Mask Tenders
BARANGAY STA ROSA, BALANGIGA EASTERN SAMAR Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description S P E C I F I C A T I O N S B.5 Project Billboard The Contractor Shall Install One (1) Billboard Measuring 8 Ft. X 8 Ft. Tarpaulin, In Front Of The Project Site. Project Billboard Shall Be Installed For Government Information Projects To Inform The Public Of The Implementation Of The Project And To Advise The Road Users Of The On-going Construction. Upon Completion Of The Work, All Signs Installed Shall Be Removed From The Site. 102(1) Roadway Excavation Removal Of Unsuitable Material Where The Plans Show The Top Portion Of The Roadbed To Be Selected Topping, All Unsuitable Materials Shall Be Excavated To The Depth Necessary For Replacement Of The Selected Topping To The Required Compacted Thickness. Where Excavation To The Finished Graded Section Results In A Subgrade Or Slopes Of Unsuitable Soil, The Engineer May Require The Contractor To Remove The Unsuitable Material And Backfill To The Finished Graded Section With Approved Material. The Contractor Shall Conduct His Operations In Such A Way That The Engineer Can Take The Necessary Cross-sectional Measurements Before The Backfill Is Placed. The Excavation Of Muck Shall Be Handled In A Manner That Will Not Permit The Entrapment Of Muck Within The Backfill. The Material Used For Backfilling Up To The Ground Line Or Water Level, Whichever Is Higher, Shall Be Rock Or Other Suitable Granular Material Selected From The Roadway Excavation, If Available. If Not Available, Suitable Material Shall Be Obtained From Other Approved Sources. Unsuitable Material Removed Shall Be Disposed Off In Designated Areas Shown On The Plans Or Approved By The Engineer. Item 201 – Aggregate Base Course 201.1 Description This Item Shall Consist Of Furnishing, Placing And Compacting An Aggregate Base Course On A Prepared Sub-grade/sub-base In Accordance With This Specification And The Lines, Grades, Thickness And Typical Cross-sections Shown On The Plans, Or As Established By The Lgu Project Engineer. 201.2 Material Requirements Aggregate For Base Course Shall Consist Of Hard, Durable Particles Or Fragments Of Crushed Stone, Crushed Slag Or Crushed Or Natural Gravel And Filler Of Natural Or Crushed Sand Or Other Finely Divided Mineral Matter. The Composite Material Shall Be Free From Vegetable Matter And Lumps Or Balls Of Clay, And Shall Be Of Such Nature That It Can Be Compacted Readily To Form A Firm, Stable Base. In Some Areas Where The Conventional Base Course Materials Are Scarce Or Non-available, The Use Of 40% Weathered Limestone Blended With 60% Crushed Stones Or Gravel Shall Be Allowed, Provided That The Blended Materials Meet The Requirements Of This Item. The Base Course Material Shall Conform To Table 201.1, Whichever Is Called For In The Bill Of Quantities Table 201.1 – Grading Requirements Sieve Designation Mass Percent Passing Standard, Mm Alternate Us Standard Grading A Grading B 50 2” 100 37.5 1-1/2” - 100 25.0 1” 60 – 85 - 19.0 ¾” - 60 – 85 12.5 ½” 35 – 65 - 4.75 No. 4 20 – 50 30 – 55 0.425 No. 40 5 – 20 8 – 25 0.075 No. 200 0 – 12 2 – 14 The Fraction Passing The 0.075 Mm (no. 200) Sieve Shall Not Be Greater Than 0.66 (two Thirds) Of The Fraction Passing The 0.425 Mm (no. 40) Sieve. The Fraction Passing The 0.425 Mm (no. 40) Sieve Shall Have A Liquid Limit Not Greater Than 25 And Plasticity Index Not Greater Than 6 As Determined By Aashto T 89 And T 90, Respectively. The Coarse Portion, Retained On A 2.00 Mm (no. 10) Sieve Shall Have A Mass Percent Of Wear Not Exceeding 50 By The Los Angeles Abrasion Test Determined By Aashto T 96. The Material Passing The 19 Mm (3/4 Inch) Sieve Shall Have A Soaked Cbr Value Of Not Less Than 80% As Determined By Aashto T 193. The Cbr Value Shall Be Obtained At The Maximum Dry Density (mdd) As Determined By Aashto T 180, Method D. If Filler, In Addition To That Naturally Present, Is Necessary For Meeting The Grading Requirements Or For Satisfactory Bonding, It Shall Be Uniformly Blended With The Base Course Material On The Road Or In A Pug Mill Unless Otherwise Specified Or Approved. Filler Shall Be Taken From Sources Approved By The Lgu Project Engineer, Shall Be Free From Hard Lumps And Shall Not Contain More Than 15 Percent Of Material Retained On The 4.75 Mm (no. 4) Sieve. 201.3 Construction Requirements 201.3.1 Preparation Of Existing Surface The Existing Surface Shall Be Graded And Finished As Provided Under Item 105, Sub-grade Preparation, Before Placing The Base Material. 201.3.2 Placing It Shall Be In Accordance With All The Requirements Of Subsection 200.3.2, Placing. 201.3.3 Spreading And Compacting It Shall Be In Accordance With All The Requirements Of Subsection 200.3.3, Spreading And Compacting. 201.3.4 Additional Filler Additional Filler, When Required And When Not Added At The Screening Plant, Shall Be Spread In A Uniform Layer Over The Loosely Spread Base Material As Specified By The Lgu Project Engineer, Scarified By Appropriate Heavy Equipment And Then Watered And Mixed As Described Above. These Materials Are Incidental To The Work And No Payment Shall Be Made By The Project To The Contractor. 201.3.5 Trial Sections Trial Sections Shall Conform In All Respects To The Requirements Specified In Subsection 200.3.4. 