Mask Tenders
City Of Tayabas Tender
Others
Philippines
Closing Date5 May 2025
Tender AmountPHP 1.3 Million (USD 23.5 K)
Details: Description Republic Of The Philippines Province Of Quezon City Government Of Tayabas Invitation To Bid For Project #25-051 Supply And Delivery Of Office Supplies For 2nd Quarter (non-dbm) - Gso 1. The City Government Of Tayabas, Through The General Fund 2025intends To Apply The Sum One Million Three Hundred Eighteen Thousand Two Hundred Nineteen Pesos (php 1,318,219.00) Being The Abc To Payments Under The Contract For Project # 25-051 Supply And Delivery Of Office Supplies For 2nd Quarter (non-dbm) - Gso. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Tayabasnow Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within Thirty (30) Calendar Days Upon The Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Year From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From City Government Of Tayabas And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 14, 2025 (monday), 8:00 A.m. – 5:00 P.m. From The Given Address And Website(s) Below, In The Amount Of Five Thousand Pesos (p 5,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees 6. The City Government Of Tayabaswill Hold A Pre-bid Conference On April 21, 2025 (monday) 10:00 Am At Bids And Awards Committee Office, 2nd Floor New City Hall, Brgy. Baguio, Tayabas City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before May 5, 2025 (monday), 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On May 5, 2025 (monday), 10:01 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Procuring Entity Is The City Government Of Tayabas With Email Address Of Bidsandawards@gmail.com For The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submission 11. The City Government Of Tayabas Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Raymond S. Bermudez Head, Bac Secretariat 2nd Floor New City Hall, Brgy. Baguio, Tayabas City (042)-797-3778 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph/gepsnonpilot/tender/splashopportunitiessearchui.aspx?menuindex=3&clickfrom=openopp&result=3 Item No. Unit Description Qty Adhesives 1. Pc Glue Stick For Glue Gun 7mm 50 2. Pc Glue, Instant, Branded, 3g High Quality 5 3. Bottle Glue, Multi-purpose, White, 130g High Quality 10 4. Bottle Padding Glue-binding All Kinds Of Paper, 1kilo High Quality 1 5. Roll Tape, Double-sided, White, 24mm 50 6. Roll Tape, Duct, 48mmx10m 30 7. Roll Tape, Electrical, Big 15 8. Roll Tape, Masking, Width: 24mm (±1mm) 100 9. Roll Tape, Packaging, Width: 48mm (+1mm) 10 10. Roll Tape, Transparent, Width: 48mm (±1mm) 40 Batteries - All Batteries Are High Quality 11. Pc Battery 9 Volts, Energizer, High Quality 11 12. Pack Battery Aa L-91 Ultimate Lithium Battery, Branded (energizer), 2s/pack 1 13. Pack Battery Aa Size 2pcs/pack, High Quality 20 14. Pack Battery Aa, Alkaline, 2pcs/pack, High Quality, Heavy Duty 30 15. Pack Battery Aaa, Alkaline, 4pcs/pack, High Quality, Heavy Duty 72 16. Unit Battery Charger W/ Extra Battery, Charges Up To 4-aa, 4-aaa, 9 Volts; Auto Shutoff, Branded 3 17. Pack Battery Rechargeable, Aa, High Quality (2pcs/pack) 25 18. Pack Battery Rechargeable, Aaa, High Quality (2pcs/pack) 30 19. Pack Battery, Alkaline 12v A23, 1pcs/pack 2 Data Storage Devices And Other Computer Peripherals 20. Pc 128 Gb Extreme Pro Micro Sd Card U30/v30/c10/a2/uhs-1200 Mbs R/140 Mbs W/4x6 1 21. Pc Avr Secure 500watts 10 22. Unit Cable, Usb Extension 3.0, Male To Female, 3m High Quality 2 23. Pc Card Reader, Sd, All In 1 High Quality 2 24. Unit External Hard Drive, 1tb., 2.5"hdd, Usb 3.0, Hq 15 25. Unit External Hard Drive, 2tb, Hq High Quality 6 26. Pc Flash Drive, 64gb, Branded, High Quality 30 27. Pc Flash Drive, Otg 32gb Capacity, Branded High Quality 3 28. Pc Keyboard, Usb Port Wired, 96 Keys, High Quality 20 29. Pc Micro Sd Card With Adapter, 32gb, High Quality 3 30. Pc Mouse Pad W/ Wrist Rest High Quality 24 31. Unit Mouse, Usb Port, Wired, High Quality 15 32. Unit Mouse, Wireless, Branded 9 33. Pc Sd Card 128 Gb 1 34. Pc Sd Card Reader All In 1 2 35. Pc Switch 2 In 1 Out 4k Hdmi Switcher Box And Extended 4 Ports Usb Hub Manual Sharing Box With Usb Cables For Computer Pc Laptop Desktop Monitor Tv Printer Keyboard 1 36. Pc Ups-back-ups, 650va, 230v, Avr, Universal Sockets 5 37. Unit Usb Portable Hub, 4 Ports, 3.0, High Speed, High Quality 4 38. Set Wireless Keyboard And Mouse Combo High Performance, Optical( Wireless Range: 10 Meters / 33 Feet • Wireless Encryption: 128-bit Advanced Encryption Standard (aes) Between Devices And Receiver • Software Support: Logitech Setpoint) Keyboard • Low-profile Keys • Adjustable Keyboard Height • Battery: 2 X Aaa • Battery Life (not Rechargeable): 36 Months • Special Keys: 15 Function Keys Accessible Through "fn" Key Mouse • Connect/power: On/off Power Button • Sensor Technology: Advanced Optical Tracking • Battery: 1 X Aa • Battery Life (not Rechargeable): 12 Months High Quality 1 Envelopes, Folders And Other Filing Materials 39. Pc A3 File Folder W/ Pocket (clear Book) 1 40. Pc Arch Lever File, Legal Size, 2" Vertical 21 41. Pc Arch Lever File, Legal Size, 3" Vertical 50 42. Pc Binding Comb / Spine 0.5 10 43. Pc Binding Comb / Spine 1 11 44. Pc Binding Comb / Spine 2 3 45. Box Data Filing Box, High Quality 64 46. Pc Data Folder (horizontal) 3 47. Pc Empty Box, Big (cigarette Box) 20 48. Box Envelope, Mailing 2 49. Pc Envelope, Expanding File, Plastic, Legal, 12 Pockets, Garter Lock W/tab 8 50. Pc Envelope, Expanding, Plastic 8 51. Pc Envelope, Expanding, Plastic W/ Push Lock 1 52. Pc Envelope, Plastic With Handle & Pushlock, Legal 27 53. Pack Envelope, Plastic, Legal, 100pcs/pack 1 54. Box Fastener Paper, Plastic Coated 15inch, 50pcs/box 13 55. Box Fastener Paper, Plastic Coated 7cm (2¾ Cm), 50pcs/box 50 56. Pc Filing Box W/handle 5 57. Pc Filing Tray, Plastic, 3 Layers, Heavy Duty 5 58. Pc Filing Tray, Steel, 3 Layers, Heavy Duty 24 59. Pc Folder Plastic W/ Fastener (legal) 3 60. Pack Folder, Blue, Legal, 100pcs/pack 1 61. Pc Folder, Brown Expandable, Long 120 62. Pack Folder, Green, Legal, 100pcs/pack 1 63. Box Folder, Pressboard, Long, 100pcs/box 3 64. Pack Folder, White, A4, 100pcs/pack 12 65. Pack Folder, White, Legal, 100pcs/pack 25 66. Box Index Tab, 5 Sets Per Box 23 67. Pc L-type Folder, Plastic, A4 6 68. Pc L-type Folder, Plastic, Long 8 69. Pc Magazine Box, Large 25 70. Bundle Plastic Ring Binder, Long Size (23 Holes), 25mm Or 2", 10/bundle 2 71. Bundle Plastic Ring Binder, Long Size (23 Holes), 38mm Or 1.5", 10/bundle 6 72. Bundle Plastic Ring Binder, Long Size (23 Holes), 51mm Or 2", 10/bundle 3 73. Pack Pvc Bookbinding Cover Clear, Legal, Book Binding Clear Cover For Spiral Bound Documents. Packed By 100pcs., Weight: 2100 G 2 74. Pc Ring File Binder, 2-ring, Legal Portrait Black 6 75. Pc Storage Box W/ Cover & Wheels, 95l, Plastic, Heavy Duty - High Quality 18 Inks For Printer And Other Printing Materials 76. Cartridge Epson Ink Cartridge T188 Black 1 77. Bottle Canon Ink Refil, Genuine, Gi 71, 70 Ml, Black 3 78. Bottle Canon Ink Refil, Genuine, Gi 71, 70 Ml, Cyan 2 79. Bottle Canon Ink Refil, Genuine, Gi 71, 70 Ml, Magenta 2 80. Bottle Canon Ink Refil, Genuine, Gi 71, 70 Ml, Yellow 2 81. Pc Digital Printer Ink For Riso Machine, Bps: 150/250/350 C--4 8 82. Cartridge Epson - C13t44g100 (sjic40p-matte Black) 2 83. Cartridge Epson - C13t44g200 (sjic40p-cyan) 1 84. Cartridge Epson - C13t44g300 (sjic40p-magenta) 1 85. Cartridge Epson - C13t44g400 (sjic40p-yellow) 1 86. Cart Ink Cartridge, (hp 680), Black, Genuine 2 87. Cart Ink Cartridge, (hp 680), Colored, Genuine 2 88. Bottle Ink Refill - Brother Bt5000 Cyan 48.8 Ml, Genuine (dcp-t300, Dcp-t500w, Dcp-t700w, Mfc-t800w, Dcp-t310, Dcp-t510w, Dcp-t710w, Mfc-t810w, Mfc-t910dw 4 89. Bottle Ink Refill - Brother Bt5000 Magenta, 48.8 Ml, Genuine (dcp-t300, Dcp-t500w, Dcp-t700w, Mfc-t800w, Dcp-t310, Dcp-t510w, Dcp-t710w, Mfc-t810w, Mfc-t910dw 4 90. Bottle Ink Refill - Brother Bt5000 Yellow 48.8 Ml, Genuine (dcp-t300, Dcp-t500w, Dcp-t700w, Mfc-t800w, Dcp-t310, Dcp-t510w, Dcp-t710w, Mfc-t810w, Mfc-t910dw 4 91. Bottle Ink Refill - Brother Bt6000 Black, 108ml, Genuine (dcp-t300, Dcp-t500w, Dcp-t700w, Mfc-t800w) 6 92. Bottle Ink Refill - Canon Gi-790 Black, 135ml, Genuine 3 93. Bottle Ink Refill - Canon Gi-790 Cyan, 70ml, Genuine 4 94. Bottle Ink Refill - Canon Gi-790 Magenta, 70ml, Genuine 3 95. Bottle Ink Refill - Canon Gi-790 Yellow, 70ml, Genuine 3 96. Bottle Ink Refill - Epson 001, Black, 127ml, Genuine 65 97. Bottle Ink Refill - Epson 001, Cyan, 70ml, Genuine 45 98. Bottle Ink Refill - Epson 001, Magenta, 70ml, Genuine 48 99. Bottle Ink Refill - Epson 001, Yellow, 70ml, Genuine 45 100. Bottle Ink Refill - Epson 003, Black, 65ml, Genuine 95 101. Bottle Ink Refill - Epson 003, Cyan, 65ml, Genuine 60 102. Bottle Ink Refill - Epson 003, Magenta, 65ml, Genuine 60 103. Bottle Ink Refill - Epson 003, Yellow, 65ml, Genuine 60 104. Bottle Ink Refill - Epson T6641, Black, 70ml, Genuine 76 105. Bottle Ink Refill - Epson T6642, Cyan, 70ml, Genuine 52 106. Bottle Ink Refill - Epson T6643, Magenta, 70ml, Genuine 52 107. Bottle Ink Refill - Epson T6644, Yellow, 70ml, Genuine 52 108. Bottle Ink Refill - Hpgt52l, Cyan, 70ml, Genuine 2 109. Bottle Ink Refill - Hpgt52l, Magenta, 70ml, Genuine 1 110. Bottle Ink Refill - Hpgt52l, Yellow, 70ml, Genuine 1 111. Bottle Ink Refill - Hpgt53xl, Black, 75ml, Genuine 1 112. Bottle Ink Refill- Epson 008, Black, 127ml (l15150, L6490) 14 113. Bottle Ink Refill- Epson 008, Cyan, 70ml (l15150, L6490) 14 114. Bottle Ink Refill- Epson 008, Magenta, 70ml (l15150, L6490) 14 115. Bottle Ink Refill- Epson 008, Yellow, 70ml (l15150, L6490) 14 116. Bottle Ink Refill Marker (permanent, Black) 1 117. Bottle Ink Refill Marker (whiteboard, Black) 1 118. Cart Ink T3130m Black, 50ml 1 119. Cart Ink T3130m Cyan 26ml 1 120. Cart Ink T3130m Magenta 26ml 1 121. Cart Ink T3130m Yellow 26ml 1 122. Pc Ink-cv Type Ink 800ml 1 123. Roll Ink-cv Typeb4 Mater Roll Ink 209 Sheets Per Roll-s7040ua 1 124. Cartridge Ribbon Cartridge (fx-2190ii)- S015327 1 125. Cartridge Ribbon Cartridge, S015632 (lx-310) 34 126. Cartridge Ribbon Cartridge-ce-315250 4 127. Pack Ribbon Ink (hiti Card Printer Ribbon Pack-ymcko 400 Prints/roll 2 128. Pc Wf-6091 Ink Jet Black 1 129. Pc Wf-6091 Ink Jet Cyan 1 130. Pc Wf-6091 Ink Jet Magenta 1 131. Pc Wf-6091 Ink Jet Yellow 1 Papers And Other Writing Materials 132. Pack Board Paper 220gsm, White Long, 10s/pack High Quality 12 133. Reams Board Paper, Specialty, Short, 500 Per Ream, With Logo/ Header (refer To End User) 3 134. Ream Bond Paper, A3, Sub. 20 (70gsm) High Quality 10 135. Ream Bond Paper, Multi-purpose, Letter, S20/70gsm, High Quality 194 136. Box Carbon Paper Long, High Quality, 100s/box 1 137. Pack Cartolina (assorted Color) 8 138. Pc Chipboard 4 139. Ream Colored Paper, Legal, S24/80gsm, 250s/ream (note: Ask End-user For Color) High Quality 5 140. Reams Colored Paper, Short, 250pcs/ream, Substance 20 (refer To End User) High Quality 4 141. Roll Continuous Form Paper Stock Carbonless Portrait A4 Size 3ply-all White 1 142. Pad Daily Time Record, Paper, 100's/pad 13 143. Box Daily Time Card Record, 100 Pcs Per Pack 4 144. Roll Label Synthetic, 3"x30m (matte Sticker) 1 145. Pc Manila Paper 200 146. Ream Oslo Paper, 100gsm, 250s/ream 4 147. Pack Paper Sticker A4, Glossy, 10s/pack, White High Quality 61 148. Pack Paper Sticker A4, Matte, 10s/pack, White High Quality 45 149. Pack Paper Sticker Long, Glossy, 10s/pack, White High Quality 29 150. Pack Paper, Board, Letter, 180gsm, White, 10's/pack 40 151. Ream Paper, Colored (multicolored), Legal, 250/ream 4 152. Pack Paper, Special, Legal, Cream, 10pcs/pack, 110-120gsm High Quality 10 153. Pack Paper, Specialty, Board 120gsm Letter, 10's/pack High Quality 10 154. Pack Paper, Specialty, Board 180gsm Letter, 10's/pack High Quality 105 155. Pack Paper, Specialty, Board, 120 Gsm, Legal, 10s/pack High Quality 42 156. Pack Paper, Specialty, Board, 120 Gsm, Legal, 10s/pack, White High Quality 24 157. Pack Paper, Specialty, Board, 120 Gsm, Legal, 10s/pack, Yellow High Quality 31 158. Pack Paper, Specialty, Board, 180 Gsm, Legal, 10s/pack High Quality 13 159. Ream Paper, Specialty, Short, 500 Per Ream, With Logo/ Header High Quality 2 160. Pack Parchment Paper, 10 Pcs/pack, 8.5" X 13" 12 161. Pack Parchment Paper, 9"x12", 90gsm, 10s/pack 9 162. Pack Photo Paper Glossy (sticker), A4, 20s/pack, High Quality High Quality 19 163. Pack Photo Paper Glossy, A4, 180gsm, 20s/pack, High Quality High Quality 35 164. Pack Photo Paper Glossy, Double Sided A4, 180gsm, High Quality High Quality 15 165. Pack Photo Paper Premium Matte, A4, 20s/pack High Quality 17 166. Book Record Book, 150 Pages High Quality 65 167. Book Record Book, Official, 500 Pages, 8.5"x11" High Quality 50 168. Pc Steno Notebook, 100 Pages High Quality 4 169. Pad Yellow Pad 100pcs/pad 9 Pens, Pencils And Markers 170. Box Ballpen, Black, Retractable, High Quality, 12 Pcs. / Box High Quality 1 171. Box Ballpen, Bps Fine (black) Hq, 12pcs/box 30 172. Box Ballpen, Bps Fine (blue) Hq, 12pcs/box 14 173. Box Ballpen, Bps Fine (red) Hq, 12pcs/box 3 174. Box Ballpen, Ordinary (black) 50pcs/box High Quality 51 175. Box Ballpen, Ordinary (blue) 50pcs/box High Quality 4 176. Box Ballpen, Ordinary (red) 50pcs/box High Quality 2 177. Box Ballpen, Ordinary, Black, 0.5, 12pcs/box 17 178. Box Ballpen, Ordinary, Black, 0.5, 12pcs/box High Quality 2 179. Box Ballpen, Ordinary, Blue, 0.5, 12 Pcs/box High Quality 20 180. Box Crayon, 16s 20 181. Box Expert Gel Pen Broad 1.0mm Blue Agp13672 High Quality 10 182. Box Gel Pen Black (50pcs/box) High Quality 1 183. Box Gel Pen Blue (50pcs/box) High Quality 1 184. Box Gel Pen Broad, Blue Gel Pen 1.0mm, High Quality 60 185. Pc Highlighter/flourescent (assorted Color, Pastel) 140 186. Pc Microfine Pen, 0.3 Needle Tip, Black, High Quality 4 187. Pc Microfine Pen, 0.4 Needle Tip, Black, High Quality 9 188. Pc Microfine Pen, 0.4 Needle Tip, Red, High Quality 1 189. Pc Multimark 1513 Permanent Marker High Quality 5 190. Pc Needle Tip, 0.5, Black, High Quality 60 191. Pc Needle Tip, 0.5, Blue, High Quality 52 192. Pc Needle Tip, 1.0, Blue, High Quality 40 193. Pc Permanent Marker (chisel) (black) High Quality 150 194. Pc Permanent Marker (chisel) (blue) High Quality 33 195. Pc Permanent Marker (chisel) (red) High Quality 31 196. Pc Permanent Marker, Fine, Blk High Quality 26 197. Pc Permanent Marker, Fine, Blue High Quality 7 198. Pc Sign Pen, Black, 0.3mm, High Quality High Quality 3 199. Pc Whiteboard Marker, Black 100 200. Pc Whiteboard Marker, Blue 24 201. Pc Whiteboard Marker, Red 25 Toner: 202. Pc High Quality Ap2560 1 203. Pc High Quality Xerox Docucentre S2320 2 204. Cartridge Machine Copier - High Quality V2560 Toner 2 205. Cartridge Toner Cartridge Forhigh Quality Xerox Docucentre S2011/ S2320/ S2520/ S2110/ Ap2150 7 206. Cartridge Toner Cartridge Laserjet Mfp M436 1 207. Cartridge Toner Cartridge High Quality Photocopier Bp20m24 1 208. Cartridge Toner Cartridge, High Quality Dcp1516nw 2 209. Cartridge Toner Cartridge, Ricoh Aficio Mp 2014, Genuine 2 210. Cartridge Toner Cartridge, High Quality Bp-20c25, Bp-ft20ba, (b) Genuine 2 211. Cartridge Toner Cartridge, High Quality Dx-2500, Dx-25ftba, (b) Genuine 2 212. Cartridge Toner Cartridge, High Quality Dx-2500, Dx-25ftca, (c) Genuine 1 213. Cartridge Toner Cartridge, High Quality Dx-2500, Dx-25ftma, (m) Genuine 1 214. Cartridge Toner Cartridge, High Quality Dx-2500, Dx-25ftya, (y) Genuine 1 215. Cartridge Toner Cartridge, High Qualitymx-235ft, Genuine 3 216. Cartridge Toner Cartridges, High Quality Tn-3448 For Brother Hl-l5000d, Hl-l5100dn, Hl-l6200dw, Dcp-l5600dn, Mfc-l5900dw 3 217. Cartridge Toner For High Quality Photocopier, Imagerunner 2006n 1 218. Cartridge Toner, High Quality, Cartridge, Bp-ft200 1 Other Office Utilities And Supplies 219. Pack Binding Screw With Washer, 65mm, Genuine, 50pcs 4 220. Pair Bookends 3 221. Pc Certificate Frame (certificate/picture) 8.5" X 11" 124 222. Pc Certificate Frame (certificate/picture) 8.5" X 13" 15 223. Pc Certificate Holder, 9x12 High Quality 25 224. Pc Certificate Holder, Legal High Quality 15 225. Pc Certificate Holder, Letter High Quality 200 226. Box Clip Backfold, 32mm 12pcs / Box 60 227. Pc Clip, Metal Bulldog 56 228. Pc Clipboard, 9"x15" 2 229. Pc Clipboard, A5 Size, Waterproof With Cover, Black 1 230. Pc Clipboard, Legal Size 17 231. Pc Corkboard W/ Aluminum Frame, 3ft X 4ft 1 232. Pc Correction Liquid, Water Based, 20ml High Quality 11 233. Pc Correction Tape, 8m, High Quality 600 234. Box Cutter Blade Refill, Big, 10pcs/box 6 235. Pc Cutter Knife, Big, Heavy Duty, High Quality 6 236. Pc Drive/timing Belt For Hiti Cs200e Card Printer 4 237. Unit Gun Tacker T-50, Heavy Duty 1 238. Box Gun Tacker Wire 9/16'14mm (heavy Duty) 1 239. Box Gun Tacker Wire T-50, 12mm, 5000pcs 5 240. Pc Id Case With Holder 24 241. Roll Laminating Film, Roll, 330mm X 50m, 250mic 3 242. Box Paper Black Metal Binder Clip (41mm) 1 243. Box Paper Black Metal Binder Clip (51mm) 1 244. Unit Paper Cutter, Metal Base, A3 Heavy Duty 1 245. Yard Plastic Cover, #16, High Quality 60 246. Unit Powerpoint Presenter, Wireless (branded), High Quality 1 247. Pc Puncher Paper, Heavy Duty 10 248. Case Push Pin, Flat Head Type, Assorted Color, 100pcs./case 4 249. Pack Pvc Card (for Id 400pcs/pack) As End User 1 250. Box Rubber Band #18 5 251. Box Rubber Band, All-purpose, Approx 350 Grams, Durable, Economical, Elastic 3 252. Box Rubber Band, Flat Brown, (net Weight: 350gms/box) 3 253. Pc Ruler, Metal, 12" 1 254. Pc Ruler, Plastic, 18" 7 255. Pc Scissors 8", High Quality, Heavy Duty 17 256. Pc Scissors, Black Super Alloy 21cm 4 257. Pc Stamp Ink, Violet, Trodat 8 258. Piece Stamp Numbering (8 Digit) 1 259. Bottle Stamp Pad Ink, Black, 30ml 13 260. Bottle Stamp Pad Ink, Purple/violet, 30ml 30 261. Pc Stamp Pad, No. 1 7 262. Pc Stamp Pad, No. 2 6 263. Pc Stamp, Certified Copy From The Original 4 264. Pc Stamp, Dater 5 265. Pc Stamp, Dater W/ Received 5 266. Pc Stamp, Dater W/ Received, Self-inking 2 267. Pc Stamp, Dater, Self-inking 2 268. Pc Stamp, Rubber (customized Name) 6 269. Pc Stamp, Rubber, Self Inking (customized Name) 8 270. Pc Stamp, Rubber, Self-inking, For 6-digit Numbering 1 271. Pc Staple Wire No. 23/17, High Quality 1 272. Box Staple Wire No.10 7 273. Pc Stapler, Heavy Duty W/ Staple Remover # 35 25 274. Unit Stapler, Heavy Duty, For Bookbinding Stapling 1 275. Pc Stapler, Hq #10 1 276. Pc Stapler, W/ Staple Remover # 35 2 277. Unit Tripod, High Quality 1 278. Pack Vinyl Sticker, A4, 10's/pack 3 279. Pack Vinyl Waterproof Sticker, A4, 20sheets 5 280. Pc Whiteboard Eraser 9 281. Pc Whiteboard, Magnetic W/ Aluminum Frame, 3ft X 4ft 1 282. Pc Whiteboard, Magnetic W/ Aluminum Frame, 4ft X 8ft 1 283. Set Whiteboard, Magnetic W/ Metal Frame, 8in X 12in (with Eraser And Marker) 4 Note:all Items To Be Delivered Must Be Genuine, Authentic & Original. Fake And Counterfeit Products Shall Not Be Accepted. April 14, 2025 _____________________________________ Wilfredo S. Tomines Chairperson, Bids And Awards Committee
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Solid Waste Management
United States
Closing Date13 Mar 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Notice Only
the Purpose Of This Sources Sought Is To Conduct Market Research To Procure A Service To Collect, Transport, Treat And Dispose Of Hazardous Medical Waste Disposal. This Notice Serves To Survey The Market To Ascertain Whether-or-not Sources Are Capable Of Providing The Requested Services. this Notice Also Allows Potential Contractors/vendors To Submit A Non-binding Statement Of Interest And Documentation Demonstrating Their Capability. Please Review The Draft Statement Of Work (sow) To Compare Your Supply/service To What Is Requested. Complete The Line-items Below And Submit Any Documentation Supporting Your Product/service For Consideration. Network Contracting Office 23 (nco 23) Is Requesting Responses From Qualified Business Concerns; The Qualifying Naics Code For This Effort Is 562211 Hazardous Waste Treatment And Disposal
this Sources Sought Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification(s) (service Disabled/veteran Owned Small Business (sd/vosb), Hub Zone, 8(a), Small, Small Disadvantaged, Woman Owned Small Business, Or Large Business) Relative To Naics 562211. Responses To This Notice, Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Notice, A Solicitation Announcement May Be Published. Responses To This Notice Are Not Considered Adequate Responses To Any Corresponding Solicitation Announcement. All Interested Offerors Are Requested To Respond To This Notice But Are Required To Respond To The Official Solicitation Announcement In Order To Be Awarded The Contract. instructions: responses Must Include The Following Information: Primary Information: company Name: Point Of Contact (poc) Name: Email Address: Phone Number:
unique Entity Id No. Listed In The System Of Awards Management (sam):
business Size: (service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Small Business Other, Small Business, Or Large Business) For The Naics Code 562211 Hazardous Waste Treatment And Disposal . Please Indicate Whether You Hold A Gsa Federal-supply-schedule Or Indefinite Delivery/indefinitely Quantity (idiq) Contract That Covers This Type Of Request. If So, Please Provide The Schedule Contract Number.
important If Your Firm Is A Socio-economic Small Business (sdvosb, Vosb, Hub Zone, 8(a), Small, Small Disadvantaged, Woman Owned Small Business), Please State If Your Firm Is A Nonmanufacturer Under The Nonmanufacturer Rule. For More Information About The Nonmanufacturer Rule And How It Applies To Your Firm, Click On This Small Business Administration Link: Https://www.sba.gov/partners/contracting-officials/small-business-procurement/nonmanufacturer-rule
please Check The Lines Below That Apply To Your Firm:
a. ____ Business Size Does Not Exceed 500 Employees.
b. ____ Firm Is Primarily Engaged In The Retail Or Wholesale Trade And Normally Sells This Type Of Item Being Supplies.
c. ____ Firm Takes Ownership Or Possession Of The Item(s) With Its Personnel, Equipment, Or Facilities In A Manner Consistent With Industry Practice.
d. ____ Supplies The End Products Of A Small Business Manufacturer Or Processor Made In The United States. Please Indicate Whether You Hold A Gsa Federal-supply-schedule Or Indefinite Delivery/indefinitely Quantity (idiq) Contract That Covers This Type Of Request. If So, Please Provide The Schedule Contract Number.
the Attached Sow Is A Draft And Is Not Finalized. If Any Portions Are Unclear, Prohibited, And/or You Are Unsure About The Draft Description Of The Requirement Please List Your Comments And/or Concerns In Your Response So They Can Be Addressed. response Is Due By 03/13/2024, At 10:00am Central Time. Please Submit E-mail Responses To Mrs. Alberta Mickells, Contract Specialist, At Email Address: Alberta.mickells@va.gov. Please Place Hazardous Waste Disposal In The Subject Line Of Your Email. This Notice Is To Assist The Department Of Veterans Affairs In Determining Qualified Sources Only. item Information
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001 12.00
mo
__________________
__________________ collection And Disposal Of Hazardous Waste At The Fargo Va Health Care System Main Campus, Cbocs, And Crrc (downtown). contract Period: Base
pop Begin: 04-01-2025
pop End: 12-31-2025
principal Naics Code: 562211 - Hazardous Waste Treatment And Disposal
product/service Code: 4235 - Hazardous Material Spill Containment And Clean-up Equipment And Material 1001 12.00
mo
__________________
__________________ collection And Disposal Of Hazardous Waste At The Fargo Va Health Care System Main Campus, Cbocs, And Crrc (downtown). contract Period: Option 1
pop Begin: 01-01-2026
pop End: 12-31-2026
principal Naics Code: 562211 - Hazardous Waste Treatment And Disposal
product/service Code: 4235 - Hazardous Material Spill Containment And Clean-up Equipment And Material 2001 12.00
mo
__________________
__________________ collection And Disposal Of Hazardous Waste At The Fargo Va Health Care System Main Campus, Cbocs, And Crrc (downtown). contract Period: Option 2
pop Begin: 01-01-2027
pop End: 12-31-2027
principal Naics Code: 562211 - Hazardous Waste Treatment And Disposal
product/service Code: 4235 - Hazardous Material Spill Containment And Clean-up Equipment And Material 3001 12.00
mo
__________________
__________________ collection And Disposal Of Hazardous Waste At The Fargo Va Health Care System Main Campus, Cbocs, And Crrc (downtown). contract Period: Option 3
pop Begin: 01-01-2028
pop End: 12-31-2028
principal Naics Code: 562211 - Hazardous Waste Treatment And Disposal
product/service Code: 4235 - Hazardous Material Spill Containment And Clean-up Equipment And Material 4001 12.00
mo
__________________
__________________ collection And Disposal Of Hazardous Waste At The Fargo Va Health Care System Main Campus, Cbocs, And Crrc (downtown). contract Period: Option 4
pop Begin: 01-01-2029
pop End: 12-31-2029
principal Naics Code: 562211 - Hazardous Waste Treatment And Disposal
product/service Code: 4235 - Hazardous Material Spill Containment And Clean-up Equipment And Material grand Total
__________________ notes: Issuance Of This Notice Does Not Constitute Any Obligation Whatsoever On The Part Of The Government To Procure These Supplies And/or Services, Or To Issue A Solicitation, Nor To Notify Respondents Of The Results Of This Notice. No Solicitation Documents Exists At This Time; However, In The Event The Acquisition Strategy Demonstrates That Gsa Is A Viable Option For Procuring A Solution, The Rfq Shall Be Posted To Gsa Ebuy Where Only Those Firms Who Currently Hold A Gsa Schedule With The Applicable Sin Will Be Able To Respond. The Department Of Veterans Affairs Is Neither Seeking Quotes Nor Accepting Unsolicited Quotes, And Responses To This Notice Cannot Be Accepted As Offers. Any Information The Vendor Considers Proprietary Should Be Clearly Marked As Such. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Sources Sought Notice. statement Of Work title: Hazardous Waste Management Services overview: The Fargo Va Has A Need For A Qualified Contractor With The Capability And Capacity To Provide Disposal Services For Hazardous Waste, Non-hazardous Chemical Waste, Specialty Waste (i.e. Hazardous Pharmaceutical, High Hazardous Waste, Dea Drug Waste, Non-hazardous Pharmaceutical, And Dual Waste [hazardous Chemical And Bio-hazardous Combined]), Universal Waste, Emergency Spill Response Services, Lab Pack Services That Include Supplies, Labeling, Lab-packing, Consolidation, Shipment, Manifesting, And Consulting From The U.s. Department Of Veteran Affairs At The Fargo Va Campus, Community Based Outreach Clinics (cboc) (8) And The Community Resource And Referral Center (crrc) this Contract Will Not Include The Disposal Of Infectious, Bio-hazardous, Radiological, Or Pathological Waste Except For Dual (chemical And Infectious Combined) Waste. acronyms:
1. Co Contracting Officer
2. Cor Contracting Officer S Representative
3. Va Department Of Veterans Affairs
4. Vahcs Fargo Va Health Care System. 5. Sow Statement Of Work 6. Osha - Occupational Safety And Health Administration
7. Epa - Environmental Protection Agency
8. Dot Department Of Transportation
9. Mpca Minnesota Pollution Control Agency 10. Jc Joint Commission
11. Mdh Minnesota Department Of Health
12. Nddeq North Dakota Department Of Environmental Quality
13. Cdc Centers For Disease Control
14. Dea Drug Enforcement Administration
15. Rcra Resource Conservation And Recovery Act 16. Cfr Code Of Federal Regulations 17. Contractor Employee Means All Contractor Staff, Technicians, Personnel, Subcontractors, Or Persons Working On Behalf Of The Contractor. 4. Place Of Performance: fargo Va Health Care System, 2101 Elm St. North, Fargo Nd 58102 (monthly)
bemidji Community Based Outpatient Clinic (cboc) 1217 Anne Street Nw, Bemidji Mn 56601 (semi-annually)
bismarck Community Based Outpatient Clinic (cboc) 2700 State Street Suite F, Bismarck Nd 58503 (semi-annually)
devils Lake Community Based Outpatient Clinic (cboc) 1031 7th Street Ne, Devils Lake Nd 58301 (annually)
fargo Community Resource And Referral Center (crrc) 721 1st Ave North, Fargo Nd 58102 (annually)
fergus Falls Community Based Outpatient Clinic (cboc) 1039 North Park Street, Fergus Falls Mn 56537 (annually)
grafton Community Based Outpatient Clinic (cboc) 1319 West 11th Street, Grafton Nd 58237 (annually)
grand Forks Community Based Outpatient Clinic (cboc) 3221 32nd Ave. South, Grand Forks Nd 58201 (semi-annually)
jamestown Community Based Outpatient Clinic (cboc) 2430 20th Street Southwest, Suite B, Jamestown Nd 58401 (annually)
minot Community Based Outpatient Clinic (cboc) 3400 South Broadway Street, Minot Nd 58701 (semi- Annually) period Of Performance:
this Contract Will Be A Single Award, Firm Fixed Price Indefinite Delivery, Indefinite Quantity, Service Contract For One (1) Base Year With Four (4) Option Years. Renewal Of Option Years Is Subject To Availability Of The Next Fiscal Year Funding.
qualifications And Special Certifications:
contractor Must Obtain All Necessary Permits And/or Licenses Regarding The Pickup And Incineration Or Other Acceptable Disposition As Regulated By State And Federal Epa Guidelines For Hospital Hazardous/dual Waste. treatment, Storage And Disposal Facilities (tsdfs) Need A Resource Conversation And Recovery Act (rcra) Permit. federal Certificate Of Registration To Transport Hazardous Waste federal Safety Permit To Travel On Highways if Waste Covered Under This Contract Must Be Transported Through A Jurisdiction Which Requires Special Licensing Or Permitting, The Contractor And/or Subcontractor Shall Obtain And Maintain All Necessary Licenses And Permits. The Contractor Shall Provide Copies Of These Licenses And Permits To The Cor/poc. the Contractor And/or Subcontractor Shall, Without Additional Cost To The Fargo Vahcs Or Federal Government, Provide And Maintain All Licenses And Permits For Personnel, Trailers, Containers, Vehicles, And Other Resources Required For Proper Transportation And Disposal Of The Wastes Covered Under This Contract In Accordance With All Applicable Federal, State, Local, Municipal, And Va, Laws, Regulations, And Requirements. if Appropriate Licenses And Permits Are Not Maintained In Accordance With These Applicable Laws, Regulations And Requirements, The Fargo Vahcs May Terminate The Contract Effective Upon Discovery. the Contractor Is Required To Perform Characterization Of All Waste Streams Identified By Each Facility Using Process Knowledge, Identity Of The Chemicals, And Other Types Of Chemical Analysis Including But Not Limited To Toxicity Characteristic Leaching Procedure (tclp). chemical Wastes Shall Include But Not Be Limited To Flammables, Corrosives, Poisons/toxics/lethal, Reactive Wastes, Dual And Hazardous Waste, And Universal Waste. Work Shall Be Performed In Accordance With All Applicable, Federal, State, Local And All Governing Regulations. the Successful Offeror Must Possess The Necessary Technical Expertise And Resources Required By This Statement Of Work To Be Considered For Contract Award. regulations / Directives / Policies:
the Contractor Must Comply With All Applicable Federal (us Epa, Us Osha, Us Dot), State (mn Osha, Mpca, Nddeq), Interstate, National Consensus Standards (jc), And Local Requirements, Rules, Regulations, And Laws Relative To The Handling, Removal, Manifesting, Transportation, Management, Disposal And/or Treatment Of Hazardous, Non-hazardous And Specialty Wastes. scope Of Work:
contractor Shall Provide All Labor, Personnel, Transportation, Vehicles, Equipment, Tools, And Materials Necessary To Provide Hazardous Waste Management Services. contractor Shall Have The Capability And Capacity To Provide Hazardous, Dual, Universal, And Dea Drug Waste, Waste Disposal Services, Lab Packs, And Removal Of Non-hazardous Chemical Waste Removal And Disposal From The Vahcs, In Accordance With Current Federal, State, And Local Regulations.
services Shall Include Pharmaceutical Formulary Review; Technical Consulting; Electronic Record Keeping; Emergency Spill Response; Analysis, Documentation, Waste Treatment, Disposal And Support Services Required To Categorize, Package, Transport, Document And Dispose Of Hazardous, High Hazardous, Dual, And Universal, And Non-hazardous Chemical Wastes And Their Containers. the Certification And Accreditation Requirements Under Va Handbook 6500 Do Not Apply, And As Such A Security Accreditation Package Is Not Required. waste Removal And Shipment: the Contract Will Include Removal, Documentation, And Shipment Of Wastes From The Designated Hazardous Waste Storage Area At The Fargo Va Hcs. this Will Include Periodic Shipments Of Dea Controlled Substances Waste And All Labor And Equipment To Package, Transport, Treat And Dispose Of Waste. Protection And Mandates: contractor Will Provide Appropriate Protection For His/her Employees To Be Within Cdc Guidelines That Include Barrier Precautions, I.e., Gloves, Masks, Eyewear And/or Waterproof Gowns, Aprons, (lab) Coats Or Respirators As Necessary. cor Or Cor Designee Will Notify Contractor Of Areas With The Health Care Systems Or Unusual Circumstances Requiring Personal Protective Equipment (ppe) Beyond Standard Practices. contractor Will Comply With All Applicable Osha, Mpca, Rcra, The Joint Commission, Mdh, Federal, State, Interstate And Local Requirements, Rules, Regulations, And Laws Respecting Control And Abatement Of Pharmaceutical And Hazardous Waste Disposal And Management. obtain All Necessary Permits And/or Licenses Regarding The Pickup And Incineration Or Other Acceptable Disposition As Regulated By State And Federal Epa Guidelines For Hospital Hazardous/dual Waste. this Includes Any Laws In Other States That Are Applicable To The Transportation Of Hazardous/dual Waste Across State Lines. potential Successful Contractor May Be Asked For Documentation That Will Help Determine Contractor Responsibility And Whether The Transporter Is Aware Of And In Compliance With (these) Regulatory Requirements.
