be Paid Interest On The Overpayment, Calculated From The Date Of Payment To The Date Of Repayment, At The Rates Specified In Gcc Clause 40.3. 10. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 11. The Procuring Entity, Licenses And Permits The Procuring Entity Shall, If Requested By The Contractor, Assist Him In Applying For Permits, Licenses Or Approvals, Which Are Required For The Works. 12. Contractor’s Risk And Warranty Security 12.1. The Contractor Shall Assume Full Responsibility For The Works From The Time Project Construction Commenced Up To Final Acceptance By The Procuring Entity And Shall Be Held Responsible For Any Damage Or Destruction Of The Works Except Those Occasioned By Force Majeure. The Contractor Shall Be Fully Responsible For The Safety, Protection, Security, And Convenience Of His Personnel, Third Parties, And The Public At Large, As Well As The Works, Equipment, Installation, And The Like To Be Affected By His Construction Work. 12.2. The Defects Liability Period For Infrastructure Projects Shall Be One Year From Contract Completion Up To Final Acceptance By The Procuring Entity. During This Period, The Contractor Shall Undertake The Repair Works, At His Own Expense, Of Any Damage To The Works On Account Of The Use Of Materials Of Inferior Quality Within Ninety (90) Days From The Time The Head Of The Procuring Entity Has Issued An Order To Undertake Repair. In Case Of Failure Or Refusal To Comply With This Mandate, The Procuring Entity Shall Undertake Such Repair Works And Shall Be Entitled To Full Reimbursement Of Expenses Incurred Therein Upon Demand. 12.3. Unless Otherwise Indicated In The Scc, In Case The Contractor Fails To Comply With The Preceding Paragraph, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property (ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 12.4. After Final Acceptance Of The Works By The Procuring Entity, The Contractor Shall Be Held Responsible For “structural Defects”, I.e., Major Faults/flaws/deficiencies In One Or More Key Structural Elements Of The Project Which May Lead To Structural Failure Of The Completed Elements Or Structure, Or “structural Failures”, I.e., Where One Or More Key Structural Elements In An Infrastructure Facility Fails Or Collapses, Thereby Rendering The Facility Or Part Thereof Incapable Of Withstanding The Design Loads, And/or Endangering The Safety Of The Users Or The General Public: (a) Contractor – Where Structural Defects/failures Arise Due To Faults Attributable To Improper Construction, Use Of Inferior Quality/substandard Materials, And Any Violation Of The Contract Plans And Specifications, The Contractor Shall Be Held Liable; (b) Consultants – Where Structural Defects/failures Arise Due To Faulty And/or Inadequate Design And Specifications As Well As Construction Supervision, Then The Consultant Who Prepared The Design Or Undertook Construction Supervision For The Project Shall Be Held Liable; (c) Procuring Entity’s Representatives/project Manager/construction Managers And Supervisors – The Project Owner’s Representative(s), Project Manager, Construction Manager, And Supervisor(s) Shall Be Held Liable In Cases Where The Structural Defects/failures Are Due To His/their Willful Intervention In Altering The Designs And Other Specifications; Negligence Or Omission In Not Approving Or Acting On Proposed Changes To Noted Defects Or Deficiencies In The Design And/or Specifications; And The Use Of Substandard Construction Materials In The Project; (d) Third Parties - Third Parties Shall Be Held Liable In Cases Where Structural Defects/failures Are Caused By Work Undertaken By Them Such As Leaking Pipes, Diggings Or Excavations, Underground Cables And Electrical Wires, Underground Tunnel, Mining Shaft And The Like, In Which Case The Applicable Warranty To Such Structure Should Be Levied To Third Parties For Their Construction Or Restoration Works. (e) Users - In Cases Where Structural Defects/failures Are Due To Abuse/misuse By The End User Of The Constructed Facility And/or Non–compliance By A User With The Technical Design Limits And/or Intended Purpose Of The Same, Then The User Concerned Shall Be Held Liable. 12.5. The Warranty Against Structural Defects/failures, Except Those Occasioned On Force Majeure, Shall Cover The Period Specified In The Scc Reckoned From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. 12.6. The Contractor Shall Be Required To Put Up A Warranty Security In The Form Of Cash, Bank Guarantee, Letter Of Credit, Gsis Or Surety Bond Callable On Demand, In Accordance With The Following Schedule: Form Of Warranty Minimum Amount In Percentage (%) Of Total Contract Price (a) Cash Or Letter Of Credit Issued By Universal Or Commercial Bank: Provided, However, That The Letter Of Credit Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank Five Percent (5%) (b) Bank Guarantee Confirmed By Universal Or Commercial Bank: Provided, However, That The Letter Of Credit Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank Ten Percent (10%) (c) Surety Bond Callable Upon Demand Issued By Gsis Or Any Surety Or Insurance Company Duly Certified By The Insurance Commission Thirty Percent (30%) 12.7. The Warranty Security Shall Be Stated In Philippine Pesos And Shall Remain Effective For One Year From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity, And Returned Only After The Lapse Of Said One Year Period. 12.8. In Case Of Structural Defects/failure Occurring During The Applicable Warranty Period Provided In Gcc Clause 12.5, The Procuring Entity Shall Undertake The Necessary Restoration Or Reconstruction Works And Shall Be Entitled To Full Reimbursement By The Parties Found To Be Liable For Expenses Incurred Therein Upon Demand, Without Prejudice To The Filing Of Appropriate Administrative, Civil, And/or Criminal Charges Against The Responsible Persons As Well As The Forfeiture Of The Warranty Security Posted In Favor Of The Procuring Entity. 13. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. 14. Procuring Entity’s Risk 14.1. From The Start Date Until The Certificate Of Final Acceptance Has Been Issued, The Following Are Risks Of The Procuring Entity: (a) The Risk Of Personal Injury, Death, Or Loss Of Or Damage To Property (excluding The Works, Plant, Materials, And Equipment), Which Are Due To: (i) Any Type Of Use Or Occupation Of The Site Authorized By The Procuring Entity After The Official Acceptance Of The Works; Or (ii) Negligence, Breach Of Statutory Duty, Or Interference With Any Legal Right By The Procuring Entity Or By Any Person Employed By Or Contracted To Him Except The Contractor. (b) The Risk Of Damage To The Works, Plant, Materials, And Equipment To The Extent That It Is Due To A Fault Of The Procuring Entity Or In The Procuring Entity’s Design, Or Due To War Or Radioactive Contamination Directly Affecting The Country Where The Works Are To Be Executed. 15. Insurance 15.1. The Contractor Shall, Under His Name And At His Own Expense, Obtain And Maintain, For The Duration Of This Contract, The Following Insurance Coverage: (a) Contractor’s All Risk Insurance; (b) Transportation To The Project Site Of Equipment, Machinery, And Supplies Owned By The Contractor; (c) Personal Injury Or Death Of Contractor’s Employees; And (d) Comprehensive Insurance For Third Party Liability To Contractor’s Direct Or Indirect Act Or Omission Causing Damage To Third Persons. 15.2. The Contractor Shall Provide Evidence To The Procuring Entity’s Representative That The Insurances Required Under This Contract Have Been Effected And Shall, Within A Reasonable Time, Provide Copies Of The Insurance Policies To The Procuring Entity’s Representative. Such Evidence And Such Policies Shall Be Provided To The Procuring Entity’s Through The Procuring Entity’s Representative. 15.3. The Contractor Shall Notify The Insurers Of Changes In The Nature, Extent, Or Program For The Execution Of The Works And Ensure The Adequacy Of The Insurances At All Times In Accordance With The Terms Of This Contract And Shall Produce To The Procuring Entity’s Representative The Insurance Policies In Force Including The Receipts For Payment Of The Current Premiums. The Above Insurance Policies Shall Be Obtained From Any Reputable Insurance Company Approved By The Procuring Entity’s Representative. 