201.3.6 Tolerances The Aggregate Base Course Shall Be Laid To The Designed Level And Transverse Slopes Shown On The Plans. The Allowable Tolerances Shall Be In Accordance With Following: Permitted Variation From Design Thickness Of Layer ± 10 Mm Permitted Variation From Design Level Of Surface + 5 Mm -10 Mm Permitted Surface Irregularity Measured By 3-m Straight-edge 5 Mm Permitted Variation From Design Crossfall Or Camber ± 0.2% Permitted Variation From Design Longitudinal Grade Over 25 M In Length ± 0.1% 201.4 Environmental Measures During The Course Of Hauling Operations, The Contractor Must At All Times Provide The Necessary Cover For The Dump Body Of The Hauling Equipment To Prevent Accidental Spoilage Of Earth Materials That Will Injure The Travelling Public Or People Living Near By. The Travel Route Of The Hauling Equipment’s Must Always Be Moist To Prevent Blowing Up Of Dusts Particles. Likewise, The Contractor Must Always Observe The Noise Level Of The Exhaust Mufflers Of The Heavy Equipment’s To Be At Minimum. Otherwise, Exhaust Muffler Must Be Provided With Silencers To Reduce Noise Levels Of The Hauling Equipment’s. Travelling Speed Of All Hauling Equipment’s Must Be Reduce When Passing Populated Areas Or At The School Site During School Days. Item 311 – Portland Cement Concrete Pavement 311.1 Description This Item Shall Consist Of Pavement Of Portland Cement Concrete, With Or Without Reinforcement, Constructed On The Prepared Base In Accordance With This Specification And In Conformity With Lines, Grades, Thickness And Typical Cross-section Shown On The Plans. 311.2 Material Requirements 311.2.1 Portland Cement Only Type I Portland Cement Shall Be Used Unless Otherwise Provided For In The Special Provisions. Different Brands Or The Same Brands From Different Mills Shall Not Be Mixed Nor Shall They Be Used Alternately Unless The Mix Is Approved By The Lgu Project Engineer. Cement Which For Any Reason Has Become Partially Set Or Which Contains Lumps Of Caked Cement Will Be Rejected. Cement Salvaged From Discarded Or Used Bags Shall Not Be Used. Samples Of Cement Shall Be Obtained In Accordance With Aashto T 127. 311.2.2 Fine Aggregate It Shall Consist Of Natural Sand, Stone Screenings Or Other Inert Materials With Similar Characteristics, Or Combinations Thereof, Having Hard, Strong And Durable Particles. Fine Aggregate From Different Sources Of Supply Shall Not Be Mixed Or Stored In The Same Pile Nor Used Alternately In The Same Class Of Concrete Without The Approval Of The Lgu Project Engineer. It Shall Not Contain More Than Three (3) Mass Percent Of Material Passing The 0.075 Mm (no. 200 Sieve) By Washing Nor More Than One (1) Mass Percent Each Of Clay Lumps Or Shale. The Use Of Beach Sand Will Not Be Allowed Without The Approval Of The Lgu Project Engineer. If The Fine Aggregate Is Subjected To Five (5) Cycles Of The Sodium Sulfate Soundness Test, The Weighted Loss Shall Not Exceed 10 Mass Percent. The Fine Aggregate Shall Be Free From Injurious Amounts Of Organic Impurities. If Subjected To The Colorimetric Test For Organic Impurities And A Color Darker Than The Standard Is Produced, It Shall Be Rejected. However, When Tested For The Effect Of Organic Impurities Of Strength Of Mortar By Aashto T 71, The Fine Aggregate May Be Used If The Relative Strength At 7 And 28 Days Is Not Less Than 95 Mass Percent. The Fine Aggregate Shall Be Well-graded From Coarse To Fine And Shall Conform To Table 311.1 Table 311.1 – Grading Requirements For Fine Aggregate Sieve Designation Mass Percent Passing 9.5 Mm (3/8 In) 100 4.75 Mm (no. 4) 95 – 100 2.36 Mm (no. 8) - 1.18 Mm (no. 16) 45 – 80 0.600 Mm (no. 30) - 0.300 Mm (no. 50) 5 – 30 0.150 Mm (no. 100) 0 – 10 311.2.3 Coarse Aggregate It Shall Consist Of Crushed Stone, Gravel, Blast Furnace Slag, Or Other Approved Inert Materials Of Similar Characteristics, Or Combinations Thereof, Having Hard, Strong, Durable Pieces And Free From Any Adherent Coatings. It Shall Contain Not More Than One (1) Mass Percent Of Material Passing The 0.075 Mm (no. 200) Sieve, Not More Than 0.25 Mass Percent Of Clay Lumps, Nor More Than 3.5 Mass Percent Of Soft Fragments. If The Coarse Aggregate Is Subjected To Five (5) Cycles Of The Sodium Sulfate Soundness Test, The Weighted Loss Shall Not Exceed 12 Mass Percent. It Shall Have A Mass Percent Of Wear Not Exceeding 40 When Tested By Aashto T 96. If The Slag Is Used, Its Density Shall Not Be Less Than 1120 Kg/m3 (70 Lb./cu. Ft.). The Gradation Of The Coarse Aggregate Shall Conform To Table 311.2. Only One Grading Specification Shall Be Used From Any One Source. Table 311.2 – Grading Requirement For Coarse Aggregate Sieve Designation Mass Percent Passing Standard Mm Alternate U. S. Standard Grading A Grading B Grading C 75.00 3 In. 100 - - 63.00 2-1/2 In. 90-100 100 100 50.00 2 In. - 90-100 95-100 37.5 1-1/2 In. 25-60 35-70 - 25.0 1 In. - 0-15 35-70 19.0 ¾ In. 0-10 - - 12.5 ½ In. 0-5 0-5 10-30 4.75 No. 4 - - 0-5 311.2.4 Water Water Used In Mixing, Curing Or Other Designated Application Shall Be Reasonably Clean And Free Of Oil, Salt, Acid, Alkali, Grass Or Other Substances Injurious To The Finished Product. Water Will Be Tested In Accordance With And Shall Meet The Requirements Of Item 714, Water. Water Which Is Drinkable May Be Used Without Test. Where The Source Of Water Is Shallow, The Intake Shall Be So Enclosed As To Exclude Silt, Mud, Grass Or Other Foreign Materials. 311.2.5 Reinforcing Steel It Shall Conform To The Requirements Of Item 404, Reinforcing Steel. Dowels And Tie Bars Shall Conform To The Requirements Of Aashto M 31 Or M 42, Except That Rail Steel Shall Not Be Used For Tie Bars That Are To Be Bent And Re-straightened During Construction. Tie Bars Shall Be Deformed Bars. Dowels Shall Be Plain Round Bars. Before Delivery To The Site Of Work, One-half Of The Length Of Each Dowel Shall Be Painted With One Coat Of Approved Lead Or Tar Paint. The Sleeves For Dowel Bars Shall Be Metal Of Approved Design To Cover 50 Mm ( 2 Inches), Plus Or Minus 5 Mm (1/4 Inch) Of The Dowel, With A Closed End, And With A Suitable Stop To Hold The End Of The Sleeve At Least 25 Mm (1 Inch) From The End Of The Dowel. Sleeves Shall Be Of Such Design That They Do Not Collapse During Construction. 