the Vahcs Requires Hazardous Waste Removal As Designated.
contractor Must Check In With The Cor/poc Or His/her Designee Prior To Beginning Any Work And After Completion. shipments Of Hazardous, Dual, Universal, And Non-hazardous Healthcare Waste Must Be Provided Every Month. periodic Shipments Of Dea Controlled Substances Waste. all Labor And Equipment To Package, Transport, Treat And Dispose Of Waste. technical Expertise To Categorize And Profile Waste And Advise On Federal, State, Municipal And Local Regulatory Compliance. consulting Services
at The Fargo Va S Request, The Contractor Will Provide Technical Expert Consulting Services On Topics Related To Epa, State Specific Rcra, Dot, And Other Environmental Regulations. pharmaceutical Formulary Review Annual Update annual Pharmaceutical Formulary Review And Report That Identifies All Listed And Characteristic Waste And Codes Including Specific Waste Codes For Minnesota And North Dakota.
the Contractor Will Provide An Electronic Review Of The Vahcs Formulary And Provide Recommendations As Appropriate. the Completed Review Will Identify All Listed Waste, Characteristic Waste, And Rcra-equivalent Waste, Including State Specific Waste Codes, E.g. Mn01 Lethal. the Final Review Will Be Submitted In Microsoft Excel Spreadsheet In An Electronic File. electronic Record Keeping And Reporting. controlled Substances Disposal
contractor Personnel Will Be Escorted By Vahcs Staff. the Contractor Will Be Responsible For The Disposal Of Controlled Substances From The Fargo Va Hcs Pharmacy In Compliance With All Applicable Dea, Epa, Mpca, And Local Regulations And The Needs Of The Department Of Veterans Affairs.
transportation: Hazardous Waste Shall Be Transported On The Public Highways In Vehicles That Are Licensed, Permitted, Or Otherwise Registered In Accordance With All Applicable Federal, State, Municipal And Local Laws. license Number(s) Must Be Posted On The Exterior Of The Vehicles. each Vehicle Transporting Hazardous Waste Must Have An Emergency Spill Clean-up Plan And Basic Cleanup Equipment On Board. out Of Country Shipments Are Prohibited Under This Contract.
disposal: Contractor Will Dispose Of Hazardous Waste In A Manner That Leaves No Future Expense Potential To The Va Or The Federal Government. Chemicals Should Be Disposed Of In The Following Preferred Priority:
the Treatment Of The Chemical Waste (at A Facility Approved For Such Processing By An Appropriate State Or Federal Agency) In A Manner That Renders It No Longer A Hazardous Waste As Defined In The 40 Cfr Series. These Processes Include (but Are Not Limited To):
reprocessing Or Recovery Followed By Recycling/reuse.
chemical Neutralization Or Detoxification.
thermal Treatment (e.g. Incineration, Pyrolysis). the Long-term Internment (burial) In A Secure Chemical Landfill Site Approved For Such By The Appropriate State Or Federal Agency.
acceptance Of The Hazardous Property (chemical Wastes) At A Properly Permitted Treatment, Storage, Or Disposal Facility Does Not Constitute Disposal And/or Completion Of The Contract. it Is The Prime Contractor S Responsibility To Obtain All Necessary Documentation To Prove That The Timely End Disposal Of All Items Has Been Accomplished.
contractor Shall Provide The Cor/poc With A List Of Disposal Facilities That Will Be Used In Conjunction With This Contract. This List Must Include The Name Of The Company, Address, City, And State, Zip Code, Telephone Number, Epa Id And State Permit Number.
this Contract Will Not Include The Disposal Of Infectious, Bio-hazardous, Radiological, Or Pathological Waste With The Exception Of Dual (chemical And Infectious Combined) Waste.
waste Spill Or Release: Should Waste Be Spilled Or Released During The Performance Of Services, Through No Fault Of The Fargo Va Hcs, The Contractor Will Be Responsible For Cleanup And All Costs Associated With The Satisfactory Remediation Of The Incident. this Will Include The Cost Of All Labor And Materials, Repair Of Any Damage, And/or Harm Caused To Patients, Visitors, And Staff. Cleanup Shall Be Performed To The Satisfaction Of Regulatory Authorities And The Cor/poc.
when Waste Is Spilled Or Release By The Contractor During The Performance Of Services The Contractor Shall Submit A Spill Report. such Incidents Shall Be Reported To The Cor/poc Immediately By Telephone And In Writing No Later Than Seven (7) Workdays After Leaving The Site. the Spill Report Shall List At A Minimum The Type Of Spill, Amount Of Waste, And Personnel Exposed To The Spilled Waste.
the Contractor Shall Provide Certification That The Spill Was Cleaned Up, A Statement Concerning The Effect On Any Employees, And A Description Of The Cause And Corrective Measure Instituted By Contractor To Ensure Spills Do Not Occur Again. Schedule:
the Contractor And Cor/poc Will Arrange For Scheduled/routine (non-emergency) Services That Occur On A Monthly Basis. work Hours: the Contractor Shall Perform Services During Normal Business Hours, 8:00 Am - 4:30 Pm, Monday Through Friday, Excluding Federal Holidays. The Eleven National Holidays Observed By The Federal Government Are: New Years Day January 1st Martin Luther King Jr. Day Third Monday In January Presidents Day Third Monday In February Memorial Day Last Monday In May Juneteenth June 19th Independence Day July 4th Labor Day First Monday In September Columbus Day Second Monday In October Veterans Day November 11th Thanksgiving Day Fourth Thursday In November Christmas Day December 25th Any Additional Federal Holiday Declared By The President Of The United States if The Holiday Falls On A Saturday, The Previous Friday Will Be Observed And If The Holiday Falls On A Sunday, The Following Monday Will Be Observed. the Cor Or Dot Hazmat Certified Designee Are Available During Those Hours For The Approval/signature Of Shipping Manifests And Other Required Documentation Unless Exigent Circumstances Require Services During An Unscheduled Time. any Service Performed Outside Of Normal Working Hours Shall Be Approved In Advance By The Contracting Officer S Representative Cor/poc. after-hours Access Will Be Coordinated With The Gems Program Manager Or The Gems Program Manager S Site Designee. emergency Services: the Contractor Shall Provide A Primary And Alternate Point Of Contact To The Cor Within 10 Working Days Of Contract Award. Information Shall Include A 24-hour Emergency Contact (name, Telephone #, Mobile #) Available During Contractor S Non-business Hours.
training For Contractor Personnel:
the Contractor S On-site Staff Shall Have Training In Hazardous Waste Handling And Emergency Procedures And Provide Documentation Of This Training. this Training Shall Include Osha, Epa, Minnesota Pollution Control, And Dot (including Hm 181) Regulations. permits, Licenses, And Regulatory Compliance:
the Contractor Shall Maintain All Applicable Permits And Licenses For Services Provided And Comply With All Applicable Federal, State, Municipal And Local Laws, Rules, And Regulations. the Contractor Will Obtain And Maintain Any Additional Permits And Licenses That May Be Required Because Of Changes In Regulations. this Includes Compliance With All Occupational Safety And Health Administration (osha), Environmental Protection Agency (epa), Minnesota Pollution Control Agency (mpca), North Dakota Department Of Environment Quality (nddeq) Joint Commission (jc), Minnesota Department Of Health (mdh) Requirements And Requirements In Other States Applicable To The Transportation And Disposal Of Waste That Crosses State Lines. current Waste Transporter Permit(s) For The Contractor And Subcontractors. list Of All Transfer Stations, Treatment, Storage, And Disposal Facilities (tsdfs) Including Incineration, Wastewater And Sludge Treatment Facilities That Shall Be Utilized During This Contract To Include The Capacity Of These Facilities And The Waste Codes For The Waste Streams They Are Permitted To Accept By Treatment Technology. address, Phone Number And Other Contact Information Shall Be Provided. the Va Reserves The Right To Inspect Each Of These Facilities Before Approving Its Use Or At Any Time During Or After Contract Period While Va Wastes Are Present. copy Of Operator Permit(s) certificates Of Training And Experience Of Contractor/subcontractor Staff And Personnel Who Will Perform Site Work Under This Contract (all Technicians That Will Work On Va Premises Will Be Expected To Have Received At Least The Minimum Training Required By Law As Specified In 29cfr 1910-120, 40 Cfr Parts 260-265 And 49 Cfr Parts 171-178). provide The Contractor S/subcontractor Experience In Hazardous Waste Packaging, Transport, And Disposal. provide A Copy Of Us Epa Identification Number(s) Certificate For Each Business Entity Operated Or Contracted By The Contractor That Will Provide Service Regarding Any Aspect Of Va Waste Disposal Program (i.e. Storage, Transfer, Incinerator Sites.) provided A Copy Of Certificate Of Registration With The State Epa As A Hazardous Waste Hauler For Each Business Entity Operated By The Contractor That Will Provide Hazardous Waste Transportation Services For Any Aspect Of Va Waste Disposal Program. provide Written Acknowledgement Of Responsibility For Acquisition Of All Applicable Business Licenses And Permits Required By Law. contractor Shall Certify That It Acknowledges And Is In Possession Of All Required Business Licenses And Permits. provide A List Of Any Violations And/or Citations That The Contractor And Subcontractors Have Received For Non-compliance With Any Hazardous Waste Laws, Permit Requirements, And/or Osha Requirements For The Past Three Years From The Date Of Submission. contractor Shall Include Information On All Related Business Entities Including Associated Firms That Are Owned By The Contractor Or Owned By A Common Parent Company That Will Be Involved In Any Portion Of The Processing Of Va Waste Disposal Program. if No Discharge Or Violations Have Occurred, Contractor Must Provide A Statement That Certifies No Discharges Or Violations Have Occurred. provide A Plan Describing Standard Operating Procedures (sops) That Will Be Followed While Conducting Normal Hazardous Waste Management Activities. The Contractor Shall Describe: site Safety And Contingency Procedures (e.g. Spill Management). operational Procedures And Site Management Structure. supplies And Equipment Practices.
material Sampling Procedures.
hazard Assessment And Categorization Procedures.
packing Procedures.
quality Assurance And Quality Control Procedures To Ensure Materials Are Properly Identified, Categorized, And Packaged, And Paperwork Is Properly Completed.
procedures For Gaining Waste Acceptance Into A Transfer/ Disposal Facility.
contractor And Project Management Procedures. provide The Following Information Regarding The Hazardous Waste Fleet Owned And Operated By The Contractor: basic Description Of Transportation Services Offered And Capabilities.
fleet Description Of Number, Types, And Ages Of Vehicles.
description Of Service And Maintenance Programs.
types Of Materials Licensed To Haul.
latest Dot Or Mcs Rating (include A Copy Of The Last Inspection).
the Dot/mn Dot Compliance Record.
description Of Driver Qualifications Including Training Programs, And Experience.
provide Evidence That Background Checks Have Been Performed On All Employees That Will Perform Any Duties Under This Contract. provide The Following Information On The Contractor's Emergency Response (er) Capabilities (or Any Changes To Original Submission): contractor's Er Policies. Er Capabilities And Experience And Limitations.
type Of Er Equipment Maintained (specify If Owned Or Subcontracted And From Whom).
personnel Availability, Training, And Experience.
contractor's Emergency Response Procedure Shall Describe:
how To Request An Emergency Response.
how The Contractor Notifies Personnel And Initiates Response Action.
incident Command Procedures Followed By The Contractor.
er Work Practices.
er Protection Of Health And Safety Practices.
er Invoicing Policy. .
provide Information Identifying Any Proposed Subcontractors And Identifying Services To Be Performed By The Subcontractors. contractor Must Submit Evidence That Subcontractor Is Qualified And Legally Able To Provide Services. (all Subcontractors Must Be Approved By The Facility Gems Program Manager And Contracting Officer Prior To Performing Any Duties Under This Contract). the Government Reserves The Right To Prohibit The Contractor From Employing The Services Of A Subcontractor Who Does Not Possess The Ability To Satisfactorily Perform In Accordance With The Provisions Of This Statement Of Work. the Use Of A Subcontractor Or Subcontractors Does Not Relieve The Contractor From Any Requirements Set Forth In This Statement Of Work. the Contractor Is Responsible For Ensuring That Any Subcontractor(s) Perform In Accordance With The Terms And Conditions Of This Statement Of Work. Subcontractors Will Also Comply With (j) Of This Section. provide A List Of Names, Titles, Addresses, Telephone Numbers (including Cellular), Numbers, And E-mail Addresses Of Key Personnel Performing Under This Contract. provide Written Standard Operating Procedures (sops) For The Collection, Handling, Accumulation, Sampling, Lab Testing, Characterization, Packing, And Shipping Of Hazardous, Universal, And Non-hazardous Wastes. fargo Va Hcs Will Provide A Single Point Of Contact For Each Facility With Backup. records And Reporting Requirements: contractor Shall Provide A Centralized Online Electronic Waste Tracking System That Is Exportable And Readable To The Va System. the Centralized Tracking System Will Include A Centralized Database For All Waste Characterizations And Determinations, Waste Profiles, Hazardous Waste Manifests, Universal Bill Of Lading For Universal Wastes, Methods Of Final (end) Disposal, Final (end) Disposal Sites, Shipping Information, Monthly, Quarterly And Annual Waste Generation Reports By Facility, Training Records, A Tracking System For Hazardous Materials Spills And All Recordkeeping, And Reporting Needed To Operate And Manage The Fargo Va Hcs Hazardous Waste Management Program. the Contractor Will Be Responsible For Providing A Database That Will Be Able To Generate Reports On Hazardous Waste Activities, Waste Characterization Profiles, Annual Generation By Facility And Other Information Necessary For The Successful Operation And Management Of A Hazardous Waste Management Program. this Will Be Readily Exported To A Format Such As Microsoft Excel Or Other Compatible Format. prior To The Shipment Of Waste, The Contractor Will Furnish A Properly Prepared And Legible Copy Of The Appropriate Manifests And Shipping Papers. fully Executed Manifests Will Be Provided To The Fargo Va Hcs Within Thirty (30) Days Of Shipment. the Contractor Will Provide A Certificate Of Disposal For All Waste Disposed Clearly Indicating Proper Treatment And Disposal. 14. Safety: The Contractor Shall Take Such Safety Precautions As The Co Or Cor/poc May Determine To Be Reasonably Necessary. the Co Or His/her Designee Will Notify The Contractor Of Any Noncompliance. the Contractor Shall, After Receipt Of Such Notice, Immediately Correct The Conditions To Which Attention Has Been Directed. such Notice, When Served In Person On The Contractor Or His/her Representative At The Site Of Work, Or Telephonically To Contractor S Designated Representative, Shall Be Deemed Sufficient For The Previously Mentioned. if The Contractor Fails Or Refuses To Comply Promptly To Satisfactorily Abate The Hazardous Condition Or Situation, The Co May Issue An Order Stopping All Or Any Part Of The Work And Hold The Contractor In Material Breach Of This Contract.
15. Work Practices And Standards: The Contractor Shall Have Established Standard Operating Procedures That Will Be Followed While Conducting Hazardous Waste Management Activities. this Includes Site Safety And Contingency Procedures, Strike Contingency Plan, Operational Procedures, Use And Maintenance Of Supplies And Equipment Procedures, Material Sampling Procedures, Waste Categorization Procedures, Packaging Procedures, Quality Assurance Plan, Procedures For Gaining Waste Acceptance Into A Facility, And Project Management Procedures. 16. Quality Assurance: The Contractor Shall Maintain A Quality Assurance Program To Assure Services Are Performed In Accordance With Commonly Accepted Commercial Practices. the Contractor Shall Implement Procedures To Identify, Prevent, And Ensure Non-recurrence Of Defective Services. as A Minimum, The Contractor Shall Develop Quality Control Procedures Addressing The Areas Identified In The Next Paragraph. timely Shipment Of Hazardous, Dual, Universal, And Non-hazardous Healthcare Waste And Dea Controlled Substances Waste.
timely And Properly Completed Manifest And Shipping Papers.
sufficient And Competent Personnel Including Personnel With Expertise To Perform Waste Characterizations, Profiles, And Consultation Services.
sufficient Equipment And Supplies In Good Working Condition.
fully Functional Online Record Keeping And Reporting System Accessible Always. timely And Accurate Billing System. the Government Will Periodically Evaluate The Contractor Performance By Appointing A Representative(s) To Monitor Performance To Ensure Services Are Received. the Government May Inspect Each Task As Completed Or Increase The Number Of Quality Control Inspections If Deemed Appropriate. likewise, The Government May Decrease The Number Of Quality Control Inspections If Performance Dictates.
17. Competent Personnel: Contractor Personnel Who Perform Services For The Fargo Va Hcs Must Be Competent, Experienced, And Qualified To Perform Such Services. all Work Shall Be Performed In Accordance With Established Waste Management Practices. appropriate Handling Of Waste Is Essential For The Safety Of Government And Contractor Employees And Cost Containment. the Contractor Shall Furnish And Ensure All Personal Protective Equipment (ppe) For Contractor Employees Is In Good Condition. the Contractor Shall Provide Employee Training On Established Policies And Procedures For Waste Handling. contractor Employees Providing Site Services Shall Be Certified In Forty (40) Hour Hazardous Waste Operations And Emergency Response (hazwoper) Training And Wear Appropriate Protective Equipment When Handling Hazardous Waste. the Contractor Shall Submit Proof Of Appropriate Training And Experience To The Cor/poc Upon Request. contractor Employees Should Be Enrolled In A Medical Surveillance Program That Meets The Standards Of 29 Cfr 1910 At The Expense Of The Contractor. 18. Identification, Check-in, Parking And Smoking: Contractor Employees Shall Notify Cor Or Designees 1 Hour Prior To Arrival To Campus And Prior To Commencement Of Work. during Off-hours Emergency Response Activities Contractor Personnel Should Check In With Va Police If The Cor Or Designee Is Not Available. smoking Is Prohibited On Va Property.
possession Of Weapons Or Contraband Is Prohibited. enclosed Containers, Including Tool Kits, Shall Be Subject To Search. 19. Indemnification: It Shall Be Expressly Agreed And Understood By The Contractor And The Fargo Va Hcs That The Contractor Agrees To Indemnify The Fargo Va Hcs Against All Liabilities, Claims, Penalties, Incident Of Death, Bodily Injuries, Destruction Or Damage To Property, Contamination Or Adverse Effects On The Environment Or Any Violation Of Government Laws, Rules Or Regulations, Caused In Whole Or Part By The Contractor S Breach Of Any Term Of The Contract Or Any Negligent Or Willful Act Or Omission Of The Contractor, Its Employees Or Subcontractors In The Performance Of This Contract. 20. Penalties And Fines: The Contractor Shall Satisfy All Applicable Regulatory Agency Requirements. in The Event A Regulatory Agency Assesses A Monetary Fine Against The Fargo Va Hcs For Violations Caused By The Contractor, The Contractor Shall Reimburse The Fargo Va For The Fine. 21. Authorized Services: Only The Services Specified In The Sow Will Be Authorized Under The Contract. the Co In Consultation With The Cor/poc May Authorize Additional Services Or Repairs Under A Separate Purchase Authorization. reimbursement Will Not Be Made Unless Prior Authorization Is Obtained. 22. Invoices And Payment: Payment Of Services Rendered Under This Contract Will Be Made In Arrears Upon Satisfactory Completion Of Each Service And Receipt Of A Properly Prepared Invoice. invoice Must Include, But Not Limited To:
contract Number purchase Order Number
manifest Number(s)
complete And Accurate Description Of Services dates Of Performance amounts
unit Price
extended Totals
any Other Data Relevant For Payment Purposes
the Government Shall Not Authorize Payment Until Such Time That The Cor Or His/her Designee Receives All Properly Executed And Signed Documentation. 23. Insurance: Owners And Contractor S Insurance: The Contractor Shall Obtain At His Own Expense, General Liability Insurance In The Amount Of Not Less Than $500,000.00 For Protection Against Claims Of Personal Injury, And $50,000.00 Per Occurrence For Damage To Property, Arising Out Of This Contract. professional Liability Insurance: The Contractor Shall Obtain At His Own Expense, Professional Liability Insurance For Services To Be Performed Pursuant To This Contract, Insuring The Contractor Against Malpractice Or Errors And Omissions Of The Contractor In The Amount Required By State And Local Authorities. $10 Million In Pollution Control Liability Insurance. workers Compensation And Employer Liability: $100,000.00
automobile Liability: $200,00.00 Per Person And $500,000.00 Per Occurrence For Bodily Injury And $20,000 Per Occurrence For Property Damage. at All Times During Performance, The Contractor Shall Maintain With The Contracting Officer, A Current Certificate Of Insurance Showing At A Minimum, The Insurance Required Above, And Providing Thirty (30) Days Written Notice To The Contracting Officer By The Insurance Company Prior To Cancellation Or Material Change In Policy Coverage. note: Any Additional Charges Claimed Must Be Approved By The Contracting Officer In Writing Before Service Is Completed! End Of Document
Philippine Information Agency - PIA Tender
Machinery and Tools
Philippines
Closing Date6 May 2025
Tender AmountPHP 639.9 K (USD 11.4 K)
Details: Description Rfq No. 25-03-030 L1 Rfq No. 25-03-033 L2 Rfq No. 25-03-035 L3 Rfq No. 25-03-040 L4 Rfq No. 25-03-041 L5 Rfq No. 25-03-050 L6 Rfq No. 25-03-051 L7 Rfq No. 25-03-056 L8 Request For Quotation Procurement Project Title : Procurement Of Various Office Equipment (lots 1-8) L1 – Printer L2 – Printer L3 – Scanner, Portable Printer, Laser Printer & Shredder L4 – Compact Portable Printer With Consumable Ink L5 – Ink Tank Printer And Copier With Consumable Ink L6 – All-in-one Printer & Document Scanner L7 – External Hard Disk & Printer L8 – Wi-fi All-in-one Ink Tank Printer With Adf Approved Budget For The Contract (abc): Purchase Request No.: 25-03-030 L1 – Php 26,990.00 L1 – Rod 25-03-033 L2 – Php 49,000.00 L2 – Odg 25-03-035 L3 – Php 107,000.00 L3 – Hrdd 25-04-040 L4 – Php 104,200 L4 – Pcrd 25-04-041 L5 – Php 98,800.00 L5 – Pcrd 25-04-050 L6 – Php 75,000.00 L6 – Oddg-flasc 25-04-051 L7 – Php 67,000.00 L7 – Cpsd 25-04-056 L8 – 112,000.00 L8 – Admin Delivery Period: Please See The Details In The Technical Specifications Source Of Funds: Gaa Deadline For Submission Of Bids: 06 May 2025 - 5:00 Pm Date : 30 April 2025 The Philippine Information Agency (pia), Through Its Procurement Section – Administrative Division, Intends To Procure The Item/s Indicated In This Request For Quotation (rfq) In Accordance With Rule V, Sec.42 Of Republic Act (ra) 12009 Or The New Government Procurement Act, And The Use Of Small Value Procurement (svp) In Its Irr, Rule Iv-modes Of Procurement. Interested Bidders Are Hereby Invited To Submit A Quotation/proposal, Signed By Their Duly Authorized Representative, On Or Before The Deadline Indicated Above, Subject To The Terms And Conditions Provided In This Rfq. Quotations May Be Submitted Physically Or Via Email Through The Contact Information Below: Procurement Section/bids And Awards Committee Secretariat Philippine Information Agency 2nd Flr Pia Bldg. Visayas Avenue Diliman Quezon City Email: Charmaine.delacruz@pia.gov.ph Tel No. 8920-43-38 1. Suppliers Are Required To Submit The Following Prior To Notification Of Award: A. Valid & Current Mayor’s/business Permit For 2025; B. Valid & Current Philgeps Registration Certificate/number; C. Income Tax Return (for Abcs Above P500k) D. Omnibus Sworn Statement (for Abcs Above P50k); E. Bids Should Be Valid For A Period Of 60 Days. We Highly Encourage Interested Suppliers To Use The Quotation Form Provided To Minimize Errors Or Omissions Of The Required Mandatory Provisions. Should The Quotation Form Be Reproduced/retyped, Please Ensure That All Mandatory Requirements/provisions Are Included. Missing Requirements/provisions And Non-submission Of The Terms And Conditions Shall Render The Submission Ineligible Or Disqualified. Atty. Allan Vincent B. Lorenzo Bac- Chairperson Annex “a” Terms And Conditions: 1. Bidders Shall Provide The Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Countersigned By Any Of Your Duly Authorized Representative/s. 3. Price Quotation/s Must Be Valid For A Period Of Sixty (60) Calendar Days From The Deadline Of Submission. 4. Price Quotation/s, Should Be In Philippine Peso, And Shall Include All Taxes, Duties, And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Is Automatically Rejected. 6. Non-compliance With Any Of The Minimum Mandatory Requirements Will Render Your Quotation Disqualified. 7. Bidders Must State Their Compliance In The “statement Of Compliance” Against Each Of The Individual Specifications Parameters In The Item Description Or Attachments, If Any. 8. In Case Of Tie Of Bids Among Suppliers That Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Pia-bac Shall Adopt And Employ The “draw Lots” Procedure As The Tie-breaking Method To Determine The Single Winning Supplier In Accordance With Gppb Circular 06-2005. 9. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 10. Item/s Delivered Shall Be Inspected And/or Tested On The Scheduled Date And Time Of The Pia. The Delivery Of The Item/s Shall Be Acknowledged Upon The Delivery To Confirm Compliance With The Technical Specifications. 11. Payment Shall Be Made Through Land Bank’s Lddap-ada/bank Transfer Facility, Within Thirty (30) Days After Receipt Of Billing And Issuance Of Inspection And Acceptance Report From The End-user. In Case Of Accounts Maintained In Other Banks, Bank Transfer Fees Shall Be Charged Against The Creditor’s Account. 12. Issuance Of Sales Invoice Within Seven (7) Banking Days After Notification Of Payment/crediting Of Payment Shall Be Observed. 13. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Pia May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Applicable To It. 14. The Procuring Entity May Cancel Or Terminate The Contract At Any Time In Accordance With The Grounds Provided Under Republic Act (ra) 12009 Or The New Government Procurement Act And Its Irr. 15. The Pia Reserves The Right To Accept Or Reject Any Or All Quotations/bids, 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(s), And To Accept Offer That Is Most Advantageous To The Government. 16. The Rfq, Purchase Order (po), And Other Related Documents For The Above-stated Procurement Projects Shall Be Deemed To Form Part Of The Contract. Suppliers Quotation After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Unit Description Qty Unit Cost Total Amount Lot 1 Supply And Delivery Of Multi-function Inkjet Printer (see Attached Technical Specifications) Units Multi-function Inkjet Printer 2 Lot 1 - Approved Budget For The Contract (abc): Twenty-six Thousand Nine Hundred Ninety Pesos (php 26,990.00) Grand Total Amount In Words : _____________________________________ In Figures : Php ________________ Lot 2 Supply And Delivery Of Printer (see Attached Technical Specifications) Unit Printer 1 Lot 2 - Approved Budget For The Contract (abc): Forty-nine Thousand Pesos (php 49,000.00) Grand Total Amount In Words : _________________________ In Figures : Php ________________ Lot 3 Scanner, Portable Printer, Laser Printer & Shredder (see Attached Technical Specifications) Unit Overhead Book Scanner 1 Unit Portable Inkjet Wireless Printer 1 Unit Color Laser Printer 1 Unit Heavy-duty Paper Shredder 1 Lot 3 –approved Budget For The Contract (abc): One Hundred Seven Thousand Pesos (php 107,000.00) Grand Total Amount In Words : _______________________________________ In Figures: Php ________________ Lot 4 Compact Portable Printer With Consumable Ink (see Attached Technical Specifications) Units Compact Portable Printer With Consumable Ink 3 Sets Consumables (additional) 37 Lot 4 - Approved Budget For The Contract (abc): One Hundred Four Thousand Two Hundred Pesos (php104,200.00) Grand Total Amount In Words : _______________________________________________ In Figures: Php ________________ Lot 5 Ink Tank Printer And Copier With Consumable Ink (see Attached Technical Specifications) Units Ink Tank Printer And Copier With Consumable Ink 2 Sets Consumables (additional) 16 Lot 5 - Approved Budget For The Contract (abc): Ninety-eight Thousand Eight Hundred Pesos (php 98,800.00) Grand Total Amount In Words : _____________________________________________ In Figures: Php ________________ Lot 6 All-in-one Printer & Document Scanner (see Attached Technical Specifications) Units All-in-one Printer 2 Unit Document Scanner 1 Lot 6 - Approved Budget For The Contract (abc): Seventy-five Thousand Pesos (php 75,000.00) Grand Total Amount In Words : __________________________________________ In Figures: Php ________________ Lot 7 External Hard Disk, Printer (see Attached Technical Specifications) Units External Hard Disk 3 Units Printer 1 Lot 7 - Approved Budget For The Contract (abc): Sixty-seven Thousand Pesos (php67,000.00) Grand Total Amount In Words : _______________________________________________ In Figures: Php ________________ Lot 8 Wi-fi All-in-one Ink Tank Printer With Adf (see Attached Technical Specifications) Units Wi-fi All-in-one Ink Tank Printer With Adf 7 Lot 8 - Approved Budget For The Contract (abc): One Hundred Twelve Thousand Pesos (php112,000.00) Grand Total Amount In Words : _____________________________________ In Figures: Php ________________ After Having Carefully Read, Understood, And Accepted The Conditions Specified In The Request For Quotation, Technical Specification, And Terms Of Reference, I/we Quote On The Item(s) At Prices As Above-indicated. Company Name: Company Address : Submitted By : (authorized Representative) ________________________ Signature Over Printed Name Designation Telephone No / Mobile No Email Address : Date Submitted : Technical Specifications Note: Bidders Must State Either “comply” Or “not Comply” In The Column “statement Of Compliance” In Each Of The Individual Specification Parameters: Project Title : Lot 1 - Supply And Delivery Of Multi-function Inkjet Printer Qty Unit Description Remarks Statement Of Compliance (brand Name/ Model, Etc.) 2 Units Multi-function Inkjet Printer 1.features: • Print, Scan, Copy, Fax With Adf • Compact Integrated Tank Design • Spill-free, Error-free Refilling • Ethernet/wi-fi Direct/wi-fi Ready • Borderless Printing Up To 4r 2.printing • Nozzle Configuration: 180 X 1 Nozzles Black, 59 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) • Maximum Resolution: 5760 X 1440 Dpi • Photo Default - 10 X 15 Cm / 4x6"*1: Approx. 69 Sec Per Photo (border)/ 90 Sec Per Photo (borderless)*2 • Draft, A4 (black / Colour): Up To 33 Ppm / 15 Ppm*2 • Iso 24734, A4 Simplex (black / Colour): Up To 10 Ipm / 5.0 Ipm*2 • First Page Out Time From Ready Mode (black / Colour): Approx. 10 Sec / 16 Sec*2 Technical Requirement: • The Items Shall Be Covered By Warranty On All Parts, Components And After-sales Services For A Period Of One (1) Year After Its Inspection And Acceptance By The Agency • The Supplier/provider Shall Provide One (1) Set Of Ink Upon Delivery Of The Unit Delivery Period : L1- Thirty (30) Calendar Days From The Receipt Of Purchase Order. Price Validity: Sixty (60) Calendar Days I Hereby Certify That The Statement Of Compliance To The Forgoing Technical Specifications Are True And Correct, Otherwise, If Found To Be False Either During Bid Evaluation Or Post-qualification, The Same Shall Render Our Bid In Automatic Disqualification. Name Of Company/bidder: Authorized Representative: _____________________________ Signature Over Printed Name Date : Technical Specifications Note: Bidders Must State Either “comply” Or “not Comply” In The Column “statement Of Compliance” In Each Of The Individual Specification Parameters: Project Title: Lot 2 - Supply And Delivery Of Printer Qty Unit Description Remarks Statement Of Compliance (brand Name/ Model, Etc.) 1 Unit Printer - Up To 24 Ppm - Up To 1200x1200 Dpi - Control Panel 4-line Lcd - Laserjet - Duplex Printing (automatic) - Print, Copy, & Scan - Scan Size: Flatbed (297x432mm); Adf (297x432mm) - Dimension: 560x583x505 Mm - Weight: 30 Kg - Memory: Standard (512 Mb) -nf- Terms Of Payment: Upon Presentation Of Proper Billing. Delivery Period : L2 - Fifteen (15) Calendar Days Upon Receipt Of Purchase Order. Price Validity: Sixty (60) Calendar Days I Hereby Certify That The Statement Of Compliance To The Forgoing Technical Specifications Are True And Correct, Otherwise, If Found To Be False Either During Bid Evaluation Or Post-qualification, The Same Shall Render Our Bid In Automatic Disqualification. Name Of Company/bidder: Authorized Representative: _____________________________ Signature Over Printed Name Date : Technical Specifications Note: Bidders Must State Either “comply” Or “not Comply” In The Column “statement Of Compliance” In Each Of The Individual Specification Parameters: Project Title: Lot 3 – Supply And Delivery Of Scanner, Portable Printer, Laser Printer & Shredder Qty Unit Description Remarks Statement Of Compliance (brand Name/ Model, Etc.) 1 Unit Overhead Book Scanner Specifications: Scan Up To A2 In Size (594x420 Mm) Scan Documents, Drawings, Journals, Newspapers Optical 20.1mp Cmos Sensor In-built 3 Stage Led Lighting Choice Of Scanning Modes To Enhance Images Automatic Image Cropping Deskewing Text Orientation Correction Image Edge Fill Dedicated Book Scanning Mode Page Curvature Correction Erase Finger Masking Page Turn Detection- Auto-capture Splits Double Pages Choice Of Saving Formats Jpeg, Tiff. Pdf Word Searchable Pdf Editable Text File E-book (epub) Text To Speech Mp3 Files Visualizer Function Lightweight Aluminum Design Foldable And Portable Usb Connection And Powered Handy Scan Button Controller Simple To Use Software 1 Unit Portable Inkjet Wireless Printer Specifications: Print Speed Up To 14 Ppm Or More Colour Lcd Panel Wi-fi And Wi-fi Direct Connectivity With Built-in Battery Option Maximum Resolution: 5760 X 1440 Paper Feed Method: Friction Feed Number Of Paper Trays: 1 Standard Paper Input Capacity: Up To 20 Sheets, A4 Plain Paper (75g/m2) Maximum Paper Size: 210 X 355.6mm (8.27 X 14”) Paper Sizes: Legal, Letter, A4, B5, A5, A6, 8x10",5x7", 4x6", Envelopes:#10, Dl, C6 Print Margin:(with Border) 3mm Top, Left, Right, Bottom Usb Hi-speed 2.0 1 Unit Color Laser Printer Functions: Print, Scan, Copy Print Speed: Up To 30 (mono)/up To 30 (colour)ppm (a4) Up To 31(mono)/up To 31(colour) Ppm (letter) Paper Size: A4, Letter, B5 (jis), B5 (iso), B6 (jis),a5,a5 (long Edge), A6, Executive, Legal, Folio, Mexico Legal, India Legal, 16k (195x270mm),a4 Short(270mm Paper), Com-10, Dl, C5, Monarch Printer Type: Laser Printer Paper Type: Plain Paper, Thin Paper, Thick Paper, Recycled Paper, Bond, Label, Envelope, Env. Thin, Env.thick, Glossy Paper Maximum Paper Capacity: Up To 280 Sheets Of 80 Gsm Plain Paper Touchscreen Lcd Wireless Connectivity Automatic 2-sided (duplex) Print 1 Unit Heavy-duty Paper Shredder Specifications: 15 Or More Sheets Of Paper Per Feed 22-30l Bin Capacity Shred Type: Micro Cut Shred Size: 2 X 12 Mm Operating Time: 45-60 Minutes Continuous Shred Speed: 2m/min Security Level 5 With A Dedicated Slot To Shred Cards Or Cd/dvd Anti-jam: Reverse Function With Caster Wheels For Easy Moving Warranty & Support: -at Least Ninety (90) Days Of Complimentary Technical Support And One (1) Year Limited Warranty For Overhead Book Scanner, Portable Inkjet Wireless Printer, & Color Laser Printer. -thirty (30) Day Return And Exchange Policy Covering Manufacturer’s Defects In Materials And Workmanship. Scope Of Work Supplier: -certification That All Procurement Items Have Been Delivered. -provision Of Technical Support From The Supplier And/or Manufacturer. End User Requirements: The End-user Permits To The Acceptance Of Bids With Higher Technical Specifications That Is Responsive To The End-user Requirements. This Is To Prevent Stock Unavailability, Avoid Delays In The Procurement Process, And Ensure Continuity Of Operations In The Hrdd. This However, Shall Be Subject To Evaluation By The Technical Working Group An In Accordance With The Existing Procurement Law. Provided Further, That The Bid Amount Remains Within The Approved Budget For The Contract And That No Specifications Falls Below The Minimum Requirements Set Forth In The Specifications Provided Under Section Ii. Additionally, Any Variation In Technical Specifications Must Be Reasonable And Advantageous To The Government. Delivery Period : L3 - Thirty (30) Calendar Days From The Receipt Of P.o. Price Validity: Sixty (60) Calendar Days I Hereby Certify That The Statement Of Compliance To The Forgoing Technical Specifications Are True And Correct, Otherwise, If Found To Be False Either During Bid Evaluation Or Post-qualification, The Same Shall Render Our Bid In Automatic Disqualification. Name Of Company/bidder: Authorized Representative: _____________________________ Signature Over Printed Name Date : Technical Specifications Note: Bidders Must State Either “comply” Or “not Comply” In The Column “statement Of Compliance” In Each Of The Individual Specification Parameters: Project Title: Lot 4 – Supply & Delivery Of Compact Portable Printer With Consumable Ink Qty Unit Description Remarks Statement Of Compliance (brand Name/ Model, Etc.) 3 Units Compact Portable Printer With Consumable Ink Printer Type: Print, Scan, Copy Print Method: On-demand Inkjet (piezoelectric) Printer Language: Esc/p-r, Esc/p Raster Nozzle Configuration: 180 X 1 Nozzles Black, 59 X 1 Nozzles Per Colour (cyan, Magenta. Yellow) Maximum Resolution: 5760 * 1440 Dpi Print Speed: Photo Default-10x15cm/4x6”*1: Approx 69 Sec Per Photo (border) 90 Sec Per Photo (borderless)*2 Draft, A4 (black/colour): Up To 33.0 Ppm 15.0 Ppm*2 Iso 24734, A4 Simplex (black Colour): Up To 10.0 Ipm/5.0 Ipm*2 First Page Out Time From Ready Mode (black Colour): Approx. 