15.4. If The Contractor Fails To Obtain And Keep In Force The Insurances Referred To Herein Or Any Other Insurance Which He May Be Required To Obtain Under The Terms Of This Contract, The Procuring Entity May Obtain And Keep In Force Any Such Insurances And Pay Such Premiums As May Be Necessary For The Purpose. From Time To Time, The Procuring Entity May Deduct The Amount It Shall Pay For Said Premiums Including Twenty Five Percent (25%) Therein From Any Monies Due, Or Which May Become Due, To The Contractor, Without Prejudice To The Procuring Entity Exercising Its Right To Impose Other Sanctions Against The Contractor Pursuant To The Provisions Of This Contract. 15.5. In The Event The Contractor Fails To Observe The Above Safeguards, The Procuring Entity May, At The Contractor’s Expense, Take Whatever Measure Is Deemed Necessary For Its Protection And That Of The Contractor’s Personnel And Third Parties, And/or Order The Interruption Of Dangerous Works. In Addition, The Procuring Entity May Refuse To Make The Payments Under Gcc Clause 40 Until The Contractor Complies With This Clause. 15.6. The Contractor Shall Immediately Replace The Insurance Policy Obtained As Required In This Contract, Without Need Of The Procuring Entity’s Demand, With A New Policy Issued By A New Insurance Company Acceptable To The Procuring Entity For Any Of The Following Grounds: (a) The Issuer Of The Insurance Policy To Be Replaced Has: (i) Become Bankrupt; (ii) Been Placed Under Receivership Or Under A Management Committee; (iii) Been Sued For Suspension Of Payment; Or (iv) Been Suspended By The Insurance Commission And Its License To Engage In Business Or Its Authority To Issue Insurance Policies Cancelled; Or (v) Where Reasonable Grounds Exist That The Insurer May Not Be Able, Fully And Promptly, To Fulfill Its Obligation Under The Insurance Policy. 16. Termination For Default Of Contractor 16.1. The Procuring Entity Shall Terminate This Contract For Default When Any Of The Following Conditions Attend Its Implementation: 16.2. Due To The Contractor’s Fault And While The Project Is On-going, It Has Incurred Negative Slippage Of Fifteen Percent (15%) Or More In Accordance With Presidential Decree 1870, Regardless Of Whether Or Not Previous Warnings And Notices Have Been Issued For The Contractor To Improve His Performance; 16.3. Due To Its Own Fault And After This Contract Time Has Expired, The Contractor Incurs Delay In The Completion Of The Work After This Contract Has Expired; Or 16.4. The Contractor: (a) Abandons The Contract Works, Refuses Or Fails To Comply With A Valid Instruction Of The Procuring Entity Or Fails To Proceed Expeditiously And Without Delay Despite A Written Notice By The Procuring Entity; (b) Does Not Actually Have On The Project Site The Minimum Essential Equipment Listed On The Bid Necessary To Prosecute The Works In Accordance With The Approved Program Of Work And Equipment Deployment Schedule As Required For The Project; (c) Does Not Execute The Works In Accordance With This Contract Or Persistently Or Flagrantly Neglects To Carry Out Its Obligations Under This Contract; (d) Neglects Or Refuses To Remove Materials Or To Perform A New Work That Has Been Rejected As Defective Or Unsuitable; Or (e) Sub-lets Any Part Of This Contract Without Approval By The Procuring Entity. 16.5. All Materials On The Site, Plant, Equipment, And Works Shall Be Deemed To Be The Property Of The Procuring Entity If This Contract Is Rescinded Because Of The Contractor’s Default. 17. Termination For Default Of Procuring Entity The Contractor May Terminate This Contract With The Procuring Entity If The Works Are Completely Stopped For A Continuous Period Of At Least Sixty (60) Calendar Days Through No Fault Of Its Own, Due To Any Of The Following Reasons: (a) Failure Of The Procuring Entity To Deliver, Within A Reasonable Time, Supplies, Materials, Right-of-way, Or Other Items It Is Obligated To Furnish Under The Terms Of This Contract; Or (b) The Prosecution Of The Work Is Disrupted By The Adverse Peace And Order Situation, As Certified By The Armed Forces Of The Philippines Provincial Commander And Approved By The Secretary Of National Defense. 18. Termination For Other Causes 18.1. The Procuring Entity May Terminate This Contract, In Whole Or In Part, At Any Time For Its Convenience. The Head Of The Procuring Entity May Terminate This Contract For The Convenience Of The Procuring Entity If He Has Determined The Existence Of Conditions That Make Project Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event(s) Or Changes In Law And National Government Policies. 18.2. The Procuring Entity Or The Contractor May Terminate This Contract If The Other Party Causes A Fundamental Breach Of This Contract. 18.3. Fundamental Breaches Of Contract Shall Include, But Shall Not Be Limited To, The Following: (a) The Contractor Stops Work For Twenty Eight (28) Days When No Stoppage Of Work Is Shown On The Current Program Of Work And The Stoppage Has Not Been Authorized By The Procuring Entity’s Representative; (b) The Procuring Entity’s Representative Instructs The Contractor To Delay The Progress Of The Works, And The Instruction Is Not Withdrawn Within Twenty Eight (28) Days; (c) The Procuring Entity Shall Terminate This Contract If The Contractor Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. In This Event, Termination Will Be Without Compensation To The Contractor, Provided That Such Termination Will Not Prejudice Or Affect Any Right Of Action Or Remedy Which Has Accrued Or Will Accrue Thereafter To The Procuring Entity And/or The Contractor. In The Case Of The Contractor's Insolvency, Any Contractor's Equipment Which The Procuring Entity Instructs In The Notice Is To Be Used Until The Completion Of The Works; (d) A Payment Certified By The Procuring Entity’s Representative Is Not Paid By The Procuring Entity To The Contractor Within Eighty Four (84) Days From The Date Of The Procuring Entity’s Representative’s Certificate; (e) The Procuring Entity’s Representative Gives Notice That Failure To Correct A Particular Defect Is A Fundamental Breach Of Contract And The Contractor Fails To Correct It Within A Reasonable Period Of Time Determined By The Procuring Entity’s Representative; (f) The Contractor Does Not Maintain A Security, Which Is Required; (g) The Contractor Has Delayed The Completion Of The Works By The Number Of Days For Which The Maximum Amount Of Liquidated Damages Can Be Paid, As Defined In The Gcc Clause 9; And (h) In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To, The Following: (i) Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Defined In Itb Clause 3.1(a), Unless Otherwise Specified In The Scc; (ii) Drawing Up Or Using Forged Documents; (iii) Using Adulterated Materials, Means Or Methods, Or Engaging In Production Contrary To Rules Of Science Or The Trade; And (iv) Any Other Act Analogous To The Foregoing. 18.4. The Funding Source Or The Procuring Entity, As Appropriate, Will Seek To Impose The Maximum Civil, Administrative And/or Criminal Penalties Available Under The Applicable Law On Individuals And Organizations Deemed To Be Involved With Corrupt, Fraudulent, Or Coercive Practices. 18.5. When Persons From Either Party To This Contract Gives Notice Of A Fundamental Breach To The Procuring Entity’s Representative In Order To Terminate The Existing Contract For A Cause Other Than Those Listed Under Gcc Clause 18.3, The Procuring Entity’s Representative Shall Decide Whether The Breach Is Fundamental Or Not. 18.6. If This Contract Is Terminated, The Contractor Shall Stop Work Immediately, Make The Site Safe And Secure, And Leave The Site As Soon As Reasonably Possible. 