311.2.6 Joint Fillers Poured Joint Fillers Shall Be Mixed Asphalt And Mineral Or Rubber Filler. Preformed Joint Filler Shall Conform To The Applicable Requirements. It Shall Be Punched To Admit The Dowels Where Called For In The Plans. The Filler For Each Joint Shall Be Furnished In A Single Piece For The Full Depth And Width Required For The Joint. 311.2.7 Admixtures Air-entraining Admixture Shall Conform To The Requirements Of Aashto M 154. Chemical Admixtures, If Specified Or Permitted, Shall Conform To The Requirements Of Aashto M 194. Fly Ash, If Specified Or Permitted As A Mineral Admixture And As 20% Partial Replacement Of Portland Cement In Concrete Mix Shall Conform To The Requirements Of Astm C 618. Admixture Should Be Added Only To The Concrete Mix To Produce Some Desired Modifications To The Properties Of Concrete Where Necessary, But Not As Partial Replacement Of Cement. 311.2.8 Curing Materials Curing Materials Shall Conform To The Following Requirements As Specified; A) Burlap Cloth - Aashto M 182 B) Liquid Membrane Forming Compounds - Aashto M 148 C) Sheeting (film) Materials - Aashto M 171 Cotton Mats And Water-proof Paper Can Be Used. 311.2.9 Calcium Chloride/calcium Nitrate It Shall Conform To Aashto M 144, If Specified Or Permitted By The Lgu Project Engineer, As Accelerator. 311.2.10 Storage Of Cement And Aggregate All Cement Shall Be Stored, Immediately Upon Delivery At The Site, In Weatherproof Building Which Will Protect The Cement From Dampness. The Floor Shall Be Raised From The Ground. The Buildings Shall Be Placed In Locations Approved By The Lgu Project Engineer. Provisions For Storage Shall Be Ample, And The Shipments Of Cement As Received Shall Be Separately Stored In Such A Manner As To Allow The Earliest Deliveries To Be Used First And To Provide Easy Access For Identification And Inspection Of Each Shipment. Storage Buildings Shall Have Capacity For Storage Of A Sufficient Quantity Of Cement To Allow Sampling At Least Twelve (12) Days Before The Cement Is To Be Used. Bulk Cement, If Used, Shall Be Transferred To Elevated Air Tight And Weatherproof Bins. Stored Cement Shall Meet The Test Requirements At Any Time After Storage When Retest Is Ordered By The Lgu Project Engineer. At The Time Of Use, All Cement Shall Be Free-flowing And Free Of Lumps. The Handling And Storing Of Concrete Aggregates Shall Be Such As To Prevent Segregation Or The Inclusion Of Foreign Materials. The Lgu Project Engineer May Require That Aggregates Be Stored On Separate Platforms At Satisfactory Locations. In Order To Secure Greater Uniformity Of Concrete Mix, The Lgu Project Engineer May Require That The Coarse Aggregate Be Separated Into Two Or More Sizes. Different Sizes Of Aggregate Shall Be Stored In Separate Bins Or In Separate Stockpiles Sufficiently Removed From Each Other To Prevent The Material At The Edges Of The Piles From Becoming Intermixed. 311.2.11 Proportioning, Consistency And Strength Of Concrete The Contractor Shall Prepare The Design Mix Based On The Absolute Volume Method As Outlined In The American Concrete Institute (aci) Standard 211.1, “recommended Practice For Selecting Proportions For Normal And Heavyweight Concrete”. It Is The Intent Of This Specification To Require At Least 364 Kg Of Cement Per Cubic Meter Of Concrete To Meet The Minimum Strength Requirements. The Lgu Project Engineer Shall Determine From Laboratory Tests Of The Materials To Be Used, The Cement Content And The Proportions Of Aggregate And Water That Will Produce Workable Concrete Having A Slump Of Between 40 And 75 Mm (1-1/2 And 3 Inches) If Not Vibrated Or Between 10 And 40 Mm (1/2 And 1-1/2 Inches) If Vibrated, And A Flexural Strength Of Not Less Than 3.8 Mpa (550 Psi) When Tested By The Third-point Method Or 4.5 Mps (650 Psi) When Tested By The Mid-point Method At Fourteen (14) Days In Accordance With Aashto T97 And T177, Respectively; Or A Compressive Strength Of 24.1 Mps (3500 Psi) For Cores Taken At Fourteen (14) Days And Tested In Accordance With Aashto T24. Slump Shall Be Determined Using Aashto T 119. The Designer Shall Consider The Use Of Lean Concrete (econcrete) Mixtures Using Local Materials Or Specifically Modified Conventional Concrete Mixes In Base Course And In The Lower Course Composite, Monolithic Concrete Pavements Using A Minimum Of 75 Mm (3 Inches) Of Conventional Concrete As The Surface Course. The Mix Design Shall Be Submitted To The Lgu Project Engineer For Approval And Shall Be Accompanied With Certified Test Data From An Approved Laboratory Demonstrating The Adequacy Of The Mix Design. A Change In The Source Of Materials During The Progress Of Work May Necessitate A New Design Mix. 311.3 Construction Requirements 311.3.1 Quality Control Of Concrete 1. General The Contractor Shall Be Responsible For The Quality Control Of All Materials During The Handling, Blending, And Mixing And Placement Operations. 2. Quality Control Plan The Contractor Shall Furnish The Lgu Project Engineer A Quality Control Plan Detailing His Production Control Procedures And The Type And Frequency Of Sampling And Testing To Insure That The Concrete Produces Complies With The Specifications. The Lgu Project Engineer Shall Be Provided Free Access To Recent Plant Production Records, And If Requested, Informational Copies Of Mix Design, Materials Certifications And Sampling And Testing Reports. 