10 Sec/16 Sec* 2 Maximum Copies From Standalone: 20 Copies Maximum Copy Resolution: 600 X 600 Dpi Maximum Copy Size: A4, Letter Iso 29183, A4 Simplex (black Colour): Up To 7.7 Ipm /3.8 Ipm Dimensions (wxdxh): 375 * 347 * 179mm Weight: 3.9 Kg Operating System Compatibility: Windows Xp / Xp Professional /vista/7/8/8.1/10 Windows Server 2003/2008/2012/2016 /2019 Mac Os X 10.6.8 Or Later 37 Sets Consumables (additional) Deliverables From Suppliers 1. Delivery Of The Item Shall Be Within Thirty (30) Calendar Days Upon Receipt Of The Purchase Order. 2. Delivery Of Items Shall Be Free Of Charge. 3. To Ensure That Manufacturing Defects Shall Be Corrected, A Warranty Of Two (2) Years Shall Be Required From The Supplier. 4. Defective Units Shall Be Replaceable Upon Checking. 5. Price Is Inclusive Of Taxes. Terms Of Payment 1. Payment Shall Be Processed Upon Completion Of Delivery Of All Item/s Or Services, Subject To Applicable Taxes And Based On The Statement Of Accounts Duly Received By Pia. Delivery Period: L4 - 30 Calendar Days Upon Receipt Of Purchase Order. Price Validity: Sixty (60) Calendar Days I Hereby Certify That The Statement Of Compliance To The Forgoing Technical Specifications Are True And Correct, Otherwise, If Found To Be False Either During Bid Evaluation Or Post-qualification, The Same Shall Render Our Bid In Automatic Disqualification. Name Of Company/bidder: Authorized Representative: _____________________________ Signature Over Printed Name Date : Technical Specifications Note: Bidders Must State Either “comply” Or “not Comply” In The Column “statement Of Compliance” In Each Of The Individual Specification Parameters: Project Title: Lot 5 – Supply And Delivery Of Ink Tank Printer And Copier With Consumable Ink Qty Unit Description Remarks Statement Of Compliance (brand Name/ Model, Etc.) 2 Units Ink Tank Printer And Copier With Consumable Ink Printer Type: Print, Scan, Copy, Fax With Adf Print Method: Precisioncore Printhead Printer Language: Esc/p-r, Esc/p Raster Nozzle Configuration: 400 X 1 Nozzles (black), 128 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 4800 X 1200 Dpi Automatic 2-sided Printing: Yes Draft, A4 (black/colour): Up To 37.0 Ppm/23.0 Ppm*2 Iso 24734, A4 Simplex Black/colour): Up To 17.0 Ipm/9.5 Ipm*2 Iso 24734, A4 Duplex (black/colour): Up To 7.5 Ipm/5.0 Ipm*2 First Page Out Time From Ready Mode (black/colour): Simplex: Up To 7.0 Sec/11.0 Sec*2 Copy Function: Reduction/enlargement: 25-400% Maximum Copy Size: Legal Copy Resolution: 600 X 600 Dpi Max Copies: 99 Copies Copying: Iso 29183, A4 Simplex Flatbed (black/colour): Up To 12.0 Ipm/ 6.0 Ipm Iso 24735, A4 Simplex Adf (black/colour): Up To 10.0 Ipm/4.5 Ipm Dimensions And Weight: Dimensions (w X D X H): 375 X 347 X 346 Mm Weight: 7.3 Kg Supported Os And Applications: Operating System Compatibility: Windows Xp/xp Professional/ Vista/7/8/8.1/10 Windows Server 2003/2008/2012/2016 Мас Os X 10.6.8 Or Later Consumable Ink (additional) Ii. Deliverables From Supplier 1. Delivery Of The Item Shall Be Within Thirty (30) Calendar Days Upon Receipt Of The Purchase Order. 2. Delivery Of Items Shall Be Free Of Charge. 3. To Ensure That Manufacturing Defects Shall Be Corrected, A Warranty Of Two (2) Years Shall Be Required From The Supplier. 4. Defective Units Shall Be Replaceable Upon Checking. 5. Price Is Inclusive Of Taxes. V. Terms Of Payment 1. Payment Shall Be Processed Upon Completion Of Delivery Of All Item/s Or Services, Subject To Applicable Taxes And Based On The Statement Of Accounts Duly Received By Pia. Delivery Period: L5 - Thirty (30) Calendar Days Upon Receipt Of Purchase Order. Price Validity: Sixty (60) Calendar Days I Hereby Certify That The Statement Of Compliance To The Forgoing Technical Specifications Are True And Correct, Otherwise, If Found To Be False Either During Bid Evaluation Or Post-qualification, The Same Shall Render Our Bid In Automatic Disqualification. Name Of Company/bidder: Authorized Representative: _____________________________ Signature Over Printed Name Date: Technical Specifications Note: Bidders Must State Either “comply” Or “not Comply” In The Column “statement Of Compliance” In Each Of The Individual Specification Parameters: Project Title: Lot 6 – Supply And Delivery Of All-in-one Printer And Document Scanner Qty Unit Description Remarks Statement Of Compliance (brand Name/ Model, Etc.) 2 Units All In One Printer Printer Specifications: Print, Scan, Copy, Fax With Adf • High-yield Ink Bottles • Wi-fi, Wi-fi Direct • Borderless Printing Up To 4r • Print Method: On-demand Inkjet • Max. Resolution: 5760 X 1440 Dpi • Photo Default – 10 X 15cm Approx.69sec. Per Photo (border) / 90 Sec Per Photo (borderless) • Draft, A4 (black/color): Up To 33 Ppm / 15 Ppm • Max. Copies From Standalone: 99 Copies • Reduction / Enlargement: 25-400% • Max. Copy Resolution: 600 X 600 Dpi • Max. Copy Size: Legal • Scanner Type: Flatbed Colour Image Scanner • Optical Resolution: 1200 X 2400 Dpi • Max. Scan Area: 216 X 297 Mm • Scan Speed (flatbed/adf (simplex)): • 200dpi, Black: 12sec / Up To 4.5 Ipm • 200 Dpi Colour: 29 Sec / Up To 4.5 Ipm • Adf: Paper Capacity: 30pages (a4), 10 Pages (legal) 1 Unit Document Scanner Scanner Specifications: • Scanner Type: Sheet-fed • Output Resolution: Up To 600 Dpi (color, Grayscale, Black & White) • Min. Document Size: 50.8 X 50.8mm • Max Document Size: 215.9 X 6096mm • Supported Paper Weight: 27-413 G/m2 • Adf Capacity: 50-100 Sheets (80g/m2) • Connectivity: Usb 2.0, Ethernet, Wi-fi Warranty And Support: • At Least One (1) Year Of Full Parts Replacement Free Of Charge. • On-site/over The Phone Technical Support (monday-friday 8:00 Am-5:00 Pm) Within The Warranty Period. Timeline • Delivery: Within Seven (7) Days Upon Receipt Of The Purchase Order • Effectivity Period: Upon Conforme Of The Approved Purchase Order Delivery Period : L6 - 7 Days Upon Receipt Of Purchase Order Price Validity: Sixty (60) Calendar Days I Hereby Certify That The Statement Of Compliance To The Forgoing Technical Specifications Are True And Correct, Otherwise, If Found To Be False Either During Bid Evaluation Or Post-qualification, The Same Shall Render Our Bid In Automatic Disqualification. Name Of Company/bidder: Authorized Representative: _____________________________ Signature Over Printed Name Date : Technical Specifications Note: Bidders Must State Either “comply” Or “not Comply” In The Column “statement Of Compliance” In Each Of The Individual Specification Parameters: Project Title: Lot 7 – Supply And Delivery Of External Hard Drive And Printer Qty Unit Description Remarks Statement Of Compliance (brand Name/ Model, Etc.) 3 Units External Hard Disk 8tb Technical Specifications: - Backup Solution: Complete Streamlined - Password Protection: Easy-to-use With Hardware Encryption (256-bit Aes) - Capacity: 8tb - Connector: Micro-b - Power Supply: Ac Adapter - Compatibility:windows 10+, Macos 11+ - Interface: Usb 3.2 Gen 1 - Warranty: 3-year Limited Warranty - Dimensions (l X W X H): 139.3mm X 49mm X 170.6mm - Weight: 0.96kgs - Operating Temperature: 5°c To 35°c - Non-operating Temperature: -20°c To 65°c 1 Unit Printer Technical Specifications: • Print, Scan, Copy And Fax • Compact Integrated Tank Design • Print Speeds Up To 15.5ipm For Black And 8.5ipm For Colour • Auto-duplex Printing • Adf Capability • Ethernet & Wi-fi Direct • Seamless Setup With Epson Smart Panel • Borderless Printing Up To A4 Size • Spill-free Ink Refilling Printer Type: Print, Scan, Copy, Fax Print Method: Precisioncore Printhead Printer Language: Esc/p-r, Esc/p Raster Nozzle Configuration: - 400 X 1 Nozzles Black, 128 X 1 Per Colour (cyan, Magenta, Yellow) Maximum Resolution: - 4800 X 1200 Dpi (with Variable-sized Droplet Technology) Automatic 2-sided Printing: Yes (up To A4) Maximum Copy Size: Legal Copy Resolution: 600 X 600 Dpi Max Copies: 99 Copies Scanner Type: Flatbed Colour Image Scanner Sensor Type: Cis Optical Resolution: 1200 X 2400 Dpi Maximum Scan Area: - 216 X 297 Mm (8.5 X 11.7") Flatbed (black/colour): 200dpi: 12 Sec/27 Sec Adf Monochrome (simplex): 200dpi: 5.0 Ipm Adf Colour (simplex): 200dpi: 5.0 Ipm Type Of Fax: - Walk-up Black-and-white And Colour Fax Capability Receive Memory/page Memory: - 1.1 Mb, Page Memory Up To 100 Pages Error Correction Mode: Itu-t T.30 Operating System Compatibility: - Windows Xp Sp3/xp Professional X64 Sp2/vista/7/8/8.1/10 Windows Server 2003/2008/2012/2016/2019 | Only Printing And Scanning Functions Are Supported For Windows Server Os Mac Os X 10.6.8 Or Later Usb: Usb 2.0 Network: - Ethernet, Wi-fi Ieee 802.11b/g/n, Wi- Fi Direct Network Protocol: Tcp/ipv4, Tcp/ipv6 Delivery Period : L7 - 90 Days Or Less From The Date Of The Purchase Order. Price Validity: Sixty (60) Calendar Days I Hereby Certify That The Statement Of Compliance To The Forgoing Technical Specifications Are True And Correct, Otherwise, If Found To Be False Either During Bid Evaluation Or Post-qualification, The Same Shall Render Our Bid In Automatic Disqualification. Name Of Company/bidder: Authorized Representative: _____________________________ Signature Over Printed Name Date : Technical Specifications Note: Bidders Must State Either “comply” Or “not Comply” In The Column “statement Of Compliance” In Each Of The Individual Specification Parameters: Project Title: Lot 8 – Supply And Delivery Of Wi-fi All-in-one Tank Printer With Adf Qty Unit Description Remarks Statement Of Compliance (brand Name/ Model, Etc.) 7 Units Wi-fi All-in-one Tank Printer With Adf Functions: Print, Copy, Scan, With Lcd Screen, And With Adf • Ultra-low-cost Printing Save Up To 90% On Printing Cost • Hassle-free Ink Tank System Mess-free Refills With Key-lock Bottles And Front-facing Tanks • Interfaces: Wifi, Usb, Ethernet, Wi-fi Direct • Automatic Document Feed: At Least 30 Pages (a4), At Least 10 Pages (legal) • Output Tray Capacity: 30 Sheets • Paper Tray Capacity: Up To 100 Sheets Of Standard Paper • Ink Technology: Dye Ink • Included Bottle Yield: Black Yield 4,500 Pages, Colour Yield -7,500 Pages Printing • Nozzle Configuration: 180 X 1 Nozzles Black, 59 X 1 Nozzles Per Color (cyan, Magenta, Yellow) • Printing Maximum Resolution: 5760 X 1440 Dpi • Printing Speed: Up To 33 Pages/min. Monochrome, 15 Pages/min. Colour Scanning/copy • Scanning Optical Resolution: 1200 Dpi X 2400 Dpi • Maximum Scan Area: A4/ 216 X 297 Mm (flatbed), Legal (adf Scanner) • Output Formats: At Least Bmp, Jpeg, Png, Pdf • At Least 200 Dpi Scan Speed For Flatbed/adf, 12 Sec / Up To 4.5 Ipm For Black And 29 Sec / Up To 4.5 Ipm For Color Or Better Responsibilities Of The Supplier 1. The Printer Must Be Brand New, Free From Damage And Must Have A Warranty. 2. The Supplier Must Deliver The Printer Following The Delivery Schedule Specified In The Above Scheduled Requirements. 3. Upon Delivery, The Supplier Must Provide Warranty Documents, And Documents Comprising The Specification Of The Purchased Printer. Warranty 1. From The Date Of Acceptance Of The Products, The Supplier Shall Warrant That The Products Are Free From Defects In Materials And Shall Undertake Repair Or Replacement Of Any Part(s) Or Portion Of The Items Without Cost To The Agency. 2. During The Warranty Period, The Supplier Shall Provide The Services For Its Parts And Accessories. 3. Two (2) Years Warranty From The Date Of Acceptance. Delivery Period : L8 - Fifteen (15) Calendar Days Upon Receipt Of Purchase Order Price Validity: Sixty (60) Calendar Days I Hereby Certify That The Statement Of Compliance To The Forgoing Technical Specifications Are True And Correct, Otherwise, If Found To Be False Either During Bid Evaluation Or Post-qualification, The Same Shall Render Our Bid In Automatic Disqualification. Name Of Company/bidder: Authorized Representative: _____________________________ Signature Over Printed Name Date :
AGRICULTURAL TRAINING INSTITUTE REGION XI Tender
Agriculture or Forestry Works
Philippines
Closing Date6 Mar 2025
Tender AmountPHP 1.9 Million (USD 33.3 K)
Details: Description The Agricultural Training Institute Region Xi Invites Interested And Eligible Suppliers To Participate In The Procurement Of Training Supplies For The 1st Semester Of Fy 2025 Under The Coconut Farmers And Industry Development Plan (cfidp) And Regular Program Through Competitive Bidding. Approved Budget For The Contract (abc): Regular Program: Php 1,307,049.00 Cfidp: Php 628,600.00 Total Abc: Php 1,935,649.00 The Procurement Process Will Be Conducted In Accordance With Ra 9184 And Its Revised Implementing Rules And Regulations (irr). Pre-bid Conference: February 27, 2025, At 2:00 Pm Submission And Opening Of Bids: March 13, 2025, At 10:00 Am Eligibility Requirement: Prospective Bidders Must Have Completed A Single Largest Completed Contract (slcc) Equivalent To At Least 25% Of The Approved Budget For The Contract (abc) To Qualify For The Bidding Process. Philippine Bidding Documents Supply And Delivery Of Office And Training Supplies For The 1st Semester Of Fy 2025 Under Cfidp And The Regular Program Government Of The Republic Of The Philippines Sixth Edition July 2020 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A.all The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B.specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C.this Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D.the Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E.modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F.for Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..7 Section Ii. Instructions To Bidders…………………………………………...10 1. Scope Of Bid ………………………………………………………………………. 11 2. Funding Information………………………………………………………………. 11 3. Bidding Requirements ……………………………………………………………. 11 4. Corrupt, Fraudulent, Collusive, And Coercive Practices………………………….. 11 5. Eligible Bidders…………………………………………………………………… 11 6. Origin Of Goods ………………………………………………………………….. 12 7. Subcontracts ……………………………………………………………………… 12 8. Pre-bid Conference ………………………………………………………………. 13 9. Clarification And Amendment Of Bidding Documents …………………………… 13 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 13 11. Documents Comprising The Bid: Financial Component …………………………... 13 12. Bid Prices …………………………………………………………………………. 14 13. Bid And Payment Currencies ……………………………………………………… 14 14. Bid Security ………………………………………………………………………. 15 15. Sealing And Marking Of Bids ……………………………………………………… 15 16. Deadline For Submission Of Bids …………………………………………………. 15 17. Opening And Preliminary Examination Of Bids ………………………………….. 15 18. Domestic Preference ……………………………………………………………… 16 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 16 20. Post-qualification ………………………………………………………………… 16 21. Signing Of The Contract …………………………………………………………… 17 Section Iii. Bid Data Sheet …………………………………………………..18 Section Iv. General Conditions Of Contract ……………………...………..20 1. Scope Of Contract ………………………………………………………………… 21 2. Advance Payment And Terms Of Payment ……………………………………….. 21 3. Performance Security ……………………………………………………………. 21 4. Inspection And Tests ……………………………………………………………… 22 5. Warranty …………………………………………………………………………. 22 6. Liability Of The Supplier ………………………………………………………….. 22 Section V. Special Conditions Of Contract ………………………………….23 Section Vi. Schedule Of Requirements ……………………………………....27 Section Vii. Technical Specifications …………………………………………37 Section Viii. Checklist Of Technical And Financial Documents …………..40 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A.the Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B.the Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C.the Deadline For The Submission And Receipt Of Bids; And D.any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Supply And Delivery Of Office And Training Supplies For The 1st Semester Of Fy 2025 Under Cfidp And The Regular Program 1.the Agricultural Training Institute- Region Xi, Through The General Appropriations Act Of 2025 Intends To Apply The Sum Of One Million Nine Hundred Thirty-five Thousand Six Hundred Forty-nine Pesos Only (1,935,649.00) Being The Abc To Payments Under The Contract For Office And Training Supplies For Fy 2025 1st Semester Under Regular And Cfdip Program With Purchase Request Nos. 250240 And 250241 . Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Agricultural Training Institute- Region Xi Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A.bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4.prospective Bidders May Obtain Further Information From Agricultural Training Institute-region Xi Office And Inspect The Bidding Documents At The Address Ati-rtc-xi, Brgy. Datu Abdul, Panabo City, Davao Del Norte During Monday-friday At 8:00 Am-5:00 Pm. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 21, 2025 At 8:00 Am From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of ₱5,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Issued By The Agricultural Training Institute – Region Xi Cashier. 6.the Agricultural Training Institute- Region Xi Will Hold A Pre-bid Conference[ ] On February 27, 2025, 2:00 Pm At Agricultural Training Institute-region Xi Function Hall, Datu Abdul, Panabo City, Davao Del Norte Which Shall Be Open To Prospective Bidders. 7.bid Opening Shall Be On March 13, 2025 At 10:00 Am At The Given Address. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 8.bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address On Or Before March 13, 2025 At 8:30 Am. Late Bids Shall Not Be Accepted. 9.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10.the Agricultural Training Institute- Region Xi Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Ms. Ma. Cristin Rosan T. Besario Bids And Awards Committee Secretary Agricultural Training Institute Region Xi Datu Abdul Dadia, Panabo City, Davao Del Norte 084-217-3433, 8105 0917-321-6134 Ati11bacsec@gmail.com February 20, 2025 Lucille B. Camarines Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1.scope Of Bid The Procuring Entity, Agricultural Training Institute- Region Xi Wishes To Receive Bids For Office And Training Supplies For Fy 2025 1st Semester Under Regular And Cfidp Program With Purchase Request Nos. 250240 And 250241 The Procurement Project Is Composed Of 3 Items, The Details Of Which Are Described In Section Vii (technical Specifications). 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of One Million Nine Hundred Thirty-five Thousand Six Hundred Forty-nine Pesos Only (₱1,935,649.00). 2.2.the Source Of Funding Is: A.nga, The General Appropriations Act Or Special Appropriations. 3.bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4.corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5.eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A.for Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: I.completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And Ii.the Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7.subcontracts 7.1.the Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A.subcontracting Is Allowed. The Portions Of Project And The Maximum Percentage Allowed To Be Subcontracted Are Indicated In The Bds, Which Shall Not Exceed Twenty Percent (20%) Of The Contracted Goods. 7.2.the Bidder Must Submit Together With Its Bid The Documentary Requirements Of The Subcontractor(s) Complying With The Eligibility Criteria Stated In Itb Clause 5 In Accordance With Section 23.4 Of The 2016 Revised Irr Of Ra No. 9184 Pursuant To Section 23.1 Thereof. 7.3.the Supplier May Identify Its Subcontractor During The Contract Implementation Stage. Subcontractors Identified During The Bidding May Be Changed During The Implementation Of This Contract. Subcontractors Must Submit The Documentary Requirements Under Section 23.1 Of The 2016 Revised Irr Of Ra No. 9184 And Comply With The Eligibility Criteria Specified In Itb Clause 5 To The Implementing Or End-user Unit. 7.4.subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Supplier’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8.pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address Agricultural Training Institute- Region Xi Function Hall, Datu Abdul Dadia, Panabo City, Davao Del Norte As Indicated In Paragraph 6 Of The Ib. 9.clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2.the Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Prior To The Deadline For The Submission And Receipt Of Bids. 11.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2.if The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12.bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A.for Goods Offered From Within The Procuring Entity’s Country: I.the Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii.the Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii.the Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv.the Price Of Other (incidental) Services, If Any, Listed In The Bds. B.for Goods Offered From Abroad: I.unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii.the Price Of Other (incidental) Services, If Any, As Listed In The Bds. 13.bid And Payment Currencies 13.1.for Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2.payment Of The Contract Price Shall Be Made In: A.philippine Peso 14.bid Security 14.1.the Bidder Shall Submit A Bid Securing Declaration[.] Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2.the Bid And Bid Security Shall Be Valid Until August 10, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15.sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16.deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 8 Of The Ib. 17.opening And Preliminary Examination Of Bids 17.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18.domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. A.in The Case Of Single-year Framework Agreement, The Lowest Calculated Bid Shall Be Determined Outright After The Detailed Evaluation; 19.2.if The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3.the Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4.except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20.post-qualification 20.2. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, Or In The Case Of Multi-year Framework Agreement, That It Is One Of The Eligible Bidders Who Have Submitted Bids That Are Found To Be Technically And Financially Compliant, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21.signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. If Framework Agreement Will Be Used: 21.2. At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Framework Agreement Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 21.3. Within Ten (10) Calendar Days From Receipt Of The Notice To Execute Framework Agreement With The Procuring Entity, The Successful Bidder Or Its Duly Authorized Representative Shall Formally Enter Into A Framework Agreement With The Procuring Entity For An Amount Of One Peso To Be Paid To The Procuring Entity As A Consideration For The Option Granted By The Procuring Entity To Procure The Items In The Framework Agreement List When The Need Arises. 21.4. The Procuring Entity Shall Enter Into A Framework Agreement With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 21.5. The Following Documents Shall Form Part Of The Framework Agreement: A.framework Agreement Form; B.bidding Documents; C.call-offs; D.winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; E.performance Security Or Performance Securing Declaration, As The Case May Be; F.notice To Execute Framework Agreement; And G. Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. Section Iii. Bid Data Sheet Notes On The Bid Data Sheet The Bid Data Sheet (bds) Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information, Or Requirements Included In The Itb Found In Section Ii, Which Are Specific To Each Procurement. This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing The Bds, The Following Aspects Should Be Checked: A.information That Specifies And Complements Provisions Of The Itb Must Be Incorporated. B.amendments And/or Supplements, If Any, To Provisions Of The Itb As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A.supply And Delivery Of Commonly Used Supplies B.completed Within 5 Years Prior To The Deadline For The Submission And Receipt Of Bids, A Contract Similar To The Project. 8 The Procuring Entity Will Hold A Pre-bid Conference On February 24, 2025, 2:00 Pm At Ati-rtc Xi Function Hall, Which Shall Be Open To Prospective Bidders. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A.the Amount Of Not Less Than Thirty-eight Thousand Seven Hundred Twelve & 98/100 Pesos Only (₱38,712.98) [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B.the Amount Of Not Less Than Ninety-six Thousand Seven Hundred Eighty-two & 45/100 Pesos Only (₱96,782.45) [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 15 Each Bidder Shall Submit One (1) Original And Two (2) Duplicate Hard Copies Of The First And Second Components Of Its Bid. Bidder/s Shall Provide Ear-tag Codes Or Index Tabs On Both The Original Copy And Duplicate Copies. 16 Deadline Of Submission Of Bid Is On Or Before March 13, 2025 - 8:30 Am Only. 19.3 Not Applicable 20.2 Not Applicable 21.2 Not Applicable Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The General Conditions Of Contract (gcc) In This Section, Read In Conjunction With The Special Conditions Of Contract In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. Matters Governing Performance Of The Supplier, Payments Under The Contract, Or Matters Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Included In The Gcc And Special Conditions Of Contract. Any Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Special Conditions Of Contract. 1.scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Affectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2.advance Payment And Terms Of Payment 2.1.advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2.the Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. [include The Following Clauses If Framework Agreement Will Be Used:] 2.3.for A Single-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier In Its Bid. 2.4.for Multi-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier During Conduct Of Mini-competition. 3.performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184.{[include If Framework Agreement Will Be Used:] In The Case Of Framework Agreement, The Bidder May Opt To Furnish The Performance Security Or A Performance Securing Declaration As Defined Under The Guidelines On The Use Of Framework Agreement.} 4.inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project {[include If Framework Agreement Will Be Used:] Or Framework Agreement} Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5.warranty 5.1in Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2the Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6.liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc Found In Section Iv. The Special Conditions Of Contract (scc) Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Goods Purchased. In Preparing This Section, The Following Aspects Should Be Checked: A.information That Complements Provisions Of The Gcc Must Be Incorporated. B.amendments And/or Supplements To Provisions Of The Gcc As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of The Gcc Should Be Incorporated Herein. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: For Goods Supplied From Abroad: The Delivery Terms Applicable To The Contract Are Ddp Delivered Agricultural Training Institute- Region Xi, Datu Abdul, Panabo City, Davao Del Norte. In Accordance With Incoterms.” For Goods Supplied From Within The Philippines: The Delivery Terms Applicable To This Contract Are Delivered Agricultural Training Institute- Region Xi, Datu Abdul, Panabo City, Davao Del Norte. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Includes Ms. Ruby Jane P. Bentiroso, Mr. Ernie L. Malazarte, And Ms. Chonna Vae A. Cañete Who Serve As Inspectors. Additionally, The Project Officers Are Ms. Pauline Joy J. Reyes, Ms. Lucille B. Camarines, Ma. Cristin Rosan T. Besario, Ms. Ruby Jane P. Bentiroso, Mr. Omarbliss B. Dalam, Mr. Ariel D. Abastillas, Ms. Lynn A. Leopoldo, Ms. Ofelia A. Sanchez, Mr. Richel E. Zamora, Ms. Assel M. Mapayo, Mr. Ernie L. Malazarte, Mr. Rolls M. Rubis, Ms.chonna Vae A. Cañete, Ms. Olivia D. Gatus, Mr. Jerry C. Carpentero. Incidental Services The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A.performance Or Supervision 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 B.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. Packaging The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 The Terms Of Payment Shall Be: Progress Billing Every Month. It Shall Correspond To The Value Of Goods Delivered/rendered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. 4 The Inspections And Tests That Will Be Conducted Are: -supply And Delivery Of Office And Training Supplies For The 1st Semester Of Fy 2025 Under Cfidp Regular Program 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. Office And Training Supplies For Fy 2025 1st Semester Under Regular Program Item Number Unit Description Quantity Total 1 Ream Bond Paper, A4 427 93,940.00 2 Pcs Id Card Jacket With Elastic Sling 2,613 47,034.00 3 Ream Laid Paper,a4, Creamy White, 500pcs 3 3,300.00 4 Rolls Masking Tape 1 123 2,460.00 5 Pcs Archfile Long, Black 235 39,950.00 6 Pack Construction Paper Assorted Color, A4 84 25,200.00 7 Boxes Permanent Marker, 12s, Broad, Black 111 16,650.00 8 Boxes White Board Marker, 12's, Broad, Black 121 61,710.00 9 Bottles Epson (l5290) Printer Ink (yellow) 17 6,800.00 10 Bottles Epson (l5290) Printer Ink (cyan) 17 6,800.00 11 Bottles Epson (l5290) Printer Ink (magenta) 17 6,800.00 12 Bottles Epson (l5290) Printer Ink (black) 17 6,800.00 13 Cartridge Hp Deskjet 2337 Printer Ink (680) Black 17 15,300.00 14 Cartridge Hp Deskjet 2337 Printer Ink (680) Color, Mcy) 17 15,300.00 15 Cartridge Hp Deskjet Printer Ink (682) Black 40 36,000.00 16 Cartridge Hp Deskjeyt Printer Ink (682) Color, Cmy 40 36,000.00 17 Pcs Stapler, Medium, White 3 1,800.00 18 Pcs Stapler, Heavy Duty, Large 16 20,800.00 19 Boxes Stapler Wire #35 62 2,170.00 20 Pcs Scissor, Heavy Duty 37 9,250.00 21 Pcs Ruler 3 150.00 22 Pcs Cutter, Heavy Duty 27 2,700.00 23 Pcs Cutting Map Pad 2 400.00 24 Pcs Puncher 8 1,360.00 25 Boxes Paper Clips 50mm 72 2,160.00 26 Boxes Paper Clip 2 Inch 74 2,220.00 27 Boxes Paper Binder Clip 1 Inch 39 1,170.00 28 Pcs Storage Plastic Box, 150 L 50 75,000.00 29 Pcs Paper Glue (250 Ml) 10 1,000.00 30 Packs Photo Paper, A4 24 2,400.00 31 Rolls Scotch Tape 1 Inch Width 162 2,430.00 32 Pcs Manila Paper 1,659 16,590.00 33 Pcs Logbook (100 Leaves) 135 12,150.00 34 Rolls Tissue , 2 Ply 93 3,720.00 35 Boxes Facemask 17 1,360.00 36 Pcs Hairnet 25 1,250.00 37 Pcs Alcohol, 70% Isophrophyl, 1 Liter 132 33,000.00 38 Ream Bond Paper, Long 86 19,780.00 39 Boxes Canon Laid Paper, Cream A4 17 18,700.00 40 Ream Construction Paper , Long 10 2,500.00 41 Pcs Correction Tape 40 3,200.00 42 Box Crayons (big) 72 13,320.00 43 Box Crayons (medium) 21 2,100.00 44 Pcs Elmer's Glue 30 1,200.00 45 Psc Expanding Envelope , Long 50 5,000.00 46 Set Highlighter (assorted Color) 4 1,680.00 47 Box Paper Clip 25mm 20 300.00 48 Boxes Paper Fastener 17 680.00 49 Box Pencil 52 3,640.00 50 Box Pentel Pen, Black Fine 10 1,800.00 51 Pcs Plastic Envelope Long 150 2,250.00 52 Pcs Post It Page Marker 84 3,360.00 53 Pcs Meter Stick (wood) 5 550.00 54 Boxes Sign Pen, Size 0.5 Mm Blue 31 4,650.00 55 Boxes Calculator 14 6,300.00 56 Boxes Paper Binder Clip 0.5 Inch 25 500.00 57 Box Push Pin (small) 21 630.00 58 Box Push Pin (medium) 11 550.00 59 Pcs Clearbook (legal) 5 300.00 60 Pack Aa Battery (rechargeable) 6 1,200.00 61 Pack Triple Aaa, Battery 15 3,000.00 62 Boxes Wireless Presentation Remote 10 25,000.00 63 Pcs Epson Printer Ink (3110) Black 10 3,200.00 64 Pcs Epson Printer Ink (3110)(magenta) 10 3,000.00 65 Pcs Epson Printer Ink (3110)(cyan) 10 3,000.00 66 Pcs Epson Printer Ink (3110)(yellow) 10 3,000.00 67 Boxes Book Paper , A4 6 5,850.00 68 Boxes Book Paper, Long 6 6,600.00 69 Pcs Steel Rack , 4 Layers 8 40,000.00 70 Box Ballpen (boxes) 50's 6 1,800.00 71 Boxes Bond Paper Long, Sub 20 (box) 1 1,125.00 72 Pcs Certificate Holder, A4 15 900.00 73 Pcs Epson Ink L3210, Black 20 7,000.00 74 Pcs Epson Ink L3210, Cyan 7 2,450.00 75 Pcs Epson Ink L3210, Yellow 7 2,450.00 76 Pcs Epson Ink L3210, Magenta 7 2,450.00 77 Boxes Sign Pen, Size 0.5 Mm Black 15 2,250.00 78 Pcs Double Sided Tape 1 Inch 109 3,270.00 79 Rolls Binding Tape 81 16,200.00 80 Pcs Usb Flash Drive (64gb) 2 700.00 81 Boxes Bond Paper , A4 (box), Sub 20 30 29,400.00 82 Boxes Certificate Paper, Long, Cream 4 5,200.00 83 Pcs Ink 680 Colored 30 27,000.00 84 Pcs Ink 680 Black 30 27,000.00 85 Pcs Triple Aaa, Rechargeable , With Charger 4 12,000.00 86 Pcs Storage Box , White/transparent, 60 L) 40 20,000.00 87 Pcs White Board (4x8) 2 5,000.00 88 Ream Certificate Paper, A4 Size, Cream 17 17,850.00 89 Pcs Ink Pad 5 750.00 90 Rolls Laminating Film - 250 Mic 5 1,900.00 91 Box Heavy Duty Tool Box 10 400.00 92 Pcs Room Deodizer 10 2,500.00 93 Pcs Staple With Remover 6 2,100.00 94 Pcs Binder Clip Big 10 3,400.00 95 Pack Folder Long 100's, Cream 100 48,000.00 96 Pcs Folder Long , Cream 50 1,250.00 97 Pads Sticky Note, Assorted Color (1/2 Inch) Lengthwise 30 3,900.00 98 Pads Sticky Note, Assorted Color (1/8 Size) 30 4,350.00 99 Pcs Archfile A4 Size 41 10,250.00 100 Pcs Brother Dcp-t710w, Black 5 2,250.00 101 Pcs Brother Dcp-t710w, Cyan 5 2,250.00 102 Pcs Brother Dcp-t710w, Yellow 5 2,250.00 103 Pcs Brother Dcp-t710w, Magenta 5 2,250.00 104 Ream Bond Paper Short 4 840.00 105 Boxes Sign Pen, Size 0.7, Blue 5 900.00 106 Boxes Sign Pen, Size 0.7, Black 5 900.00 107 Boxes Sign Pen, S2500, Blue, 0.5 5 750.00 108 Boxes Ballpen (red), 50's 5 1,500.00 109 Pcs Optical Mouse, Small Wireless 5 3,000.00 110 Pcs Mouse Pad, Small 5 400.00 111 Pcs Extension (wheel) Wire, 15 Mm 5 5,500.00 112 Pcs Extension Wire, 10mm 2 1,600.00 113 Pcs Extension Wire, 5mm 1 600.00 114 Pcs Extension Wire, 3mm 1 500.00 115 Pcs Extented Mouse Pad (70cmx30cm) 5 2,000.00 116 Pcs Wall Clock 1 700.00 117 Pcs External Hard Drive, 1 Tb 6 21,000.00 118 Pcs Folder , A4, Cream 50 1,000.00 119 Pcs Expanding Envelope, A4 50 750.00 120 Pcs Wet Wipes 12 1,800.00 121 Packs Sticky Note Medium 20 1,400.00 122 Pcs Epson Lq 310, Ribbon Cartridge , Black 5 3,500.00 123 Unit Transistor Radio, W/ Am/fm , Rechargeable And Battery Operated 500 175,000.00 124 Pcs Transparent Envelope, Without Handle, Short 500 5,000.00 125 Pack Vellum Board Paper, Legal, White, 90gsm, 10 Pcs Per Pack 10 600.00 126 Ream Certificate Paper, (parchment Paper, Legal, Size, White 2 2,000.00 127 Pcs Paper Cutter (metal, With Size Indicator And Paper Adjuster, Can Cut A4 And Legal Size Paper) 1 2,500.00 128 Pcs Meter Stick (metal) 10 1,500.00 Office And Training Supplies For Fy 2025 1st Semester Under Cfidp Program Item Number Unit Description Quantity Total 1 Ream Bond Paper, A4 77 16,940.00 2 Pcs Id Card Jacket With Elastic Sling 645 11,610.00 3 Ream Laid Paper,a4, Creamy White, 500pcs 7 7,700.00 4 Rolls Masking Tape 1 106 2,120.00 5 Pcs Archfile Long, Black 137 23,290.00 6 Pack Construction Paper Assorted Color, A4 29 8,700.00 7 Boxes Permanent Marker, 12s, Broad, Black 57 8,550.00 8 Boxes White Board Marker, 12's, Broad, Black 25 12,750.00 9 Pcs Stapler, Medium, White 5 3,000.00 10 Pcs Stapler, Heavy Duty, Large 3 3,900.00 11 Boxes Stapler Wire #35 45 1,575.00 12 Pcs Scissor, Heavy Duty 8 2,000.00 13 Pcs Transparent Ruler (12”) 3 150.00 14 Pcs Cutter, Heavy Duty 3 300.00 15 Pcs Cutting Map Pad 3 600.00 16 Pcs Puncher 4 680.00 17 Boxes Paper Clip 2 Inch 45 1,350.00 18 Boxes Paper Binder Clip 1 Inch 45 1,350.00 19 Pcs Storage Plastic Box, 150 L 3 4,500.00 20 Pcs Paper Glue (250 Ml) 31 3,100.00 21 Packs Photo Paper, A4 40 4,000.00 22 Pcs Manila Paper 100 1,000.00 23 Pcs Logbook (100 Leaves) 1 90.00 24 Rolls Tissue , 2 Ply 30 1,200.00 25 Pcs Alcohol, 70% Isophrophyl, 1 Liter 22 5,500.00 26 Boxes Canon Laid Paper, Cream A4 8 8,800.00 27 Ream Construction Paper , Long 10 2,500.00 28 Pcs Correction Tape 10 800.00 29 Box Crayons (big) 32 5,920.00 30 Box Crayons (medium) 20 2,000.00 31 Psc Expanding Envelope , Long 50 5,000.00 32 Set Highlighter (assorted Color) 5 2,100.00 33 Box Pentel Pen, Black Fine 10 1,800.00 34 Boxes Sign Pen, Size 0.5 Mm Blue 10 1,500.00 35 Box Push Pin (medium) 10 500.00 36 Pcs Steel Rack , 4 Layers 3 15,000.00 37 Box Ballpen (boxes) 50's 10 3,000.00 38 Packs Battery Aa, 4's 10 2,000.00 39 Boxes Bond Paper Long, Sub 20 (box) 5 5,625.00 40 Pcs Certificate Holder, A4 100 6,000.00 41 Packs Construction Paper, Short 10 2,300.00 42 Pcs Epson Ink L3210, Black 65 22,750.00 43 Pcs Epson Ink L3210, Cyan 65 22,750.00 44 Pcs Epson Ink L3210, Yellow 65 22,750.00 45 Pcs Epson Ink L3210, Magenta 65 22,750.00 46 Boxes Sign Pen, Size 0.5 Mm Black 10 1,500.00 47 Pcs Double Sided Tape 1 Inch 10 300.00 48 Pcs Clearbook (a4) 20 1,000.00 49 Pcs Storage File Box (12x16) 2 3,000.00 50 Rolls Binding Tape 5 1,000.00 51 Rolls Duct Tape 5 500.00 52 Bottles Brother (dcp-yy20w) Printer Ink (bt5000-cyan) 45 20,250.00 53 Bottles Brother (dcp-yy20w) Printer Ink (bt5000-yellow) 45 20,250.00 54 Bottles Brother (dcp-yy20w) Printer Ink (bt5000-magenta ) 45 20,250.00 55 Bottles Brother (dcp-yy20w) Printer Ink (bt5000-black ) 45 20,250.00 56 Pcs Mesh File Organizer, 4 Layers 20 20,000.00 57 Pcs Usb Flash Drive (64gb) 165 57,750.00 58 Pcs Storage Box , White/transparent, 60 L) 1 500.00 59 Pcs Archfile A4 Size 1 250.00 60 Unit Transistor Radio, W/ Am/fm , Rechargeable And Battery Operated 500 175,000.00 61 Pcs Transparent Envelope, Without Handle, Short 500 5,000.00 Section Vii. Technical Specifications Notes For Preparing The Technical Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Their Bids. In The Context Of Competitive Bidding, The Specifications (e.g. Production/delivery Schedule, Manpower Requirements, And After-sales Service/parts, Descriptions Of The Lots Or Items) Must Be Prepared To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Transparency, Equity, Efficiency, Fairness, And Economy In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation And Post-qualification Facilitated. The Specifications Should Require That All Items, Materials And Accessories To Be Included Or Incorporated In The Goods Be New, Unused, And Of The Most Recent Or Current Models, And That They Include Or Incorporate All Recent Improvements In Design And Materials Unless Otherwise Provided In The Contract. Samples Of Specifications From Previous Similar Procurements Are Useful In This Respect. The Use Of Metric Units Is Encouraged. Depending On The Complexity Of The Goods And The Repetitiveness Of The Type Of Procurement, It May Be Advantageous To Standardize The General Technical Specifications And Incorporate Them In A Separate Subsection. The General Technical Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Manufacturing Similar Goods. Deletions Or Addenda Should Then Adapt The General Technical Specifications To The Particular Procurement. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Equipment, Materials, And Workmanship, Recognized Philippine And International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Equipment, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure At Least A Substantially Equal Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Special Conditions Of Contract Or The Technical Specifications. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Technical Specifications To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished Or Tested, The Provisions Of The Latest Edition Or Revision Of The Relevant Standards And Codes Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure Substantial Equivalence To The Standards And Codes Specified Will Be Acceptable. Reference To Brand Name And Catalogue Number Should Be Avoided As Far As Possible; Where Unavoidable They Should Always Be Followed By The Words “or At Least Equivalent.” References To Brand Names Cannot Be Used When The Funding Source Is The Gop. Where Appropriate, Drawings, Including Site Plans As Required, May Be Furnished By The Procuring Entity With The Bidding Documents. Similarly, The Supplier May Be Requested To Provide Drawings Or Samples Either With Its Bid Or For Prior Review By The Procuring Entity During Contract Execution. Bidders Are Also Required, As Part Of The Technical Specifications, To Complete Their Statement Of Compliance Demonstrating How The Items Comply With The Specification. In Case Of Renewal Of Regular And Recurring Services, The Procuring Entity Must Indicate Here The Technical Requirements For The Service Provider, Which Must Include The Set Criteria In The Conduct Of Its Performance Evaluation. Technical Specifications Item Specification Statement Of Compliance 1 General Requirements: all Items Must Be Brand New, Unused, And Of High Quality. products Must Have At Least 6 Months To 1-year Warranty. the Supplier Must Be Philgeps Platinum-registered And Provide The Following: mayor’s/business Permit audited Financial Statements income/business Tax Returns omnibus Sworn Statement philgeps Certificate Of Registration And Membership [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 2 Delivery Terms: first Delivery (50%) – On Or Before 20 Calendar Days From The Notice To Proceed (ntp). final Delivery (50%) – On Or Before 40 Calendar Days From The Ntp. items Will Be Inspected And Accepted By The Designated Committee Before Final Acceptance. the Payment Shall Be Processed On A Progressive Billing Basis, Subject To The Completion Of Each Delivery And Compliance With All Documentary Requirements late Deliveries Will Be Subject To A Penalty Of 1% Per Day Of Delay, Based On The Cost Of The Undelivered Items, Up To A Maximum Of 10% Of The Contract Price. the Supplier Must Notify The Procuring Entity At Least 3 Days Before Each Delivery For Inspection Scheduling all Deliverables Shall Be Delivered To Agricultural Training Institute Region 11, Datu Abdul Dadia, Panabo City, Davao Del Norte 3 Other Conditions: the Supplier Must Have Completed A Single Largest Completed Contract (slcc) Equivalent To At Least 25% Of The Abc. the Contract Price Is Inclusive Of Delivery Costs, Taxes, And Other Charges. defective, Substandard, Or Incorrect Items Must Be Replaced Within 7 Days At No Additional Cost. Section Viii. Checklist Of Technical And Financial Documents Notes On The Checklist Of Technical And Financial Documents The Prescribed Documents In The Checklist Are Mandatory To Be Submitted In The Bid, But Shall Be Subject To The Following: A.gppb Resolution No. 09-2020 On The Efficient Procurement Measures During A State Of Calamity Or Other Similar Issuances That Shall Allow The Use Of Alternate Documents In Lieu Of The Mandated Requirements; Or B.any Subsequent Gppb Issuances Adjusting The Documentary Requirements After The Effectivity Of The Adoption Of The Pbds. The Bac Shall Be Checking The Submitted Documents Of Each Bidder Against This Checklist To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion Pursuant To Section 30 Of The 2016 Revised Irr Of Ra No. 9184. Checklist Of Technical And Financial Documents I.technical Component Envelope Class “a” Documents Legal Documents ⬜ (a)valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b)statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c)statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (d)original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (e)conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f)original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g)the Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (h)if Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii.financial Component Envelope ⬜ (i)original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (j)original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (k)[for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (l)certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
University Of Northern Philippines Tender
Others
Philippines
Closing Date14 May 2025
Tender AmountPHP 1.8 Million (USD 33.5 K)
Details: Description Republic Of The Philippines University Of Northern Philippines Tamag, Vigan City Invitation To Bid For The Procurement Of Office Supplies, Consumables And Janitorial Supplies 1. The University Of Northern Philippines, Through The Regular Fund And Use Of Income, 2025 Intends To Apply The Sum Of ₱ 1,869,404.21 The Abc To Payments Under The Contract For Procurement Of Office Supplies, Consumables And Janitorial Supplies/g-2025-06. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The University Of Northern Philippines Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within 30 Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From University Of Northern Philippines And Inspect The Bidding Documents At The Address Given Below During 8:00 Am – 12:00 Pm And 1:00-5:00 Pm, From Monday To Friday Except Non-working Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 21 – May 14, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee To The Cashier’s Office For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, To Wit: Lot No. Abc Price Of Bid Documents Per Lot 1 ₱ 258,579.17 ₱ 500.00 2 485,222.06 500.00 3 122,435.01 500.00 4 213,305.58 500.00 5 351,308.50 500.00 6 438,553.89 500.00 1-6 1,869,404.21 5,000.00 If The Bidder Shall Submit Its Bid For More Than One Lot, The Bidder Shall Pay The Corresponding Maximum Fee For The Bidding Documents Stated In The Guidelines Issued By The Gppb Based On The Total Abc Of The Lots To Be Bid. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The University Of Northern Philippines Will Hold A Pre-bid Conference On May 2, 2025, 9:00 Am At Bac Meeting Room, 2/f Roco Lina Building, University Of Northern Philippines, Tamag, Vigan City, Ilocos Sur And/or Through Video Conferencing Or Webcasting Via Google Meet (https://meet.google.com/jxm-txqj-xov) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through: (i) Manual Submission At The Office Address Indicated Below On Or Before May 14, 2025, 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On May 14, 2025, 9:00 Am At The Given Address Below And/or Via Google Meet (https://meet.google.com/jxm-txqj-xov). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The University Of Northern Philippines Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Dr. Fatima F. Rocamora/dr. Frances R. Duldulao University Of Northern Philippines Tamag, Vigan City, Ilocos Sur 2700 Bac@unp.edu.ph (077) 632-6895 Www.unp.edu.ph You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph April 21, 2025 Fatima F. Rocamora, Edd Bac Chairperson Procurement Of Office Supplies, Consumables & Janitorial Supplies Abc: ₱ 1,869,404.21 Lot No. Item No. Unit Item Description Qty Abc --second Quarter Office Supplies, Consumables & Janitorial Supplies For The Different Units (pr #2025-03-19-128) Regular Fund Lot 1--office Supplies--abc: ₱ 258,579.17 1. Roll Acetate, Thickness: 0.075mm Min (gauge #3) -1- 2. Pc Ballpoint Pen, Black, 0.5mm -628- 3. Pc Ballpoint Pen, Blue, 0.5mm -333- 4. Pc Ballpoint Pen, Red, 0.5mm -120- 5. Packet Battery, Dry Cell, Size Aa, 2pcs/packet -148- 6. Packet Battery, Dry Cell, Size Aaa, 2pcs/packet -122- 7. Packet Battery, Dry Cell, C, 1.5 Volts, 2pcs/packet -3- 8. Pack Battery, 9v Dc, 2pcs/pack -5- 9. Bundle Binding Ring, (1" X 44"), Plastic,10pcs/bundle, Round, Black -2- 11. Pack Cartolina, Assorted Color, 20s/pack, 70 Gsm -6- 13. Pack Cartolina, Assorted Color, 20s/pack, 70 Gsm -1- 14. Pc Clearbook, 20 Transparent Pockets, For A4 Size -5- 15. Pc Clearbook, 20 Transparent Pockets, For Legal Size -5- 16. Pack Clear Cover, Letter Size, Pvc Film, 100pcs/pack -2- 17. Pack Clear Cover, A4 Size, Pvc Film, 100pcs/pack -2- 18. Pack Clear Cover, Legal Size, Pvc Film, 100pcs/pack -3- 19. Pc Clip, Bulldog (1") -81- 20. Pc Clip, Bulldog (2.5") -79- 21. Box Clip Backfold, All Metal, Clamping 19mm, 12s/box -52- 22. Box Clip Backfold, All Metal, Clamping 25mm, 12s/box -44- 23. Box Clip Backfold, All Metal, Clamping 32mm, 12s/box -42- 24. Box Clip Backfold, All Metal, Clamping 50mm, 12s/box -39- 25. Box Clip Paper, Vinyl Gem Type, 32mm, 100s/box -93- 26. Box Clip Paper, Vinyl Gem Type, Jumbo, 48 Mm. 100s/box -119- 27. Pack Colored Paper, Legal, 70 Gsm, 250's/pack, Assorted Multi Purpose -7- 28. Pc Correctable Film Ribbon, Olympia -12- 29. Pc Correction Tape, Film Base Type, Ul Of 6m Min -336- 31. Pc Cutter Knife, Heavy Duty -19- 32. Pc Data File Box, Made With Chipboard With Closed Ends (5"x9"x15-3/4") -34- 33. Pc Data Folder, Made Of Chipboard, Taglia Lock -5- 34. Box Envelope, Documentary, A4, 500s/box -1- 35. Box Envelope, Documentary, Legal, 500s/box -1- 36. Box Envelope, Expanding, Legal, Kraft, 100s/box -2- 37. Pc Envelope, Expanding, Plastic, 9.5" X 15" Non Transparent, 0.50mm Thickness Min -55- 38. Box Envelope, Mailing White, 500s/box 9 1/2" X 4 1/8" No Window, 70gsm -7- 39. Box Envelope, Mailing White, 500s/box 9 1/2" X 4 1/8", With Window -5- 41. Box Fastener, Non-rust Metal, 70mm Between Prongs 50 Sets/box -41- 42. Pc File Organizer, Expanding Legal, Plastic 12 Pockets -6- 43. Set File Tab Divider, Bristol Board, For A4, 5pc/set -5- 44. Set File Tab Divider, Bristol Board, For Legal, 5pc/set -10- 47. Pack Folder, L-type, A4, 50pcs/pack -10- 49. Pack Folder, Tagboard, Legal Size, 100pc/pack -10- 50. Jar Glue, All Purpose, 200 Grams Min. -68- 51. Pc Glue Gun, Big, Corded Electric, Heavy Duty, 60 Watts -6- 52. Bundle Glue Stick, Big, Clear, 20pcs/bundle -11- 53. Box Index Tab, Self-adhesive, Transparent, 5sets/box -70- 54. Set Marker, Fluorescent, 3 Colors/set -20- 55. Pc Marker, Whiteboard, Bullet Type, Black -309- 56. Pc Marker, Whiteboard, Bullet Type, Blue -202- 57. Pc Marker, Whiteboard, Bullet Type, Red -92- 58. Pc Marker, Permanent, Bullet Type, Black -143- 59. Pc Marker, Permanent, Bullet Type, Blue -35- 60. Pc Marker, Permanent, Bullet Type, Red -25- 62. Book Notebook, Stenographer's, 40 Leaves, Spiral -3- 63. Book Notebook, Spiral 8x11", 100 Pages -5- 64. Pad Notepad, Stick-on, (3" X 2"), 100 Sheets/pad, Colored -62- 65. Pad Notepad, Stick-on, (3" X 3"), 100 Sheets/pad, Colored -52- 66. Pad Notepad, Stick-on, (3" X 4"), 100 Sheets/pad, Colored -47- 67. Pad Paper Pad, Ruled 216mmx330mm, White -10- 68. Ream Paper, Multipurpose, A4, 70 Gsm, Substance 20 -85- 69. Ream Paper, Multipurpose, Legal 70 Gsm, Substance 20 -69- 70. Ream Paper, Multicopy, A3, 70gsm -4- 73. Ream Paper, Multicopy, Letter 8 1/2" X 11", 80gsm -5- 76. Pack Paper Oslo, 8.5" X 11", 100s/pack -3- 77. Pack Paper, For Photo, 210mmx297mm", 210gsm, 20s/pack Super Glossy -16- 78. Box Pencil, Lead/graphite, With Eraser, 12 Pieces/box -67- 79. Pc Puncher, Heavy Duty, W/ Two-hole, Guide 1 -8- 80. Box Push Pin, Hammer Head Type, 100s/box -12- 81. Book Record Book, 300 Pages, Size: 8.5"x11" -61- 82. Book Record Book, 500 Pages, Size: 8.5"x11" -85- 83. Pcs Ribbon, Impact Dot Matrix, Epson Lx310 -5- 84. Box Rubber Band, 70mm Min Lay Flat Length #18 -3- 85. Pc Ruler, 12", Plastic, Thickness, 3mm -15- 86. Pc Scissors, Symmetrical (7") -37- 87. Pc Sharpener, Single Cutterhead -6- 88. Pc Sign Pen, Extra Fine Tip, Black, 0.3mm -222- 89. Pc Sign Pen, Fine Tip, Black, 0.5mm -106- 91. Pc Sign Pen, Extra Fine Tip, Blue, 0.3mm -111- 94. Pc Sign Pen, Extra Fine Tip, Red, 0.3mm -41- 97. Pack Specialty Board, A4 Size, 10's/pack, 200gsm, White -163- 98. Pack Specialty Board, 8 1/2 X 11, 10's/pack, 200gsm, White -17- 99. Pack Specialty Board, 8 1/2 X 13, 10's/pack, 200gsm, White -61- 101. Pc Stamp Pad, Felt Pad, Bed Dimension: 60mm X 100mm -16- 102. Pc Stamping Dater, Mini, Self-inking Stamp, Mechanical -15- 103. Pc Stapler, Heavy Duty, Standard, Metal, #35 -8- 104. Pc Staple Wire Remover, Plier Type, All Metal -8- 105. Box Staple Wire For Heavy Duty, Standard -77- 106. Box Staple Wire For Heavy Duty Stapler,23/13 -26- 107. Pc Tape Dispenser, Heavy Duty, For 24mm (1") -5- 108. Roll Tape, Electrical, Black, 19mm X 16m Minimum -15- 109. Roll Tape, Masking, (1"), Width:24mm, 50 Meters Length -8- 111. Roll Tape, Packaging (2"), Width:48mm, 50 Meters Length -17- 112. Roll Tape, Transparent (1"), Width:24mm, 50 Meters Length -96- 113. Roll Tape, Transparent (2"), Width:48mm, 50 Meters Length -45- Lot 2--consumable Supplies--abc: ₱ 485,222.06 115. Unit External Hardrive, 1tb 2.5"hdd Usb At Least 3.0 -5- 116. Pc Flash Drive, 16gb Capacity, At Least 3.0 -38- 117. Pc Flash Drive, 32gb Capacity, At Least 3.0 -12- 118. Bot Ink Bottle, Genuine Brother Btd60bk, Black -6- 119. Bot Ink Bottle, Genuine Brother Bt5000, Magenta -4- 120. Bot Ink Bottle, Genuine Brother Bt5000, Cyan -4- 121. Bot Ink Bottle, Genuine Brother Bt5000, Yellow -4- 122. Bot Ink Bottle, Epson, T6731, Black -9- 123. Bot Ink Bottle, Epson, T6732, Cyan -9- 124. Bot Ink Bottle, Epson, T6733, Magenta -9- 125. Bot Ink Bottle, Epson, T6734, Yellow -9- 126. Bot Ink Bottle, Epson, C13t664100, T6641, Black -49- 127. Bot Ink Bottle, Epson, C13t664200, T6642, Cyan -37- 128. Bot Ink Bottle, Epson, C13t664300, T6643, Magenta -37- 129. Bot Ink Bottle, Epson, C13t664400, T6644, Yellow -37- 130. Bot Ink Bottle, Epson, C13t00v100, 003, Black -170- 131. Bot Ink Bottle, Epson, C13t00v200, 003, Cyan -82- 132. Bot Ink Bottle, Epson, C13t00v300, 003, Magenta -82- 133. Bot Ink Bottle, Epson, C13t00v400, 003, Yellow -76- 134. Bot Ink Bottle, Epson, C13t06g100, 008, Black -3- 135. Bot Ink Bottle, Epson, C13t06g200, 008, Cyan -1- 136. Bot Ink Bottle, Epson, C13t06g300, 008, Magenta -1- 137. Bot Ink Bottle, Epson, C13t06gv400, 008, Yellow -1- 138. Bot Ink Bottle, Epson, T03y100, 001, Black -37- 139. Bot Ink Bottle, Epson, T03y200, 001, Cyan -31- 140. Bot Ink Bottle, Epson, T03y300, 001, Magenta -31- 141. Bot Ink Bottle, Epson, T03y400, 001, Yellow -31- 142. Bot Ink Bottle, Hp Gt51/53, Black -2- 143. Bot Ink Bottle, Hp Gt52, Cyan -2- 144. Bot Ink Bottle, Hp Gt52, Magenta -2- 145. Bot Ink Bottle, Hp Gt52, Yellow -2- 146. Bottle Ink Genuine Canon Gi-790, Black -9- 147. Bottle Ink Genuine Canon Gi-790, Cyan -7- 148. Bottle Ink Genuine Canon Gi-790, Yellow -7- 149. Bottle Ink Genuine Canon Gi-790, Magenta -7- 150. Cart Toner, Cartridge, Canon, No. 303 -1- 151. Cart Toner, Cartridge, Hp, 17a -3- 152. Cart Toner, Cartridge, Hp, 19a -3- 153. Cart Toner, Cartridge, Hp, 85a -8- Lot 3--janitorial Supplies--abc: ₱ 122,435.01 154. Canister Air Freshener, At Least 280ml/can -66- 155. Bot Alcohol, Ethyl, 70%, 500ml -75- 156. Gal Alcohol, Ethyl, 70%, Scented With Moisturizer, 1 Gallon -20- 157. Bot Alcohol, Isopropyl, 70%, 500ml -35- 158. Gal Alcohol, Isopropyl, 70%, Scented With Moisturizer, 1 Gallon -6- 159. Bot Bleach, 1ltr/bot -16- 160. Pc Broom Soft, (tambo) -9- 161. Pc Broom Stick, (tingting) -10- 162. Canister Cleanser, Scouring Powder, 350grams/can -45- 163. Pc Detergent Bar, 140 Grams As Packed -36- 164. Pouch Detergent Powder, All Purpose, 1kilo/pouch -54- 165. Canister Disinfectant Spray, Aerosol Type, 400-550 Ml -59- 166. Bot Dishwashing Liquid, 1l -47- 167. Pc Doormat, Cotton -38- 168. Pc Duster, Cotton -10- 169. Pc Dust Pan, Plastic W/ Handle, Large -10- 170. Canister Floor Wax, Paste 2kg, Natural -3- 171. Bot Fogging Solution For Disinfection, At Least 400ml -1- 174. Bot Hand Soap, Liquid, 500ml -59- 175. Canister Insecticide, Aerosol Type, 600ml Min/ Can -20- 176. Pack Microfiber Glass And Mirror Cloth, 3pcs/pack -22- 177. Pc Mop Bucket, Heavy Duty, Hard Plastic, At Least 36 L -6- 178. Gal Muriatic Acid, 1 Gallon -7- 179. Pc Pail, At Last 16 Liters Capacity -8- 180. Kilos Rags, At Least 6” Diameter -33- 182. Pack Tissue, Interfolded Paper Towel, High Quality 150 Pulls -137- 183. Gal Toilet Bowl Cleaner, 1 Gallon -24- 184. Bot Toilet Bowl And Urinal Cleaner, 1l -57- 185. Pc Toilet Deodorant Cake, 99% 50 Grams, With Handle -56- 187. Roll Trashbag, Xxl Size, 10 Pcs/roll, Black -54- 188. Roll Trashbag, Large Size, 10 Pcs/roll, Black -70- 189. Roll Trashbag, Xl Size, 10 Pcs/roll, Black -45- 190. Pc Waste Basket, Non-rigid Plastic, Medium, 7 Gallons Capacity -6- --second Quarter Office Supplies, Consumables & Janitorial Supplies For The Different Units, Spmo (pr #2025-03-24-158) Use Of Income Lot 4--office Supplies--₱ 213,305.58 1. Roll Acetate, Thickness: 0.075mm Min (gauge #3) -1- 2. Pc Ballpoint Pen, Black, 0.5mm -276- 3. Pc Ballpoint Pen, Blue, 0.5mm -198- 4. Pc Ballpoint Pen, Red, 0.5mm -93- 5. Packet Battery, Dry Cell, Size Aa, 2pcs/packet -51- 6. Packet Battery, Dry Cell, Size Aaa, 2pcs/packet -52- 7. Bundle Binding Ring, (1/2" X 44"), Plastic,10pcs/bundle, Round, Black -3- 8. Bundle Binding Ring, (3/4" X 44"), Plastic,10pcs/bundle, Round, Black -3- 9. Bundle Binding Ring, (1" X 44"), Plastic,10pcs/bundle, Round, Black -3- 10. Bundle Binding Ring, (1.5" X 44"), Plastic,10pcs/bundle, Round, Black -2- 11. Bundle Binding Ring, (2" X 44"), Plastic,10pcs/bundle, Round, Black -4- 12. Pc Calculator, Compact, 12 Digits -1- 13. Pc Clearbook, 20 Transparent Pockets, For A4 Size -14- 14. Pc Clearbook, 20 Transparent Pockets, For Legal Size -13- 15. Pack Clear Cover, A4 Size, Pvc Film, 100pcs/pack -1- 16. Pack Clear Cover, Legal Size, Pvc Film, 100pcs/pack -5- 17. Pc Clip, Bulldog (1") -60- 18. Pc Clip, Bulldog (2.5") -48- 19. Box Clip Backfold, All Metal, Clamping 19mm, 12s/box -68- 20. Box Clip Backfold, All Metal, Clamping 25mm, 12s/box -68- 21. Box Clip Backfold, All Metal, Clamping 32mm, 12s/box -68- 22. Box Clip Backfold, All Metal, Clamping 50mm, 12s/box -63- 23. Box Clip Paper, Vinyl Gem Type, 32mm, 100s/box -11- 24. Box Clip Paper, Vinyl Gem Type, Jumbo, 48 Mm. 100s/box -31- 25. Pack Colored Paper, Legal, 70 Gsm, 250's/pack, Assorted Multi-purpose -3- 26. Pc Correctable Film Ribbon, Olympia -1- 27. Pc Correction Tape, Film Base Type, Ul Of 6m Min -170- 28. Tube Cutter Blade, For Heavy Duty, 10pcs/tube -14- 29. Pc Cutter Knife, Heavy Duty -13- 30. Pc Data File Box, Made With Chipboard With Closed Ends (5"x9"x15-3/4") -16- 31. Pc Data Folder, Made Of Chipboard, Taglia Lock -15- 32. Box Envelope, Documentary, Legal, 500s/box -7- 33. Box Envelope, Expanding, Legal, Kraft, 100s/box -5- 34. Box Envelope, Mailing White, 500s/box 9 1/2" X 4 1/8" No Window, 70gsm -2- 37. Box Fastener, Non-rust Metal, 70mm Between Prongs 50 Sets/box -23- 38. Pc File Organizer, Expanding Legal, Plastic 12 Pockets -5- 39. Set File Tab Divider, Bristol Board, For A4, 5pc/set -11- 40. Set File Tab Divider, Bristol Board, For Legal, 5pc/set -2- 41. Bundle Folder, Fancy With Slide, A4, 50 Pcs/bundle -1- 42. Bundle Folder, Fancy With Slide, Legal, 50 Pcs/bundle -6- 43. Pack Folder, L-type, A4, 50 Pcs/pack -9- 44. Pack Folder, L-type, Legal, 50 Pcs/pack -3- 45. Pc Folder, Sliding, Plastic Long, White -2- 46. Pack Folder, Tagboard, A4 Size, 100pc/pack -1- 47. Pack Folder, Tagboard, Legal Size, 100pc/pack -7- 48. Jar Glue, All Purpose, 200 Grams Min. -32- 49. Box Index Tab, Self-adhesive, Transparent, 5sets/box -60- 50. Set Marker, Fluorescent, 3 Colors/set -15- 51. Pc Marker, Whiteboard, Bullet Type, Black -275- 52. Pc Marker, Whiteboard, Bullet Type, Blue -158- 53. Pc Marker, Whiteboard, Bullet Type, Red -85- 54. Pc Marker, Permanent, Bullet Type, Black -57- 55. Pc Marker, Permanent, Bullet Type, Blue -43- 56. Pc Marker, Permanent, Bullet Type, Red -18- 57. Pc Mechanical Pencil, 0.5mm Point -3- 58. Box Mechanical Pencil Replace Lead, 0.5 Mm 100 Pcs/box -2- 60. Pad Notepad, Stick-on, (3" X 2"), 100 Sheets/pad, Colored -44- 61. Pad Notepad, Stick-on, (3" X 3"), 100 Sheets/pad, Colored -34- 62. Pad Notepad, Stick-on, (3" X 4"), 100 Sheets/pad, Colored -48- 63. Ream Paper, Multipurpose, A4, 70 Gsm, Substance 20 -147- 64. Ream Paper, Multipurpose, Legal 70 Gsm, Substance 20 -126- 65. Ream Paper, Multicopy, A3, 70gsm -10- 68. Ream Paper, Multicopy, Letter 8 1/2" X 11", 80gsm -6- 71. Ream Paper, Letter 8 1/2" X 11", Substance 18 -5- 72. Ream Paper, Letter 8 1/2" X 11", Substance 16, Yellow -5- 73. Pack Paper Oslo, 8.5" X 11", 100s/pack -6- 75. Pack Paper, For Photo, 210mmx297mm", 210gsm, 20s/pack Super Glossy -29- 77. Rolls Plotter Paper, 24"x50 Yards -3- 78. Pc Puncher, Heavy Duty, W/ Two-hole, Guide 1 -2- 79. Box Push Pin, Hammer Head Type, 100s/box -15- 80. Book Record Book, 300 Pages, Size: 8.5"x11" -9- 81. Book Record Book, 500 Pages, Size: 8.5"x11" -9- 82. Pc Ruler, 12", Plastic, Thickness, 3mm -11- 83. Pc Ruler, 18", Plastic, Thickness, 3mm -6- 84. Pc Scissors, Symmetrical (7") -20- 85. Pc Sign Pen, Extra Fine Tip, Black, 0.3mm -92- 86. Pc Sign Pen, Fine Tip, Black, 0.5mm -95- 88. Pc Sign Pen, Extra Fine Tip, Blue, 0.3mm -58- 91. Pc Sign Pen, Extra Fine Tip, Red, 0.3mm -20- 94. Pc Sign Pen, Parker Refill Blue -6- 95. Pack Specialty Board, A4 Size, 10's/pack, 200gsm, White -118- 96. Pack Specialty Board, 8 1/2 X 11, 10's/pack, 200gsm, White -38- 97. Pack Specialty Board, 8 1/2 X 13, 10's/pack, 200gsm, White -104- 99. Pc Stamp Pad, Felt Pad, Bed Dimension: 60mm X 100mm -2- 100. Pc Stamping Dater, Mini, Self-inking Stamp, Mechanical -1- 101. Pc Stapler, Heavy Duty, Standard, Metal, #35 -16- 102. Pc Staple Wire Remover, Plier Type, All Metal -5- 103. Box Staple Wire For Heavy Duty, Standard -79- 104. Box Staple Wire For Heavy Duty Stapler,23/13 -5- 105. Roll Tape, Electrical, Black, 19mm X 16m Minimum -35- 108. Roll Tape, Packaging (2"), Width:48mm, 50 Meters Length -18- 111. Roll Twine, Plastic, 1 Kilo/per Roll, Black -1- Lot 5--consumable Supplies--abc: ₱ 351,308.50 112. Unit External Hardrive, 1tb 2.5" Hdd Usb At Least 3.0 -6- 113. Unit External Hardrive, 2tb 2.5" Hdd Usb At Least 3.0 -2- 114. Pc Flash Drive, 16gb Capacity At Least 3.0 -8- 115. Bot Ink Bottle, Genuine Brother Btd60bk, Black -20- 116. Bot Ink Bottle, Genuine Brother Bt5000, Magenta -15- 117. Bot Ink Bottle, Genuine Brother Bt5000, Cyan -15- 118. Bot Ink Bottle, Genuine Brother Bt5000, Yellow -15- 119. Bot Ink Bottle, Epson, T6735, Light Cyan -2- 120. Bot Ink Bottle, Epson, T6736, Light Magenta -3- 121. Bot Ink Bottle, Epson, C13t664100, T6641, Black -3- 122. Bot Ink Bottle, Epson, C13t664200, T6642, Cyan -3- 123. Bot Ink Bottle, Epson, C13t664300, T6643, Magenta -3- 124. Bot Ink Bottle, Epson, C13t664400, T6644, Yellow -3- 125. Bot Ink Bottle, Epson, C13t00v100, 003, Black -154- 126. Bot Ink Bottle, Epson, C13t00v200, 003, Cyan -85- 127. Bot Ink Bottle, Epson, C13t00v300, 003, Magenta -89- 128. Bot Ink Bottle, Epson, C13t00v400, 003, Yellow -89- 129. Bot Ink Bottle, Epson, T03y100, 001, Black -15- 130. Bot Ink Bottle, Epson, T03y200, 001, Cyan -15- 131. Bot Ink Bottle, Epson, T03y300, 001, Magenta -10- 132. Bot Ink Bottle, Epson, T03y400, 001, Yellow -10- 133. Bottle Ink, Genuine Canon Gi-790, Black -4- 134. Bottle Ink, Genuine Canon Gi-790, Cyan -4- 135. Bottle Ink, Genuine Canon Gi-790, Yellow -4- 136. Bottle Ink Genuine Canon Gi-790, Magenta -4- 137. Cart Toner, Cartridge, Hp, 85a -4- Lot 6--janitorial Supplies--abc: ₱ 438,553.89 138. Canister Air Freshener, At Least 280ml/can -97- 139. Bot Alcohol, Ethyl, 70%, 500ml -85- 140. Gal Alcohol, Ethyl, 70%, Scented With Moisturizer, 1 Gallon -37- 141. Bot Alcohol, Isopropyl, 70%, 500ml -14- 142. Gal Alcohol, Isopropyl, 70%, Scented With Moisturizer, 1 Gallon -4- 143. Bot Bleach, 1ltr/bot -4- 144. Pc Broom, Soft, (tambo) -161- 145. Pc Broom, Stick (tingting) -160- 146. Canister Cleanser, Scouring Powder, 350grams/can -18- 148. Pouch Detergent Powder, All Purpose, 1kilo/pouch -28- 149. Canister Disinfectant Spray, Aerosol Type, 400-550 Ml -138- 150. Bot Dishwashing Liquid, 1l -24- 151. Pc Doormat, Cotton -19- 152. Pc Duster, Cotton -7- 153. Pc Dust Pan, Plastic W/ Handle, Large -2- 154. Canister Floor Wax, Paste 2kg, Natural -3- 157. Bot Hand Soap, Liquid, 500ml -22- 158. Canister Insecticide, Aerosol Type, 600ml Min/ Can -18- 159. Pack Microfiber Glass And Mirror Cloth, 3pcs/pack -3- 160. Pc Mop Handle, Heavy Duty Screw Type, Aluminum Handle With Mop Head Made Rayon, 400g Min -75- 161. Gal Muriatic Acid, 1 Gallon -21- 162. Kilos Rags, At Least 6” Diameter -14- 164. Pack Tissue, Interfolded Paper Towel, High Quality 150 Pulls -98- 165. Gal Toilet Bowl Cleaner, 1 Gallon -205- 166. Bot Toilet Bowl And Urinal Cleaner, 1l -28- 167. Pc Toilet Deodorant Cake, 99% 50 Grams, With Handle -113- 169. Roll Trashbag, Xxl Size, 10 Pcs/roll, Black -1535- 170. Roll Trashbag, Large Size, 10 Pcs/roll, Black -51- 171. Roll Trashbag, Xl Size, 10 Pcs/roll, Black -35- 172. Pc Waste Basket, Non-rigid Plastic, Medium, 7 Gallons Capacity -19-
Western Visayas Sanitarium Doh Tender
Healthcare and Medicine
Philippines
Closing Date20 May 2025
Tender AmountPHP 4.1 Million (USD 74.5 K)
Details: Description Republic Of The Philippines Department Of Health Western Visayas Sanitarium And General Hospital Santa Barbara, Iloilo Invitation To Bid For Procurement Of Various Office And Ict Supplies Of Wvsgh Ib No. 2025-04-008-g The Western Visayas Sanitarium, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Procurement Of Various Office And Ict Supplies Of Wvsgh Location : Western Visayas Sanitarium And General Hospital, Inangayan, Santa Barbara, Iloilo Approved Budget For : Php 4,157,561.25 The Contract (abc) Fund Source : Caf No. 2025-25-gf – Pr No. 2025.04.0126 Caf No. 2025-032-gf – Pr No. 2025.04.0127 Caf Augmentation - Caf No. 2025-24-igf Delivery Period : Within Twenty (20) Working Days After Receipt Of The Notice To Proceed Except For Those Items Marked With Asterisk (*) Wherein, 50% Of The Items Will Be Delivered On The First Delivery And The Remaining 50% Will Be Delivered After Three (3) Months From The First Delivery. Total Abc: 4,157,561.25 Lot I: Office Supplies Abc: Php 951,621.25 Item No. Unit Item Description Quantity 1 Pc 1. Adhesive Vinyl Sticker Paper, A4 Size 13 2 Pc 2. Arch File Folder, Hard Bound With 3 Ring Binder, Color Red, Legal Size 27 3 Bundle *3. Bag, Paper, Brown, #1 3 1/2"x2"x6 1/2" , 100's 200 4 Bundle *4. Bag, Paper, Brown, #3 4 4/9"x2 2/3"x8" , 100's 200 5 Bundle *5. Bag, Paper, Brown, #8 6 1/9"x3 5/8"x11 8/9" , 100's 200 6 Pack 6. Battery, Dry Cell, Size Aa, 4pcs./pack 32 7 Pack 7. Battery, Dry Cell, Size Aaa, 4pcs./pack 32 8 Pc 8. Battery, Size D 3 9 Pack 9. Battery, Rechargeable, Aa 1 10 Pack 10. Battery, Rechargeable, Aaa 1 11 Unit 11. Calculator, Mini-desk Type, Compact, Electronic, Lcd Display, 12 Digits Capacity, Two-way Power Source, (solar Or Cell) 26 12 Box 12. Carbon Paper, Long, Carbon Film, Polyethylene, Blue, Size 216mm X 330mm, (±2mm), 100 Sheets Per Box 26 13 Pc 13. Cartolina, Violet 20 14 Pc 14. Certificate Frame, Short, High Quality 20 15 Pc 15. Certicate Frame,a4, High Quality 40 16 Pc 16. Certificate Frame,long, High Quality 15 17 Pc 17. Certificate Holder, Clear Front, Hard, Long 30 18 Pc 18. Certificate Holder, Clear Front, Hard, Short 30 19 Box *19. Clip, Paper, 32mm Min. Length Of Clip, Gem Pattern Type, Plastic Coated, Assorted Colors, 100's, Small 250 20 Box *20. Clip, Paper, 48mm Min. Length Of Clip, Gem Pattern Type, Plastic Coated, Assorted Colors, 100's, Big 250 21 Box 21. Clip Backfold, 3 Inches, 12's/box (binder Clip) 32 22 Pc 22. Clip Board, With Cover, Plastic Hard With Clip, Legal 19 23 Pc 23. Clip Board, Short 4 24 Unit 24. Clock, Quartz, Wall Mounted, Analog, Aluminum, Round, 12inches, Transparent, Glass Minimalism, Battery Operated (aa), High Quality, Wall Mounted 14 25 Pc 25. Corkboard, 20"x36" , With Silver Aluminum Frame 25 26 Pc 26. Corkboard, 36"x48" , With Silver Aluminum Frame 40 27 Pc 27. Corkboard, 24"x36",with Silver Aluminum Frame 30 28 Pc 28.corkboard, 4ftx8ft, With Silver Aluminum Frame 5 29 Pc *29. Correction Tape, Disposable, Usable Length Of 6 Meters X5mm, White Opaque With Protective Cap 472 30 Pc 30. Correction Fluid, Water Based, White Opaque, No Obnoxious Odor, Min, 15ml Per Bottle 2 31 Pc 31. Correction Pen, Soft Barrel, 10ml 30 32 Pc 32. Cutter, Heavy Duty, L300, Auto Lock, Built In Snapper, Uses Bl 150 Blade 26 33 Pc 33. Electrical Universal Power Adapter 2 34 Unit 34. Electronic Calculator 2 35 Box 35. Envelope, Mailing White, With Window, 80gsm (-5%), Long Size, 500's 3 36 Pc *36. Envelope, Plastic, Long, Transparent 526 37 Pc *37. Envelope, Plastic, Short, Transparent 326 38 Pc 38. Eraser, Felt, For The Blackboard/whiteboard 8 39 Pc 39. Eraser, Rubber For Pencil/ballpen, Big 14 40 Pc 40. Extension Cord, 4 Gang, 3m, With Switch, With Ground 2 41 Pc 41. Extension Cord, 5 Gang, With Switch 6 42 Box 42. Fastener, For Paper, Metal, 50's 2 43 Pc 43. File Box, With Ring, L 15.5" X W - 5" X H - 9.5", Green 175 44 Pc 44. File Organizer, Expanding, Legal Size, Plastic, Assorted Colors 27 45 Pc 45. Folder, (expandable), Green 1000 46 Pc 46. Folder (expandable), Green, With Tabbing 274 47 Pc *47. Folder, Ordinary, White, Long 2000 48 Pc *48. Folder, Ordinary, White, Short 5427 49 Pc 49. Folder, L-shaped Transparent 0.1mm Thickness, Pvc Material 5 50 Bot 50. Glue, White, Multi-purpose, Strong Bond Type, Gross Weight, 130g, Safe & Non Toxic 45 51 Gal 51. Glue, Padding Red, 2kgs. 2 52 Pc 52. Glue Gun Stick, Clear, Big Size 60 53 Pc 53. Glue Gun Stick, Clear, Small Size 10 54 Bot 54. Ink For Self Inking Stamp, 10ml, Purple Or Violet 6 55 Bot 55. Ink For Stamp Pad, Purple Or Violet, With Applicator, 30ml 42 56 Pack 56. Laminating Film, 250 Microns, Long, 100's 5 57 Pc 57. Marker, Fluorescent , Green (highlighter) 60 58 Pc 58. Marker, Fluorescent , Orange (highlighter) 64 59 Pc 59. Marker, Permanent, Black, Double Pen Head 1.0mm And 0.4mm, Twin-nib Marker, Alcohol Based, Fine Bullet Tip 100 60 Pc 60. Multipurpose Basket Tray Organizer, Large, Red 5 61 Pc 61. Notebook, Stenographer, Spiral, 40 Leaves 10 62 Ream 62. Paper, Bond Substance 20, A4, White 500's 570 63 Ream 63. Paper, Bond Substance 20, Legal, White 500's 40 64 Ream 64. Paper, Bond, Substance 20, Long, Blue, 500's 2 65 Ream 65. Paper, Bond, Substance 20, Long, Light Blue 11 66 Ream 66. Paper, Bond, Substance 24, 80gsm, Short, Ultra White, 500's 50 67 Ream 67. Paper, Bond, Substance 24, 80gsm, Legal, Ultra White, 500's 50 68 Ream 68. Paper, Bond, Substance 24, 80gsm, A4, Ultra White, 500's 2 69 Ream 69. Paper, Colored, Short, Pink, Substance 24, 80gsm, 500's 90 70 Ream 70. Paper, Colored, Short, Green, Substance 24, 80gsm, 500's 60 71 Ream 71. Paper, Colored, Long, Yellow, Substance 24, 80gsm, 500's 60 72 Ream 72. Paper, Colored, Long, Blue, Substance 24, 80gsm, 500's 40 73 Pc 73. Paper Cutter Board, Wood 1 74 Pack 74. Paper, Glossy Sticker Paper, A4, 10's 73 75 Pack 75. Paper, Photo Paper, Size:a4, 230 Gsm, Glossy, 10's 35 76 Pc 76. Pen, Crystal Ballpoint Pen, With Removable Clip Cap, Black, 0.5 2382 77 Pc 77. Pen, Crystal Ballpoint Pen, With Removable Clip Cap, Blue, 0.5 306 78 Pc 78. Pen, Crystal Ballpoint Pen, With Removable Clip Cap, Red, 0.5 371 79 Pc 79. Pen, Gel, Knock Type, Color Black, 0.38 -0.40mm, Black 20 80 Pc 80. Pen, Gel, Knock Type, Color Black, 0.5 Mm, Black 20 81 Pc 81. Pen, Marker, Permanent, Refillable Fine Tip, Black 226 82 Pc 82. Pen, Marker, Permanent, Refillable Fine Tip, Blue 80 83 Pc 83. Pen, Marker, Permanent, Refillable Fine Tip, Red 56 84 Pc 84. Pen, Marker, Permanent, Blue, Broad 5 85 Pc 85. Pen, Marker, Permanent, Red, Broad 2 86 Pc 86. Pen, Marker ,whiteboard, Black, Felt Tip, Bullet Type, Fine Tip 222 87 Pc 87. Pen, Marker ,whiteboard, Blue, Felt Tip, Bullet Type, Fine Tip 70 88 Pc 88. Pen, Marker ,whiteboard, Red, Felt Tip, Bullet Type, Fine Tip 58 89 Pc 89. Pen, Marker, Permanent, Black Refillable, 0.3mm 20 90 Pc 90. Pen, Signature, Black, 0.5mm 300 91 Pc 91. Pen, Signature, Blue, 0.5mm 400 92 Pc 92. Pen, Signature, Red, 0.5mm 62 93 Box 93. Pin, Push, Flat Head Type, Assorted Colors, 100s 10 94 Roll 94. Plastic Cover, Multi-purpose, Thick, Gauge 5, 50m Long 13 95 Tube 95. Price Tag, 20x12mm Labeller Paper Sticker Mx5500, 700pcs/roll 4 96 Pc 96. Puncher, 2-hole, With Ruler Guide, Heavy Duty 20 97 Bot 97. Refill Ink ( Pentel Pen), Refill Ink Permanent Marker, With Dropper For Easy Refill, Black, 30ml 6 98 Pc 98. Ring Binder, A4 Size, 3 Ring, D Type, 2.5 Inches Thickness, With Label Insert On Side And Front Pocket, Product Dimensions: 13x3.8x11.4, Blue 1 99 Box 99. Rubber Band, 1.0mm Thickness, 350 Grams/box, Big, 220 Pieces/box 30 100 Pc 100. Ruler, Plastic, 300mm Or 12", Width 28mm Min., Flexible, Transparent, Thickness 0.08mm Min 12 101 Pc 101. Ruler, Plastic, 24 Inches, Transparent 13 102 Pair 102. Scissors, 9", Stainless, Heavy Duty 29 103 Pc 103. Sharpener, Manual, One Hole Guide, 9-10mm Diameter 8 104 Pack 104. Specialty Paper, A4, 10's 2 105 Pc 105. Stamp Pad, Felt Pad, Bed Dimension: 60mm X 100mm Min., Pre-inked 16 106 Box 106. Electronic Stapler Cartridge, Eh-70h 2 107 Box 107. Staple Cartridge, Clinch Electric Stapler (box Of 5000) 2 108 Pc 108. Stapler, Heavy Duty With Staple Wire Remover, Can Hold At Least 100 Sheets, Loading Capacity: 100 Staples No. 35, Hd 50f 35 109 Box *109. Staple Wire, Standard, #35mm 250 110 Roll 110.tape, Double Sided, 1" Width Or 24mm, Base Material Acrylic Solvent Base, White Paper, Usable Length 50m 15 111 Roll 111. Tape, Masking, 12mm Or 1/2", 50 Meters Length 50 112 Roll 112. Tape, Transparent, 1 Inch, 50 Meters Length 500 113 Roll 113. Tape, Packaging, 48mm At Least 80 Yards Length 35 114 Unit 114. Thermometer, Room Thermometer, Wooden Frame, Alcohol Based 2 115 Pc 115. Tray, Plastic, 4"x8" 5 116 Pc 116. Voucher Filler, Hardbound, Legal Size 100 117 Pc 117. White Board, With Frame, Wall Mounted, Size: 2.5 Meters X 2 Meters 1 Lot Ii: Other Office Supplies (customized) Abc: Php 289,540.00 Item No. Unit Item Description Quantity 1 Pc 1. Inpatient Record Book, 38cm, 300 Sheets 2 2 Pc 2. Patient Id, Yellow 150,000.00 3 Pc 3. Patient Index Card, Pink 45,000.00 4 Pc 4. Record Book, For Laboratory, Hard Bound, 300 Pages, 12x16 Inches 15 5 Pc 5. Record Book, For Ultrasound, 500 Pages, Hard Bound, Premium Grade, 15 X 10 Inches 2 6 Pc 6. Record Book, For X-ray, 500 Pages, Hard Bound, Premium Grade, 20 X 10 Inches 1 7 Pc 7. Record Book, For Ct-scan, 500 Pages, Hard Bound, Premium Grade, 20 X 10 Inches 1 8 Pc 8. Record Book, With "official Record Book", Printed On Out Cover, Laminated Chipboard, Thickness: 1mm Min, Symthe Sewn, Leaves: White Bond, Non - Blot, 55gsm (-5%), Pre-numbered, Thickness: 0.07mm Min, Pre-numbered (by Machine), Size Of Pages: 205mmx265mm Min, Margin: Top Margin: 25mm (-2mm), Bottom Margin: 8mm (±4mm)/ Left/right Margin, Manufacturer’s Standard, Number Of Spaces: 37min 10 Lot Iii: Ict Supplies Abc: Php 1,062,300.00 Item No. Unit Item Description Quantity 1 Pc 1. Bluetooth Speaker, For Video Conferencing 1 2 Unit 2. Computer Keyboard, Genuine And High Quality, Wired Usb 6 3 Pc 3. Disk, Dvd - R With Case, High Quality 5 4 Roll 4. Dot Matrix Ribbon For Epson Lq 300/310 Series Printers, Refill, 1" 150 5 Pc 5. Dot Matrix Ribbon, L310 Cartridge 20 6 Pc 6. Flash Drive, 8gb Capacity Or Higher Flash Drive (original Branded-high Quality) 8 7 Pc 7. Flash Drive, Usb, 16gb Capacity Or Better (original-branded-high Quality) 45 8 Pc 8. Flash Drive, Usb, 32gb 17 9 Pc 9. Flash Drive, 128gb Capacity, Transfer Speed Up To 130, Usb 3.0 Flash Drive 2 10 Bottle 10. Ink, Brother, Cyan, Bt5000c 150 11 Bottle 11. Ink, Brother, Magenta, Bt5000m 120 12 Bottle 12. Ink, Brother, Yellow, Bt5000y 120 13 Bottle 13. Ink, Brother, Black , Btd60bk 60 14 Bottle 14. Ink, Brother, Black , Bt6000bk 60 15 Bottle 15. Ink, Epson,003, Black, (genuine)for L1110, L1210, L1216, L1250, L1256, L3110, L3116, L3150, L3156, L3210, L3216, L3250, L3256, L3550, L5190, L5290, L5296 And L5590 Printers. 