19. Procedures For Termination Of Contracts 19.1. The Following Provisions Shall Govern The Procedures For The Termination Of This Contract: (a) Upon Receipt Of A Written Report Of Acts Or Causes Which May Constitute Ground(s) For Termination As Aforementioned, Or Upon Its Own Initiative, The Procuring Entity Shall, Within A Period Of Seven (7) Calendar Days, Verify The Existence Of Such Ground(s) And Cause The Execution Of A Verified Report, With All Relevant Evidence Attached; (b) Upon Recommendation By The Procuring Entity, The Head Of The Procuring Entity Shall Terminate This Contract Only By A Written Notice To The Contractor Conveying The Termination Of This Contract. The Notice Shall State: (i) That This Contract Is Being Terminated For Any Of The Ground(s) Afore-mentioned, And A Statement Of The Acts That Constitute The Ground(s) Constituting The Same; (ii) The Extent Of Termination, Whether In Whole Or In Part; (iii) An Instruction To The Contractor To Show Cause As To Why This Contract Should Not Be Terminated; And (iv) Special Instructions Of The Procuring Entity, If Any. The Notice To Terminate Shall Be Accompanied By A Copy Of The Verified Report; (c) Within A Period Of Seven (7) Calendar Days From Receipt Of The Notice Of Termination, The Contractor Shall Submit To The Head Of The Procuring Entity A Verified Position Paper Stating Why The Contract Should Not Be Terminated. If The Contractor Fails To Show Cause After The Lapse Of The Seven (7) Day Period, Either By Inaction Or By Default, The Head Of The Procuring Entity Shall Issue An Order Terminating The Contract; (d) The Procuring Entity May, At Anytime Before Receipt Of The Bidder’s Verified Position Paper Described In Item (c) Above Withdraw The Notice To Terminate If It Is Determined That Certain Items Or Works Subject Of The Notice Had Been Completed, Delivered, Or Performed Before The Contractor’s Receipt Of The Notice; (e) Within A Non-extendible Period Of Ten (10) Calendar Days From Receipt Of The Verified Position Paper, The Head Of The Procuring Entity Shall Decide Whether Or Not To Terminate This Contract. It Shall Serve A Written Notice To The Contractor Of Its Decision And, Unless Otherwise Provided In The Said Notice, This Contract Is Deemed Terminated From Receipt Of The Contractor Of The Notice Of Decision. The Termination Shall Only Be Based On The Ground(s) Stated In The Notice To Terminate; And (f) The Head Of The Procuring Entity May Create A Contract Termination Review Committee (ctrc) To Assist Him In The Discharge Of This Function. All Decisions Recommended By The Ctrc Shall Be Subject To The Approval Of The Head Of The Procuring Entity. 19.2. Pursuant To Section 69(f) Of Ra 9184 And Without Prejudice To The Imposition Of Additional Administrative Sanctions As The Internal Rules Of The Agency May Provide And/or Further Criminal Prosecution As Provided By Applicable Laws, The Procuring Entity Shall Impose On Contractors After The Termination Of The Contract The Penalty Of Suspension For One (1) Year For The First Offense, Suspension For Two (2) Years For The Second Offense From Participating In The Public Bidding Process, For Violations Committed During The Contract Implementation Stage, Which Include But Not Limited To The Following: (a) Failure Of The Contractor, Due Solely To His Fault Or Negligence, To Mobilize And Start Work Or Performance Within The Specified Period In The Notice To Proceed (“ntp”); (b) Failure By The Contractor To Fully And Faithfully Comply With Its Contractual Obligations Without Valid Cause, Or Failure By The Contractor To Comply With Any Written Lawful Instruction Of The Procuring Entity Or Its Representative(s) Pursuant To The Implementation Of The Contract. For The Procurement Of Infrastructure Projects Or Consultancy Contracts, Lawful Instructions Include But Are Not Limited To The Following: (i) Employment Of Competent Technical Personnel, Competent Engineers And/or Work Supervisors; (ii) Provision Of Warning Signs And Barricades In Accordance With Approved Plans And Specifications And Contract Provisions; (iii) Stockpiling In Proper Places Of All Materials And Removal From The Project Site Of Waste And Excess Materials, Including Broken Pavement And Excavated Debris In Accordance With Approved Plans And Specifications And Contract Provisions; (iv) Deployment Of Committed Equipment, Facilities, Support Staff And Manpower; And (v) Renewal Of The Effectivity Dates Of The Performance Security After Its Expiration During The Course Of Contract Implementation. (c) Assignment And Subcontracting Of The Contract Or Any Part Thereof Or Substitution Of Key Personnel Named In The Proposal Without Prior Written Approval By The Procuring Entity. (d) Poor Performance By The Contractor Or Unsatisfactory Quality And/or Progress Of Work Arising From His Fault Or Negligence As Reflected In The Constructor's Performance Evaluation System (“cpes”) Rating Sheet. In The Absence Of The Cpes Rating Sheet, The Existing Performance Monitoring System Of The Procuring Entity Shall Be Applied. Any Of The Following Acts By The Contractor Shall Be Construed As Poor Performance: (i) Negative Slippage Of 15% And Above Within The Critical Path Of The Project Due Entirely To The Fault Or Negligence Of The Contractor; And (ii) Quality Of Materials And Workmanship Not Complying With The Approved Specifications Arising From The Contractor's Fault Or Negligence. (e) Willful Or Deliberate Abandonment Or Non-performance Of The Project Or Contract By The Contractor Resulting To Substantial Breach Thereof Without Lawful And/or Just Cause. In Addition To The Penalty Of Suspension, The Performance Security Posted By The Contractor Shall Also Be Forfeited. 20. Force Majeure, Release From Performance 20.1. For Purposes Of This Contract The Terms “force Majeure” And “fortuitous Event” May Be Used Interchangeably. In This Regard, A Fortuitous Event Or Force Majeure Shall Be Interpreted To Mean An Event Which The Contractor Could Not Have Foreseen, Or Which Though Foreseen, Was Inevitable. It Shall Not Include Ordinary Unfavorable Weather Conditions; And Any Other Cause The Effects Of Which Could Have Been Avoided With The Exercise Of Reasonable Diligence By The Contractor. 20.2. If This Contract Is Discontinued By An Outbreak Of War Or By Any Other Event Entirely Outside The Control Of Either The Procuring Entity Or The Contractor, The Procuring Entity’s Representative Shall Certify That This Contract Has Been Discontinued. The Contractor Shall Make The Site Safe And Stop Work As Quickly As Possible After Receiving This Certificate And Shall Be Paid For All Works Carried Out Before Receiving It And For Any Work Carried Out Afterwards To Which A Commitment Was Made. 20.3. If The Event Continues For A Period Of Eighty Four (84) Days, Either Party May Then Give Notice Of Termination, Which Shall Take Effect Twenty Eight (28) Days After The Giving Of The Notice. 20.4. After Termination, The Contractor Shall Be Entitled To Payment Of The Unpaid Balance Of The Value Of The Works Executed And Of The Materials And Plant Reasonably Delivered To The Site, Adjusted By The Following: (a) Any Sum To Which The Contractor Is Entitled Under Gcc Clause 28; (b) The Cost Of His Suspension And Demobilization; (c) Any Sum To Which The Procuring Entity Is Entitled. 20.5. The Net Balance Due Shall Be Paid Or Repaid Within A Reasonable Time Period From The Time Of The Notice Of Termination. 21. Resolution Of Disputes 21.1. If Any Dispute Or Difference Of Any Kind Whatsoever Shall Arise Between The Parties In Connection With The Implementation Of The Contract Covered By The Act And This Irr, The Parties Shall Make Every Effort To Resolve Amicably Such Dispute Or Difference By Mutual Consultation. 21.2. If The Contractor Believes That A Decision Taken By The Procuring Entity’s Representative Was Either Outside The Authority Given To The Procuring Entity’s Representative By This Contract Or That The Decision Was Wrongly Taken, The Decision Shall Be Referred To The Arbiter Indicated In The Scc Within Fourteen (14) Days Of The Notification Of The Procuring Entity’s Representative’s Decision. 21.3. Any And All Disputes Arising From The Implementation Of This Contract Covered By The R.a. 9184 And Its Irr Shall Be Submitted To Arbitration In The Philippines According To The Provisions Of Republic Act No. 876, Otherwise Known As The “ Arbitration Law” And Republic Act 9285, Otherwise Known As The “alternative Dispute Resolution Act Of 2004”: Provided, However, That, Disputes That Are Within The Competence Of The Construction Industry Arbitration Commission To Resolve Shall Be Referred Thereto. The Process Of Arbitration Shall Be Incorporated As A Provision In This Contract That Will Be Executed Pursuant To The Provisions Of The Act And Its Irr: Provided, Further, That, By Mutual Agreement, The Parties May Agree In Writing To Resort To Other Alternative Modes Of Dispute Resolution. 