3. Qualification Of Workmen Experienced And Qualified Personnel Shall Perform All Batching Or Mixing Operation For The Concrete Mix, And Shall Be Present At The Plant And Job Site To Control The Concrete Productions Whenever The Plant Is In Operation. They Shall Be Identified And Duties Defined As Follows: A. Concrete Batcher. The Person Performing The Batching Or Mixing Operation Shall Be Capable Of Accurately Conducting Aggregate Surface Moisture Determination And Establishing Correct Scale Weights For Concrete Materials. He Shall Be Capable Of Assuring That The Proportioned Batch Weights Of Materials Are In Accordance With The Mix Design. B. Concrete Technician. The Person Responsible For Concrete Production Control And Sampling And Testing For Quality Control Shall Be Proficient In Concrete Technology And Shall Have A Sound Knowledge Of The Specifications As They Relate To Concrete Production. He Shall Be Capable Of Conducting Tests On Concrete And Concrete Materials In Accordance With These Specifications. He Shall Be Capable Of Adjusting Concrete Mix Designs For Improving Workability And Specification Compliance And Preparing Trial Mix Designs. He Shall Be Qualified To Act As The Concrete Batcher In The Batcher’s Absence. 4. Quality Control Testing The Contractor Shall Perform All Sampling, Testing And Inspection Necessary To Assure Quality Control Of The Component Materials And The Concrete. The Contractor Shall Be Responsible For Determining The Gradation Of Fine And Coarse Aggregates And For Testing The Concrete Mixture For Slump, Air Content, Water-cement Ratio And Temperature. He Shall Conduct His Operations So As To Produce A Mix Conforming To The Approved Mix Design. 5. Documentation The Contractor Shall Maintain Adequate Records Of All Inspections And Tests. The Records Shall Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And Rejected, And Nature Of Any Corrective Action Taken. The Lgu Project Engineer May Take Independent Assurance Samples At Random Location For Acceptance Purposes As He Deems Necessary. 311.3.2 Equipment Equipment And Tools Necessary For Handling Materials And Performing All Parts Of The Work Shall Be Approved By The Lgu Project Engineer As To Design, Capacity And Mechanical Condition. The Equipment Shall Be At The Jobsite Sufficiently Ahead Of The Start Of Construction Operations To Be Examined Thoroughly And Approved. 1. Batching Plant And Equipment A. General. The Batching Shall Include Bins, Weighing Hoppers, And Scales For The Fine Aggregate And For Each Size Of Coarse Aggregate. If Cement Is Used In Bulk, A Bin, A Hopper, And Separate Scale For Cement Shall Be Included. The Weighing Hopper Shall Be Properly Sealed And Vented To Preclude Dusting Operation. The Batch Plant Shall Be Equipped With A Suitable Non-resettable Batch Counter Which Will Correctly Indicate The Number Of Batches Proportioned. B. Bins And Hoppers. Bins With Adequate Separate Compartments For Fine Aggregate And For Each Size Of Coarse Aggregate Shall Be Provided In The Batching Plant. C. Scales. Scales For Weighing Aggregates And Cement Shall Be Of Either The Beam Type Or The Spring-less-dial Type. They Shall Be Accurate Within One-half Percent (0.5%) Throughout The Range Of Use. Poises Shall Be Designed To Be Locked In Any Position And To Prevent Unauthorized Change. Scales Shall Be Inspected And Sealed As Often As The Lgu Project Engineer May Deem Necessary To Assure Their Continued Accuracy. D. Automatic Weighing Devices. Unless Otherwise Allowed On The Contract, Batching Plants Shall Be Equipped With Automatic Weighing Devices Of An Approved Type To Proportion Aggregates And Bulk Cement. 2. Mixers. A. General. Concrete May Be Mixed At The Site Of Construction Or At A Central Plant, Or Wholly Or In Part In Truck Mixers. Each Mixer Shall Have A Manufacturer’s Plate Attached In A Prominent Place Showing The Capacity Of The Drum In Terms Of Volume Of Mixed Concrete And The Speed Of Rotation Of The Mixing Drum Or Blades. B. Mixers At Site Of Construction. Mixing Shall Be Done In An Approved Mixer Capable Of Combining The Aggregates, Cement And Water Into A Thoroughly Mixed And Uniform Mass Within The Specified Mixing Period And Discharging And Distributing The Mixture Without Segregation On The Prepared Grade. The Mixer Shall Be Equipped With An Approved Timing Device Which Will Automatically Lock The Discharge Lever When The Drum Has Been Charged And Released It At The End Of The Mixing Period. In Case Of Failure Of The Timing Device, The Mixer May Be Used For The Balance Of The Day While It Is Being Repaired, Provided That Each Batch Is Mixed 90 Seconds. The Mixer Shall Be Equipped With A Suitable Non-resettable Batch Counter Which Shall Correctly Indicate The Number Of The Batches Mixed. C. Truck Mixer And Truck Agitators. Truck Mixers Used For Mixing And Hauling Concrete, And Truck Agitators Used For Hauling Central-mixed Concrete, Shall Conform To The Requirements Of Aashto M 157. D. Non-agitator Truck. Bodies Of Non-agitating Hauling Equipment For Concrete Shall Be Smooth, Mortar-tight Metal Containers And Shall Be Capable Of Discharging The Concrete At A Satisfactory Controlled Rate Without Segregation. 3. Paving And Finishing Equipment The Concrete Shall Be Placed With An Approved Paver Designed To Spread, Consolidate, Screed And Float Finish The Freshly Placed Concrete In One Complete Pass Of The Machine In Such A Manner That A Minimum Of Hand Finishing Will Be Necessary To Provide A Dense And Homogeneous Pavement In Conformance With The Plans And Specifications. The Finishing Machine Shall Be Equipped With At Least Two (2) Oscillating Type Transverse Screed. Vibrators Shall Operate At A Frequency Of 8,300 To 9,600 Impulses Per Minute Under Load At A Maximum Spacing Of 60 Cm. 4. Concrete Saw The Contractor Shall Provide Sawing Equipment In Adequate Number Of Units And Power To Complete The Sawing With Water-cooled Diamond Edge Saw Blade Or An Abrasive Wheel To The Required Dimensions And At The Required Rate. He Shall Provide At Least One (1) Stand-by Saw In Good Working Condition And With An Ample Supply Of Saw Blades. 