200 16 Bottle 16. Ink, Epson,003, Cyan For (genuine) For L1110, L1210, L1216, L1250, L1256, L3110, L3116, L3150, L3156, L3210, L3216, L3250, L3256, L3550, L5190, L5290, L5296 And L5590 Printers. 150 17 Bottle 17. Ink, Epson,003, Magenta (genuine) For L1110, L1210, L1216, L1250, L1256, L3110, L3116, L3150, L3156, L3210, L3216, L3250, L3256, L3550, L5190, L5290, L5296 And L5590 Printers. 150 18 Bottle 18. Ink, Epson,003, Yellow (genuine) For L1110, L1210, L1216, L1250, L1256, L3110, L3116, L3150, L3156, L3210, L3216, L3250, L3256, L3550, L5190, L5290, L5296 And L5590 Printers. 150 19 Pc 19. Mouse, Usb Type 12 20 Box 20. Toner Cartridge, Hp 26a, Original Black 36 21 Box 21. Toner Cartridge, Brother Tn 3428, Original, Black 20 22 Box 22. Toner Cartridge, Brother, Tn 2380 (genuine) 30 23 Box 23. Toner, Cartridge, Samsung, Mlt-d205l (genuine) 10 24 Pc 24. Usb Hub, 4 Port At Least 2.0 And At Least 1m Length 1 Lot Iv: Semi-expendable Office Equipment Abc: Php 461,100.00 Item No. Unit Item Description Quantity 1 Unit 1. Amplifier, Portable Sound System With Blue Tooth, Equalizer, With Usb Port, Mic Input, With Two (2) Units Wireless Microphones With Rechargeable Battery 1 2 Unit 2. Bathroom Weighing Scale, Mechanical Scale, 130kg Capacity, 1kg Accuracy, Stainless Steel Iron Material, High Quality 2 3 Pc 3. Chair, Plastic, Durable, With Armrest 6 4 Pc 4. Chair, Monobloc, White 4 5 Pc 5. Chair, Monobloc, Green 43cmx38cmx72cm, Stackable, High Quality, Heavy Duty 10 6 Unit 6. Chair, Office Chair, High Back, Gas Lift, With Arm Rest 28 7 Unit 7. Computer Table, With Drawer 1 8 Unit 8. Computer Table, Small With Printer Desk 1 9 Unit 9. Intercom, Dual- Way Talk Through Office Window Glass Counter Intercom Speaker System (with External Speaker And Charger) 2 10 Unit 10. Microphone Stand, Compatible With The 2 Microphones Of The Amplifier (#1) 1 11 Pc 11. Paper Cutter, Heavy Duty 3 12 Pc 12. Plastic High Stool/ Bar Stool, 24 Inches, Stackable 1 13 Unit 13. Shredder, Paper Shredder, 23l 1 14 Unit 14. Steel Cabinet, 2 Swing Doors, Filing Cabinet, H1850xw900xd4000mm, 4 Shelves, Adjustable Inside, Lock With 2 Keys, High Quality 1 15 Unit 15. Steel Cabinet, 4 Drawer, Vertical Filing Cabinet, H1331xw460xd620mm 2 16 Unit 16. Steel Cabinet, Steel Storage Metal File, Two Doors With 5 Layers, Size: W900xd400xh1850mm, Color: Light Grey, Material: Cold Rolled Steel Plate, Surface: Electrostatic Powder Coating, Thickness: 2.1mm As Regular Structure: Knocked Down Structure 2 17 Unit 17. Steel Locker, Gray, All Metal Body, 24 Door Storage, With Key Lock Mechanism, 900x450x1800mm (wdh), Heavy Duty, High Quality 1 18 Set 18. Table, Dining, Table 6-seater For Conference/family Counseling 1 19 Unit 19. Table, Office, Executive, With 2 Drawers At The Right Side And 1 Drawer At The Center, With Key Lock 3 20 Unit 20. Table, Office Table, With Drawers, Wood, Thickness - 3/4 Inches, Width - 18 Inches, Length - 48 Inches, Height - 36 Inches 1 21 Unit 21. Table, Office With Individual Cubicle, With Four (4) Drawers (2 Lock), Made From Laminated Particle Board, Approx.: Lwh 120x60x75cm 7 22 Unit 22. Table, Office, Ordinary, With 2 Drawers At The Right Side And 1 Drawer At The Center, With Key Lock 1 23 Unit 23. Typewriter, Manual, Standard, Pica (10 Characters Per Inch) 1 24 Unit 24. Working Table, 3x6ft., Wood, Formica Top With Drawers 1 Lot V: Various Ict Supplies (rm) Abc: Php 1,393,000.00 Item No. Unit Item Description Qty 1 Piece Computer Keyboard - New, Genuine, And High-quality Brand Interface: Wired Usb 15 2 Piece Computer Mouse - New, Genuine, And High-quality Brand Interface: Wired Usb 15 3 Piece Computer Power Supply Unit, Bronze - New, Genuine, And High-quality Brand Form Factor: Atx Power: At Least 500w 10 4 Piece Hard Drive, External - New, Genuine, And High-quality Brand Capacity: At Least 1tb Form Factor: 2.5-inch 10 5 Piece Hard Drive, Internal Hdd - New, Genuine, And High-quality Brand Capacity: At Least 1tb Interface: Sata Performance: 7200 Rpm Form Factor: 3.5-inch 10 6 Piece Hard Drive, Internal Ssd, Sata - New, Genuine, And High-quality Brand Capacity: At Least 500 Gb Interface: Sata Form Factor: 2.5-inch 25 7 Piece Hard Drive, Internal Ssd, M.2 - New, Genuine, And High-quality Brand Capacity: At Least 500 Gb Interface: M.2 25 8 Piece Hard Drive, Sas, 300gb, 12gb/s - New, Genuine, And High-quality Brand Capacity: At Least 300 Gb Interface: Sas Sata Form Factor: 2.5-inch 20 9 Piece Hard Drive, Surveillance Hdd, Sata - New, Genuine, And High-quality Brand Capacity: At Least 4 Tb 4 10 Piece Surge Protection, Ethernet - New, Genuine, And High-quality Brand Interface Connection: Rj45 Female Connectors Esd/emp Protection Absorbing Transient Current With Response To Surge Voltage: 100v/s To 1kv/µs Dc Spark-over Voltage: 90v @ 100v/s Maximum Impulse Spark-over Voltage: 700v @ 1kv/µs Discharge Current: 10ka+ Maximum Insulation Resistance: 1g Ohm @ 50v Maximum Capacitance: 1.0 Pf @ 1 Mhz Data Line Protection Rj45: 10/100/1000 Ethernet Ieee 802.3af Poe Support: Yes 10 11 Unit Lead-acid Battery, 7 Ah - Battery Voltage: 12v Battery Technology: Lead-acid 50 12 Piece Lpr Print Server, At Least Usb 2.0 - New, Genuine, And High-quality Brand Connector(s) Ports: Rj-45 Usb 2.0 Type-a (4 Pin, 480mbps) Hardware Chipset Id: Est - Est2862b Performance Maximum Data Transfer Rate: 100 Mbps Max Distance: 100m Remote Management Ability: Yes Auto Mdix: Yes, Full Duplex Support: Yes Supported Protocols: Lpr Power Power Source: Ac Adapter Included Input Voltage: 100 - 240 Ac Input Current: 0.25 Output Voltage: 5 Dc Output Current: 1a Plug Type: H Power Consumption (in Watts): 2 Software Os Compatibility: Windows® Xp, 7, 8 / Rt, 10, 11 Windows Server® 2003, 2008 R2, 2012 Mac Os® 10.6 To 10.10 20 13 Piece Random Access Memory, Ddr3 - New, Genuine, And High-quality Brand Clock Speed: 1333 Mhz Or Better Capacity: 8 Gb 15 14 Roll Utp Cable, Awg 23 -genuine And High-quality Brand Pure Copper At Least 305 Meters Or 1000 Feet At Least Cat6 15 15 Piece Wireless Lan, Pci-e Card - New, Genuine, And High-quality Brand Technology: 802.11b/g/n Interface: Pci Express Dimensions: 4.8 X 3.1 X 0.8 In Or 120.8 X 78.5 X 21.5 Mm Optional: With Low Profile Bracket 40 16 Unit Wireless Access Point, Poe - New, Genuine, And High-quality Brand. Operating System: Router Os Gain: 1.5 Dbi (2.4 Ghz) And 3 Dbi (5 Ghz) Wireless: 802.11b/g/n (2.4 Ghz) And 802.11ac (5 Ghz) 10/100/1000 Ethernet Ports: 2 Mounting: Ceiling, Wall, Or Socket Mount 20 17 Unit Smart Contact Sensor New, Genuine, And High-quality Brand Hardware Indicator Led: Yes Technical Specifications Wireless: 868 / 922 Mhz General Operating Temperature: 0~40°c Dimensions (h X W X D): 61.4 X 37.5 X 12.3 Mm Power Requirements: Cr2032 Battery Features Real-time Monitor, Instant Notification, Home Automation, Easy Installation Compatibility Tp-link Tapo App 10 18 Unit Smart Temperature And Humidity Sensor - New, Genuine, And High-quality Brand. Technical Specifications Wireless: 868 / 922 Mhz Temperature Accuracy: ±0.3°c /±0.54°f Humidity Accuracy: ±3%rh Data Refresh Speed: 2s General Operating Temperature: -20~60ºc / -4~140ºf (temperature Display Range: 0~50ºc / 32~122ºf) Operating Humidity: 0%~99%rh Dimensions (h X W X D) 62 × 62 × 24.5 Mm Display: 2.7" E-ink Power Requirements: 3.0v Dc (2 × Aaa/lr03) Features Real-time & Accurate Monitoring 2.7" E-ink Display Home Automation Instant App Notification, Free Data Storage & Visual Graphs, Flexible Installation Compatibility Tp-link Tapo App 3 19 Unit Smart Water Leak Sensor - New, Genuine, And High-quality Brand Technical Specifications Wireless: 868 Mhz (eu Version) & 922 Mhz (us Version) General Operating Temperature: 0~40ºc / 32~104ºf Operating Humidity: 0%~99%rh Dimensions (h X W X D): 84.5 × 46.5 × 30 Mm. Power Requirements: 2 Aaa Batteries (included) Compatibility Tp-link Tapo App 3 The Bidder’s Single Largest Completed Contract Similar To The Contract To Be Bid Should Have Been Completed Within 3 Years From The Date Of The Deadline Of Submission And Receipt Of Bids. Likewise, The Contract Price Of The Slcc Should Be At Least 50% Of The Sum Of The Abc Of The Lot(s) Joined. 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”. Interested Bidders May Join The Pre-bid Conference And Opening Of Bids Virtually Via Google Meet In The Link Provided: Meeting Link 1: Meet.google.com/nwr-hssm-oqt Meeting Link 2: Meet.google.com/rhr-uzut-xip Meeting Link 3: Meet.google.com/wvk-cxrt-iqb Meeting Link 4: Meet.google.com/jak-dpkp-iig Meeting Link 5: Meet.google.com/zss-kgwk-jxb Meeting Link 6: Meet.google.com/jns-ctma-zbn Meeting Link 7: Meet.google.com/gye-jnnv-irh Meeting Link 8: Meet.google.com/dpd-rjed-trj Meeting Link 9: Meet.google.com/hjh-fope-vky Meeting Link 10: Meet.google.com/xat-wapd-orn Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. The Complete Schedule Of Activities Is As Follows: Bac Activities Schedule Availability Of Bidding Documents April 30, 2025 At 8:00 Am To 4:00 Pm And Up To Before 9:00 Am Of May 20, 2025, At The Procurement/bac Office, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Pre-bid Conference May 08, 2025 (thursday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Opening Of Bids May 20, 2025 (tuesday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Bid Documents May Be Acquired By Interested Bidders On The Dates And Address Above And Upon Payment Of Applicable Fee For The Bidding Documents In The Amount Of: Lot 1: - 1,000.00 Lot 2: - 500.00 Lot 3: - 5,000.00 Lot 4: - 500.00 Lot 5: - 5,000.00 Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac/procurement Office On Or Before 9:00 Am Of May 20, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 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, Wvs.doh.gov.ph , Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Western Visayas Sanitarium And General Hospital Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Jessie H. Jarbadan Bac Secretariat Western Visayas Sanitarium And General Hospital Sta. Barbara, Iloilo Tel. No.: (033) 332-4778 Loc. 119 Email: Wvsbac.procurement@gmail.com Website: Wvs.doh.gov.ph Renia Grace G. Salapare, Md, Fpafp, Mpa Bac Chairperson
AGRICULTURAL TRAINING INSTITUTE REGION XI Tender
Food Products
Philippines
Closing Date3 Mar 2025
Tender AmountPHP 2.2 Million (USD 39.3 K)
Details: Description Philippine Bidding Documents Procurement Of Catering Services For The Conduct Of Trainings And Activities Under Regular And Cfdip For Fy 2025 1st Semester Government Of The Republic Of The Philippines Sixth Edition July 2020 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A.all The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B.specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C.this Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D.the Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E.modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F.for Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..7 Section Ii. Instructions To Bidders…………………………………………...10 1. Scope Of Bid ………………………………………………………………………. 11 2. Funding Information………………………………………………………………. 11 3. Bidding Requirements ……………………………………………………………. 11 4. Corrupt, Fraudulent, Collusive, And Coercive Practices………………………….. 11 5. Eligible Bidders…………………………………………………………………… 11 6. Origin Of Goods ………………………………………………………………….. 12 7. Subcontracts ……………………………………………………………………… 12 8. Pre-bid Conference ………………………………………………………………. 13 9. Clarification And Amendment Of Bidding Documents …………………………… 13 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 13 11. Documents Comprising The Bid: Financial Component …………………………... 13 12. Bid Prices …………………………………………………………………………. 14 13. Bid And Payment Currencies ……………………………………………………… 14 14. Bid Security ………………………………………………………………………. 15 15. Sealing And Marking Of Bids ……………………………………………………… 15 16. Deadline For Submission Of Bids …………………………………………………. 15 17. Opening And Preliminary Examination Of Bids ………………………………….. 15 18. Domestic Preference ……………………………………………………………… 16 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 16 20. Post-qualification ………………………………………………………………… 16 21. Signing Of The Contract …………………………………………………………… 17 Section Iii. Bid Data Sheet …………………………………………………..18 Section Iv. General Conditions Of Contract ……………………...………..20 1. Scope Of Contract ………………………………………………………………… 21 2. Advance Payment And Terms Of Payment ……………………………………….. 21 3. Performance Security ……………………………………………………………. 21 4. Inspection And Tests ……………………………………………………………… 22 5. Warranty …………………………………………………………………………. 22 6. Liability Of The Supplier ………………………………………………………….. 22 Section V. Special Conditions Of Contract ………………………………….23 Section Vi. Schedule Of Requirements ……………………………………....27 Section Vii. Technical Specifications …………………………………………31 Section Viii. Checklist Of Technical And Financial Documents …………..34 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A.the Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B.the Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C.the Deadline For The Submission And Receipt Of Bids; And D.any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Invitation To Bid For The Catering Services For Various Trainings & Activities To Be Conducted At Ati-rtc Xi Under Regular And Cfidp Program For Fy 2025 1st Semester 1.the Agricultural Training Institute- Region Xi, Through The General Appropriations Act Of 2025 Intends To Apply The Sum Of Two Million Two Hundred Eighty-four Thousand Pesos Only (2,284,000.00) Being The Abc To Payments Under The Contract For Catering Services For Various Trainings & Activities To Be Conducted At Ati-rtc Xi Under Regular And Cfidp Program For Fy 2025 1st Semester With Purchase Request Nos. 250232 And 250233 . Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Agricultural Training Institute- Region Xi Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A.bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4.prospective Bidders May Obtain Further Information From Agricultural Training Institute-region Xi Office And Inspect The Bidding Documents At The Address Ati-rtc-xi, Brgy. Datu Abdul, Panabo City, Davao Del Norte During Monday-friday At 8:00 Am-5:00 Pm. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 19, 2025 At 8:00 Am From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of ₱5,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Issued By The Agricultural Training Institute – Region Xi Cashier. 6.the Agricultural Training Institute- Region Xi Will Hold A Pre-bid Conference[ ] On February 24, 2025, 1:00 Pm At Agricultural Training Institute-region Xi Function Hall, Datu Abdul, Panabo City, Davao Del Norte Which Shall Be Open To Prospective Bidders. 7.bid Opening Shall Be On March 10, 2025 At 1:00 Pm At The Given Address. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 8.bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address On Or Before March 10, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 9.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10.the Agricultural Training Institute- Region Xi Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Ms. Ma. Cristin Rosan T. Besario Bids And Awards Committee Secretary Agricultural Training Institute Region Xi Datu Abdul Dadia, Panabo City, Davao Del Norte 084-217-3433, 8105 0917-321-6134 Ati11bacsec@gmail.com February 18, 2025 Lucille B. Camarines Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1.scope Of Bid The Procuring Entity, Agricultural Training Institute- Region Xi Wishes To Receive Bids For Catering Services For Various Trainings & Activities To Be Conducted At Ati-rtc Xi Under Regular And Cfidp Program For Fy 2025 1st Semester With Purchase Request Nos. 250232 And 250233. The Procurement Project Is Composed Of 3 Items, The Details Of Which Are Described In Section Vii (technical Specifications). 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Two Million Two Hundred Eighty-four Thousand Pesos Only (₱2,284,000.00). 2.2.the Source Of Funding Is: A.nga, The General Appropriations Act Or Special Appropriations. 3.bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4.corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5.eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A.for Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: I.completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And Ii.the Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7.subcontracts 7.1.the Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A.subcontracting Is Allowed. The Portions Of Project And The Maximum Percentage Allowed To Be Subcontracted Are Indicated In The Bds, Which Shall Not Exceed Twenty Percent (20%) Of The Contracted Goods. 7.2.the Bidder Must Submit Together With Its Bid The Documentary Requirements Of The Subcontractor(s) Complying With The Eligibility Criteria Stated In Itb Clause 5 In Accordance With Section 23.4 Of The 2016 Revised Irr Of Ra No. 9184 Pursuant To Section 23.1 Thereof. 7.3.the Supplier May Identify Its Subcontractor During The Contract Implementation Stage. Subcontractors Identified During The Bidding May Be Changed During The Implementation Of This Contract. Subcontractors Must Submit The Documentary Requirements Under Section 23.1 Of The 2016 Revised Irr Of Ra No. 9184 And Comply With The Eligibility Criteria Specified In Itb Clause 5 To The Implementing Or End-user Unit. 7.4.subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Supplier’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8.pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address Agricultural Training Institute- Region Xi Function Hall, Datu Abdul Dadia, Panabo City, Davao Del Norte As Indicated In Paragraph 6 Of The Ib. 9.clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2.the Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Prior To The Deadline For The Submission And Receipt Of Bids. 11.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2.if The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12.bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A.for Goods Offered From Within The Procuring Entity’s Country: I.the Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii.the Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii.the Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv.the Price Of Other (incidental) Services, If Any, Listed In The Bds. B.for Goods Offered From Abroad: I.unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii.the Price Of Other (incidental) Services, If Any, As Listed In The Bds. 13.bid And Payment Currencies 13.1.for Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2.payment Of The Contract Price Shall Be Made In: A.philippine Peso 14.bid Security 14.1.the Bidder Shall Submit A Bid Securing Declaration[.] Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2.the Bid And Bid Security Shall Be Valid Until July 21, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15.sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16.deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 8 Of The Ib. 17.opening And Preliminary Examination Of Bids 17.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18.domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. A.in The Case Of Single-year Framework Agreement, The Lowest Calculated Bid Shall Be Determined Outright After The Detailed Evaluation; 19.2.if The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3.the Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4.except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20.post-qualification 20.2. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, Or In The Case Of Multi-year Framework Agreement, That It Is One Of The Eligible Bidders Who Have Submitted Bids That Are Found To Be Technically And Financially Compliant, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21.signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. If Framework Agreement Will Be Used: 21.2. At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Framework Agreement Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 21.3. Within Ten (10) Calendar Days From Receipt Of The Notice To Execute Framework Agreement With The Procuring Entity, The Successful Bidder Or Its Duly Authorized Representative Shall Formally Enter Into A Framework Agreement With The Procuring Entity For An Amount Of One Peso To Be Paid To The Procuring Entity As A Consideration For The Option Granted By The Procuring Entity To Procure The Items In The Framework Agreement List When The Need Arises. 21.4. The Procuring Entity Shall Enter Into A Framework Agreement With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 21.5. The Following Documents Shall Form Part Of The Framework Agreement: A.framework Agreement Form; B.bidding Documents; C.call-offs; D.winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; E.performance Security Or Performance Securing Declaration, As The Case May Be; F.notice To Execute Framework Agreement; And G. Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. Section Iii. Bid Data Sheet Notes On The Bid Data Sheet The Bid Data Sheet (bds) Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information, Or Requirements Included In The Itb Found In Section Ii, Which Are Specific To Each Procurement. This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing The Bds, The Following Aspects Should Be Checked: A.information That Specifies And Complements Provisions Of The Itb Must Be Incorporated. B.amendments And/or Supplements, If Any, To Provisions Of The Itb As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A.catering Services B.completed Within 5 Years Prior To The Deadline For The Submission And Receipt Of Bids, A Contract Similar To The Project. 8 The Procuring Entity Will Hold A Pre-bid Conference On February 24, 2025, 1:00 Pm At Ati-rtc Xi Function Hall, Which Shall Be Open To Prospective Bidders. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A.the Amount Of Not Less Than Forty-five Thousand Six Hundred Eighty Pesos (₱45,680.00) [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B.the Amount Of Not Less Than One Hundred Fourteen Thousand Two Hundred Pesos (₱114,200.00) [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 15 Each Bidder Shall Submit One (1) Original And Two (2) Duplicate Hard Copies Of The First And Second Components Of Its Bid. Bidder/s Shall Provide Ear-tag Codes Or Index Tabs On Both The Original Copy And Duplicate Copies. 16 Deadline Of Submission Of Bid Is On Or Before March 03, 2025 - 10:00 Am Only. 19.3 Not Applicable 20.2 Not Applicable 21.2 Not Applicable Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The General Conditions Of Contract (gcc) In This Section, Read In Conjunction With The Special Conditions Of Contract In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. Matters Governing Performance Of The Supplier, Payments Under The Contract, Or Matters Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Included In The Gcc And Special Conditions Of Contract. Any Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Special Conditions Of Contract. 1.scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Affectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2.advance Payment And Terms Of Payment 2.1.advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2.the Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. [include The Following Clauses If Framework Agreement Will Be Used:] 2.3.for A Single-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier In Its Bid. 2.4.for Multi-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier During Conduct Of Mini-competition. 3.performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184.{[include If Framework Agreement Will Be Used:] In The Case Of Framework Agreement, The Bidder May Opt To Furnish The Performance Security Or A Performance Securing Declaration As Defined Under The Guidelines On The Use Of Framework Agreement.} 4.inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project {[include If Framework Agreement Will Be Used:] Or Framework Agreement} Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5.warranty 5.1in Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2the Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6.liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc Found In Section Iv. The Special Conditions Of Contract (scc) Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Goods Purchased. In Preparing This Section, The Following Aspects Should Be Checked: A.information That Complements Provisions Of The Gcc Must Be Incorporated. B.amendments And/or Supplements To Provisions Of The Gcc As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of The Gcc Should Be Incorporated Herein. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: For Goods Supplied From Abroad: The Delivery Terms Applicable To The Contract Are Ddp Delivered Agricultural Training Institute- Region Xi, Datu Abdul, Panabo City, Davao Del Norte. In Accordance With Incoterms.” For Goods Supplied From Within The Philippines: The Delivery Terms Applicable To This Contract Are Delivered Agricultural Training Institute- Region Xi, Datu Abdul, Panabo City, Davao Del Norte. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Includes Ms. Ruby Jane P. Bentiroso, Mr. Ernie L. Malazarte, And Ms. Chonna Vae A. Cañete Who Serve As Inspectors. Additionally, The Project Officers Are Ms. Pauline Joy J. Reyes, Ms. Lucille B. Camarines, Ma. Cristin Rosan T. Besario, Ms. Ruby Jane P. Bentiroso, Mr. Omarbliss B. Dalam, Mr. Ariel D. Abastillas, Ms. Lynn A. Leopoldo, Ms. Ofelia A. Sanchez, Mr. Richel E. Zamora, Ms. Assel M. Mapayo, Mr. Ernie L. Malazarte, Mr. Rolls M. Rubis, Ms.chonna Vae A. Cañete, Ms. Olivia D. Gatus, Mr. Jerry C. Carpentero. Incidental Services The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A.performance Or Supervision 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 B.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. Packaging The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 The Terms Of Payment Shall Be: Progress Billing Every Month. It Shall Correspond To The Value Of Goods Delivered/rendered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. 4 The Inspections And Tests That Will Be Conducted Are: -catering Services, Based On The Technical Specifications. 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. Catering Services For Various Trainings/activities Under Regular Program Item Number Description Quantity Total Delivered, Weeks/months 1 Catering Services For The Conduct Of Oa Levelup: Capability Buidling For Local Government Units On Organic Agriculture (batch 2) On The Following Schedules: March 31 - April 3, 2025 (3meals And 2 Snacks Per Day) April 24, 2025 - (2 Meals And 2 Snacks) 35 164,500.00 March 31-april 4, 2025 2 Caterign Services With 2 Meals And 2 Snacks For The Conduct Of Hvc Week Celebration On April 11, 2025 100 70,000.00 April 11, 2025 3 Catering Services For The Conduct Of Trtaining On Gap On Vegetable Production And Post Harvest Handling And Marketing On The Following Schedules: April 21-24, 2025 - (3 Meals And 2 Snacks Per Day) April 25, 2025 - (2 Meals And 2 Snacks) 30 141,000.00 April 21-25, 2025 4 Catering Services For The Conduct Of Iso Internal Quality Audit On The Following Schedules: April 28-29, 2025 - (1 Meal And 2 Snacks Per Day) 40 40,000.00 April 28-29, 2025 5 Catering Services With 2 Meals And 2 Snacks For The Conduct Of Management Review On May 2, 2025 40 28,000.00 May 2, 2025 6 Catering Services For The Conduct Of Training On Testing And Performance Evaluation Of Various Rice Machinery On The Following Schedule : May 5-8, 2025 - (3 Meals And 2 Snacks Per Day ) May 9, 2025 - (2 Meals And 2 Snacks) 35 164,500.00 May 5-9, 2025 7 Catering Services With 2 Meals And 2 Snacks For The Conduct Of Tgp Meeting On May 7, 2025 30 21,000.00 May 7, 2025 8 Catering Services For The Conduct Of Training On Basic Hydrophonics (batch 1) On The Following Schedules: May 14-15, 2025 - (3 Meals And 2 Snacks Per Day) May 16, 2025 - (2 Meals And 2 Snacks) 30 81,000.00 May 14-16, 2025 9 Caterig Services With 3 Meals And 2 Snacks For The Conduct Of Halal Coordination On May 19, 2025 25 25,000.00 May 19, 2025 10 Catering Services For The Conduct Of Training On Basic Hydrophonics (batch 2) On The Following Schedules: May 21-22, 2025 - (3 Meals And 2 Snacks Per Day) May 23, 2025 - ( 2 Meals And 2 Snacks) 30 81,000.00 May 21-23, 2025 11 Catering Services For The Conduct Of Training On Meat Processing With Gmp On The Following Schedules: June 2 - 5, 2025 - (3 Meals And 2 Snacks Per Day) June 6, 2025 - (2 Meals And 2 Snacks) 30 141,000.00 June 2-6, 2025 12 Catering Services With 3 Meals And 2 Snacks For The Conduct Of 1st Semestral Meeting For 4h On June 9, 2025 15 15,000.00 June 9, 2025 13 Catering Services With 3 Meals And 2 Snacks For The Conduct Of 1st Semestral Meeting For Ms On June 10, 2025 15 15,000.00 June 10, 2025 14 Catering Services For The Conduct Of Training Of Trainers On Digital Farmers Program (dfp) On Cacao On The Following Schedules: June 11-12, 2025 - (3 Meals And 2 Snacks Per Day) June 13, 2025 - (2 Meals And 2 Snacks) 35 94,500.00 June 11-13, 2025 15 Catering Services For The Conduct Of Basic Agricultural Extension Course On The Following Shcedules: June 16-19, 2025 - (3 Meals And 2 Snacks Per Day) June 20, 2025 - (2 Meals And 2 Snacks) 30 141,000.00 June 16-20, 2025 16 Catering Services For The Conduct Of Training On Business / Enterprises On The Following Schedules: June 23-26, 2025 - (3 Meals And 2 Snackss Per Day) June 27, 2025 - (2 Meals And 2 Snacks ) 25 117,500.00 June 23-27, 2025 Catering Services For Various Trainings/activities Under Cfidp Program Item Number Description Quantity Total Delivered, Weeks/months 1 Catering Services For The Conduct Of Trainign Of Trainers On Farm Business School (fbs) On The Following Schedules: March 24 - April 03, 2025 - (3 Meals And 2 Snacks Per Day) April 04, 2025 - (2 Meals And 2 Snacks) 30 291,000.00 March 24 - April 04, 2025 2 Catering Services For The Conduct Of Training On Institutional And Organization Management For Spf On The Following Schedules: April 23-24, 2025 - (3 Meals And 2 Snacks) April 25, 2025 - (2 Meals And 2 Snacks) 40 108,000.00 April 23-25, 2025 3 Caterign Services For The Conduct Of Dfp 101 And 102 For The Coconut On The Following Schedules: May 21-22, 2025 - (3 Meals And 2 Snacks Per Day) May 23, 2025 - (2 Meals And 2 Snacks) 40 108,000.00 May 21-23, 2025 4 Catering Services For The Conduct Of Training Enterprises Development For Cfidp- Spf On The Following Schedule: May 26-27, 2025 - (3 Meals And 2 Snacks Per Day) May 28, 2025 - (2 Meals And 2 Snacks) 40 108,000.00 May 26-28, 2025 5 Caterign Services For The Conduct Of Training On Basic Facilitation Skills And Effective Training Management For Lsas On The Following Schedules: June 2-5, 2025 - (3 Meals And 2 Snacks Per Day) June 6 , 2025 - (2 Meals And 2 Snacks) 40 188,000.00 June 2-6, 2025 7 Catering Services For The Conduct Of Training On Trainers In Gap For Coconut On The Following Schedules: June 16 - 19, 2025 - (3 Meals And 2 Snacks Per Day) June 20, 2025 - (2 Meals And 2 Snacks) 30 141,000.00 June 16-20, 2025 Section Vii. Technical Specifications Notes For Preparing The Technical Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Their Bids. In The Context Of Competitive Bidding, The Specifications (e.g. Production/delivery Schedule, Manpower Requirements, And After-sales Service/parts, Descriptions Of The Lots Or Items) Must Be Prepared To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Transparency, Equity, Efficiency, Fairness, And Economy In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation And Post-qualification Facilitated. The Specifications Should Require That All Items, Materials And Accessories To Be Included Or Incorporated In The Goods Be New, Unused, And Of The Most Recent Or Current Models, And That They Include Or Incorporate All Recent Improvements In Design And Materials Unless Otherwise Provided In The Contract. Samples Of Specifications From Previous Similar Procurements Are Useful In This Respect. The Use Of Metric Units Is Encouraged. Depending On The Complexity Of The Goods And The Repetitiveness Of The Type Of Procurement, It May Be Advantageous To Standardize The General Technical Specifications And Incorporate Them In A Separate Subsection. The General Technical Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Manufacturing Similar Goods. Deletions Or Addenda Should Then Adapt The General Technical Specifications To The Particular Procurement. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Equipment, Materials, And Workmanship, Recognized Philippine And International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Equipment, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure At Least A Substantially Equal Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Special Conditions Of Contract Or The Technical Specifications. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Technical Specifications To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished Or Tested, The Provisions Of The Latest Edition Or Revision Of The Relevant Standards And Codes Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure Substantial Equivalence To The Standards And Codes Specified Will Be Acceptable. Reference To Brand Name And Catalogue Number Should Be Avoided As Far As Possible; Where Unavoidable They Should Always Be Followed By The Words “or At Least Equivalent.” References To Brand Names Cannot Be Used When The Funding Source Is The Gop. Where Appropriate, Drawings, Including Site Plans As Required, May Be Furnished By The Procuring Entity With The Bidding Documents. Similarly, The Supplier May Be Requested To Provide Drawings Or Samples Either With Its Bid Or For Prior Review By The Procuring Entity During Contract Execution. Bidders Are Also Required, As Part Of The Technical Specifications, To Complete Their Statement Of Compliance Demonstrating How The Items Comply With The Specification. In Case Of Renewal Of Regular And Recurring Services, The Procuring Entity Must Indicate Here The Technical Requirements For The Service Provider, Which Must Include The Set Criteria In The Conduct Of Its Performance Evaluation. Technical Specifications Item Specification Statement Of Compliance 1 Catering Services With 3 Meals And 2 Snacks For Various Trainings & Activities To Be Conducted At Ati-rtc Xi, With The Following Service Provisions: • With 3 Viands (2 Main Course With 1 Side Dish) Ex. – Beef, Fish, & Vegetable – Chicken, Pork, & Vegetable • With Soup • With Dessert • With Free Flowing Coffee, Milk, Milo & Sugar • Provide Healthy Drinks/fruit Shakes • With Pork Lechon During Graduation Day • 10 Heads Buffer For Every Meal Including Snacks • With Food Warmer • With Buffet Table Setting/ Decorations • Servers Have: Uniform With Hair Net, Apron, And Food/kitchen Mouth Mask • Minimal To No Use Of Disposable Utensils • Bring Your Own Water Dispenser And Mineral Water Note: Menu Will Be Forwarded By Project Officers Prior To The Scheduled Training. [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 2 Catering Services With 2 Meals (lunch & Dinner) And 2 Snacks For Various Trainings & Activities To Be Conducted At Ati-rtc Xi, With The Following Service Provisions: (same As Above) 3 Catering Services With 1 Meal (lunch) And 2 Snacks For Various Trainings & Activities To Be Conducted At Ati-rtc Xi, With The Following Service Provisions: (same As The Above Mention) Section Viii. Checklist Of Technical And Financial Documents Notes On The Checklist Of Technical And Financial Documents The Prescribed Documents In The Checklist Are Mandatory To Be Submitted In The Bid, But Shall Be Subject To The Following: A.gppb Resolution No. 09-2020 On The Efficient Procurement Measures During A State Of Calamity Or Other Similar Issuances That Shall Allow The Use Of Alternate Documents In Lieu Of The Mandated Requirements; Or B.any Subsequent Gppb Issuances Adjusting The Documentary Requirements After The Effectivity Of The Adoption Of The Pbds. The Bac Shall Be Checking The Submitted Documents Of Each Bidder Against This Checklist To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion Pursuant To Section 30 Of The 2016 Revised Irr Of Ra No. 9184. Checklist Of Technical And Financial Documents I.technical Component Envelope Class “a” Documents Legal Documents ⬜ (a)valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b)statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c)statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (d)original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (e)conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f)original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g)the Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (h)if Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii.financial Component Envelope ⬜ (i)original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (j)original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (k)[for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (l)certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