22. Suspension Of Loan, Credit, Grant, Or Appropriation In The Event That The Funding Source Suspends The Loan, Credit, Grant, Or Appropriation To The Procuring Entity, From Which Part Of The Payments To The Contractor Are Being Made: (a) The Procuring Entity Is Obligated To Notify The Contractor Of Such Suspension Within Seven (7) Days Of Having Received The Suspension Notice. (b) If The Contractor Has Not Received Sums Due It For Work Already Done Within Forty Five (45) Days From The Time The Contractor’s Claim For Payment Has Been Certified By The Procuring Entity’s Representative, The Contractor May Immediately Issue A Suspension Of Work Notice In Accordance With Gcc Clause 45.2. 23. Procuring Entity’s Representative’s Decisions 23.1. Except Where Otherwise Specifically Stated, The Procuring Entity’s Representative Will Decide Contractual Matters Between The Procuring Entity And The Contractor In The Role Representing The Procuring Entity. 23.2. The Procuring Entity’s Representative May Delegate Any Of His Duties And Responsibilities To Other People, Except To The Arbiter, After Notifying The Contractor, And May Cancel Any Delegation After Notifying The Contractor. 24. Approval Of Drawings And Temporary Works By The Procuring Entity’s Representative 24.1. All Drawings Prepared By The Contractor For The Execution Of The Temporary Works, Are Subject To Prior Approval By The Procuring Entity’s Representative Before Its Use. 24.2. The Contractor Shall Be Responsible For Design Of Temporary Works. 24.3. The Procuring Entity’s Representative’s Approval Shall Not Alter The Contractor’s Responsibility For Design Of The Temporary Works. 24.4. The Contractor Shall Obtain Approval Of Third Parties To The Design Of The Temporary Works, When Required By The Procuring Entity. 25. Acceleration And Delays Ordered By The Procuring Entity’s Representative 25.1. When The Procuring Entity Wants The Contractor To Finish Before The Intended Completion Date, The Procuring Entity’s Representative Will Obtain Priced Proposals For Achieving The Necessary Acceleration From The Contractor. If The Procuring Entity Accepts These Proposals, The Intended Completion Date Will Be Adjusted Accordingly And Confirmed By Both The Procuring Entity And The Contractor. 25.2. If The Contractor’s Financial Proposals For An Acceleration Are Accepted By The Procuring Entity, They Are Incorporated In The Contract Price And Treated As A Variation. 26. Extension Of The Intended Completion Date 26.1. The Procuring Entity’s Representative Shall Extend The Intended Completion Date If A Variation Is Issued Which Makes It Impossible For The Intended Completion Date To Be Achieved By The Contractor Without Taking Steps To Accelerate The Remaining Work, Which Would Cause The Contractor To Incur Additional Costs. No Payment Shall Be Made For Any Event Which May Warrant The Extension Of The Intended Completion Date. 26.2. The Procuring Entity’s Representative Shall Decide Whether And By How Much To Extend The Intended Completion Date Within Twenty One (21) Days Of The Contractor Asking The Procuring Entity’s Representative For A Decision Thereto After Fully Submitting All Supporting Information. If The Contractor Has Failed To Give Early Warning Of A Delay Or Has Failed To Cooperate In Dealing With A Delay, The Delay By This Failure Shall Not Be Considered In Assessing The New Intended Completion Date. 27. Right To Vary 27.1. The Procuring Entity’s Representative With The Prior Approval Of The Procuring Entity May Instruct Variations, Up To A Maximum Cumulative Amount Of Ten Percent (10%) Of The Original Contract Cost. 27.2. Variations Shall Be Valued As Follows: (a) At A Lump Sum Price Agreed Between The Parties; (b) Where Appropriate, At Rates In This Contract; (c) In The Absence Of Appropriate Rates, The Rates In This Contract Shall Be Used As The Basis For Valuation; Or Failing Which (d) At Appropriate New Rates, Equal To Or Lower Than Current Industry Rates And To Be Agreed Upon By Both Parties And Approved By The Head Of The Procuring Entity. 28. Contractor's Right To Claim If The Contractor Incurs Cost As A Result Of Any Of The Events Under Gcc Clause 13, The Contractor Shall Be Entitled To The Amount Of Such Cost. If As A Result Of Any Of The Said Events, It Is Necessary To Change The Works, This Shall Be Dealt With As A Variation. 29. Dayworks 29.1. Subject To Gcc Clause 43 On Variation Order, And If Applicable As Indicated In The Scc, The Day Works Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 29.2. All Work To Be Paid For As Day Works Shall Be Recorded By The Contractor On Forms Approved By The Procuring Entity’s Representative. Each Completed Form Shall Be Verified And Signed By The Procuring Entity’s Representative Within Two Days Of The Work Being Done. 29.3. The Contractor Shall Be Paid For Day Works Subject To Obtaining Signed Dayworks Forms. 30. Early Warning 30.1. The Contractor Shall Warn The Procuring Entity’s Representative At The Earliest Opportunity Of Specific Likely Future Events Or Circumstances That May Adversely Affect The Quality Of The Work, Increase The Contract Price, Or Delay The Execution Of The Works. The Procuring Entity’s Representative May Require The Contractor To Provide An Estimate Of The Expected Effect Of The Future Event Or Circumstance On The Contract Price And Completion Date. The Estimate Shall Be Provided By The Contractor As Soon As Reasonably Possible. 30.2. The Contractor Shall Cooperate With The Procuring Entity’s Representative In Making And Considering Proposals For How The Effect Of Such An Event Or Circumstance Can Be Avoided Or Reduced By Anyone Involved In The Work And In Carrying Out Any Resulting Instruction Of The Procuring Entity’s Representative. 31. Program Of Work 31.1. Within The Time Stated In The Scc, The Contractor Shall Submit To The Procuring Entity’s Representative For Approval A Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. 31.2. An Update Of The Program Of Work Shall The Show The Actual Progress Achieved On Each Activity And The Effect Of The Progress Achieved On The Timing Of The Remaining Work, Including Any Changes To The Sequence Of The Activities. 31.3. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 31.4. The Procuring Entity’s Representative’s Approval Of The Program Of Work Shall Not Alter The Contractor’s Obligations. The Contractor May Revise The Program Of Work And Submit It To The Procuring Entity’s Representative Again At Any Time. A Revised Program Of Work Shall Show The Effect Of Any Approved Variations. 31.5. When The Program Of Work Is Updated, The Contractor Shall Provide The Procuring Entity’s Representative With An Updated Cash Flow Forecast. The Cash Flow Forecast Shall Include Different Currencies, As Defined In The Contract, Converted As Necessary Using The Contract Exchange Rates. 31.6. All Variations Shall Be Included In Updated Program Of Work Produced By The Contractor. 32. Management Conferences 32.1. Either The Procuring Entity’s Representative Or The Contractor May Require The Other To Attend A Management Conference. The Management Conference Shall Review The Plans For Remaining Work And Deal With Matters Raised In Accordance With The Early Warning Procedure. 32.2. The Procuring Entity’s Representative Shall Record The Business Of Management Conferences And Provide Copies Of The Record To Those Attending The Conference And To The Procuring Entity . The Responsibility Of The Parties For Actions To Be Taken Shall Be Decided By The Procuring Entity’s Representative Either At The Management Conference Or After The Management Conference And Stated In Writing To All Who Attended The Conference. 33. Bill Of Quantities 33.1. The Bill Of Quantities Shall Contain Items Of Work For The Construction, Installation, Testing, And Commissioning Of Work To Be Done By The Contractor. 33.2. The Bill Of Quantities Is Used To Calculate The Contract Price. The Contractor Is Paid For The Quantity Of The Work Done At The Rate In The Bill Of Quantities For Each Item. 33.3. If The Final Quantity Of Any Work Done Differs From The Quantity In The Bill Of Quantities For The Particular Item And Is Not More Than Twenty Five Percent (25%) Of The Original Quantity, Provided The Aggregate Changes For All Items Do Not Exceed Ten Percent (10%) Of The Contract Price, The Procuring Entity’s Representative Shall Make The Necessary Adjustments To Allow For The Changes Subject To Applicable Laws, Rules, And Regulations. 