5. Forms Forms Shall Be Of Steel, Of An Approved Section, And Of Depth Equal To The Thickness Of The Pavement At The Edge. The Base Of The Forms Shall Be Of Sufficient Width To Provide Necessary Stability In All Directions. The Flange Braces Must Extend Outward On The Base To Not Less Than 2/3 The Height Of The Form. All Forms Shall Be Rigidly Supported On Bed Of Thoroughly Compacted Material During The Entire Operation Of Placing And Finishing The Concrete. Forms Shall Be Provided With Adequate Devices For Secure Setting So That When In Place, They Will Withstand, Without Visible Spring Or Settlement, The Impact And Vibration Of The Consolidation And Finishing Or Paving Equipment. 311.3.3 Preparation Of Grade After The Sub-grade Of Base Has Been Placed And Compacted To The Required Density, The Areas Which Will Support The Paving Machine And The Grade On Which The Pavement Is To Be Constructed Shall Be Trimmed To The Proper Elevation By Means Of A Properly Designed Machine Extending The Prepared Work Areas Compacted At Least 60 Cm Beyond Each Edge Of The Proposed Concrete Pavement. If Loss Of Density Results From The Trimming Operations, It Shall Be Restored By Additional Compaction Before Concrete Is Placed. If Any Traffic Is Allowed To Use The Prepared Sub-grade Or Base, The Surface Shall Be Checked And Corrected Immediately Ahead Of The Placing Concrete. The Sub-grade Or Base Shall Be Uniformly Moist When The Concrete Is Placed. 311.3.4 Setting Forms 1. Base Support. The Foundation Under The Forms Shall Be Hard And True To Grade So That The Form When Set Will Be Firmly In Contact For Its Whole Length And At The Specified Grade. (any Roadbed, Which At The Form Line Is Found Below Established Grade, Shall Be Filled With Approved Granular Materials To Grade In Lifts Of Three (3) Cm Or Less, And Thoroughly Re-rolled Or Tamped.) Imperfections Or Variations Above Grade Shall Be Corrected By Tamping Or By Cutting As Necessary. 2. Form Setting Forms Shall Be Set Sufficiently In Advance Of The Point Where Concrete Is Being Placed. After The Forms Have Been Set To Correct Grade, The Grade Shall Be Thoroughly Tamped, Mechanically Or By Hand, At Both The Inside And Outside Edges Of The Base Of The Forms. The Forms Shall Not Deviate From True Line Bv More Than One (1) Cm At Any Point. 3. Grade And Alignment The Alignment And Grade Elevations Of The Forms Shall Be Checked And Corrections Made By The Contractor Immediately Before Placing The Concrete. Testing As To Crown And Elevation, Prior To Placing Of Concrete Can Be Made By Means Of Holding An Approved Template In A Vertical Position And Moved Backward And Forward On The Forms. When Any Form Has Been Disturbed Or Any Grade Has Become Unstable, The Form Shall Be Reset And Rechecked. 311.3.5 Conditioning Of Sub-grade Or Base Course When Side Forms Have Been Securely Set To Grade, The Sub-grade Or Base Course Shall Be Brought To Proper Cross-section. High Areas Shall Be Trimmed To Proper Elevation. Low Areas Shall Be Filled And Compacted To A Condition Similar To That Of Surrounding Grade. The Finished Grade Shall Be Maintained In A Smooth And Compacted Condition Until The Pavement Is Placed. Unless Waterproof Sub-grade Or Base Course Cover Material Is Specified, The Sub-grade Or Base Course Shall Be Uniformly Moist When The Concrete Is Placed. If It Subsequently Becomes Too Dry, The Sub-grade Or Base Course Shall Be Sprinkled, But The Method Of Sprinkling Shall Not Be Such As To Form Mud Or Pools Of Water. 311.3.6 Handling, Measuring And Batching Materials The Batch Plant Site, Layout, Equipment And Provisions For Transporting Material Shall Be Such As To Assure A Continuous Supply Of Material To The Work. Stockpiles Shall Be Built Up In Layers Of Not More Than One (1) Meter In Thickness. Each Layer Shall Be Completely In Place Before Beginning The Next Which Shall Not Be Allowed To “cone” Down Over The Next Lower Layer. Aggregates From Different Sources And Of Different Grading Shall Not Be Stockpiled Together. All Washed Aggregates And Aggregates Produced Or Handled By Hydraulic Methods, Shall Be Stockpiled Or Binned For Draining At Least Twelve (12) Hours Before Being Batched. When Mixing Is Done At The Side Of The Work, Aggregates Shall Be Transported From The Batching Plant To The Mixer In Batch Boxes, Vehicle Bodies, Or Other Containers Of Adequate Capacity And Construction To Properly Carry The Volume Required. Partitions Separating Batches Shall Be Adequate And Effective To Prevent Spilling From One Compartment To Another While In Transit Or Being Dumped. When Bulk Cement Is Used, The Contractor Shall Use A Suitable Method Of Handling The Cement From Weighing Hopper To Transporting Container Or Into The Batch Itself For Transportation To The Mixer, With Chute, Boot Or Other Approved Device, To Prevent Loss Of Cement, And To Provide Positive Assurance Of The Actual Presence In Each Batch Of The Entire Cement Content Specified. Bulk Cement Shall Be Transported To The Mixer In Tight Compartments Carrying The Full Amount Of Cement Required For The Batch. However, If Allowed In The Special Provisions, It May Be Transported Between The Fine And Coarse Aggregate. When Cement Is Placed In Contact With The Aggregates, Batches May Be Rejected Unless Mixed Within 1-1/2 Hours Of Such Contact. Cement In Original Shipping Packages May Be Transported On Top Of The Aggregates, Each Batch Containing The Number Of Sacks Required By The Job Mix. The Mixer Shall Be Charged Without Loss Of Cement. Batching Shall Be So Conducted As To Result In The Weight To Each Material Required Within A Tolerance Of One (1) Percent For The Cement And Two (2) Percent For Aggregates. Water May Be Measured Either By Volume Or By Weight. The Accuracy Of Measuring The Water Shall Be Within A Range Of Error Of Not Over Than One (1) Percent. Unless The Water Is To Be Weighed, The Water-measuring Equipment Shall Include An Auxiliary Tank From Which The Measuring Tank Shall Be Equipped With An Outside Tap And Valve To