AGRICULTURAL TRAINING INSTITUTE REGION XI Tender
Food Products
Philippines
Closing Date5 May 2025
Tender AmountPHP 3 Million (USD 55.3 K)
Details: Description Procurement Notice Catering Services For Training Activities Under Cfidp And Regular Fund For Fy 2025 2nd Semester 1. Reference No.: 250443 2. Project Title: Provision Of Catering Services For Training Activities Under (cfidp) And Regular Fund For Fy 2025 2nd Semester 3. Approved Budget For The Contract (abc): Total Abc: ₱3,095,500.00 Regular Fund: ₱ 2,364,000.00 Cfidp Fund: ₱731,500.00 4. Procurement Mode: Competitive Bidding 5. Source Of Funding: Department Of Agriculture (da) – Cfidp And Regular Fund 6. Pre-bid Conference: Date:april 29, 2025 Time:2:00 Pm Venue: Agricultural Training Institute (ati) Regional Training Center, Panabo City 7. Submission And Opening Of Bids: Deadline For Submission: May 5, 2025 At 8:30am Bid Opening Date & Time: 10:am Philippine Bidding Documents Procurement Of Catering Services For The Conduct Of Trainings And Activities Under Regular And Cfidp For Fy 2025 2nd Semester Government Of The Republic Of The Philippines Sixth Edition July 2020 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A.all The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B.specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C.this Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D.the Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E.modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F.for Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..6 Section Ii. Instructions To Bidders…………………………………………...9 1. Scope Of Bid ………………………………………………………………………. 10 2. Funding Information………………………………………………………………. 10 3. Bidding Requirements ……………………………………………………………. 10 4. Corrupt, Fraudulent, Collusive, And Coercive Practices………………………….. 10 5. Eligible Bidders…………………………………………………………………… 10 6. Origin Of Goods ………………………………………………………………….. 11 7. Subcontracts ……………………………………………………………………… 11 8. Pre-bid Conference ………………………………………………………………. 12 9. Clarification And Amendment Of Bidding Documents …………………………… 12 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 12 11. Documents Comprising The Bid: Financial Component …………………………... 12 12. Bid Prices …………………………………………………………………………. 13 13. Bid And Payment Currencies ……………………………………………………… 13 14. Bid Security ………………………………………………………………………. 14 15. Sealing And Marking Of Bids ……………………………………………………… 14 16. Deadline For Submission Of Bids …………………………………………………. 14 17. Opening And Preliminary Examination Of Bids ………………………………….. 14 18. Domestic Preference ……………………………………………………………… 15 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 15 20. Post-qualification ………………………………………………………………… 15 21. Signing Of The Contract …………………………………………………………… 16 Section Iii. Bid Data Sheet …………………………………………………..17 Section Iv. General Conditions Of Contract ……………………...………..19 1. Scope Of Contract ………………………………………………………………… 20 2. Advance Payment And Terms Of Payment ……………………………………….. 20 3. Performance Security ……………………………………………………………. 20 4. Inspection And Tests ……………………………………………………………… 21 5. Warranty …………………………………………………………………………. 21 6. Liability Of The Supplier ………………………………………………………….. 21 Section V. Special Conditions Of Contract ………………………………….22 Section Vi. Schedule Of Requirements ……………………………………....26 Section Vii. Technical Specifications …………………………………………33 Section Viii. Checklist Of Technical And Financial Documents …………..36 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A.the Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B.the Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C.the Deadline For The Submission And Receipt Of Bids; And D.any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Invitation To Bid For The Catering Services For Various Trainings & Activities To Be Conducted At Ati-rtc Xi Under Regular And Cfidp Program For Fy 2025 2nd Semester 1.the Agricultural Training Institute- Region Xi, Through The General Appropriations Act Of 2025 Intends To Apply The Sum Of Three Million Ninety-five Thousand Five Hundred Pesos Only (3,095,500.00) Being The Abc To Payments Under The Contract For Catering Services For Various Trainings & Activities To Be Conducted At Ati-rtc Xi Under Regular And Cfidp Program For Fy 2025 2nd Semester With Purchase Request No. 250443 . Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Agricultural Training Institute- Region Xi Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A.bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4.prospective Bidders May Obtain Further Information From Agricultural Training Institute-region Xi Office And Inspect The Bidding Documents At The Address Ati-rtc-xi, Brgy. Datu Abdul, Panabo City, Davao Del Norte During Monday-friday At 8:00 Am-5:00 Pm. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On April 29, 2025 At 3:00 Pm From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of ₱5,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Issued By The Agricultural Training Institute – Region Xi Cashier. 6.the Agricultural Training Institute- Region Xi Will Hold A Pre-bid Conference[ ] On April 29, 2025, 2:00 Pm At Agricultural Training Institute-region Xi Function Hall, Datu Abdul, Panabo City, Davao Del Norte Which Shall Be Open To Prospective Bidders. 7.bid Opening Shall Be On May 5, 2025 At 10:00 Am At The Given Address. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 8.bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address On Or Before May 5, 2025 At 8:30 Am. Late Bids Shall Not Be Accepted. 9.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10.the Agricultural Training Institute- Region Xi Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Ms. Ma. Cristin Rosan T. Besario Bids And Awards Committee Secretary Agricultural Training Institute Region Xi Datu Abdul Dadia, Panabo City, Davao Del Norte 084-217-3433, 8105 0917-321-6134 Ati11bacsec@gmail.com April 21, 2025 Lucille B. Camarines Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1.scope Of Bid The Procuring Entity, Agricultural Training Institute- Region Xi Wishes To Receive Bids For Catering Services For Various Trainings & Activities To Be Conducted At Ati-rtc Xi Under Regular And Cfidp Program For Fy 2025 2nd Semester With Purchase Request No. 250445 The Procurement Project Is Composed Of 3 Items, The Details Of Which Are Described In Section Vii (technical Specifications). 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Three Million Ninety-five Thousand Five Hundred Pesos Only (₱3,095,500.00). 2.2.the Source Of Funding Is: A.nga, The General Appropriations Act Or Special Appropriations. 3.bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4.corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5.eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A.for Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: I.completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies Of The Abc For This Project; And Ii.the Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7.subcontracts 7.1.the Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A.subcontracting Is Allowed. The Portions Of Project And The Maximum Percentage Allowed To Be Subcontracted Are Indicated In The Bds, Which Shall Not Exceed Twenty Percent (20%) Of The Contracted Goods. 7.2.the Bidder Must Submit Together With Its Bid The Documentary Requirements Of The Subcontractor(s) Complying With The Eligibility Criteria Stated In Itb Clause 5 In Accordance With Section 23.4 Of The 2016 Revised Irr Of Ra No. 9184 Pursuant To Section 23.1 Thereof. 7.3.the Supplier May Identify Its Subcontractor During The Contract Implementation Stage. Subcontractors Identified During The Bidding May Be Changed During The Implementation Of This Contract. Subcontractors Must Submit The Documentary Requirements Under Section 23.1 Of The 2016 Revised Irr Of Ra No. 9184 And Comply With The Eligibility Criteria Specified In Itb Clause 5 To The Implementing Or End-user Unit. 7.4.subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Supplier’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8.pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address Agricultural Training Institute- Region Xi Function Hall, Datu Abdul Dadia, Panabo City, Davao Del Norte As Indicated In Paragraph 6 Of The Ib. 9.clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2.the Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Prior To The Deadline For The Submission And Receipt Of Bids. 11.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2.if The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12.bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A.for Goods Offered From Within The Procuring Entity’s Country: I.the Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii.the Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii.the Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv.the Price Of Other (incidental) Services, If Any, Listed In The Bds. B.for Goods Offered From Abroad: I.unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii.the Price Of Other (incidental) Services, If Any, As Listed In The Bds. 13.bid And Payment Currencies 13.1.for Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2.payment Of The Contract Price Shall Be Made In: A.philippine Peso 14.bid Security 14.1.the Bidder Shall Submit A Bid Securing Declaration[.] Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2.the Bid And Bid Security Shall Be Valid Until September 10, 2025 Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15.sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16.deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 8 Of The Ib. 17.opening And Preliminary Examination Of Bids 17.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18.domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. A.in The Case Of Single-year Framework Agreement, The Lowest Calculated Bid Shall Be Determined Outright After The Detailed Evaluation; 19.2.if The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3.the Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4.except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20.post-qualification 20.2. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, Or In The Case Of Multi-year Framework Agreement, That It Is One Of The Eligible Bidders Who Have Submitted Bids That Are Found To Be Technically And Financially Compliant, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21.signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. If Framework Agreement Will Be Used: 21.2. At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Framework Agreement Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 21.3. Within Ten (10) Calendar Days From Receipt Of The Notice To Execute Framework Agreement With The Procuring Entity, The Successful Bidder Or Its Duly Authorized Representative Shall Formally Enter Into A Framework Agreement With The Procuring Entity For An Amount Of One Peso To Be Paid To The Procuring Entity As A Consideration For The Option Granted By The Procuring Entity To Procure The Items In The Framework Agreement List When The Need Arises. 21.4. The Procuring Entity Shall Enter Into A Framework Agreement With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 21.5. The Following Documents Shall Form Part Of The Framework Agreement: A.framework Agreement Form; B.bidding Documents; C.call-offs; D.winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; E.performance Security Or Performance Securing Declaration, As The Case May Be; F.notice To Execute Framework Agreement; And G. Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. Section Iii. Bid Data Sheet Notes On The Bid Data Sheet The Bid Data Sheet (bds) Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information, Or Requirements Included In The Itb Found In Section Ii, Which Are Specific To Each Procurement. This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing The Bds, The Following Aspects Should Be Checked: A.information That Specifies And Complements Provisions Of The Itb Must Be Incorporated. B.amendments And/or Supplements, If Any, To Provisions Of The Itb As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A.catering Services B.completed Within 5 Years Prior To The Deadline For The Submission And Receipt Of Bids, A Contract Similar To The Project. 8 The Procuring Entity Will Hold A Pre-bid Conference On April 29, 2025, 2:00 Pm At Ati-rtc Xi Function Hall, Which Shall Be Open To Prospective Bidders. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A.the Amount Of Not Less Than Sixty-one Thousand Nine Hundred Ten Pesos Only (₱61,910.00) [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B.the Amount Of Not Less Than One Hundred Fifty-four Thousand Seven Hundred Seventy-five Pesos Only (₱154,775.00) [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 15 Each Bidder Shall Submit One (1) Original And Two (2) Duplicate Hard Copies Of The First And Second Components Of Its Bid. Bidder/s Shall Provide Ear-tag Codes Or Index Tabs On Both The Original Copy And Duplicate Copies. 16 Deadline Of Submission Of Bid Is On Or Before May 05, 2025 - 08:30 Am Only. 19.3 Not Applicable 20.2 Not Applicable 21.2 Not Applicable Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The General Conditions Of Contract (gcc) In This Section, Read In Conjunction With The Special Conditions Of Contract In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. Matters Governing Performance Of The Supplier, Payments Under The Contract, Or Matters Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Included In The Gcc And Special Conditions Of Contract. Any Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Special Conditions Of Contract. 1.scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Affectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2.advance Payment And Terms Of Payment 2.1.advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2.the Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. [include The Following Clauses If Framework Agreement Will Be Used:] 2.3.for A Single-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier In Its Bid. 2.4.for Multi-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier During Conduct Of Mini-competition. 3.performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184.{[include If Framework Agreement Will Be Used:] In The Case Of Framework Agreement, The Bidder May Opt To Furnish The Performance Security Or A Performance Securing Declaration As Defined Under The Guidelines On The Use Of Framework Agreement.} 4.inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project {[include If Framework Agreement Will Be Used:] Or Framework Agreement} Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5.warranty 5.1in Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2the Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6.liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc Found In Section Iv. The Special Conditions Of Contract (scc) Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Goods Purchased. In Preparing This Section, The Following Aspects Should Be Checked: A.information That Complements Provisions Of The Gcc Must Be Incorporated. B.amendments And/or Supplements To Provisions Of The Gcc As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of The Gcc Should Be Incorporated Herein. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: For Goods Supplied From Abroad: The Delivery Terms Applicable To The Contract Are Ddp Delivered Agricultural Training Institute- Region Xi, Datu Abdul, Panabo City, Davao Del Norte. In Accordance With Incoterms.” For Goods Supplied From Within The Philippines: The Delivery Terms Applicable To This Contract Are Delivered Agricultural Training Institute- Region Xi, Datu Abdul, Panabo City, Davao Del Norte. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Includes Ms. Ruby Jane P. Bentiroso, Mr. Ernie L. Malazarte, And Ms. Chonna Vae A. Cañete Who Serve As Inspectors. Additionally, The Project Officers Are Ms. Pauline Joy J. Reyes, Ms. Lucille B. Camarines, Ma. Cristin Rosan T. Besario, Ms. Ruby Jane P. Bentiroso, Mr. Omarbliss B. Dalam, Mr. Ariel D. Abastillas, Ms. Lynn A. Leopoldo, Ms. Ofelia A. Sanchez, Mr. Richel E. Zamora, Ms. Assel M. Mapayo, Mr. Ernie L. Malazarte, Mr. Rolls M. Rubis, Ms.chonna Vae A. Cañete, Ms. Olivia D. Gatus, Mr. Jerry C. Carpentero. Incidental Services The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A.performance Or Supervision 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 B.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. Packaging The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 The Terms Of Payment Shall Be: Progress Billing Every Month. It Shall Correspond To The Value Of Goods Delivered/rendered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. 4 The Inspections And Tests That Will Be Conducted Are: -catering Services, Based On The Technical Specifications. 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. Catering Services For Various Trainings/activities Under Regular Program For Fy 2025 2nd Semester Item Number Description Quantity Total Delivered, Weeks/months 1 Catering Services For The Conduct Of Consultative Workshop On The Following Schedule: July 01, 2025 - (2 Meals And 2 Snacks) 20 14,000.00 July 1, 2025 2 Catering Services For The Conduct Of Basic Meat Inspection Course On The Following Schedules: July 2-28, 2025 - (3 Meals And 2 Snacks) July 29, 2025 - (2 Meals And 2 Snacks) 30 591,000.00 July 2 - 29, 2025 3 Catering Services For The Conduct Of Training Of Trainers On Corn Production On The Following Schedules: July 7-10, 2025 - (3 Meals And 2 Snacks) July 11, 2025 - (2 Meals And 2 Snacks) 40 188,000.00 July 7-11, 2025 4 Catering Services For The Conduct Of Training On Digital Literacy In The Workplace For Ati On The Following Schedules: July 7-8, 2025 - (3 Meals And 2 Snacks) July 9, 2025 - (2 Meals And 2 Snacks) 40 108,000.00 July 7-9, 2025 5 Catering Services For The Conduct Of Training On Participatory Guarantee System (pgs) Towards Accreditation As Organic Certifying Bodies (ocb) On The Following Schedules: June 30 - July 3, 2025 - (3 Meals And 2 Snacks) July 4, 2025- (2 Meals And 2 Snacks) 35 164,500.00 June 30-july 4, 2025 6 Catering Services For The Conduct Of Training On Financial Literacy On The Following Schedules: July 29-30, 2025 - (3 Meals And 2 Snacks July 31, 2025 - (2 Meals And 2 Snacks) 35 94,500.00 July 29-31, 2025 7 Catering Services For The Conduct Of Refreshers Course For Lfts On The Palaycheck System For Irrigated Lowland Rice On The Following Schedules: August 11-14, 2025- ( 3 Meals And 2 Snacks) August 15, 2025 - (2 Meals And 2 Snacks) 35 164,500.00 August 11-15, 2025 8 Catering Services For The Conduct Of Training On Swine Production And Marketing On The Following Schedules: August 4-7, 2025 - (3 Meals And 2 Snacks) August 8, 2025 - (2 Meals And 2 Snacks) 30 141,000.00 August 4-8, 2025 9 Catering Services For The Conduct Of Training On Structural Analysis And Design On The Following Schedules: August 11 - 14, 2025 - (3 Meals And 2 Snacks) August 15, 2025 - (2 Meals And 2 Snacks) 30 141,000.00 August 11-15, 2025 10 Catering Services For The Conduct Of Scholarship Assessment On The Following Schedules: August 18, 2025 - (3 Meals And 2 Snacks) 30 21,000.00 August 18, 2025 11 Catering Services For The Conduct Of Training On Early Childhood Care And Development On The Following Schedules: August 20-21, 2025 - (3 Meals And 2 Snacks) August 22, 2025 - (2 Meals And 2 Snacks) 35 94, 500.00 August 20-22, 2025 12 Catering Services For The Conduct Of Training On Organizational Building And Strengthening For Lsa On The Following Schedules: September 3-4, 2025 - (3 Meals And 2 Snacks) September 5, 2025 - (2 Meals And 2 Snacks) 35 94, 500.00 September 3-5, 2025 13 Catering Services For The Conduct Of Training On Catfish And Tilapia Production And Management For Ips On The Following Schedules: October 22-23, 2025 - (3 Meals And 2 Snacks) October 24, 2025 - (2 Meals And 2 Snacks) 35 94,500.00 October 22-24, 2025 14 Catering Services For The Conduct Of Training On Disaster Preparedness, Adaptation And Mitigation On The Following Schedules: September 17-18, 2025 - (3 Meals And 2 Snacks) September 19, 2025 - (2 Meals And 2 Snacks) 35 94, 500.00 September 17-19, 2025 15 Catering Services For The Conduct Of Iso Internal Audit On The Following Schedule: September 22-23, 2025 - (2 Meals And 2 Snacks) 40 28,000.00 September 22-23, 2025 16 Catering Services For The Conduct Training Of Trainers On Ai For Small Ruminants On The Following Schedules: October 6 - 9, 2025 - (3 Meals And 2 Snacks) October 10, 2025 - (2 Meals And 2 Snacks) 30 141,000.00 October 6-10, 2025 17 Catering Services For The Conduct Of Management Review On The Following Schedule: October 13, 2025 - (3 Meals And 2 Snacks) 45 45,000.00 October 13, 2025 18 Catering Services For The Conduct Of Technical Briefing On Food Safety On The Following Schedule: October 29, 2025 - (2 Meals And 2 Snacks) 35 24,500.00 October 29, 2025 19 Catering Services For The Conduct Tgp Meeting On The Following Schedule: November 11, 2025 - (2 Meals And 2 Snacks) 35 24,500.00 November 11, 2025 20 Catering Services For The Conduct Of Quarter Staff Meeting On The Following Schedule: December 1, 2025 - (2 Meals And 2 Snacks) 40 28,000.00 December 1, 2025 21 Catering Services For The Conduct Of Business Proposal Preparation On The Following Schedules: December 1-2, 2025 - (3 Meals And 2 Snacks) December 3, 2025 - (2 Meals And 2 Snacks)n 25 67,500.00 December1-3, 2025 Catering Services For Various Trainings/activities Under Cfidp Program For Fy 2025 2nd Semester Item Number Description Quantity Total Delivered, Weeks/months 1 Catering Services For The Conduct Of Training On Basic Facilitation Skills And Effective Training Management For Lsas On The Following Schedules: July 21-24, 2025 - (3 Meals And 2 Snacks) July 25, 2025 - (2 Meals And 2 Snacks) 35 164,500.00 July 21-25, 2025 2 Catering Services For The Conduct Of Training On Native Chicken Production And Management On The Folowing Schedules:l August 11-12, 2025 -( 3 Meals And 2 Snacks) August 13, 2025 - (2 Meals And 2 Snacks) 35 94,500.00 August 11-13, 2025 3 Catering Services For The Conduct Of Training On Good Agricultural Practices (gap) For Coconut On The Following Schedules: August 13-14, 2025 - (3 Meals And 2 Snacks) August 15, 2025 - (2 Meals And 2 Snacks) 35 94,500.00 August 13-15, 2025 4 Catering Services For The Conduct Of Training On Native Cattle Production And Management On The Following Schedules: August 6-7, 2025 - (3 Meals And 2 Snacks) August 8, 2025 - (2 Meals And 2 Snack) 35 94,500.00 August 6-8, 2025 5 Catering Services For The Conduct Of Training On Milk Processing And Management On The Following Schedule: October 15-16, 2025 - (3 Meals And 2 Snacks) October 17, 2025 - (2 Meals And 2 Snacks) 35 94,500.0 October 15-17, 2025 7 Catering Services For The Conduct Of Training On Native Goat Production And Management On The Following Schedules: October 15-16, 2025 - (3 Meals And 2 Snacks) 35 94,500.00 October 15-17, 2025 8 Catering Services For The Conduct Of Training On Milk Processing And Management On The Following Schedules: November 5-6, 2025 - (3 Meals And 2 Snacks) November 7, 2025 - (2 Meals And 2 Snacks) 35 94,500.00 November 5-7, 2025 Section Vii. Technical Specifications Notes For Preparing The Technical Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Their Bids. In The Context Of Competitive Bidding, The Specifications (e.g. Production/delivery Schedule, Manpower Requirements, And After-sales Service/parts, Descriptions Of The Lots Or Items) Must Be Prepared To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Transparency, Equity, Efficiency, Fairness, And Economy In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation And Post-qualification Facilitated. The Specifications Should Require That All Items, Materials And Accessories To Be Included Or Incorporated In The Goods Be New, Unused, And Of The Most Recent Or Current Models, And That They Include Or Incorporate All Recent Improvements In Design And Materials Unless Otherwise Provided In The Contract. Samples Of Specifications From Previous Similar Procurements Are Useful In This Respect. The Use Of Metric Units Is Encouraged. Depending On The Complexity Of The Goods And The Repetitiveness Of The Type Of Procurement, It May Be Advantageous To Standardize The General Technical Specifications And Incorporate Them In A Separate Subsection. The General Technical Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Manufacturing Similar Goods. Deletions Or Addenda Should Then Adapt The General Technical Specifications To The Particular Procurement. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Equipment, Materials, And Workmanship, Recognized Philippine And International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Equipment, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure At Least A Substantially Equal Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Special Conditions Of Contract Or The Technical Specifications. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Technical Specifications To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished Or Tested, The Provisions Of The Latest Edition Or Revision Of The Relevant Standards And Codes Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure Substantial Equivalence To The Standards And Codes Specified Will Be Acceptable. Reference To Brand Name And Catalogue Number Should Be Avoided As Far As Possible; Where Unavoidable They Should Always Be Followed By The Words “or At Least Equivalent.” References To Brand Names Cannot Be Used When The Funding Source Is The Gop. Where Appropriate, Drawings, Including Site Plans As Required, May Be Furnished By The Procuring Entity With The Bidding Documents. Similarly, The Supplier May Be Requested To Provide Drawings Or Samples Either With Its Bid Or For Prior Review By The Procuring Entity During Contract Execution. Bidders Are Also Required, As Part Of The Technical Specifications, To Complete Their Statement Of Compliance Demonstrating How The Items Comply With The Specification. In Case Of Renewal Of Regular And Recurring Services, The Procuring Entity Must Indicate Here The Technical Requirements For The Service Provider, Which Must Include The Set Criteria In The Conduct Of Its Performance Evaluation. Technical Specifications Item Specification Statement Of Compliance 1 Catering Services With 3 Meals And 2 Snacks For Various Trainings & Activities To Be Conducted At Ati-rtc Xi, With The Following Service Provisions: • With 3 Viands (2 Main Course With 1 Side Dish) Ex. – Beef, Fish, & Vegetable – Chicken, Pork, & Vegetable • With Soup • With Dessert • With Free Flowing Coffee, Milk, Milo & Sugar • Provide Healthy Drinks/fruit Shakes • With Pork Lechon During Graduation Day • 15 Heads Buffer For Every Meal Including Snacks • With Food Warmer • With Buffet Table Setting/ Decorations • Servers Have: Uniform With Hair Net, Apron, And Food/kitchen Mouth Mask • Minimal To No Use Of Disposable Utensils • Bring Your Own Water Dispenser And Mineral Water Note: Menu Will Be Forwarded By Project Officers Prior To The Scheduled Training. [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 2 Catering Services With 2 Meals (breakfast & Lunch) And 2 Snacks For Various Trainings & Activities To Be Conducted At Ati-rtc Xi, With The Following Service Provisions: (same As Above) 3 Catering Services With 1 Meal (lunch) And 2 Snacks For Various Trainings & Activities To Be Conducted At Ati-rtc Xi, With The Following Service Provisions: (same As The Above Mention) Section Viii. Checklist Of Technical And Financial Documents Notes On The Checklist Of Technical And Financial Documents The Prescribed Documents In The Checklist Are Mandatory To Be Submitted In The Bid, But Shall Be Subject To The Following: A.gppb Resolution No. 09-2020 On The Efficient Procurement Measures During A State Of Calamity Or Other Similar Issuances That Shall Allow The Use Of Alternate Documents In Lieu Of The Mandated Requirements; Or B.any Subsequent Gppb Issuances Adjusting The Documentary Requirements After The Effectivity Of The Adoption Of The Pbds. The Bac Shall Be Checking The Submitted Documents Of Each Bidder Against This Checklist To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion Pursuant To Section 30 Of The 2016 Revised Irr Of Ra No. 9184. Checklist Of Technical And Financial Documents I.technical Component Envelope Class “a” Documents Legal Documents ⬜ (a)valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b)statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c)statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (d)original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (e)conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f)original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g)the Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (h)if Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii.financial Component Envelope ⬜ (i)original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (j)original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (k)[for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (l)certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date25 Mar 2025
Tender AmountRefer Documents
Details: Veterans Health Administration (vha) Medical Sharing/affiliate National Program Office (mso)
onsite General Surgery Physician Services Master Package schedule Of Services
the Contractor Shall Furnish All Key Personnel To Provide Services Necessary To Perform Onsite And On Call Vascular Surgery Physician Services To Eligible Beneficiaries Of The Department Of Veterans Affairs (va) Lebanon Medical Center. The Contractor S Physician(s) Care Shall Cover The Range Of Vascular Surgery Services As Would Be Provided In A State-of-the-art Civilian Medical Treatment Facility And The Standard Of Care Shall Be Of A Quality, Meeting Or Exceeding Currently Recognized National Standards As Established By The American Board Of Surgery (abs): Http://www.absurgery.org/default.jsp?cc_gs
place Of Performance: Services Shall Be Provided Onsite, Lebanon Va Medical Center (lvamc), 1700 South Lincoln Ave, Lebanon, Pa 17042.
the Contractor Shall Propose A Minimum Of 1 Key Personnel To Be Credentialed And Be Available For Scheduling To Meet The Requirements Of The Contract. medical And Surgical Specialty Consultations During Off-tour Hours lebanon Va Medical Center Lebanon, Pa 17042 signatory Authority:
associate Chief Of Staff (acos), Surgery & Medicine responsible Owner:
acos Surgery & Medicine/specialty Care Staff Sop 175-09 Service Line(s): Surgery & Medicine Care Lines Effective Date: October 31, 2021 Recertification Date: October 31, 2026 Quality Assurance Surveillance Plan (qasp) purpose And Authority the Purpose Of This Standard Operating Procedure (sop) Is To Establish Procedures To Ensure Our Veterans Receive Timely Care For Pre-operative Risk Assessments And Post-operative Consultations. This Sop Ensures Patients Will Be Seen By An On-call Specialist Or Transferred Out Of Fee Basis Within 60 Minutes For Pre- Operative Risk Assessments And Post-operative Consultations. this Sop Sets Forth Mandatory Procedures And Processes To Ensure Compliance With Vha Directive 2010-01. procedures the Surgery Care Line Has A 24 Hour A Day For 7 Days A Week (24/7) On-call Schedule For Many Of Its Specialties. the Specialist Providers Will Be Available Within 15 Minutes By Phone And 60 Minutes In Person (for Specialty Services, Such As Pfts And Cardiac Catheterization Provided By Fee Or Contract, The Patient May Be Seen Either On-site Or Off-site):
cardiology b. If A Specialist Is Unavailable Within The Time Constraints Above, 15 Minutes By Phone Or 60 Minutes In Person, The Lebanon Veterans Affairs Medical Center (vamc) Will Transfer The Patient Within 60 Minutes On Fee Basis For The Following Specialties: gastroenterology
hematology
infectious Disease
interventional Radiology
nephrology
neurology
orthopedic Surgery
pathology
pulmonary
urology assignment Of Responsibilities the Associate Chief Of Staff (acos), Surgery Is Responsible For Maintaining Appropriate Staffing Levels To Provide On-call Service And Ensuring The Sop Is Followed. the Associate Chief Of Staff (acos), Medicine Is Responsible For Maintaining Appropriate Staffing Levels To Provide On-call Service And Ensuring The Sop Is Followed. the Specialty Care Staff Are Responsible For Following This Sop. definitions None references veterans Administration Central Office (vaco) Requirements Per Complexity Level
vha Directive 2010-01 review this Sop Must Be Reviewed At Minimum At Recertification. recertification
this Sop Is Scheduled For Recertification On Or Before The Last Working Day Of October 31, 2026. In The Event Of Contradiction With National Policy, The National Policy Supersedes And Controls. periods Of Performance (pop): 9/28/2025 To 9/27/2030. Ordering Period 1: 9/28/2025 To 9/27/2026. lin description
qty.
unit
unit Cost
total
annual Cost
0001
board Certified Vascular Surgery Physician Services on Call Vascular Services For After Hour Coverage 1630-0800, Up To 5 Days Per Week, Monday Through Friday. 4030
hours 0002
board Certified Vascular Surgery Physician Services On Call Vascular Services For Up To All Weekends, Friday 1630 Through Monday 0800 And All Federal Holidays. 2760
hours 0003
board Certified Vascular Surgery Physician Services on-call Vascular Services , Weekday In-house Coverage, Up To 40 Days Per Year. 960
hours Ordering Period 2: 9/28/2026 To 9/27/2027
lin description
qty.
unit
unit Cost
total
annual Cost
0004
board Certified Vascular Surgery Physician Services on Call Vascular Services For After Hour Coverage 1630-0800, Up To 5 Days Per Week, Monday Through Friday. 4030
hours 0005
board Certified Vascular Surgery Physician Services On Call Vascular Services Up To For All Weekends, Friday 1630 Through Monday 0800 And All Federal Holidays. 2760
hours 0006
board Certified Vascular Surgery Physician Services on-call Vascular Services , Weekday In-house Coverage, Up To 40 Days Per Year. 960
hours Ordering Period 3: 9/28/2027 To 9/27/2028
lin description
qty.
unit
unit Cost
total
annual Cost
0007
board Certified Vascular Surgery Physician Services on Call Vascular Services For After Hour Coverage 1630-0800, Up To 5 Days Per Week, Monday Through Friday. 4030
hours 0008
board Certified Vascular Surgery Physician Services On Call Vascular Services For Up To All Weekends, Friday 1630 Through Monday 0800 And All Federal Holidays. 2760
hours 0009
board Certified Vascular Surgery Physician Services on-call Vascular Services , Weekday In-house Coverage, Up To 40 Days Per Year. 960
hours Ordering Period 4: 9/28/2028 To 9/27/2029
lin description
qty.
unit
unit Cost
total
annual Cost
0010
board Certified Vascular Surgery Physician Services on Call Vascular Services For After Hour Coverage 1630-0800, Up To 5 Days Per Week, Monday Through Friday. 4030
hours 0011
board Certified Vascular Surgery Physician Services On Call Vascular Services For Up To All Weekends, Friday 1630 Through Monday 0800 And All Federal Holidays. 2760
hours 0012
board Certified Vascular Surgery Physician Services on-call Vascular Services , Weekday In-house Coverage, Up To 40 Days Per Year. 960
hours Ordering Period 5: 9/28/2029 To 9/27/2030
lin description
qty.
unit
unit Cost
total
annual Cost
0013
board Certified Vascular Surgery Physician Services on Call Vascular Services For After Hour Coverage 1630-0800, Up To 5 Days Per Week, Monday Through Friday. 4030
hours 0014
board Certified Vascular Surgery Physician Services on Call Vascular Services For Up To All Weekends, Friday 1630 Through Monday 0800 And All Federal Holidays. 2760
hours 0015
board Certified Vascular Surgery Physician Services on-call Vascular Services , Weekday In-house Coverage, Up To 40 Days Per Year. 960
hours total Price For All Ordering Periods: $ performance Work Statement (pws) For Onsite General Surgery Physician Services general:
services Provided: The Contractor Shall Provide Board Certified Vascular Surgery Physician Services Onsite In Accordance With The Specifications Contained Herein To Beneficiaries Of The Va And The Lebanon Vamc.the Proposed Action Will Allow The Lvamc To Maintain Its Level Ib Surgical Complexity Level. It Will Provide On-call Coverage In The Event Of A Surgical Emergency Of A Vascular Nature. place Of Performance: The Contractor Shall Provide Services At The Lebanon Va Medical Center, 1700 South Lincoln Ave, Lebanon, Pa 17042. qualifications:
staff/facility
license: The Contractor S Physician(s) Assigned By The Contractor To Perform The Services Covered By This Contract Shall Have A Current License To Practice Medicine In Any State, Territory, Or Commonwealth Of The United States Or The District Of Columbia) When Services Are Performed Onsite On Va Property.