33.4. If Requested By The Procuring Entity’s Representative, The Contractor Shall Provide The Procuring Entity’s Representative With A Detailed Cost Breakdown Of Any Rate In The Bill Of Quantities. 34. Instructions, Inspections And Audits 34.1. The Procuring Entity’s Personnel Shall At All Reasonable Times During Construction Of The Work Be Entitled To Examine, Inspect, Measure And Test The Materials And Workmanship, And To Check The Progress Of The Construction. 34.2. If The Procuring Entity’s Representative Instructs The Contractor To Carry Out A Test Not Specified In The Specification To Check Whether Any Work Has A Defect And The Test Shows That It Does, The Contractor Shall Pay For The Test And Any Samples. If There Is No Defect, The Test Shall Be A Compensation Event. 34.3. The Contractor Shall Permit The Funding Source Named In The Scc To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Appointed By The Funding Source, If So Required By The Funding Source. 35. Identifying Defects The Procuring Entity’s Representative Shall Check The Contractor’s Work And Notify The Contractor Of Any Defects That Are Found. Such Checking Shall Not Affect The Contractor’s Responsibilities. The Procuring Entity’s Representative May Instruct The Contractor To Search Uncover Defects And Test Any Work That The Procuring Entity’s Representative Considers Below Standards And Defective. 36. Cost Of Repairs Loss Or Damage To The Works Or Materials To Be Incorporated In The Works Between The Start Date And The End Of The Defects Liability Periods Shall Be Remedied By The Contractor At The Contractor’s Cost If The Loss Or Damage Arises From The Contractor’s Acts Or Omissions. 37. Correction Of Defects 37.1. The Procuring Entity’s Representative Shall Give Notice To The Contractor Of Any Defects Before The End Of The Defects Liability Period, Which Isone (1) Year From Project Completion Up To Final Acceptance By The Procuring Entity’s. 37.2. Every Time Notice Of A Defect Is Given, The Contractor Shall Correct The Notified Defect Within The Length Of Time Specified In The Procuring Entity’s Representative’s Notice. 37.3. The Contractor Shall Correct The Defects Which He Notices Himself Before The End Of The Defects Liability Period. 37.4. The Procuring Entity Shall Certify That All Defects Have Been Corrected. If The Procuring Entity Considers That Correction Of A Defect Is Not Essential, He Can Request The Contractor To Submit A Quotation For The Corresponding Reduction In The Contract Price. If The Procuring Entity Accepts The Quotation, The Corresponding Change In The Scc Is A Variation. 38. Uncorrected Defects 38.1. The Procuring Entity Shall Give The Contractor At Least Fourteen (14) Days Notice Of His Intention To Use A Third Party To Correct A Defect. If The Contractor Does Not Correct The Defect Himself Within The Period, The Procuring Entity May Have The Defect Corrected By The Third Party. The Cost Of The Correction Will Be Deducted From The Contract Price. 38.2. The Use Of A Third Party To Correct Defects That Are Uncorrected By The Contractor Will In No Way Relieve The Contractor Of Its Liabilities And Warranties Under The Contract. 39. Advance Payment 39.1. The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum Or, At The Most Two, Installments According To A Schedule Specified In The Scc. 39.2. The Advance Payment Shall Be Made Only Upon The Submission To And Acceptance By The Procuring Entity Of An Irrevocable Standby Letter Of Credit Of Equivalent Value From A Commercial Bank, A Bank Guarantee Or A Surety Bond Callable Upon Demand, Issued By A Surety Or Insurance Company Duly Licensed By The Insurance Commission And Confirmed By The Procuring Entity. 39.3. The Advance Payment Shall Be Repaid By The Contractor By An Amount Equal To The Percentage Of The Total Contract Price Used For The Advance Payment. 39.4. The Contractor May Reduce His Standby Letter Of Credit Or Guarantee Instrument By The Amounts Refunded By The Monthly Certificates In The Advance Payment. 39.5. The Procuring Entity Will Provide An Advance Payment On The Contract Price As Stipulated In The Conditions Of Contract, Subject To The Maximum Amount Stated In Scc Clause 39.1. 40. Progress Payments 40.1. The Contractor May Submit A Request For Payment For Work Accomplished. Such Request For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 40.2. The Procuring Entity Shall Deduct The Following From The Certified Gross Amounts To Be Paid To The Contractor As Progress Payment: (a) Cumulative Value Of The Work Previously Certified And Paid For. (b) Portion Of The Advance Payment To Be Recouped For The Month. (c) Retention Money In Accordance With The Condition Of Contract. (d) Amount To Cover Third Party Liabilities. (e) Amount To Cover Uncorrected Discovered Defects In The Works. 40.3. Payments Shall Be Adjusted By Deducting There From The Amounts For Advance Payments And Retention. The Procuring Entity Shall Pay The Contractor The Amounts Certified By The Procuring Entity’s Representative Within Twenty Eight (28) Days From The Date Each Certificate Was Issued. No Payment Of Interest For Delayed Payments And Adjustments Shall Be Made By The Procuring Entity. 40.4. The First Progress Payment May Be Paid By The Procuring Entity To The Contractor Provided That At Least Twenty Percent (20%) Of The Work Has Been Accomplished As Certified By The Procuring Entity’s Representative. 40.5. Items Of The Works For Which A Price Of “0” (zero) Has Been Entered Will Not Be Paid For By The Procuring Entity And Shall Be Deemed Covered By Other Rates And Prices In The Contract. 41. Payment Certificates 41.1. The Contractor Shall Submit To The Procuring Entity’s Representative Monthly Statements Of The Estimated Value Of The Work Executed Less The Cumulative Amount Certified Previously. 41.2. The Procuring Entity’s Representative Shall Check The Contractor’s Monthly Statement And Certify The Amount To Be Paid To The Contractor. 41.3. The Value Of Work Executed Shall: (a) Be Determined By The Procuring Entity’s Representative; (b) Comprise The Value Of The Quantities Of The Items In The Bill Of Quantities Completed; And (c) Include The Valuations Of Approved Variations. 41.4. The Procuring Entity’s Representative May Exclude Any Item Certified In A Previous Certificate Or Reduce The Proportion Of Any Item Previously Certified In Any Certificate In The Light Of Later Information. 42. Retention 42.1. The Procuring Entity Shall Retain From Each Payment Due To The Contractor An Amount Equal To A Percentage Thereof Using The Rate As Specified In Itb Sub-clause 42.2. 42.2. Progress Payments Are Subject To Retention Of Ten Percent (10%), Referred To As The “retention Money.” Such Retention Shall Be Based On The Total Amount Due To The Contractor Prior To Any Deduction And Shall Be Retained From Every Progress Payment Until Fifty Percent (50%) Of The Value Of Works, As Determined By The Procuring Entity, Are Completed. If, After Fifty Percent (50%) Completion, The Work Is Satisfactorily Done And On Schedule, No Additional Retention Shall Be Made; Otherwise, The Ten Percent (10%) Retention Shall Again Be Imposed Using The Rate Specified Therefore. 42.3. The Total “retention Money” Shall Be Due For Release Upon Final Acceptance Of The Works. The Contractor May, However, Request The Substitution Of The Retention Money For Each Progress Billing With Irrevocable Standby Letters Of Credit From A Commercial Bank, Bank Guarantees Or Surety Bonds Callable On Demand, Of Amounts Equivalent To The Retention Money Substituted For And Acceptable To The Procuring Entity, Provided That The Project Is On Schedule And Is Satisfactorily Undertaken. Otherwise, The Ten (10%) Percent Retention Shall Be Made. Said Irrevocable Standby Letters Of Credit, Bank Guarantees And/or Surety Bonds, To Be Posted In Favor Of The Government Shall Be Valid For A Duration To Be Determined By The Concerned Implementing Office/agency Or Procuring Entity And Will Answer For The Purpose For Which The Ten (10%) Percent Retention Is Intended, I.e., To Cover Uncorrected Discovered Defects And Third Party Liabilities. 42.4. On Completion Of The Whole Works, The Contractor May Substitute Retention Money With An “on Demand” Bank Guarantee In A Form Acceptable To The Procuring Entity. 