Provide Checking The Setting, Unless Other Means Are Provided For Readily And Accurately Determining The Amount Of Water In The Tank. The Volume Of The Auxiliary Tank Shall Be At Least Equal To That Of The Measuring Tank. 311.3.7 Mixing Concrete The Concrete May Be Mixed At The Site Of The Work In A Central-mix Plant, Or In Truck Mixers. The Mixer Shall Be Of An Approved Type And Capacity. Mixing Time Will Be Measured From The Time All Materials, Except Water, Are In The Drum. Ready-mixed Concrete Shall Be Mixed And Delivered In Accordance With Requirements Of Aashto M 157, Except That The Minimum Required Revolutions At The Mixing Speed For Transit-mixed Concrete May Be Reduced To Not Less Than That Recommended By The Mixer Manufacturer. The Number Of Revolutions Recommended By The Mixer Manufacturer Shall Be Indicated On The Manufacturer’s Serial Plate Attached To The Mixer. The Contractor Shall Furnish Test Data Acceptable To The Lgu Project Engineer Verifying That The Make And Model Of The Mixer Will Produce Uniform Concrete Conforming To The Provision Of Aashto M 157 At The Reduced Number Of Revolutions Shown On The Serial Plate. When Mixed At The Site Or In A Central Mixing Plant, The Mixing Time Shall Not Be Less Than Fifty (50) Seconds Nor More Than Ninety (90) Seconds, Unless Mixer Performance Tests Prove Adequate Mixing Of The Concrete Is A Shorter Time Period. Four (4) Seconds Shall Be Added To The Specified Mixing Time If Timing Starts At The Instant The Skip Reaches Its Maximum Raised Positions. Mixing Time Ends When The Discharge Chute Opens. Transfer Time In Multiple Drum Mixers Is Included In Mixing Time. The Contents Of An Individual Mixer Drum Shall Be Removed Before A Succeeding Batch Is Emptied Therein. The Mixer Shall Be Operated At The Drum Speed As Shown On The Manufacturer’s Name Plate Attached On The Mixer. Any Concrete Mixed Less Than The Specified Time Shall Be Discarded And Disposed Off By The Contractor At His Expense. The Volume Of Concrete Mixed Per Batch Shall Not Exceed The Mixer’s Nominal Capacity In Cubic Metre, As Shown On The Manufacturer’s Standard Rating Plate On The Mixer, Except That An Overload Up To Ten (10) Percent Above The Mixer’s Nominal Capacity May Be Permitted Provided Concrete Test Data For Strength, Segregation, And Uniform Consistency Are Satisfactory, And Provided No Spillage Of Concrete Takes Place. The Batches Shall Be So Charged Into The Drum That A Portion Of The Mixing Water Shall Be Entered In Advance Of The Cement And Aggregates. The Flow Of Water Shall Be Uniform And All Water Shall Be In The Drum By The End Of The First Fifteen (15) Seconds Of The Mixing Period. The Throat Of The Drum Shall Be Kept Free Of Such Accumulations As May Restrict The Free Flow Of Materials Into The Drum. Mixed Concrete From The Central Mixing Plant Shall Be Transported In Truck Mixers, Truck Agitators Or Non-agitating Truck Specified In Subsection 311.3.2, Equipment. The Time Elapsed From The Time Water Is Added To The Mix Until The Concrete Is Deposited In Place At The Site Shall Not Exceed Forty Five (45) Minutes When The Concrete Is Hauled In Non-agitating Trucks, Nor Ninety (90) Minutes When Hauled In Truck Mixers Or Truck Agitators, Except That In Hot Weather Or Under Other Conditions Contributing To Quick Hardening Of The Concrete, The Maximum Allowable Time May Be Reduced By The Lgu Project Engineer. In Exceptional Cases And When Volumetric Measurements Are Authorized For Small Project Requiring Less Than 75 Cu.m. Of Concrete Per Day Of Pouring, The Weight Proportions Shall Be Converted To Equivalent Volumetric Proportions. In Such Cases, Suitable Allowance Shall Be Made For Variations In The Moisture Condition Of The Aggregates, Including The Bulking Effect In The Fine Aggregate. Batching And Mixing Shall Be In Accordance With Astm C 685, Section 6 Through 9. Concrete Mixing By Chute Is Allowed Provided That A Weighing Scale For Determining The Batch Weight Will Be Used. Retendering Concrete By Adding Water Or By Other Means Shall Not Be Permitted, Except That When Concrete Is Delivered In Truck Mixers, Additional Water May Be Added To The Batch Materials And Additional Mixing Performed To Increase The Slump To Meet The Specified Requirements, If Permitted By The Lgu Project Engineer, Provided All These Operations Are Performed Within Forty-five (45) Minutes After The Initial Mixing Operation And The Water-cement Ratio Is Not Exceeded. Concrete That Is Not Within The Specified Slump Limits At The Time Of Placement Shall Not Be Used. Admixtures For Increasing The Workability Or For Accelerating The Setting Of The Concrete Will Be Permitted Only When Specifically Approved By The Lgu Project Engineer. 311.3.8 Limitation Of Mixing No Concrete Shall Be Mixed, Placed Or Finished When Natural Light Is Insufficient, Unless An Adequate And Approved Artificial Lighting System Is Operated. During Hot Weather, The Lgu Project Engineer Shall Require That Steps Be Taken To Prevent The Temperature Of Mixed Concrete From Exceeding A Maximum Temperature Of (900f 320c). Concrete Not In Place Within Ninety (90) Minutes From The Time The Ingredients Were Charged Into The Mixing Drum Or That Has Developed Initial Set Shall Not Be Used. Retendering Of Concrete Or Mortar Which Has Partially Hardened, That Is Remixing With Or Without Additional Cement, Aggregate, Or Water, Shall Not Be Permitted. In Order That The Concrete May Be Properly Protected Against The Effects Of Rain Before The Concrete Is Sufficiently Hardened, The Contractor Will Be Required To Have Available At All Times Materials For The Protection Of The Edges And Surface Of The Unhardened Concrete. 