all Licenses Held By The Key Personnel Working On This Contract Shall Be Full And Unrestricted Licenses. Contractor S Physician(s) Who Have Current, Full And Unrestricted Licenses In One Or More States, But Who Have, Or Ever Had, A License Restricted, Suspended, Revoked, Voluntarily Revoked, Voluntarily Surrendered Pending Action Or Denied Upon Application Will Not Be Considered For The Purposes Of This Contract. board Certification: All Contractor S Physician(s) Shall Be Board Certified By The Abs Http://www.absurgery.org/, And Be Currently Certified In Bls, Acls Or Equivalency. All Continuing Education Courses Required For Maintaining Certification Must Be Kept Up To Date At All Times. Documentation Verifying Current Certification Shall Be Provided By The Contractor To The Va Cor On An Annual Basis For Each Year Of Contract Performance.
credentialing And Privileging: Credentialing And Privileging Is To Be Done In Accordance With The Provisions Of Vha Directive 1100.20 And Vha Directive 1100.21 Referenced Above. The Contractor Is Responsible To Ensure That Proposed Physician(s) Possesses The Requisite Credentials Enabling The Granting Of Privileges. No Services Shall Be Provided By Any Contractor S Physician(s) Prior To Obtaining Approval By The Facility Medical Executive Board And Medical Center Director. if A Contractor S Physician(s) And/or Other Contract Provider(s) Are Not Credentialed And Privileged Or Has Credentials/privileges Suspended Or Revoked, The Contractor Shall Furnish An Acceptable Substitute Without Any Additional Cost To The Government.
technical Proficiency: Contractor S Physician(s) Shall Be Technically Proficient In The Skills Necessary To Fulfill The Government S Requirements, Including The Ability To Speak, Understand, Read And Write English Fluently. Contractor Shall Provide Documents Upon Request Of The Co/cor To Verify Current And Ongoing Competency, Skills, Certification And/or Licensure Related To The Provision Of Care, Treatment And/or Services Performed. Contractor Shall Provide Verifiable Evidence Of All Educational And Training Experiences Including Any Gaps In Educational History For All Contractor S Physician(s) And Contractor S Physician(s) Shall Be Responsible For Abiding By The Facility's Medical Staff By-laws, Rules, And Regulations (referenced Herein) That Govern Medical Staff Behavior.
continuing Medical Education (cme)/ Certified Education Unit (ceu) Requirements: Contractor Shall Provide The Cor Copies Of Current Cmes As Required Or Requested By The Facility. Contractor S Physician(s) Registered Or Certified By National/medical Associations Shall Continue To Meet The Minimum Standards For Cme To Remain Current. Contractor Shall Report Cme Hours To The Credentials Office For Tracking. These Documents Are Required For Both Privileging And Re-privileging. Failure To Provide Shall Result In Loss Of Privileges For Contractor S Physician(s).
training (acls, Bls, Ehr And Va Mandatory): Contractor Shall Meet All Va Educational Requirements And Mandatory Course Requirements Defined Herein; All Training Must Be Completed By The Contractor S Physician(s) As Required By The Va. Other Training May Become Required. Va Will Communicate Any Changes To The Training Requirement To The Contractor. training frequency annual Hours
acls/bls
yearly
1 Hour
active Threat Training
n/a blood Administration: Complications
n/a ehr
n/a government Ethics
n/a hospice And Palliative Care For Va Clinicians
n/a military Sexual Trauma (mst) For Medical Providers
n/a moderate Sedation In-service Training
n/a pact Act 2022 Toxic Exposure Screening (tes)
n/a patient Abuse
n/a patient Rights
n/a patient Safety
n/a prevention/management Of Disruptive Behavior/violence Prevention Level I
n/a prevention Of Workplace Harassment/no Fear Act
n/a suicide Prevention: Suicide Risk Management Training For Clinicians
n/a sux Infection Control And Blood Borne Pathogens
n/a va Core Values Training (icare Recommitment)
n/a va Privacy And Information Security Awareness And Rules Of Behavior
yearly
1 Hour
vha Mri Safety Training Level 1 Training (all Who Enter Mri Suites)
n/a vha Privacy And Hipaa Focused Training
yearly
1 Hour
vista Imaging
n/a standard Infection Control Measures (ppd, Immunizations, Etc.): Contractor Shall Provide Proof Of The Following For Physicians Within Five (5) Calendar Days After Contract Award And Prior To The First Duty Shift To The Cor And Co. Tests Shall Be Current Within The Past Year.
tuberculosis Testing: Contractor Shall Provide Proof Of A Negative Tuberculosis Skin Test (tst) Or Interferon-gamma Release Assays (igra) For All Contractor S Physician(s) Upon Hire In Accordance With Cdc Guidance. (this Is Applicable To All Health Care Workers). A Negative Chest Radiographic Report For Active Tuberculosis Shall Be Provided In Cases Of Positive Tst Or Igra Results.
measles, Mumps, & Rubella Testing: Contractors Shall Provide Proof Of Immunity For All Contractor Physicians {this Is Applicable To All Health Care Workers}.
varicella: Contractors Shall Provide Proof Of Immunity For All Contractor Physicians {this Is Applicable To All Health Care Workers}.
acellular Pertussis: Contractors Shall Provide Proof Of 1 Dose Of Tdap Vaccination For All Contractor Physicians {this Is Applicable To All Health Care Workers}.
influenza: Contractors Shall Provide Proof That All Contractor Physicians Have Received The Annual Influenza Vaccine Unless It Is Contraindicated. If The Contractor Physician Has A Medical Contraindication To The Vaccine They Shall Be Required To Wear A Mask During The Influenza Season. {this Is Applicable To All Health Care Workers}.
covid-19: Vaccination Required Or Request An Exemption. osha Regulation Concerning Occupational Exposure To Bloodborne Pathogens: Contractor Shall Provide Evidence Of Completing And Passing Generic Self-study Blood-borne Pathogen Training For All Contractor S Physician(s) {this Is Applicable To All Health Care Workers}; Provide Their Own Hepatitis B Vaccination Series And Hepatitisâ b Surface Antigen Test Resultsâ following The Hepatitis B Vaccination Series; Maintain An Exposure Determination And Control Plan; Maintain Required Records; And Ensure That Proper Follow-up Evaluation Is Provided Following An Exposure Incident. the Facility Shall Notify The Contractor Of Any Significant Communicable Disease Exposures As Appropriate. Contractor Shall Adhere To Current Cdc/hicpac Guideline For Infection Control In Health Care Personnel (as Published In American Journal For Infection Control - Ajic 1998; 26:289-354 Http://www.cdc.gov/hicpac/pdf/infectcontrol98.pdf) For Disease Control. Contractor Shall Provide Follow Up Documentation Of Clearance To Return To The Workplace Prior To Their Return.
npi: Npi Is A Standard, Unique 10-digit Numeric Identifier Required By Hipaa. The Vha Must Use Npis In All Hipaa-standard Electronic Transactions For Individual (health Care Practitioners) And Organizational Entities (medical Centers). The Contractor Shall Have Or Obtain Appropriate Npi And If Pertinent The Taxonomy Code Confirmation Notice Issued By The Cms Nppes Be Provided To The Co With The Proposal. dea: Contractor Shall Provide Copy Of Current Dea Certificate. Conflict Of Interest (coi): The Contractor And All Contractor S Physician(s) Are Responsible For Identifying And Communicating To The Co And Cor Conflicts Of Interest At The Time Of Proposal And During The Entirety Of Contract Performance. At The Time Of Proposal, The Contractor Shall Provide A Statement Which Describes, In A Concise Manner, All Relevant Facts Concerning Any Past, Present, Or Currently Planned Interest (financial, Contractual, Organizational, Or Otherwise) Or Actual Or Potential Organizational Conflicts Of Interest Relating To The Services To Be Provided. The Contractor Shall Also Provide Statements Containing The Same Information For Any Identified Consultants Or Subcontractors Who Shall Provide Services. The Contractor Must Also Provide Relevant Facts That Show How It S Organizational And/or Management System Or Other Actions Would Avoid Or Mitigate Any Actual Or Potential Organizational Conflicts Of Interest. These Statements Shall Be In Response To The Vaar Provision 852.209-70 Organizational Conflicts Of Interest And Fully Outlined In Response To The Subject Attachment In Section D Of The Solicitation Document.
citizenship Related Requirements: the Contractor Certifies That The Contractor Shall Comply With Any And All Legal Provisions Contained In The Immigration And Nationality Act Of 1952, As Amended; Its Related Laws And Regulations That Are Enforced By Homeland Security, Immigration And Customs Enforcement And The U.s Department Of Labor As These May Relate To Non-immigrant Foreign Nationals Working Under Contract Or Subcontract For The Contractor While Providing Services To Va Patient Referrals.
while Performing Services For The Va, The Contractor Shall Not Knowingly Employ, Contract Or Subcontract With An Illegal Alien; Foreign National Non-immigrant Who Is In Violation Their Status, As A Result Of Their Failure To Maintain Or Comply With The Terms And Conditions Of Their Admission Into The United States. Additionally, The Contractor Is Required To Comply With All E-verify Requirements Consistent With Executive Order 12989 And Any Related Pertinent Amendments, As Well As Applicable Far.
if The Contractor Fails To Comply With Any Requirements Outlined In The Preceding Paragraphs Or Its Agency Regulations, The Va May, At Its Discretion, Require That The Foreign National Who Failed To Maintain Their Legal Status In The United States Or Otherwise Failed To Comply With The Requirements Of The Laws Administered By Homeland Security, Immigration And Customs Enforcement And The U.s Department Of Labor, Shall Be Prohibited From Working At The Contractor S Place Of Business That Services Va Patient Referrals; Or Other Place Where The Contractor Provides Services To Veterans Who Have Been Referred By The Va; And Shall Form The Basis For Termination Of This Contract For Breach.
this Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under 18 U.s.c. 1001.
the Contractor Agrees To Obtain A Similar Certification From Its Subcontractors. The Certification Shall Be Made As Part Of The Offerors Response To The Rfp Using The Subject Attachment In Section D Of The Solicitation Document.
annual Oig Statement: In Accordance With Hipaa And The Balanced Budget Act (bba) Of 1977, The Hhs Oig Has Established A List Of Parties And Entities Excluded From Federal Health Care Programs. Specifically, The Listed Parties And Entities May Not Receive Federal Health Care Program Payments Due To Fraud And/or Abuse Of The Medicare And Medicaid Programs.
therefore, Contractor Shall Review The Hhs Oig List Of Excluded Individuals/entities On The Hhs Oig Web Site At Http://oig.hhs.gov/exclusions/index.asp To Ensure That The Proposed Contractor S Physician(s) Are Not Listed. Contractor Should Note That Any Excluded Individual Or Entity That Submits A Claim For Reimbursement To A Federal Health Care Program, Or Causes Such A Claim To Be Submitted, May Be Subject To A Civil Monetary Penalty (cmp) For Each Item Or Service Furnished During A Period That The Person Was Excluded And May Also Be Subject To Treble Damages For The Amount Claimed For Each Item Or Service. Cmp S May Also Be Imposed Against The Contractor That Employ Or Enter Into Contracts With Excluded Individuals To Provide Items Or Services To Federal Program Beneficiaries.
by Submitting Their Proposal, The Contractor Certifies That The Hhs Oig List Of Excluded Individuals/entities Has Been Reviewed And That The Contractors Are And/or Firm Is Not Listed As Of The Date The Offer/bid Was Signed.
clinical/professional Performance: The Qualifications Of Contractor Personnel Are Subject To Review By Facility Cos Or His/her Clinical Designee And Approval By The Medical Center Director As Provided In Vha Directive 1100.20 And Vha Directive 1100.21. Clinical/professional Performance Monitoring And Review Of All Clinical Personnel Covered By This Contract For Quality Purposes Will Be Provided By The Facility Cos And/or The Chief Of The Service Or His Designee. A Clinical Cor May Be Appointed, However, Only The Co Is Authorized To Consider Any Contract Modification Request And/or Make Changes To The Contract During The Administration Of The Resultant Contract.
non Personal Healthcare Services: The Parties Agree That The Contractor And All Contractor S Physician(s) Shall Not Be Considered Va Employees For Any Purpose.
indemnification: The Contractor Shall Be Liable For, And Shall Indemnify And Hold Harmless The Government Against, All Actions Or Claims For Loss Of Or Damage To Property Or The Injury Or Death Of Persons, Arising Out Of Or Resulting From The Fault, Negligence, Or Act Or Omission Of The Contractor, Its Agents, Or Employees. prohibition Against Self-referral: Contractor S Physicians Are Prohibited From Referring Va Patients To Contractor S Or Their Own Practice(s).
inherent Government Functions: Contractor And Contractor S Physician(s) Shall Not Perform Inherently Governmental Functions. This Includes, But Is Not Limited To, Determination Of Agency Policy, Determination Of Federal Program Priorities For Budget Requests, Direction And Control Of Government Employees (outside A Clinical Context), Selection Or Non-selection Of Individuals For Federal Government Employment Including The Interviewing Of Individuals For Employment, Approval Of Position Descriptions And Performance Standards For Federal Employees, Approving Any Contractual Documents, Approval Of Federal Licensing Actions And Inspections, And/or Determination Of Budget Policy, Guidance, And Strategy.
no Employee Status: The Contractor Shall Be Responsible For Protecting Contractor S Physician(s) Furnishing Services. To Carry Out This Responsibility, The Contractor Shall Provide Or Certify That The Following Is Provided For All Their Staff Providing Services Under The Resultant Contract:
workers Compensation
professional Liability Insurance
health Examinations
income Tax Withholding, And
social Security Payments.
tort Liability: The Federal Tort Claims Act Does Not Cover Contractor Or Contractor S Physician(s). When A Contractor Or Contractor S Physician(s) Has Been Identified As A Provider In A Tort Claim, The Contractor Shall Be Responsible For Notifying Their Legal Counsel And/or Insurance Carrier. Any Settlement Or Judgment Arising From A Contractor S (or Contractor S Physician(s)) Action Or Non-action Shall Be The Responsibility Of The Contractor And/or Insurance Carrier.
key Personnel:
the Va Full Time Equivalent (fte) For The Services Required Is 2. (enter The Number Of Va Fte That The Resultant Contract Will Provide Hours Of Service Coverage For Example 2080 Hours = 1.0 Va Fte). the Minimum Number Of Board Certified Vascular Surgery Physicians Required To Be Onsite Daily Is 1 To Be Onsite As Defined In Paragraph Hours Of Operation In This Section. the Contractor Shall Be Responsible For Providing Coverage To The Va During Periods Of Vacancies Of The Contractor S Personnel Due To Sick Leave, Personal Leave, Vacations And Additional Coverage As Required. In The Event A Scheduled Physician Is Unable To Complete An Assigned Shift, The Contractor Shall Provide Replacement Physician Coverage Within 2 Hours And Notify The Cor Immediately Of The Schedule Change.
personnel Substitutions: During The First Ninety (90) Calendar Days Of Performance, The Contractor Shall Make No Substitutions Of Key Personnel Unless The Substitution Is Necessitated By Illness, Death Or Termination Of Employment. The Contractor Shall Notify The Co, In Writing, Within 15 Calendar Day(s) After The Occurrence Of Any Of These Events And Provide The Information Required Below. After 90 Days, The Contractor Shall Submit The Information Required Below To The Co At Least 15 Calendar Days Prior To Making Any Permanent Substitutions.
the Contractor Shall Provide A Detailed Explanation Of The Circumstances Necessitating The Proposed Substitutions, Complete Resumes For The Proposed Substitutes, And Any Additional Information Requested By The Co. Proposed Substitutes Shall Have Comparable Qualifications To Those Of The Persons Being Replaced. The Co Will Notify The Contractor Within 15 Calendar Days After Receipt Of All Required Information Of The Decision On The Proposed Substitutes. The Contract Will Be Modified To Reflect Any Approved Changes Of Key Personnel.
for Temporary Substitutions Where The Key Person Shall Not Be Reporting To Work For 3 Consecutive Workdays Or More, The Contractor Shall Provide A Qualified Replacement For The Key Person. The Substitute Shall Have Comparable Qualifications To The Key Person. Any Period Exceeding Two Weeks Will Require The Procedure As Stated Above.
the Government Reserves The Right To Refuse Acceptance Of Any Contractor Personnel At Any Time After Performance Begins, If Personal Or Professional Conduct Jeopardizes Patient Care Or Interferes With The Regular And Ordinary Operation Of The Facility. Breaches Of Conduct Include Intoxication Or Debilitation Resulting From Drug Use, Theft, Patient Abuse, Dereliction Or Negligence In Performing Directed Tasks, Or Other Conduct Resulting In Formal Complaints By Patient Or Other Staff Members To Designated Government Representatives. Standards For Conduct Shall Mirror Those Prescribed By Current Federal Personnel Regulations. Should The Va Cos Or Designee Show Documented Clinical Problems Or Continual Unprofessional Behavior/actions With Any Contractor S Physician(s), S/he May Request, Without Cause, Immediate Replacement Of Said Contractor S Physician(s). The Co And Cor Shall Deal With Issues Raised Concerning Contractor S Physician(s) Conduct. The Final Arbiter On Questions Of Acceptability Is The Co.
contingency Plan: Because Continuity Of Care Is An Essential Part Of Facility S Medical Services, The Contractor Shall Have A Contingency Plan In Place To Be Utilized If The Contractor S Physician(s) Leaves Contractor S Employment Or Is Unable To Continue Performance In Accordance With The Terms And Conditions Of The Resulting Contract. va Hours Of Operation/scheduling: va Business Hours: On Call Vascular Services: After Hour Coverage 1630-0800, Up To 5 Days Per Week, Monday Through Friday, All Weekends, Friday 1630 Through Monday 0800 And All Federal Holidays And Weekday In-house Coverage, Up To 40 Days Per Year. Or Schedule: On Call Services Only As Outlined In 3.1.
if An Emergency Vascular Event Arises As Identified By A Staff Physician; Phone Contact Will Be Made Within 15 Minutes To The Contract Vascular Surgeon/s On-call. It Is Required That The Contract Provider Be On Site Within 60 Minutes Of Receipt Of The Phone Call. Upon Stabilization Of The Patient And Assessment Of Further Needed Intervention, The Contract Provider May Decide To Transfer The Patient To A Non-va Facility For Provision Of An Advanced Level Of Patient Care..
contractor S Physician(s) Shall Be Available And Present In Clinic During Normal Lebanon Vamc Clinic Hours If Needed, Which Will Be Established, And May Be Revised, As Deemed Appropriate For Patient Care By The Acos. Currently, Normal Clinic Hours Are Monday Through Friday 8:00 Am To 4:30 Pm. Off-hours Coverage: On Call Vascular Services: After Hour Coverage 1630-0800, Up To 5 Days Per Week, Monday Through Friday, All Weekends, Friday 1630 Through Monday 0800 And All Federal Holidays And Weekday In-house Coverage, Up To 40 Days Per Year.
on-call Contractor S Physician(s) Mustâ be Available At All Times For Phone Consultations With Va Residents And Physicians. on-call Providers Must Be Available Within 15 Minutes By Phone And Onsite Within 60 Minutes. 3.3 Federal Holidays: The Following Holidays Are Observed By The Va: new Year S Day
martin Luther King S Birthday
presidents Day
memorial Day
juneteenth
independence Day
labor Day
columbus Day
veterans Day
thanksgiving
christmas
any Day Specifically Declared To Be A National Holiday. Cancellations: If A Clinic Cancellation Is Needed, Contractor Will Provide A Contingency Plan To See Clinic Patients Withing 5 Busines Days. contractor Responsibilities:
clinical Personnel Required: The Contractor Shall Provide Contractor S Physician(s) Who Are Competent, Qualified Per This Performance Work Statement And Adequately Trained To Perform Assigned Duties. contractor S Physician(s) Shall Be Responsible For Signing In And Out When In Attendance. Time Sheets Will Be Used By The Cor To Confirm Hours/day And Services Provided Against The Contractor S Invoices. standards Of Care: The Contractor S Physician(s) Care Shall Cover The Range Of Vascular Surgery Services As Would Be Provided In A State-of-the-art Civilian Medical Treatment Facility And The Standard Of Care Shall Be Of A Quality, Meeting Or Exceeding Currently Recognized The Joint Commission (tjc), Va And National Standards As Established By:
the Abs Http://www.absurgery.org/
the Professional Standards Of Tjc: Http://www.jointcommission.org/standards_information/standards.aspx
the Standards Of The American Hospital Association (aha): Http://www.hpoe.org/resources?show=100&type=8
the Requirements Contained In This Pws medical Records: authorities: Contractor S Physician(s) Providing Healthcare Services To Va Patients Shall Be Considered As Part Of The Department Healthcare Activity And Shall Comply With The 5 U.s.c.552a (privacy Act), 38 U.s.c. 5701 (confidentiality Of Claimants Records), 5 U.s.c. 552 (foia), 38 U.s.c. 5705 (confidentiality Of Medical Quality Assurance Records) 38 U.s.c. 7332 (confidentiality Of Certain Medical Records), Title 5 U.s.c. § 522a (records Maintained On Individuals) As Well As 45 C.f.r. Parts 160, 162, And 164 (hipaa). hipaa: This Contract And Its Requirements Meet Exception In 45 Cfr 164.502(e), And Do Not Require A Baa In Order For Covered Entity To Disclose Protected Health Information To: A Health Care Provider For Treatment Of Va Patients. Based On This Exception, A Baa Is Not Required For This Contract. Health Records Generated By This Contract Or Provided To The Contractors By The Va Are Covered By The Va Privacy Act System Of Records Entitled Patient Medical Records-va (24va10a7). Contractor Generated Va Patient Records Are The Property Of The Va And Shall Not Be Accessed, Released, Transferred, Or Destroyed Except In Accordance With Applicable Laws And Regulations. Contractor Shall Ensure That All Records Pertaining To Medical Care And Services Provided To Va Patients Are Captured In The Va Electronic Health Record System As Required By Va Policy As Discussed In 4.4.4. disclosure: Contractor S Physician(s) May Have Access To Patient Medical Records For The Purpose Of Providing Medical Care And Services To Va Patients And Performing Services Under The Contract; However, Contractor Shall Obtain Permission From The Va Before Disclosing Any Patient Information Outside Va. Va Authorizes The Contractor To Discuss Patient Health Information For Coordination Of Care Within Community Health Care Providers In Compliance With Va Regulations, Hipaa And Vha Directive 1605.1, Privacy And Release Of Information. The Va Will Provide The Contractor With A Copy Of Vha Directive 1907.01, Health Information Management And Health Records And Vha Directive1605.1, Privacy And Release Of Information. The Penalties And Liabilities For The Unauthorized Disclosure Of Va Patient Information Mandated By The Statutes And Regulations Mentioned Above, Apply To The Contractor.
professional Standards For Documenting Care: Care Shall Be Appropriately Documented In Medical Records In Accordance With Standard Commercial Practice And Guidelines Established By Vha Directive 1907.01 Health Information Management And Health Records: Https://www.va.gov/vhapublications/viewpublication.asp?pub_id=9235 And All Guidelines Provided By The Facility. release Of Information: The Va Shall Maintain Control Of Releasing Any Copies Of Patient Health Information Or Health Records And Will Follow Policies And Standards As Defined, But Not Limited To Privacy Act Requirements. The Contractor Will Not Release Or Disclose Copies Of Records And Will Refer All Such Requests To The Release Of Information Department At The Va Facility Where Assigned. management For Medical Records: National Archives And Records Administration Record Disposition Requirements Are Found In Rcs 10-1 Chapter 6, 6000 Series.
direct Patient Care: Estimated % Of The Time Involved In Direct Patient Care. Contractor Shall Be Responsible For
scope Of Care: Contractor S Physician(s) Shall Be Responsible For Providing Vascular Surgery Physician Care, Including, But Not Limited To:
clinic Responsibilities: Contractor Physician(s) Shall Be Present On Time For Any Scheduled Clinics/surgeries Start Times As Documented By Physical Presence In The Clinic Or Or At The Scheduled Start Time. communication Of Test Results: Mechanisms Must Be In-place To Provide Notification Of Test Results For Patients Receiving Care In Accordance With Vha Directive 1088, Communicating Test Results To Providers And Patients.
medications: Contractor S Physician(s) Shall Follow All Established Medication Policies And Procedures. No Sample Medications Shall Be Provided To Patients.
discharge Education: Provide Discharge Education And Follow Up Instructions That Are Coordinated With The Next Care Setting For All General Surgery Clinical Or Surgical Patients.
administrative: Estimated 0% Of Time Not Involved In Direct Patient Care quality Improvement Meetings: The Contractor S Physician(s) Shall Participate In Continuous Quality Improvement Activities And Meetings With Committee Participation As Required By The Facility Chief Of Service, Cos, Or Designee. list All Meetings, Associated Time And Frequency.
meeting
frequency (once A Year, Etc.)
annual Hours
case Conference
monthly, As Needed, To Present Case. 1
staff Meetings: The Contractor S Physician(s) Shall Attend Staff Meetings As Required By The Facility Chief Of Service, Cos, Or Designee. Contractor To Communicate With Cor On This Requirement And Report Any Conflicts That May Interfere With Compliance With This Requirement.
qa/qi Documentation: The Contractor S Physician(s) Shall Complete The Appropriate Qm/pi Documentation Pertaining To All Procedures, Complications And Outcome Of Examinations.
patient Safety Compliance And Reporting: Contractor S Physician(s) Shall Follow All Established Patient Safety And Infection Control Standards Of Care. Contractor S Physician(s) Shall Make Every Effort To Prevent Medication Errors, Falls, And Patient Injury Caused By Acts Of Commission Or Omission In The Delivery Of Care. All Events Related To Patient Injury, Medication Errors, And Other Breeches Of Patient Safety Shall Be Documented In The Medical Record Of Those Impacted And Disclosed To The Patient Or Surrogate. As Soon As Practicable (but Within 24 Hours) Contractors Shall Notify Cor Of Incident And Submit An Entry In The Va Patient Safety Reporting System, Following Up With Cor As Required Or Requested.
performance Standards, Quality Assurance (qa) And Quality Improvement(qi):
quality Management/quality Assurance Surveillance: Contract Personnel Shall Be Subject To Quality Management Measures, Such As Patient Satisfaction Surveys, Timely Completion Of Medical Records, And Peer Reviews. Methods Of Surveillance: Focused Provider Practice Evaluation (fppe) And Ongoing Provider Practice Evaluation (oppe). Contractor Performance Will Be Monitored By The Government Using The Standards As Outlined In This Pws And Methods Of Surveillance Detailed In The Qasp. The Qasp Shall Be Attached To The Resultant Contract And Shall Define The Methods And Frequency Of Surveillance Conducted. patient Complaints: The Co Will Resolve Complaints Concerning Contractor Relations With The Government Employees Or Patients. The Co Is Final Authority On Validating Complaints. If The Contractor Is Involved And Named In A Validated Patient Complaint, The Government Reserves The Right To Refuse Acceptance Of The Services Of Such Personnel. This Does Not Preclude Refusal In The Event Of Incidents Involving Physical Or Verbal Abuse.
the Government Reserves The Right To Refuse Acceptance Of Any Contractor Personnel At Any Time After Performance Begins, If Personal Or Professional Conduct Jeopardizes Patient Care Or Interferes With The Regular And Ordinary Operation Of The Facility. Breaches Of Conduct Include Intoxication Or Debilitation Resulting From Drug Use, Theft, Patient Abuse, Dereliction Or Negligence In Performing Directed Tasks, Or Other Conduct Resulting In Formal Complaints By Patient Or Other Staff Members To Designated Government Representatives. Standards For Conduct Shall Mirror Those Prescribed By Current Federal Personnel Regulations. The Co And Cor Shall Deal With Issues Raised Concerning Contractor S Conduct. The Final Arbiter On Questions Of Acceptability Is The Co.
performance Standards: measure: Provider Quality Performance performance Requirement: All Contractor S Physician(s) Shall Perform In Accordance With Clinical Standards
standard: Oppe Documentation For All (100%) Staff Providing Services Under The Contract. All Staff (100%) Meet Standards
aql: 100% Meet Standards
surveillance Method: Oppe Data Pertinent To Care Performed For Each Provider Working Under This Contract. Oppe Data Will Review The Following Elements: patient Care Performance
medical/clinical Knowledge
practiced Based Learning And Improvement
interpersonal And Communication Skills
professionalism
system Based Practice
frequency: _every 12 Months__________
measure: Qualifications Of Key Personnel
performance Requirement: All Contractor S Physician(s) Shall Be Board Certified In Accordance With Abs Standards For General Surgery standard: All (100%) Contractor S Physician(s) Are Board Certified. aql: 100%
surveillance Method: Periodic Inspection Or Random Sampling Of Qualification Documents
frequency: Every 12 Months
measure: Scope Of Practice/privileging performance Requirement: Contractor S Physician(s) Perform Within Their Individual Scopes Of Practice/privileging
standard: All (100%) Contractor S Physician(s) Perform Within Their Scope Of Practice/privileges 100% Of The Time
aql: 100% Contractor S Physician(s) Perform Within Their Scope Of Practice/privileges 100% Of The Time surveillance Method: Random Sampling Of Records
frequency: Every 12 Months
measure: Patient Access
performance Requirement: The Contractor Shall Provide Contractor S Physician(s) In Accordance With The Operating Hours And Va Clinical Schedule Outlined In This Pws
standard: All (100%) Contractor S Physician(s) Are On Time And Available To Perform Services
aql: Contractor S Physician(s) Is On-time And Available To Perform Services 100% Of The Time
surveillance Method: Periodic Inspection Of Time And Attendance Sheets
frequency: Monthly
measure: Patient Safety
performance Requirement: Patient Safety Incidents Shall Be Reported Using Va Patient Safety Reporting System. All Incidents Reported Immediately (within 24 Hours.)
standard: All (100%) Of Patient Safety Incidents Are Reported Using Va Patient Safety Reporting System Within 24 Hours Of Incident
aql: 100% Of Patient Safety Incidents Are Reported Using Va Patient Safety Reporting System Within 24 Hours Of Incident
periodic Inspection Or Random Sampling
frequency: Quarterly
measure: Maintains Licensing, Registration, And Certification
performance Requirement: Updated Licensing, Registration And Certification Shall Be Provided As They Are Renewed. Licensing And Registration Information Kept Current
standard: All (100%) Licensing, Registration(s) And Certification(s) For Contractor S Physician(s) Shall Be Provided As They Are Renewed. Licensing And Registration Information Kept Current
aql: 100% Licensing, Registration(s) And Certification(s) For Contractor S Physician(s) Shall Be Provided As They Are Renewed. Licensing And Registration Information Kept Current. No Acceptable Deviation.
surveillance Method: Periodic Inspection Or Random Sampling
frequency: Every 12 Months
measure: Mandatory Training
performance Requirement: Contractor Shall Complete All Required Training On Time Per Facility Policy
standard: All (100%) Of Required Training Is Complete On Time By Contractor S Physician(s)
aql: 100% Completions surveillance Method: Periodic Inspection Or Random Sampling
frequency: Every Quarter
measure: Privacy, Confidentiality And Hipaa
performance Requirement: Contractor Is Aware Of All Laws, Regulations, Policies And Procedures Relating To Privacy, Confidentiality And Hipaa And Complies With All Standards Zero Breaches Of Privacy Or Confidentiality
standard: All (100%) Contractor S Physician(s) Comply With All Laws, Regulations, Policies And Procedures Relating To Privacy, Confidentiality And Hipaa aql: 100% Compliance
surveillance Method: Periodic Inspection; Contractor Shall Provide Evidence Of Annual Training Required By The Facility, Reports Violations Per Va Handbook 6500.6
frequency: Every 12 Months
registration With Contractor Performance Assessment Reporting System as Prescribed In Far Part 42.15, The Va Evaluates Contractor Past Performance On All Contracts That Exceed The Simplified Acquisition Threshold And Shares Those Evaluations With Other Federal Government Contract Specialists And Procurement Officials. The Far Requires That The Contractor Be Provided An Opportunity To Comment On Past Performance Evaluations Prior To Each Report Closing. To Fulfill This Requirement Va Uses An Online Database, Cpars, Which Is Maintained By The Naval Sea Logistics Center In Portsmouth, New Hampshire. Cpars Has Connectivity With The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies. Ppirs Is The System Used To Collect And Retrieve Performance Assessment Reports Used In Source Selection Determinations And Completed Cpars Report Cards Transferred To Ppirs. Cpars Also Includes Access To The Federal Awardee Performance And Integrity Information System (fapiis). Fapiis Is A Web-enabled Application Accessed Via Cpars For Contractor Responsibility Determination Information.
each Contractor Whose Contract Award Is Estimated To Exceed The Simplified Acquisition Threshold Requires A Cpars Evaluation. A Government Focal Point Will Register Your Contract Within Thirty Days After Contract Award And, At That Time, You Will Receive An Email Message With A User Id (to Be Used When Reviewing Evaluations). Additional Information Regarding The Evaluation Process Can Be Found At Www.cpars.gov Or If You Have Any Questions, You May Contact The Customer Support Desk @ Dsn: 684-1690 Or Comm: 207-438-1690. for Contracts With A Period Of One Year Or Less, The Co Will Perform A Single Evaluation When The Contract Is Complete. For Contracts Exceeding One Year, The Co Will Evaluate The Contractor S Performance Annually. Interim Reports Will Be Filed Each Year Until The Last Year Of The Contract, When The Final Report Will Be Completed. The Report Shall Be Assigned In Cpars To The Contractor S Designated Representative For Comment. The Contractor Representative Will Have Sixty (60) Days To Submit Any Comments And Re-assign The Report To The Co.
failure For The Contractor S Representative To Respond To The Evaluation Within Those Sixty (60) Days, Will Result In The Government S Evaluation Being Placed On File In The Database With A Statement That The Contractor Failed To Respond; The Contractor S Representative Will Be Locked Out Of The Evaluation And May No Longer Send Comments. government Responsibilities:
va Support Personnel, Services Or Equipment: Laptop If Needed To Maintain Remote Access. contract Administration/performance Monitoring: After Award Of Contract, All Inquiries And Correspondence Relative To The Administration Of The Contract Shall Be Addressed To: (enter Contract Administration If Not Already Listed In Another Area- List The Title (not Name) And Contact Information For Cor, Clinical Point Of Contact, And Any Other Relevant Personnel Involved). Co Responsibilities: the Co Is The Only Person Authorized To Approve Changes Or Modify Any Of The Requirements Of This Contract. The Contractor Shall Communicate With The Co On All Matters Pertaining To Contract Administration. Only The Co Is Authorized To Make Commitments Or Issue Any Modification To Include (but Not Limited To) Terms Affecting Price, Quantity Or Quality Of Performance Of This Contract. the Co Shall Resolve Complaints Concerning Contractor Relations With The Government Employees Or Patients. The Co Is Final Authority On Validating Complaints. In The Event The Contractor Effects Any Such Change At The Direction Of Any Person Other Than The Co Without Authority, No Adjustment Shall Be Made In The Contract Price To Cover An Increase In Costs Incurred As A Result Thereof. in The Event That Contracted Services Do Not Meet Quality And/or Safety Expectations, The Best Remedy Will Be Implemented, To Include But Not Limited To A Targeted And Time Limited Performance Improvement Plan; Increased Monitoring Of The Contracted Services; Consultation Or Training For Contractor Personnel To Be Provided By The Va; Replacement Of The Contract Personnel And/or Renegotiation Of The Contract Terms Or Termination Of The Contract. Cor Responsibilities:
the Cor For This Contract Is: Beverly Miller, Admin Program Specialist, Surgery Careline, Beverly.miller1@va.gov, 717-272-6621 Ext. 4120
the Cor Shall Be The Va Official Responsible For Verifying Contract Compliance. After Contract Award, Any Incidents Of Contractor Noncompliance As Evidenced By The Monitoring Procedures Shall Be Forwarded Immediately To The Co.
the Cor Will Be Responsible For Monitoring The Contractor S Performance To Ensure All Specifications And Requirements Are Fulfilled. Quality Improvement Data That Will Be Collected For Ongoing Monitoring Includes But Is Not Limited To: Enter Data That May Be Collected.
the Cor Will Maintain A Record-keeping System Of Services By Email Correspondence. The Cor Will Review This Data Monthly When Invoices Are Received And Certify All Invoices For Payment By Comparing The Hours Documented On The Va Record-keeping System And Those On The Invoices. Any Evidence Of The Contractor's Non-compliance As Evidenced By The Monitoring Procedures Shall Be Forwarded Immediately To The Co.
the Cor Will Review And Certify Monthly Invoices For Payment. If In The Event The Contractor Fails To Provide The Services In This Contract, Payments Will Be Adjusted To Compensate The Government For The Difference.
all Contract Administration Functions Will Be Retained By The Va. special Contract Requirements:
reports/deliverables: The Contractor Shall Be Responsible For Complying With All Reporting Requirements Established By The Contract. Contractor Shall Be Responsible For Assuring The Accuracy And Completeness Of All Reports And Other Documents As Well As The Timely Submission Of Each. Contractor Shall Comply With Contract Requirements Regarding The Appropriate Reporting Formats, Instructions, Submission Timetables, And Technical Assistance As Required. the Following Are Brief Descriptions Of Required Documents That Must Be Submitted By Contractor: Upon Award; Weekly; Monthly; Quarterly ; Annually, Etc. Identified Throughout The Pws And Is Provided Here As A Guide For Contractor Convenience. If An Item Is Within The Pws And Not Listed Here, The Contractor Remains Responsible For The Delivery Of The Item. What
submit As Noted submit To
quality Control Plan: Description And Reporting Reflecting The Contractor S Plan For Meeting Of Contract Requirements And Performance Standards
upon Proposal And As Frequently As Indicated In The Performance Standards
co
other Than Cost And Price Information Supporting Proposed Physician Rate (required For Affiliate Onsite Hourly- Remove If It Does Not Apply)
upon Proposal, To Submit Epa Request, Upon Change In Key Personnel
co
copy Of Subcontracting Plan Is Required For All Large Businesses. Copy Of Contractor Certification Statement If No Subcontracting Possibilities Exist
upon Proposal And As Updated
co
copies Of Any And All Licenses, Board Certifications, Npi, To Include Primary Source Verification Of All Licensed And Certified Staff upon Proposal And Upon Renewal Of Licenses And Upon Renewal Of Option Periods Or Change Of Key Personnel
co With Proposal; Renewal Submitted To Vetpro System
certification That Staff List Has Been Compared To Oig List
upon Proposal And Upon New Hires
co
proof Of Indemnification And Medical Liability Insurance upon Proposal And Upon Renewals
co
certificates Of Completion For Cyber Security And Patient Privacy Training Courses before Receiving An Account On Va Network And Annual Training And New Hires.