43. Variation Orders 43.1. Variation Orders May Be Issued By The Procuring Entity To Cover Any Increase/decrease In Quantities, Including The Introduction Of New Work Items That Are Not Included In The Original Contract Or Reclassification Of Work Items That Are Either Due To Change Of Plans, Design Or Alignment To Suit Actual Field Conditions Resulting In Disparity Between The Preconstruction Plans Used For Purposes Of Bidding And The “as Staked Plans” Or Construction Drawings Prepared After A Joint Survey By The Contractor And The Procuring Entity After Award Of The Contract, Provided That The Cumulative Amount Of The Variation Order Does Not Exceed Ten Percent (10%) Of The Original Project Cost. The Addition/deletion Of Works Should Be Within The General Scope Of The Project As Bid And Awarded. The Scope Of Works Shall Not Be Reduced So As To Accommodate A Positive Variation Order. A Variation Order May Either Be In The Form Of A Change Order Or Extra Work Order. 43.2. A Change Order May Be Issued By The Procuring Entity To Cover Any Increase/decrease In Quantities Of Original Work Items In The Contract. 43.3. An Extra Work Order May Be Issued By The Procuring Entity To Cover The Introduction Of New Work Necessary For The Completion, Improvement Or Protection Of The Project Which Were Not Included As Items Of Work In The Original Contract, Such As, Where There Are Subsurface Or Latent Physical Conditions At The Site Differing Materially From Those Indicated In The Contract, Or Where There Are Duly Unknown Physical Conditions At The Site Of An Unusual Nature Differing Materially From Those Ordinarily Encountered And Generally Recognized As Inherent In The Work Or Character Provided For In The Contract. 43.4. Any Cumulative Variation Order Beyond Ten Percent (10%) Shall Be Subject Of Another Contract To Be Bid Out If The Works Are Separable From The Original Contract. In Exceptional Cases Where It Is Urgently Necessary To Complete The Original Scope Of Work, The Head Of The Procuring Entity May Authorize A Positive Variation Order Go Beyond Ten Percent (10%) But Not More Than Twenty Percent (20%) Of The Original Contract Price, Subject To The Guidelines To Be Determined By The Gppb: Provided, However, That Appropriate Sanctions Shall Be Imposed On The Designer, Consultant Or Official Responsible For The Original Detailed Engineering Design Which Failed To Consider The Variation Order Beyond Ten Percent (10%). 43.5. In Claiming For Any Variation Order, The Contractor Shall, Within Seven (7) Calendar Days After Such Work Has Been Commenced Or After The Circumstances Leading To Such Condition(s) Leading To The Extra Cost, And Within Twenty-eight (28) Calendar Days Deliver A Written Communication Giving Full And Detailed Particulars Of Any Extra Cost In Order That It May Be Investigated At That Time. Failure To Provide Either Of Such Notices In The Time Stipulated Shall Constitute A Waiver By The Contractor For Any Claim. The Preparation And Submission Of Variation Orders Are As Follows: (a) If The Procuring Entity’s Representative/project Engineer Believes That A Change Order Or Extra Work Order Should Be Issued, He Shall Prepare The Proposed Order Accompanied With The Notices Submitted By The Contractor, The Plans Therefore, His Computations As To The Quantities Of The Additional Works Involved Per Item Indicating The Specific Stations Where Such Works Are Needed, The Date Of His Inspections And Investigations Thereon, And The Log Book Thereof, And A Detailed Estimate Of The Unit Cost Of Such Items Of Work, Together With His Justifications For The Need Of Such Change Order Or Extra Work Order, And Shall Submit The Same To The Head Of The Procuring Entity For Approval. (b) The Head Of The Procuring Entity Or His Duly Authorized Representative, Upon Receipt Of The Proposed Change Order Or Extra Work Order Shall Immediately Instruct The Technical Staff Of The Procuring Entity’s To Conduct An On-the-spot Investigation To Verify The Need For The Work To Be Prosecuted. A Report Of Such Verification Shall Be Submitted Directly To The Head Of The Procuring Entity Or His Duly Authorized Representative. (c) The, Head Of The Procuring Entity Or His Duly Authorized Representative, After Being Satisfied That Such Change Order Or Extra Work Order Is Justified And Necessary, Shall Review The Estimated Quantities And Prices And Forward The Proposal With The Supporting Documentation To The Head Of Procuring Entity For Consideration. (d) If, After Review Of The Plans, Quantities And Estimated Unit Cost Of The Items Of Work Involved, The Proper Office Of The Procuring Entity Empowered To Review And Evaluate Change Orders Or Extra Work Orders Recommends Approval Thereof, Head Of The Procuring Entity Or His Duly Authorized Representative, Believing The Change Order Or Extra Work Order To Be In Order, Shall Approve The Same. (e) The Timeframe For The Processing Of Variation Orders From The Preparation Up To The Approval By The Head Of The Procuring Entity Concerned Shall Not Exceed Thirty (30) Calendar Days. 44. Contract Completion Once The Project Reaches An Accomplishment Of Ninety Five (95%) Of The Total Contract Amount, The Procuring Entity May Create An Inspectorate Team To Make Preliminary Inspection And Submit A Punch-list To The Contractor In Preparation For The Final Turnover Of The Project. Said Punch-list Will Contain, Among Others, The Remaining Works, Work Deficiencies For Necessary Corrections, And The Specific Duration/time To Fully Complete The Project Considering The Approved Remaining Contract Time. This, However, Shall Not Preclude The Claim Of The Procuring Entity For Liquidated Damages. 45. Suspension Of Work 45.1. The Procuring Entity Shall Have The Authority To Suspend The Work Wholly Or Partly By Written Order For Such Period As May Be Deemed Necessary, Due To Force Majeure Or Any Fortuitous Events Or For Failure On The Part Of The Contractor To Correct Bad Conditions Which Are Unsafe For Workers Or For The General Public, To Carry Out Valid Orders Given By The Procuring Entity Or To Perform Any Provisions Of The Contract, Or Due To Adjustment Of Plans To Suit Field Conditions As Found Necessary During Construction. The Contractor Shall Immediately Comply With Such Order To Suspend The Work Wholly Or Partly. 45.2. The Contractor Or Its Duly Authorized Representative Shall Have The Right To Suspend Work Operation On Any Or All Projects/activities Along The Critical Path Of Activities After Fifteen (15) Calendar Days From Date Of Receipt Of Written Notice From The Contractor To The District Engineer/regional Director/consultant Or Equivalent Official, As The Case May Be, Due To The Following: (a) There Exist Right-of-way Problems Which Prohibit The Contractor From Performing Work In Accordance With The Approved Construction Schedule. (b) Requisite Construction Plans Which Must Be Owner-furnished Are Not Issued To The Contractor Precluding Any Work Called For By Such Plans. (c) Peace And Order Conditions Make It Extremely Dangerous, If Not Possible, To Work. However, This Condition Must Be Certified In Writing By The Philippine National Police (pnp) Station Which Has Responsibility Over The Affected Area And Confirmed By The Department Of Interior And Local Government (dilg) Regional Director. (d) There Is Failure On The Part Of The Procuring Entity To Deliver Government-furnished Materials And Equipment As Stipulated In The Contract. (e) Delay In The Payment Of Contractor’s Claim For Progress Billing Beyond Forty-five (45) Calendar Days From The Time The Contractor’s Claim Has Been Certified To By The Procuring Entity’s Authorized Representative That The Documents Are Complete Unless There Are Justifiable Reasons Thereof Which Shall Be Communicated In Writing To The Contractor. 45.3. In Case Of Total Suspension, Or Suspension Of Activities Along The Critical Path, Which Is Not Due To Any Fault Of The Contractor, The Elapsed Time Between The Effective Order Of Suspending Operation And The Order To Resume Work Shall Be Allowed The Contractor By Adjusting The Contract Time Accordingly. 