311.3.9 Placing Concrete Concrete Shall Be Deposited In Such A Manner To Require Minimal Rehandling. Unless Truck Mixers Or Non-agitating Hauling Equipment Are Equipped With Means To Discharge Concrete Without Segregation Of The Materials, The Concrete Shall Be Unloaded Into An Approved Spreading Device And Mechanically Spread On The Grade In Such A Manner As To Prevent Segregation. Placing Shall Be Continuous Between Transverse Joints Without The Use Of Intermediate Bulkheads. Necessary Hand Spreading Shall Be Done With Shovels, Not Rakes. Workmen Shall Not Be Allowed To Walk In The Freshly Mixed Concrete With Boots Or Shoes Coated With Earth Or Foreign Substances. When Concrete Is To Be Placed Adjoining A Previously Constructed Lane And Mechanical Equipment Will Be Operated Upon The Existing Lane, That Previously Constructed Lane Shall Have Attained The Strength For Fourteen (14) Day Concrete. If Only Finishing Equipment Is Carried On The Existing Lane, Paving In Adjoining Lanes May Be Permitted After Three (3) Days. Concrete Shall Be Thoroughly Consolidated Against And Along The Faces Of All Forms And Along The Full Length And On Both Sides Of All Joint Assemblies, By Means Of Vibrators Inserted In The Concrete. Vibrators Shall Not Be Permitted To Come In Contact With A Joint Assembly, The Grade, Or A Side Form. In No Case Shall The Vibrator Be Operated Longer Than Fifteen (15) Seconds In Any One Location. Concrete Shall Be Deposited As Near As Possible To The Expansion And Contraction Joints Without Disturbing Them, But Shall Not Be Dumped From The Discharge Bucket Or Hopper Into A Joint Assembly Unless The Hopper Is Well Centered On The Joint Assembly. Should Any Concrete Material Fall On Or Be Worked Into The Surface Of A Complete Slab, It Shall Be Removed Immediately. 311.3.10 Test Specimens As Work Progresses, At Least One (1) Set Consisting Of Three (3) Concrete Beam Test Specimens, 150 Mm X 150 Mm X 525 Mm Or 900 Mm Shall Be Taken From Each 330 M2 Of Pavement, 230 Mm Depth, Or Fraction Thereof Placed Each Day. Test Specimens Shall Be Made Under The Supervision Of The Lgu Project Engineer, And The Contractor Shall Provide All Concrete And Other Facilities Necessary In Making The Test Specimens And Shall Protect Them From Damage By Construction Operations. Cylinder Samples Shall Not Be Used As Substitute For Determining The Adequacy Of The Strength Of Concrete. The Beams Shall Be Made, Cured, And Tested In Accordance With Aashto T 23 And T 97. 311.3.11 Strike-off Of Concrete And Placement Of Reinforcement Following The Placing Of The Concrete, It Shall Be Struck Off To Conform To The Cross-section Shown On The Plans And To An Elevation Such That When The Concrete Is Properly Consolidated And Finished, The Surface Of The Pavement Will Be At The Elevation Shown On The Plans. When Reinforced Concrete Pavement Is Placed In Two (2) Layers, The Bottom Layer Shall Be Struck Off And Consolidated To Such Length And Depth That The Sheet Of Fabric Or Bar Mat May Be Laid Full Length On The Concrete In Its Final Position Without Further Manipulation. The Reinforcement Shall Then Be Placed Directly Upon The Concrete, After Which The Top Layer Of The Concrete Shall Be Placed, Struck Off And Screened. Any Portion Of The Bottom Layer Of Concrete Which Has Been Placed More Than 30 Minutes Without Being Covered With The Top Layer Shall Be Removed And Replaced With Freshly Mixed Concrete At The Contractor’s Expense. When Reinforced Concrete Is Placed In One Layer, The Reinforcement May Be Firmly Positioned In Advance Of Concrete Placement Or It May Be Placed At The Depth Shown On The Plans In Plastic Concrete, After Spreading By Mechanical Or Vibratory Means. Reinforcing Steel Shall Be Free From Dirt, Oil, Paint, Grease, Mill Scale And Loose Or Thick Rust Which Could Impair Bond Of The Steel With The Concrete. 311.3.12 Joints Joints Shall Be Constructed Of The Type And Dimensions, And At The Locations Required By The Plans Or Special Provisions. All Joints Shall Be Protected From The Intrusion Of Injurious Foreign Material Until Sealed. 1. Longitudinal Joint Deformed Steel Tie Bars Of Specified Length, Size, Spacing And Materials Shall Be Placed Perpendicular To The Longitudinal Joints, They Shall Be Placed By Approved Mechanical Equipment Or Rigidly Secured By Chair Or Other Approved Supports To Prevent Displacement. Tie Bars Shall Not Be Painted Or Coated With Asphalt Or Other Materials Or Enclosed In Tubes Or Sleeves. When Shown On The Plans And When Adjacent Lanes Of Pavement Are Constructed Separately, Steel Side Forms Shall Be Used Which Will Form A Keyway Along The Construction Joint. Tie Bars, Except Those Made Of Rail Steel, May Be Bent At Right Angles Against The Form Of The First Lane Constructed And Straightened Into Final Position Before The Concrete Of The Adjacent Lane Is Placed, Or In Lieu Of Bent Tie Bars, Approved Two-piece Connectors May Be Used. Longitudinal Formed Joints Shall Consist Of A Groove Or Cleft, Extending Downward From And Normal To, The Surface Of The Pavement. These Joints Shall Be Effected Or Formed By An Approved Mechanically Or Manually Operated Device To The Dimensions And Line Indicated On The Plans And While The Concrete Is In A Plastic State. The Groove Or Cleft Shall Be Filled With Either A Premolded Strip Or Poured Material As Required. The Longitudinal Joints Shall Be Continuous, There Shall Be No Gaps In Either Transverse Or Longitudinal Joints At The Intersection Of The Joints. Longitudinal Sawed Joints Shall Be Cut By Means Of Approved Concrete Saws To The Depth, Width And Line Shown On The Plans. Suitable Guide Lines Or Devices Shall Be Used To Assure Cutting The Longitudinal Joint On The True Line. The Longitudinal Joint Shall Be Sawed Before The End Of The Curing Period Or Shortly Thereafter And Before Any Equipment Or Vehicles Are Allowed On The Pavement. The Sawed Area Shall Be Thoroughly Cleaned And, If Required, The Joint Shall Immediately Be Filled With Sealer. Longitudinal Pavement Insert Type Joints Shall Be Formed By Placing A Continuous Strip Of Plastic Materials Which Will Not React Adversely With The Chemical Constituent Of The Concrete. 