co
acls/bls Certification
upon Award And Every Two Years After Award
cor
contingency Plan For Replacing Key Personnel To Maintain Services As Required Under The Terms Of The Contract
upon Proposal And As Updated
cor billing: invoice Requirements And Supporting Documentation: Supporting Documentation And Invoice Must Be Submitted No Later Than The Last Workday Of The Month. Subsequent Changes Or Corrections Shall Be Submitted By Separate Invoice. In Addition To Information Required For Submission Of A Proper Invoice In Accordance With Far 52.212-4 (g), All Invoices Must Include:
name And Address Of Contractor
invoice Date And Invoice Number
contract Number And Purchase/task Order Number
date Of Service
contractor S Physician(s) hourly Rate
quantity Of Hours Worked
total Price vendor Electronic Invoice Submission Methods: invoices Will Be Electronically Submitted To The Tungsten Website At Https://www.tungstenautomation.com/. Tungsten Automation Direct Vendor Support Number Is 877-489-6135 For Va Contracts. The Va-fsc Pays All Associated Transaction Fees For Va Orders. During Implementation (technical Set-up) Tungsten Automation Will Confirm Your Taxpayer Id Number With The Va-fsc. This Process Can Take Up To 5 Business Days To Complete To Ensure Your Invoice Is Automatically Routed To Your Certifying Official For Approval And Payment. To Successfully Submit An Invoice To Va-fsc Please Review How To Create An Invoice Within The How To Guides. All Invoices Submitted Through Tungsten Automation To The Va-fsc Should Mirror The Current Submission Of Invoice. Clarification Of Additional Requirements Should Be Confirmed With Your Certifying Official (your Co Or Buyer). Payment Will Only Be Made For Actual Services Rendered. Payments Shall Be Made Monthly In Arrears. The Va-fsc Requires Specific Information In Compliance With The Prompt Pay Act And Business Requirements. The Contractor Shall Be Reimbursed Upon Receipt Of A Proper Invoice. For Additional Information, Please Contact: tungsten Support
phone: 1-877-489-6135
website: Https://www.tungstenautomation.com/ department Of Veterans Affairs Financial Service Center
https://www.fsc.va.gov/einvoice.asp â
reduction In Services: This Is A Fixed Quantity Contract For A Specified Number Of Hours. If, At The End Of The Pop, The Government Has Not Utilized The Total Number Of Hours Required Under This Contract Because Of A Change In Its Requirements, The Parties Agree That They Will Attempt To Negotiate In Good Faith A Contract Modification Reducing The Scope Of The Contract With A Corresponding Adjustment In The Total Contract Price. In No Event Will The Va Pay For Hours That Exceed The Total Number Of Hours Specified In The Contract For The Pop. Payments In Full/no Billing Va Beneficiaries: The Contractor Shall Accept Payment For Services Rendered Under This Contract As Payment In Full. Va Beneficiaries Shall Not Under Any Circumstances Be Charged Nor Their Insurance Companies Charged For Services Rendered By The Contractor, Even If Va Does Not Pay For Those Services. This Provision Shall Survive The Termination Or Ending Of The Contract. to The Extent That The Veteran Desires Services Which Are Not A Va Benefit Or Covered Under The Terms Of This Contract, The Contractor Must Notify The Veteran That There Will Be A Charge For Such Service And That The Va Will Not Be Responsible For Payment. the Contractor Shall Not Bill, Charge, Collect A Deposit From, Seek Compensation, Remuneration, Or Reimbursement From, Or Have Any Recourse Against, Any Person Or Entity Other Than Va For Services Provided Pursuant To This Contract. It Shall Be Considered Fraudulent For The Contractor To Bill Other Third-party Insurance Sources (including Medicare) For Services Rendered To Veteran Enrollees Under This Contract. contractor Security Requirements (va Handbook 6500.6).
the Contractor Will Be Evaluated In Accordance With The Following:
purpose
this Quality Assurance Surveillance Plan (qasp) Provides A Systematic Method To Evaluate Performance For The Stated Contract. This Qasp Explains The Following:
what Will Be Monitored?
how Will Monitoring Will Take Place?
who Will Conduct The Monitoring?
how Will Monitoring Efforts And Results Be Documented?
this Qasp Does Not Detail How The Contractor Accomplishes The Work. Rather, The Qasp Is Created With The Premise That The Contractor Is Responsible For Management And Quality Control Actions To Meet The Terms Of The Contract. It Is The Government S Responsibility To Be Objective, Fair, And Consistent In Evaluating Performance.
this Qasp Is A Living Document And The Government May Review And Revise It On A Regular Basis. However, The Government Shall Coordinate Changes With The Contractor Through Contract Modification. Copies Of The Original Qasp And Revisions Shall Be Provided To The Contractor And Government Officials Implementing Surveillance Activities. government Roles And Responsibilities
the Following Personnel Shall Oversee And Coordinate Surveillance Activities.
contracting Officer (co) The Co Shall Ensure Performance Of All Necessary Actions For Effective Contracting, Ensure Compliance With The Contract Terms, And Shall Safeguard The Interests Of The United States In The Contractual Relationship. The Co Shall Also Assure That The Contractor Receives Impartial, Fair, And Equitable Treatment Under This Contract. The Co Is Ultimately Responsible For The Final Determination Of The Adequacy Of The Contractor S Performance.
assigned Co: organization Or Agency: Lebanon Va Medical Center
contracting Officer S Representative (cor) The Cor Is Responsible For Technical Administration Of The Contract And Shall Assure Proper Government Surveillance Of The Contractor S Performance. The Cor Shall Keep A Quality Assurance File. The Cor Is Not Empowered To Make Any Contractual Commitments Or To Authorize Any Contractual Changes On The Government S Behalf.
assigned Cor: Beverly Miller
organization Or Agency: Lebanon Va Medical Center contractor Representatives
the Following Employee(s) Of The Contractor Serve As The Contractor S Program Manager(s) For This Contract.
primary Program Manager:
dr. Carl Reese, Acos Surgery Careline
alternate Program Manager: dr. Richard Latour, Deputy Acos Surgery Careline
performance Standards
the Contractor Is Responsible For Performance Of All Terms And Conditions Of The Contract. Cors Will Provide Contract Progress Reports Quarterly To The Co Reflecting Performance On This Plan And All Other Aspects Of The Resultant Contract. The Performance Standards Outlined In This Qasp Shall Be Used To Determine The Level Of Contractor Performance In The Elements Defined. Performance Standards Define Desired Services. The Government Performs Surveillance To Determine The Level Of Contractor Performance To These Standards.
the Performance Requirements Are Listed Below In Section 6. The Government Shall Use These Standards To Determine Contractor Performance And Shall Compare Contractor Performance To The Standard And Assign A Rating. At The End Of The Performance Period, These Ratings Will Be Used, In Part, To Establish The Past Performance Of The Contractor On The Contract.
methods Of Qa Surveillance various Methods Exist To Monitor Performance. The Cor Shall Use The Surveillance Methods Listed Below In The Administration Of This Qasp. direct Observation. 100% Surveillance: Surveillance Will Be Conducted By Peers. periodic Inspection. Inspections Scheduled And Reported Quarterly Per Cor Delegation Or As Needed. Ten (10) Randomly Selected Patient Files Will Be Reviewed Per Year. All Inspections And Reports Will Be Conducted In Compliance With Va Privacy And Information Security Standards.)
validated User/customer Complaints. No More Than One Patient Complaint Per Quarter. Random Inspection And Auditing Is Performed On A Quarterly Basis All Reviews And Reports Will Be Conducted In Compliance With Va Privacy And Information Security Standards.)
verification And/or Documentation Provided By Contractor. All Medical Documentation Is Completed Per Medical Staff By-laws. Encounters And Progress Notes Are Completed Within 7 Days Of Patient Visit And Outpatient Documents Are Signed Within 7 Days Of Visit. instructions To Vendors: the Information Identified Above Is Intended To Be Descriptive Of The Vascular Surgical On Call Services To Indicate The Quality Of The Supplies/services That Will Be Satisfactory. It Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Supplies/services That Fulfill The Required Specifications Mentioned Above. responses To This Intent To Sole Source Rfi Should Include Company Name, Address, Point Of Contact, Phone Number, And Point Of Contact E-mail, Uei Number, Cage Code, Size Of Business Pursuant To North American Industrial Classification System (naics) 621111. please Answer The Following Questions: please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.)? is Your Company Considered Small Under The Naics Code Identified Under This Rfi? are You An Equivalent Solution To The Items Being Referenced Above? (4) If You Are A Large Business, Do You Have Any Designated Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available). (5) If You Intend To Subcontract Any Work On This Contract, What Portion Of The Total Cost Will Be Self-performed/will Be Performed By Your Organization? Please Provide Estimated Detailed Percentage Breakdowns Related To Subcontracted Work And Completion Of Job. (6) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Any Other Federal Contract? If So, Please Provide The Contract Number. (7) If You Are An Fss Gsa/nac Contract Holder Or Other Federal Contract Holder, Are The Items/solution You Are Providing Information For Available On Your Schedule/contract? (
(8) General Pricing Of Your Products/solution Is Encouraged. Pricing Will Be Used For The Purpose Of Market Research Only. It Will Not Be Used To Evaluate For Any Type Of Award. (9) Please Submit Your Capabilities Regarding The Services Required Above. (10) Please Review Salient Characteristics/performance Of Work (if Applicable) And Provide Feedback Or Suggestions. If None, Please Reply As N/a. this Intent To Sole Source Rfi Will Be Conducted In Accordance With Federal Acquisition Regulation (far) Part 13. Responses Must Be Received Via E-mail To David.santiago2@va.gov No Later Than, 4 Pm Eastern Standard Time (est) On Tuesday March 25, 2025, This Notice Will Help The Va In Determining Available Potential Sources Only. Reference 36c24425q0346 Amendment 0001 In The Subject Of The Email Response. do Not Contact Va Medical Center Staff Regarding This Requirement, As They Are Not Authorized To Discuss This Matter Related To This Procurement Action. All Questions Will Be Addressed By The Contract Specialist, David Santiago At David.santiago2@va.gov. all Firms Responding To This Request For Information Are Advised That Their Response Is Not A Request For Proposal, Therefore Will Not Be Considered For A Contract Award. if A Solicitation Is Issued, Information Will Be Posted On The Beta.sam Web Site For All Qualified Interested Parties At A Later Date And Interested Parties Must Respond To This Intent To Sole Source Notice To Be Considered For A Set-aside. This Notice Does Not Commit The Government To Contract For Any Supplies Or Services. The Government Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Request For Information. Information Will Only Be Accepted In Writing By E-mail To Contract Specialist At David.santiago2@va.gov. disclaimer this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
Department Of Education Region Ii Tender
Others
Philippines
Closing Date21 Apr 2025
Tender AmountPHP 1.7 Million (USD 30.3 K)
Details: Description Invitation To Bid Supply And Delivery Of Various Office And Janitorial Supplies And Equipment For Deped Region 2-republication 1. The Department Of Education Regional Office Ii, Intends To Apply The Sum Of One Million Seven Hundred Twenty Thousand Thirty-seven Pesos And 71/100 (p 1,720,037.71) Being The Abc To Payments Under The Contract For The Procurement Of Goods: Supply And Delivery Of Various Office And Janitorial Supplies And Equipment For Deped Region 2-republication. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Education Regional Office Ii Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Sixty (60) Calendar Days Per Lot. Bidders Should Have Completed, Within Five Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Education Regional Office Ii And Inspect The Bidding Documents At The Address Given Below During Office Hours. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 28 – April 21, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee Of One Thousand Five Hundred Pesos (p 1,500.00) For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person Or Through Email At Bac.region2@deped.gov.ph. For The Reference Of Interested Bidders, Payment Of Bidding Documents May Be Resorted Through Online Bank Transfer Via The Following Bank Details: A. Account Name: Deped Trust Fund B. Account Number: 3702-1011-65 C. Current Account D. Landbank Of The Philippines – Capitol Branch, Tuguegarao City 6. The Department Of Education Regional Office Ii Will Hold A Pre-bid Conference On April 4, 2025, 9:00 Am At The Main Conference Hall, Deped Tuguegarao City, Cagayan Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Main Conference Hall, Deped Regional Office No. 2, Tuguegarao City, Cagayan On Or Before April 21, 2025 At 9:29 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On April 21, 2025 At 9:30 Am Main Conference Hall, Deped Regional Office No. 2, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Procurement Of Goods: Supply And Delivery Of Various Office And Janitorial Supplies And Equipment For Deped Region Ii Shall Include The Following: No. Unit Item Description/ Book Title Quantity Unit Cost Approved Budget Of The Contract 1 Gallon Alcohol, Ethyl 70%, 1 Gallon, Fda Approved 29 392.80 11,391.17 2 Piece Eraser, Plastic/rubber 14 9.09 127.20 3 Piece Sign Pen, Extra Fine Tip, Black. 0.5mm 96 24.42 2,344.32 4 Piece Sign Pen, Medium Tip, Black 1mm 414 62.92 26,048.88 5 Piece Sign Pen, Extra Fine Tip, Blue 0.5mm 48 24.42 1,172.16 6 Piece Sign Pen, Fine Tip, Blue 0.7mm 86 49.19 4,230.51 7 Piece Sign Pen, Medium Tip, Blue, 1mm 249 62.92 15,667.08 8 Pack Battery, Dry Cell, Size Aa By 4, Super Heavy Duty 90 27.50 2,475.00 9 Pack Battery, Dry Cell, Size Aaa By 4, Super Heavy Duty 90 23.10 2,079.00 10 Piece Broom (walis Tambo), Gross Weight 500 Grams, Diameter Handle:19mm, Length Of Handle: 550 Mm 28 137.28 3,843.84 11 Piece Broom (walis Ting-ting), Standard Size, Made Up Of Matured Coconut Midribs, Grip Material Made Up Of Braided Yantok Or Nylon 21 28.60 600.60 12 Piece Cleaner, Toilet Bowl And Urinal, 900 Ml 84 45.76 3,843.84 13 Bottle Cleanser, Scouring Powder, 350 Grams 62 26.31 1,631.34 14 Pouch Detergent Powder, All Purpose, 1 Kilo 72 59.49 4,283.14 15 Can Disinfectant Spray, Aerosol, 400grms, Fda Approved 50 153.88 7,693.95 16 Bottle Hand Soap, Liquid, 500ml 56 47.25 2,645.72 17 Unit Spin Mop , 360 Degrees, Heavy Duty-big 3 1,650.00 4,950.00 18 Kilo Rags, Round 1 Kilo Per Bundle 48 76.42 3,668.02 19 Pack Scouring Pad, Made Up Of Synthetic Nylon 22 94.19 2,072.25 20 Pack Trashbag, Xxl Size 10 143.00 1,430.00 21 Pack Trashbag, Large Size 28 65.21 1,825.82 22 Pack Trashbag, Xl Size 41 101.82 4,174.46 23 Piece Wastebasket, Made Of Rigid Plastic, Square, Rectangle Or Oval, 8.5 Liters 34 48.05 1,633.63 24 Bottle Ink, For Stamp Pad, Color Violet/black 26 31.67 823.39 25 Piece Philippine National Flag 3' By 5' 20 313.32 6,266.48 26 Piece Flash Drive, 64gb 64 168.01 10,752.90 27 Piece Light-emitting Diode (led) Light Bulb, 7 Watts 40 83.17 3,326.84 28 Piece Light-emitting Diode (led) Linear Tube, 18 Watts 25 226.40 5,660.05 29 Jar Glue, All-purpose, 240 Grms. 77 68.35 5,263.26 30 Box Staple Wire, Heavy Duty (binder Type), 23/13 9 40.04 360.36 31 Piece Staple Wire, Standard 121 26.14 3,162.46 32 Roll Tape, Electrical, Made Up Of Polyvinyl Chloride, 19mm, 16 Meters 10 21.40 213.95 33 Roll Tape, Masking, 24mm, 50 Meters 71 61.25 4,348.61 34 Roll Tape, Packaging, 48 Mm, 50 Meters 54 24.60 1,328.18 35 Roll Tape, Transparent, 24mm, 50 Meters 69 19.45 1,341.91 36 Roll Twine, Plastic, 1 Kilo 15 73.28 1,099.23 37 Piece Ruler, Plastic, 450mm 29 21.92 635.77 38 Piece Blade, For General Purpose Cutter/utility Knife, Length-100m, Width-16mm, Thickness-0.40mm 17 18.01 306.12 39 Piece Binding Ring/comb, Plastic, 32 Mm 6 285.88 1,715.27 40 Box Clip, Backfold, 25mm 40 17.16 686.40 41 Box Clip, Backfold, 32mm 37 36.61 1,354.50 42 Box Clip, Backfold, 50mm 44 66.35 2,919.49 43 Piece Data File Box, Single, With Close Ends, W-12mm, H-230mm, L-400mm 34 160.48 5,456.29 44 Piece Data Folder, With Taglia Horizontal Width-75mm, Height-230mm, Length 380mm, Made Up Of Leatherette Paper 220 91.31 20,088.42 45 Piece Data Folder, With Taglia Vertical 3 Inch A4 2 Holes Metal Clip Folder For Document, Height-12.8”, Width-25” 50 148.50 7,425.00 46 Piece Dater Stamp, Frame-steel And Plastic, 4 Band Date And 12 Year Band, Self-inking Stamp Pad 1 478.45 478.45 47 Box Envelope, Documentary, Legal, 15 1,163.34 17,450.07 48 Box Envelope, Expanding, Plastic, .5mm, L-380mm, W-260mm, Expansion-30mm 31 33.54 1,039.71 49 Box Envelope, Mailing White, Long 70gsm, Front Seal Adhesive 11 475.77 5,233.49 50 Box Envelope, Mailing, With Window, Long, 70 Gsm, Window-plastic, Front Seal Adhesive 1 563.99 563.99 51 Piece Eraser, Felt, For Blackboard/whiteboard, 5" X 2" X 1-5/16" 4 15.93 63.71 52 Box Fastener, Metal .30mm 61 104.10 6,350.34 53 Bundle Folder, Fancy With Slide, A4 10 297.44 2,974.40 54 Pack Folder With Tab, A4, 100's 84 417.56 35,075.04 55 Pack Folder With Tab, Legal, 100's 43 455.31 19,578.42 56 Pack Index Tab, Self Adhesive, Transparent 5 Sets Per Box With 5 Colors-clear, Yellow, Red, Green And Blue 24 74.36 1,784.64 57 Piece Marker, Permanent, Black 89 9.10 809.63 58 Piece Marker, Permanent, Blue 39 9.10 354.78 59 Piece Marker, Permanent, Red 31 9.10 282.01 60 Piece Marker, Whiteboard, Black 68 10.62 721.82 61 Piece Marker, Whiteboard, Blue 40 10.62 424.60 62 Piece Marker, Whiteboard, Red 20 10.62 212.30 63 Piece Pencil Sharpener, Manual Table Mountable Type, With Metal Clamp 21 259.69 5,453.45 64 Piece Puncher, Paper, Heavy Duty, Standard Size 13 169.31 2,201.06 65 Piece Puncher, Two-hole Iron 837xl, Big 6 770.00 4,620.00 66 Box Rubber Band No. 18 5 148.72 743.60 67 Piece Stamp Pad, Felt- Bed Dimension: 60mmx100mm 15 43.91 658.68 68 Pair Scissors, Symmetrical/asymmetrical, Overall Length:160mm, Cutting Blade 70 Mm, Thickness Of Blade, 1.70mm, Length Of Metal Handle,35mm 58 72.07 4,180.18 69 Piece Stapler, Standard Type 66 217.36 14,345.76 70 Piece Stapler, Heavy Duty (binder) 2 762.47 1,524.93 71 Piece Staple Remover, Plier-type 37 51.16 1,892.96 72 Pack Cartolina, Assorted Colors 5 92.09 460.46 73 Pad Notepad, Stick-on, 50mm X 76mm 91 40.77 3,709.71 74 Pad Notepad, Stick-on, 76mm X 100mm 95 65.21 6,194.76 75 Pad Notepad, Stick-on, 76mm X 76mm 38 57.20 2,173.60 76 Ream Paper, Multipurpose A4, 70 Gsm 272 151.51 41,211.81 77 Ream Paper, Multipurpose Legal, 70 Gsm 128 174.80 22,374.53 78 Pad Pad Paper, Ruled, Long 2 38.30 76.60 79 Book Record Book, 300 Pages, White Bond, Non-blot. Machine Pre-numbered Pages, Weight. 55 Gsm (-5%), Thickness. 0.07 Mm 17 100.87 1,714.79 80 Book Record Book, 500 Pages, 214mm X 278mm 13 137.02 1,781.21 81 Pack Tissue, Interfolded Paper Towel 73 37.18 2,714.14 82 Bottle Hand Sanitizer, 500 Ml, Scented In Gel, Fda Approved 80 93.59 7,487.04 83 Can Insecticide, Aerosol Water Based 600ml, Fda Approved 44 282.28 12,420.41 84 Book Handbook On Philippine Government Procurement (ra 9184 And Its Irr) 1 40.93 40.93 85 Piece Ballpen, Ballpoint, 0.5, Black 382 7.70 2,941.40 86 Pack Sticker Paper , A4 11 95.04 1,045.44 87 Roll Double Sided Tape, 18mm X 10mm 16 35.20 563.20 88 Roll Duct Tape, 48mmx10m (gray) 10 92.00 920.00 89 Pack Photo Paper, A4, Glossy, Semi-gloss, Matte, Or Satin. 7 63.36 443.52 90 Bottle Bleaching Solution, 1000 Ml 7 93.50 654.50 91 Unit White Board 1.5" X 2.5" 1 825.00 825.00 92 Bottle Dishwashing Liquid, 175ml, Pouch Refill 42 104.50 4,389.00 93 Box Plastic Fastener 32 71.50 2,288.00 94 Piece Bond Paper Short, 80 Gsm 6 291.50 1,749.00 95 Pack Push Pin, 100 Pcs. 1 Inch Round Head 11 27.50 302.50 96 Piece Door Mat, Big 28 55.00 1,540.00 97 Ream Glue Stick (paste) 22 G 13 71.50 929.50 98 Pack Deodorant Cake 50 G 44 55.00 2,420.00 99 Piece Disposable Gloves Latex, Large 2 225.50 451.00 100 Piece Manila Paper, Standard Size 6 92.40 554.40 101 Piece Padlock, Heavy Duty, 2 Inches 1 495.00 495.00 102 Piece Glue Gun, Weight: 0.11kg; Length: 22 Cm; Width: 5 Cm; Height: 12 Cm 2 275.00 550.00 103 Unit Keyboard, Standard, Wired 8 385.00 3,080.00 104 Cart Ink Cartridge, Hp Cc640wa (hp680), Black With 5 Years Expiration From The Manufacturing Date 2 968.97 1,937.94 105 Cart Ink Cartridge, Hp Cc643wa (hp680), Tri-color, With 5 Years Expiration From The Manufacturing Date 2 1,152.01 2,304.02 106 Cart Ink Cartridge, Hp F6v26aa (hp60), Tri-color, With 5 Years Expiration From The Manufacturing Date 6 466.75 2,800.51 107 Cart Ink Cartridge, Hp F6v27aa (hp60), Black, With 5 Years Expiration From The Manufacturing Date 10 466.75 4,667.52 108 Bottle Epson Ink 003, Black With 5 Years Expiration From The Manufacturing Date 113 385.00 43,505.00 109 Bottle Epson Ink 003, Magenta With 5 Years Expiration From The Manufacturing Date 76 407.00 30,932.00 110 Bottle Epson Ink 003, Cyan With 5 Years Expiration From The Manufacturing Date 76 407.00 30,932.00 111 Bottle Epson Ink 003, Yellow With 5 Years Expiration From The Manufacturing Date 76 407.00 30,932.00 112 Bottle Epson Ink 103, Black With 5 Years Expiration From The Manufacturing Date 2 300.00 600.00 113 Bottle Epson Ink 103, Magenta With 5 Years Expiration From The Manufacturing Date 2 320.00 640.00 114 Bottle Epson Ink 103, Cyan With 5 Years Expiration From The Manufacturing Date 2 320.00 640.00 115 Bottle Epson Ink 103, Yellow With 5 Years Expiration From The Manufacturing Date 2 320.00 640.00 116 Bottle Epson Ink 664, Black With 5 Years Expiration From The Manufacturing Date 24 495.00 11,880.00 117 Bottle Epson Ink 664, Magenta With 5 Years Expiration From The Manufacturing Date 15 495.00 7,425.00 118 Bottle Epson Ink 664, Cyan With 5 Years Expiration From The Manufacturing Date 15 495.00 7,425.00 119 Bottle Epson Ink 664, Yellow With 5 Years Expiration From The Manufacturing Date 15 495.00 7,425.00 120 Bottle Epson Ink, 001, Black With 5 Years Expiration From The Manufacturing Date 5 308.00 1,540.00 121 Bottle Epson Ink, 001, Magenta With 5 Years Expiration From The Manufacturing Date 5 352.00 1,760.00 122 Bottle Epson Ink, 001, Cyan With 5 Years Expiration From The Manufacturing Date 5 352.00 1,760.00 123 Bottle Epson Ink, 001, Yellow With 5 Years Expiration From The Manufacturing Date 5 352.00 1,760.00 124 Bottle Brother Ink , Bt D60bk With 5 Years Expiration From The Manufacturing Date 49 550.00 26,950.00 125 Bottle Brother Ink Bt5000, Magenta With 5 Years Expiration From The Manufacturing Date 22 605.00 13,310.00 126 Bottle Brother Ink Bt5000, Cyan With 5 Years Expiration From The Manufacturing Date 22 605.00 13,310.00 127 Bottle Brother Ink Bt5000, Yellow With 5 Years Expiration From The Manufacturing Date 22 605.00 13,310.00 128 Bottle Brother Ink Bt6000, Black With 5 Years Expiration From The Manufacturing Date 2 550.00 1,100.00 129 Bottle Hp Ink Gt53 With 5 Years Expiration From The Manufacturing Date 17 330.00 5,610.00 130 Bottle Hp Ink Gt52 With 5 Years Expiration From The Manufacturing Date 7 385.00 2,695.00 131 Bottle Hp Ink Gt52 With 5 Years Expiration From The Manufacturing Date 7 385.00 2,695.00 132 Bottle Hp Ink Gt52 With 5 Years Expiration From The Manufacturing Date 7 385.00 2,695.00 133 Bottle Canon Ink 790 With 5 Years Expiration From The Manufacturing Date 7 550.00 3,850.00 134 Cart Canon Ink 790 With 5 Years Expiration From The Manufacturing Date 7 495.00 3,465.00 135 Cart Canon Ink 790 With 5 Years Expiration From The Manufacturing Date 7 495.00 3,465.00 136 Cart Canon Ink 790 With 5 Years Expiration From The Manufacturing Date 7 495.00 3,465.00 137 Bottle Epson Ink, 008 Pigment Black With 5 Years Expiration From The Manufacturing Date 2 1,320.00 2,640.00 138 Bottle Epson Ink, 008 Pigment Magenta With 5 Years Expiration From The Manufacturing Date 2 1,100.00 2,200.00 139 Bottle Epson Ink, 008 Pigment Cyan With 5 Years Expiration From The Manufacturing Date 2 1,100.00 2,200.00 140 Bottle Epson Ink, 008 Pigment Yellow With 5 Years Expiration From The Manufacturing Date 2 1,100.00 2,200.00 141 Pack Tk-4140 Toner Cartridge For Use And Compatible With Taskalfa 2020, With 2 Years Expiration From The Manufacturing Date 4 4,235.00 16,940.00 142 Pack Colored Paper (assorted), Letter Size, 10 Pcs/pack 3 150.15 450.45 143 Pack Laid Paper, Legal Color Light Green, 90 Gsm 16 71.50 1,144.00 144 Pack Laid Paper, Legal, Color Corn Field, 90 Gsm 5 71.50 357.50 145 Pack Laid Paper, A4, Cream, 90 Gsm 10 57.20 572.00 146 Piece Sign Pen, Fine Tip, Green, .70mm 150 49.50 7,425.00 147 Piece Signing Pen Bxgpn - V10 (broad/large), Blue 22 49.50 1,089.00 148 Piece Signing Pen Bxgpn - V10 (broad/large), Black 22 82.50 1,815.00 149 Pack Brother Tape Cassette, Tze-241 Tape Laminated 15 1,100.00 16,500.00 150 Piece Certificate Holder, 11 X 8 1/2 115 55.00 6,325.00 151 Piece Certificate Frame, A4 50 110.00 5,500.00 152 Piece Glue Stick For Glue Gun,1/2” Or 12mm 15 11.00 165.00 153 Pack Acetate Pvc Binding Cover 200 Microns 0.2 Mm Lct 100 Sheets, A4 10 660.00 6,600.00 154 Bottle Glass And Multi Surface Clearner, 500 Ml 3 165.00 495.00 155 Box Facial Tissue (box), 190 Pupls 2 Ply 8 121.00 968.00 156 Pair Heavy Duty Scissors, Big, Multipurpose 17cm 2 132.00 264.00 157 Piece File Rack Tray Organizer, 3 Layers 3 660.00 1,980.00 Semi-expendable It/office Equipment/furniture 158 Unit Document Scanner, Flatbed, Heavy-duty Specifications: Versatile Flatbed Scanner With Adf; Auto Duplexing, Scan Stacks Of Documents Up To 25 Ppm1; 50-page Adf, 3-year Limited Warranty3 With Advance Exchange, Seamless Integration — Twain/isis Drivers, Scan To Storage Accounts Like Dropbox And More2, And Resolution: 1200 X 1200 Dp 2 33,000.00 66,000.00 159 Unit Multifunction Printer, 3 In 1, Continuous Ink System (cis) 6 19,800.00 118,800.00 160 Unit Multimedia Projector,lumens 4000 Min, Lamp Light 4 Hours Min., 1 Hmdi Output And 1 Vga Output, 1 Audio Jack 3.5mm Mini Jack 1 18,246.80 18,246.80 161 Unit Led Widescreen Monitor, 21.5" 1 12,100.00 12,100.00 162 Unit Uninterruptible Power Supply, 1000va 7 6,050.00 42,350.00 163 Unit External Hard Drive, 1 Tb 8 5,280.00 42,240.00 164 Unit Digital Voice Recorder, Specification: 4.05 × 1.45 × 0.49" And Approximately 1.7 Ozusb, With Built-in Lithium Battery Enables Up To 22 Hours Of Mp3 Recording Time And Recharges Via Usb. A Three-minute Quick Charge Grants One Hour Of Recording Time 3 8,073.08 24,219.23 165 Unit Wireles Presenter Clicker, Specification: Class: 2 Laser Max Output: Less Than 1m W, Wave Length: 640 - 660nm (red Light), Battery Type: 2 Aaa Batteries, Battery Life (laser Pointer): 20 Hrs Maximum, Battery Life (presenter): 1050 Hrs Maximum, Wireless Technology: 2.4 Ghz Wireless Technology, Operating Distance: Approx: 10 M 1 1,760.00 1,760.00 166 Unit • Air Conditioning Unit, Split Type Inverter (dual) 1.5 Hp With Installation, Specification: Cooling Power Consumption, Rated/min(w),1130 / 200 • Heating Consumption Power Rated/min(w), N/a Hvac Type C/o, Indoor Unit Dimension: Wxhxd(mm): 837 X 308 X 189 • Indoor Unit Weight(kg), 8.0 • Indoor Unit Weight(lb.),n/a • Outdoor Unit Dimension: Wxhxd(mm) 717 X 495 X 230 • Outdoor Unit Weight(kg) 21.6, Outdoor Unit Weight(lb.) 47.6, Product Type Wall Mounted, Inverter • Rated Input Voltage (v, Hz) 230, 60, Refrigerant Type R32, Cooling Capacity Max(btu/h), 13500 • Cooling Capacity Rated(hp) 1.5, Cooling Capacity Rated/min(btu/h),12000 / 2200 2 49,500.00 99,000.00 167 Unit Air Conditioned (window Type) 1.5 Hp Inverter With Installation, Specifications: Cooling Airflow Direction Control (left & Right): Manual Airflow Direction Control (up & Down): Manual, Fan Speed: 3 Steps Energy Saving: Active Energy Control: Yes, Product Dimension W X H X D(mm): 600 X 380 X 731 Product Type: Window, Product Weight(kg): 37.0, Product Type Ii: Inverter, Rated Input Voltage(v, Hz): 230, 60, Refrigerant Type: R32, Cooling Capacity Rated(hp): 1.5 1 41,800.00 41,800.00 168 Unit • Water Dispenser, Hot, Cold And Warm, Bottom Load, Specification: Free Standing Water Dispenser, Fast Cooling, Low Noise • Heating: 500w/ Cooling: 85w • Length:31cm Width:31cm Height:104cm 1 13,200.00 13,200.00 169 Unit Paper Shredder, 12 Sheet Micro Cut 2 16,500.00 33,000.00 170 Unit Electric Fan, Stand Type 16"blade, Plastic 19 1,716.00 32,604.00 171 Unit Steel Filing Cabinet, 4 Drawer Vertical Filing Cabinet With Central Locking System, Anti-top Over Safety Feature (only One Door At A Time Opening), Powder-coated Paint Finish, With File Dividers And Duplicate Keys, Heavy Duty Commercial Grade 1 13,200.00 13,200.00 172 Unit Steel Filing Cabinet, Gray (18"x36x"72), Made Up Of Iron Steel, Made Up Of Iron Steel With 4 Layers 1 13,750.00 13,750.00 173 Unit Steel Filing Cabinet,iso Beige (18"x36x"72), Made Up Of Iron Steel With 4 Layers 1 13,750.00 13,750.00 174 Unit Swivel Chair, Executive With Massager 6 4,950.00 29,700.00 175 Unit Computer Table With 6 Layers Bond Paper Shelves 1 6,600.00 6,600.00 176 Unit Laptop Battery (hp Elitebook X360 G2) 1 2,500.00 2,500.00 177 Set Desktop Computer (complete Package/set) Desktop Computer With The Following Minimum Specifications: - Microprocessor And Board Bundle: At Least Intel Core I7 13th Generation Or Higher Or Equivalent; On Board Gpu - Network And Wireless Connectivity: Integrated/built-in Wifi, Dual Band Wireless-2.4 Ghz And 5 Ghz, Bluetooth, And Lan Connectivity - Input/ Output Ports: Integrated/ Built-in Usb 3 Type A And C (at Least 4), Rj 45 Ethernet, Hdmi In And Out, Port For Audio And Microphone - Memory: At Least 16gb Ddr4 Or Higher Or Equivalent - Storage: At Least 512gb M.2 Nvme + 512gb Ssd - Display: At Least 27” Led Widescreen Monitor - Peripherals: Wired Keyboard And Mouse (heavy-duty, Silent, Mechanical) - Software: Licensed Genuine Pre-installed Windows 11 Pro, 64-bit With Activated And Updated Windows Defender - Power Supply: At Least 700w Tru-rated (80 Plus) - Warranty: At Least 1-year On All Parts And Services, On-site Next Business Day Service Warranty. - Casing: Micro Atx With Type A And Type C Usb Front Connection - Accessories: Ups At Least 650va, Portable Dvd-rom 3 49,500.00 148,500.00 178 Unit Office Executive Swivel Chair - Ergonomic Design - Heavy Duty - High Back With Head Rest - Contoured Fabric Seat Cushion - Breathable Mesh Back With Lumbar Support - Smooth And Quiet Rolling Feature - Gas Lift For Adjustable Height - 360 Degrees Swivel - Tilt And Single Lock Mechanism - Comfortable Arm Rest - Chrome Base And Nylon Caster 3 7,000.00 21,000.00 179 Unit Split-type Air Conditioner With Remote, Dual Inverter (1 Hp) - At Least 5 Years Warranty On Compressor, Or Higher - At Least 1 Year Warranty On Parts And Labor, Or Higher - At Least 1hp, Or Higher - Digital Inverter Technology - Wireless Remote Control With Timer, Fan, Fan Speed, And Temperature Control. - Cooling Capacity: 12,600kj/h, Or Higher Or Equivalent - Speed Cooling/ Fast Cooling - Filter: Care Filter, Anti Bacteria, Self- Cleaning, Washable - Airflow Direction Control: Up And Down, Left And Right - Refrigerant: R32 (gwp 675) - Energy Efficiency Ratio: At Least 12.06 Kj/hw, Or Equivalent - Energy Efficiency Rating: At Least 5.30 Or Higher Or Equivalent - Rust And Corrosion Protected - Equipped With Several Safety Devices To Protect Its Compressor From Breakdown - Power Requirements: 220-240v/60hz/1p (will Work With Philippines Electrical System) - Installation Included 1 40,000.00 40,000.00 Janitorial Supplies 180 Piece Bathroom Soap, 90 Gms. 25 38.50 962.50 181 Piece Floor Rag, Cotton (big Sizes) 50 55.00 2,750.00 182 Bottle Glass Cleaner W/ Spray 500 Ml. 10 203.50 2,035.00 183 Piece Brim Hat, Big Sizes 5 71.50 357.50 184 Bottle Bleaching Solution 500 Ml. 20 49.50 990.00 185 Meter Tansi, Plastic (for Grasscutter) #300 2 880.00 1,760.00 186 Piece Toilet Deodorant Cake, 99%, 50 Gms. 50 71.50 3,575.00 187 Piece Waste Bin, Plastic With Cover-16 Liters 10 214.50 2,145.00 188 Piece Pail (big)-25 Liters (plastic) 4 385 1,540.00 189 Sachet Fabric Conditioner, Sachet, 8 Ml 50 13.2 660.00 190 Set Recycling Bins(3-colors) Heavy Duty With Wheel, 100 Liters 3 1650 4,950.00 191 Meters Water Hose 1" With Nozzle 50 25 1,250.00 Lighting And Fixtures 189 Piece Bulb Receptacle 10 49.5 495.00 190 Piece Starter For Fluorescent 40 12.1 484.00 191 Piece Led Bulb, 5(9watts), 5(12watts) 10 198 1,980.00 192 Piece Circular Bulb, Led 24watts 25 385 9,625.00 193 Piece Fluorescent Tube (40 Watts) Led Daylight 20 203.5 4,070.00 194 Piece Male Plugs, Rubber 10 71.50 715.00 195 Piece Extension Cord 7 Meters-3 Gang With Gound Hole And Switch, Heavy Duty 13 880.00 11,440.00 Water Maintenance Supplies And Materials 196 Piece Union Patente Pvc 1 1/2 10 93.50 935.00 197 Can Pvc Solvent Cement, 200 Ml 5 187.00 935.00 198 Box Tox , 6 Mm 1 181.50 181.50 199 Piece Goose Neck Faucet, 360 Degree Swivel Spout,stainless 10 495.00 4,950.00 200 Box Screw 1 1/2", 100 Pcs 1 715.00 715.00 201 Piece Faucet ½”, Stainless 10 176.00 1,760.00 202 Piece G.i. Pipe, 1" Dia. 5 1,320.00 6,600.00 203 Piece Tape, Teflon, 10 Meters 10 27.50 275.00 204 Kilo Tie Wire, Ga 16 Annealed 5 88.00 440.00 Grand Total P 1,720,037.71 11. The Department Of Education Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Marivic A. Somejo Bac Secretariat Chairperson Deped Ro2, Carig, Tuguegarao City 3500 Bac.region2@deped.gov.ph (078) -304-3855 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Visit Our Website At Region2.deped.gov.ph March 27, 2025 Florante E. Vergara Director Iii/assistant Region`al Director
8201-8210 of 8224 archived Tenders