46. Payment On Termination 46.1. If The Contract Is Terminated Because Of A Fundamental Breach Of Contract By The Contractor, The Procuring Entity’s Representative Shall Issue A Certificate For The Value Of The Work Done And Materials Ordered Less Advance Payments Received Up To The Date Of The Issue Of The Certificate And Less The Percentage To Apply To The Value Of The Work Not Completed, As Indicated In The Scc. Additional Liquidated Damages Shall Not Apply. If The Total Amount Due To The Procuring Entity Exceeds Any Payment Due To The Contractor, The Difference Shall Be A Debt Payable To The Procuring Entity. 46.2. If The Contract Is Terminated For The Procuring Entity’s Convenience Or Because Of A Fundamental Breach Of Contract By The Procuring Entity, The Procuring Entity’s Representative Shall Issue A Certificate For The Value Of The Work Done, Materials Ordered, The Reasonable Cost Of Removal Of Equipment, Repatriation Of The Contractor’s Personnel Employed Solely On The Works, And The Contractor’s Costs Of Protecting And Securing The Works, And Less Advance Payments Received Up To The Date Of The Certificate. 46.3. The Net Balance Due Shall Be Paid Or Repaid Within Twenty Eight (28) Days From The Notice Of Termination. 46.4. If The Contractor Has Terminated The Contract Under Gcc Clauses 17 Or 18, The Procuring Entity Shall Promptly Return The Performance Security To The Contractor. 47. Extension Of Contract Time 47.1. Should The Amount Of Additional Work Of Any Kind Or Other Special Circumstances Of Any Kind Whatsoever Occur Such As To Fairly Entitle The Contractor To An Extension Of Contract Time, The Procuring Entity Shall Determine The Amount Of Such Extension; Provided That The Procuring Entity Is Not Bound To Take Into Account Any Claim For An Extension Of Time Unless The Contractor Has, Prior To The Expiration Of The Contract Time And Within Thirty (30) Calendar Days After Such Work Has Been Commenced Or After The Circumstances Leading To Such Claim Have Arisen, Delivered To The Procuring Entity Notices In Order That It Could Have Investigated Them At That Time. Failure To Provide Such Notice Shall Constitute A Waiver By The Contractor Of Any Claim. Upon Receipt Of Full And Detailed Particulars, The Procuring Entity Shall Examine The Facts And Extent Of The Delay And Shall Extend The Contract Time Completing The Contract Work When, In The Procuring Entity’s Opinion, The Findings Of Facts Justify An Extension. 47.2. No Extension Of Contract Time Shall Be Granted The Contractor Due To (a) Ordinary Unfavorable Weather Conditions And (b) Inexcusable Failure Or Negligence Of Contractor To Provide The Required Equipment, Supplies Or Materials. 47.3. Extension Of Contract Time May Be Granted Only When The Affected Activities Fall Within The Critical Path Of The Pert/cpm Network. 47.4. No Extension Of Contract Time Shall Be Granted When The Reason Given To Support The Request For Extension Was Already Considered In The Determination Of The Original Contract Time During The Conduct Of Detailed Engineering And In The Preparation Of The Contract Documents As Agreed Upon By The Parties Before Contract Perfection. 47.5. Extension Of Contract Time Shall Be Granted For Rainy/unworkable Days Considered Unfavorable For The Prosecution Of The Works At The Site, Based On The Actual Conditions Obtained At The Site, In Excess Of The Number Of Rainy/unworkable Days Pre-determined By The Procuring Entity In Relation To The Original Contract Time During The Conduct Of Detailed Engineering And In The Preparation Of The Contract Documents As Agreed Upon By The Parties Before Contract Perfection, And/or For Equivalent Period Of Delay Due To Major Calamities Such As Exceptionally Destructive Typhoons, Floods And Earthquakes, And Epidemics, And For Causes Such As Non-delivery On Time Of Materials, Working Drawings, Or Written Information To Be Furnished By The Procuring Entity, Non-acquisition Of Permit To Enter Private Properties Within The Right-of-way Resulting In Complete Paralyzation Of Construction Activities, And Other Meritorious Causes As Determined By The Procuring Entity’s Representative And Approved By The Head Of The Procuring Entity. Shortage Of Construction Materials, General Labor Strikes, And Peace And Order Problems That Disrupt Construction Operations Through No Fault Of The Contractor May Be Considered As Additional Grounds For Extension Of Contract Time Provided They Are Publicly Felt And Certified By Appropriate Government Agencies Such As Dti, Dole, Dilg, And Dnd, Among Others. The Written Consent Of Bondsmen Must Be Attached To Any Request Of The Contractor For Extension Of Contract Time And Submitted To The Procuring Entity For Consideration And The Validity Of The Performance Security Shall Be Correspondingly Extended. 48. Price Adjustment Except For Extraordinary Circumstances As Determined By Neda And Approved By The Gppb, No Price Adjustment Shall Be Allowed. Nevertheless, In Cases Where The Cost Of The Awarded Contract Is Affected By Any Applicable New Laws, Ordinances, Regulations, Or Other Acts Of The Gop, Promulgated After The Date Of Bid Opening, A Contract Price Adjustment Shall Be Made Or Appropriate Relief Shall Be Applied On A No Loss-no Gain Basis. 49. Completion The Contractor Shall Request The Procuring Entity’s Representative To Issue A Certificate Of Completion Of The Works, And The Procuring Entity’s Representative Will Do So Upon Deciding That The Work Is Completed. 50. Taking Over The Procuring Entity Shall Take Over The Site And The Works Within Seven (7) Days From The Date The Procuring Entity’s Representative Issues A Certificate Of Completion. 51. Operating And Maintenance Manuals 51.1. If “as Built” Drawings And/or Operating And Maintenance Manuals Are Required, The Contractor Shall Supply Them By The Dates Stated In The Scc. 51.2. If The Contractor Does Not Supply The Drawings And/or Manuals By The Dates Stated In The Scc, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative Shall Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Gcc Clause 1.16 The Intended Completion Date Is 180 Cd From Ntp. 1.21 The Procuring Entity Is Lgu- Mapanas, Northern Samar. 1.22 The Procuring Entity’s Representative Is Atty. Ronn Michael L. Tejano Municipal Mayor Municipality Of Mapanas Province Of Northern Samar 1.23 The Site Is Located At Mapanas, Northern Samar. 1.27 The Start Date Is: Upon Receipt Of Notice To Proceed. 1.30 The Works Consist Of: Item No. Scope Of Work Quantity Unit Construction Of Maihs Multi-purpose Gym Phase 2, Brgy. Manaybanay, Mapanas, Northern Samar B.3 Permits And Clearances 1.00 Lot B.5 Projects Billboard/sign Board 1.00 Lot B.7 Construction Safety And Health 1.00 Lot B.9 Mobilization And Demobilization 1.00 Lot 900(1)c1 Structural Concrete (class A), 28 Days 74.38 Cu.m. 902(1)a Reinforcing Steel, Deformed Grade 40 20,156.72 Kg. 902 Formworks And Falseworks 377.27 Sq.m. 2.2 Note: The Items To Follow 5.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon The Issuance Of Notice To Proceed. 6.5 The Contractor Shall Employ The Following Key Personnel: Key Personnel Number Civil Engineer 1 Construction Foreman 1 Labor Workers 3 7.4(c) “no Further Instructions”. 7.7 No Further Instructions. 8.1 No Further Instructions. 10 The Site Investigation Reports Are: None 12.3 No Further Instructions. 12.5 In Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures: Five (5) Years. 13 “no Additional Provision.” 18.3(h)(i) No Further Instructions. 21.2 The Arbiter Is: Construction Industry Arbitration Commission 29.1 No Day Works Are Applicable To The Contract. 31.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within 15days Of Delivery Of The Letter Of Acceptance. 31.3 The Period Between Program Of Work Updates Is 15days. The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is P 1,000.00. 34.3 The Funding Source Is Coming From Nia 39.1 The Amount Of The Advance Payment Is 15% Of The Contract Price (lump Sum) And Shall Be Release Once Upon Presentation Of The Following Documents As Required: 1. Letter Request For Advance Payment From The Contractor 2. Bank Guarantee For Advance Payment 40.1 Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Be Included For Payment. 51.1 The Date By Which Operating And Maintenance Manuals Are Required Is Not Applicable. The Date By Which “as Built” Drawings Are Required Is 20 Days Upon Completion Of The Subproject. 51.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is P1,000.00. Section Vi. Specifications Project Name: Construction Of Maihs Multi-purpose Gym Phase 2 Location : Brgy. Manaybanay, Mapanas, Northern Samar Item No. Description Qty. Unit. B.5 Project Billboard/signboard 1.00 Lot A. Material A. Tarpaulin (4’x8’) 1.00 Pc B. Plywood Marine (1/4”x1.2m X 2.44m) 2.00 Pc C. Coco Lumber, 2” X 3” X 12’ 84.00 Bd.ft. D. Common Nails Assorted 1.00 Kg B. Freight And Handling C. Name And Capacity Of Equipment D. Labor Derivation (subsidiary Work Description (1 Gang =1- Foreman, 1-carpenter, 1-laborer 1.00 E. Labor Requirement Foreman 1 1.00 Skilled Carpenter 1 1.00 Unskilled 1 1.00 B.7 Construction Safety And Health 1.00 Lot Material A. Safety Helmet 2.00 Pc B. Safety Shoes 2.00 Pc C. Safety Vest 2.00 Pc D. Working Gloves 2.00 Pc E. Face Mask (surgical/cloth) 2.00 Box F. Eye Googles 2.00 Pc G. Sanitizing Solution 3.00 Lit H. Ethyl Alcohol 3.00 Lit I. Disinfectant Spray 3.00 Can J. Liquid Hand Soap 3.00 Lit Environmental Mitigating Cost A. Plywood Ordinary (1/4”x1.2m X 2.44m) 1.00 Pc B. Coco Lumber, 2” X 2” X 12’ 32.00 Pcs C. Qde White Enamel 2.00 L D. Qde Red 1.00 Pint E. Qde Green 1.00 Pint F. Qde Blue 1.00 Pint G. Paint Brush, 2” 2.00 Pc H. Lettering Brush 1.00 Pc I. Cwn 2” 1.00 Kg J. Cwn ½” 1.00 Kg K. Trapal, 12 X 12 1.00 Unit B.9 Mobilization And Demobilization 1.00 Lot A. Material B. Freight And Handling C. Name And Capacity Of Equipment Cargo/service Truck (2-5 Mt.) 1.00 D. Labor Derivation (subsidiary Work Description E. Labor Requirement Safety Officer 1.00 Health Personnel (full Time First Aide) 1.00 Sanitation Aide 1.00 900(1)c1 Structural Concrete (class A),28 Days 74.38 Cu.m. A. Material A. Portland Cement, Type 1 670.00 Bag B. Gravel, ¾” 60.00 Cu.m. C. Sand, Washed 38.00 Cu.m. D. Hot Dip Galvanized Anchor Bolt W/ Nut & Washer, 16mmøx375mm 192.00 Pcs B. Freight And Handling C. Name And Capacity Of Equipment One Bagger Mixer 1.00 D. Labor Derivation (subsidiary Work Description (1 Gang = 1- Foreman, 2-mason, 8-laborers) 20 Bags/day/gang 670.00 E. Labor Requirement Foreman 1 1.00 Skilled Mason 2 2.00 Unskilled 8 8.00 902(1)a Reinforcing Steel, Deformed Grade 40 20,156.72 Kg. A. Material A. Rsb, Deformed, 10mmø 856.00 Pcs 3,163.78 Kgs B. Rsb, Deformed, 12mmø 414.00 Pcs 2,208.28 Kgs C. Rsb, Deformed, 16mmø 550.00 Pcs 5,214.00 Kgs D. Tire Wire #16 138.00 Kg B. Freight And Handling C. Name And Capacity Of Equipment Bar Cutter, Single Phase 1.00 D. Labor Derivation (subsidiary Work Description (1 Gang = 1- Foreman, 1-steelman, 1-laborer) 70 Kgs/day/gang E. Labor Requirement Foreman 1 1.00 Skilled Steelman 1 4.00 Unskilled 1 4.00 903 Fromworks And Falseworks 377.27 Sq.m. A. Material Forms (2 Uses) 269.48 Sq.m. A. Plywood Ordinary (1/4” X 1.2m X 2.44m) 47.00 Pc B. Good Lumber, 2” X 3” X 12 1,620.00 Bd.ft. C. Cwn 1” 57.00 Kg. Scaffoldings (2 Uses) Good Lumber, 2” X 3 12’ 1,512.00 Bd.ft. Coco Lumber, 2” X 3 X 12’ 1,944.00 Pc Cwn 4” 120.00 Kg B. Freight And Handling C. Name And Capacity Of Equipment D. Labor Derivation (subsidiary Work Description Formworks: Fabrication And Install: 1 Gang = 1-foreman,2- Carpenter, 4-laborers Stripping: 1 Gang = 1-foreman, 2-carpenter, 4-laborers E. Labor Requirement Foreman 1 1.00 Skilled Carpenter 2 2.00 Unskilled 4 4.00 Section Vii. Drawings Bill Of Quantities Item No. Scope Of Work Quantity Unit Unit Cost Total Amount Construction Of Maihs Multi-purpose Gym Phase 2, Brgy. Manaybanay, Mapanas, Northern Samar B.3 Permits And Clearances 1.00 Lot B.5 Projects Billboard/sign Board 1.00 Lot 11,832.660 11,832.660 B.7 Construction Safety And Health 1.00 Lot 30,868.950 30,868.950 B.9 Mobilization And Demobilization 1.00 Lot 13,154.400 13,154.400 900(1)c1 Structural Concrete (class A), 28 Days 74.38 Cu.m. 13,034.496 969,564.750 902(1)a Reinforcing Steel, Deformed Grade 40 20,156.72 Kg. 69.182 1,394,491.219 902 Formworks And Falseworks 377.27 Sq.m. 1,469.174 554,280.615 Total 2,974,192.59 Total Cost Of All Line Item Includes Cost Of Contractor’s Profit, Taxes And Ocm. Attached Detailed Cost Estimates Section Ix. Bidding Forms Table Of Contents Bid Form 79 Form Of Contract Agreement 81 Omnibus Sworn Statement 83 Bid Form Date: Iaeb No: To: Lgu-mapanas Northern Samar Address: Mapanas Northern Samar We, The Undersigned, Declare That: We Have Examined And Have No Reservation To The Bidding Documents, Including Addenda, For The Contract Construction Of Maihs Multi-purpose Gym Phase 2, Brgy. Manaybanay, Mapanas, Northern Samar (a) We Offer To Execute The Works For This Contract In Accordance With The Bid And Bid Data Sheet, General And Special Conditions Of Contract Accompanying This Bid; The Total Price Of Our Bid, Excluding Any Discounts Offered In Item (d) Below Is: [insert Information]; The Discounts Offered And The Methodology For Their Application Are: [insert Information]; (b) Our Bid Shall Be Valid For A Period Of 120 Days From The Date Fixed For The Bid Submission Deadline In Accordance With The Bidding Documents, And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period; (c) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract; (d) Our Firm, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Have Nationalities From The Following Eligible Countries: [insert Information]; (e) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (f) Our Firm, Its Affiliates Or Subsidiaries, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Has Not Been Declared Ineligible By The Funding Source; (g) We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And (h) We Understand That You Are Not Bound To Accept The Lowest Evaluated Bid Or Any Other Bid That You May Receive. Name: In The Capacity Of: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Form Of Contract Agreement This Agreement, Made This [insert Date] Day Of [insert Month], [insert Year] Between [name And Address Of Procuring Entity](hereinafter Called The “entity”) And [name And Address Of Contractor] (hereinafter Called The “contractor”). Whereas, The Entity Is Desirous That The Contractor Execute [name And Identification Number Of Contract] (hereinafter Called “the Works”) And The Entity Has Accepted The Bid For [insert The Amount In Specified Currency In Numbers And Words] By The Contractor For The Execution And Completion Of Such Works And The Remedying Of Any Defects Therein. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents Shall Be Attached, Deemed To Form, And Be Read And Construed As Part Of This Agreement, To Wit: (a) General And Special Conditions Of Contract; (b) Drawings/plans; (c) Specifications; (d) Invitation To Apply For Eligibility And To Bid; (e) Instructions To Bidders; (f) Bid Data Sheet; (g) Addenda And/or Supplemental/bid Bulletins, If Any; (h) Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes; (i) Eligibility Requirements, Documents And/or Statements; (j) Performance Security; (k) Credit Line Issued By A Licensed Bank, If Any; (l) Notice Of Award Of Contract And The Bidder’s Conforme Thereto; (m) Other Contract Documents That May Be Required By Existing Laws And/or The Entity. 3. In Consideration Of The Payments To Be Made By The Entity To The Contractor As Hereinafter Mentioned, The Contractor Hereby Covenants With The Entity To Execute And Complete The Works And Remedy Any Defects Therein In Conformity With The Provisions Of This Contract In All Respects. 4. The Entity Hereby Covenants To Pay The Contractor In Consideration Of The Execution And Completion Of The Works And The Remedying Of Defects Wherein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of This Contract At The Times And In The Manner Prescribed By This Contract. In Witness Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Contractor). Binding Signature Of Procuring Entity ________________________________________________ Binding Signature Of Contractor _____________________________________________ [addendum Showing The Corrections, If Any, Made During The Bid Evaluation Should Be Attached With This Agreement] Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Bidding For [name Of The Project] Of The [name Of The Procuring Entity]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The [name Of Bidder] In The Bidding As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder]is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: I Am Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [jurat] * This Form Will Not Apply For Wb Funded Projects.
Closing Date14 May 2025
Tender AmountPHP 2.9 Million (USD 53.3 K)
8181-8190 of 8191 archived Tenders