2. Transverse Expansion Joint The Expansion Joint Filler Shall Be Continuous From Form To Form, Shaped To Sub-grade And To The Keyway Along The Form. Preformed Joint Filler Shall Be Furnished In Lengths Equal To The Pavement Width Or Equal To The Width Of One Lane. Damaged Or Repaired Joint Filler Shall Not Be Used. The Expansion Joint Filler Shall Be Held In A Vertical Position. An Approved Installing Bar, Or Other Device, Shall Be Used If Required To Secure Preformed Expansion Joint Filler At The Proper Grade And Alignment During Placing And Finishing Of The Concrete. Finished Joint Shall Not Deviate More Than 6 Mm From A Straight Line. If Joint Fillers Are Assembled In Sections, There Shall Be No Offsets Between Adjacent Units. No Plugs Of Concrete Shall Be Permitted Anywhere Within The Expansion Space. 3. Transverse Contraction Joint/weakened Joint When Shown On The Plans, It Shall Consist Of Planes Of Weakness Created By Forming Or Cutting Grooves In The Surface Of The Pavement And Shall Include Load Transfer Assemblies. The Depth Of The Weakened Plane Joint Should At All Times Not Be Less Than 50 Mm, While The Width Should Not Be More Than 6 Mm. A. Transverse Strip Contraction Joint. It Shall Be Formed By Installing A Parting Strip To Be Left In Place As Shown On The Plans. B. Formed Groove. It Shall Be Made By Depressing An Approved Tool Or Device Into The Plastic Concrete. The Tool Or Device Shall Remain In Place At Least Until The Concrete Has Attained Its Initial Set And Shall Then Be Removed Without Disturbing The Adjacent Concrete, Unless The Device Is Designed To Remain In The Joint. C. Sawed Contraction Joint. It Shall Be Created By Sawing Grooves In The Surface Of The Pavement Of The Width Not More Than 6 Mm, Depth Should At All Times Not Be Less Than 50 Mm, And At The Spacing And Lines Shown On The Plans, With An Approved Concrete Saw. After Each Joint Is Sawed, It Shall Be Thoroughly Cleaned Including The Adjacent Concrete Surface. Sawing Of The Joint Shall Commence As Soon As The Concrete Has Hardened Sufficiently To Permit Sawing Without Excessive Raveling, Usually 4 To 24 Hours. All Joints Shall Be Sawed Before Uncontrolled Shrinkage Cracking Takes Place. If Necessary, The Sawing Operations Shall Be Carried On During The Day Or Night, Regardless Of Weather Conditions. The Sawing Of Any Joint Shall Be Omitted If Crack Occurs At Or Near The Joint Location Prior To The Time Of Sawing. Sawing Shall Be Discounted When A Crack Develops Ahead Of The Saw. In General, All Joints Should Be Sawed In Sequence. If Extreme Condition Exist Which Make It Impractical To Prevent Erratic Cracking By Early Sawing, The Contraction Joint Groove Shall Be Formed Prior To Initial Set Of Concrete As Provided Above. 4. Transverse Construction Joint It Shall Be Constructed When There Is An Interruption Of More Than 30 Minutes In The Concreting Operations. No Transverse Joint Shall Be Constructed Within 1.50 M Of An Expansion Joint, Contraction Joint, Or Plane Of Weakness. If Sufficient Concrete Has Been Mixed At The Time Of Interruption To Form A Slab Of At Least 1.5 M Long, The Excess Concrete From The Last Preceding Joint Shall Be Removed And Disposed Off As Directed. 5. Load Transfer Device Dowel, When Used, Shall Be Held In Position Parallel To The Surface And Center Line Of The Slab By A Metal Device That Is Left In The Pavement. The Portion Of Each Dowel Painted With One Coat Of Lead Or Tar, In Conformance With The Requirements Of Item 404, Reinforcing Steel, Shall Be Thoroughly Coated With Approved Bituminous Materials, E.g., Mc-70, Or An Approved Lubricant, To Prevent The Concrete From Binding To That Portion Of The Dowel. The Sleeves For Dowels Shall Be Metal Designed To Cover 50 Mm Plus Or Minus 5 Mm (1/4 Inch), Of The Dowel, With A Watertight Closed End And With A Suitable Stop To Hold The End Of The Sleeves At Least 25 Mm (1 Inch) From The End Of The Dowel. In Lieu Of Using Dowel Assemblies At Contraction Joints, Dowel May Be Placed In The Full Thickness Of Pavement By A Mechanical Device Approved By The Lgu Project Engineer. 311.3.13 Final Strike-off (consolidation And Finishing) 1. Sequence The Sequence Of Operations Shall Be The Strike-off And Consolidation, Floating And Removal Of Laitance, Straight-edging And Final Surface Finish. Work Bridges Or Other Devices Necessary To Provide Access To The Pavement Surface For The Purpose Of Finishing Straight-edging, And Make Corrections As Hereinafter Specified, Shall Be Provided By The Contractor. In General, The Addition Of Water To The Surface Of The Concrete To Assist In Finishing Operations Will Not Be Permitted. If The Application Of Water To The Surface Is Permitted, It Shall Be Applied As Fog Spray By Means Of An Approve Spray Equipment. 2. Finishing Joints The Concrete Adjacent To Joints Shall Be Compacted Or Firmly Placed Without Voids Or Segregation Against The Joint Material Assembly, Also Under And Around All Load Transfer Devices, Joint Assembly Units, And Other Features Designed To Extend Into The Pavement. Concrete Adjacent To Joints Shall Be Mechanically Vibrated As Required In Subsection 311.3.9, Placing Concrete. After The Concrete Has Been Placed And Vibrated Adjacent To The Joints As Required In Subsection 311.3.9, The Finishing Machine Shall Be Brought Forward, Operating In A Manner To Avoid Damage Or Misalignment Of Joints. If Uninterrupted Operation Of The Finishing Machine, To Over And Beyond The Joints Causes Segregation Of Concrete, Damage To, Or Misalignment Of The Joints, The Finishing Machine Shall Be Stopped When The Front Screed Is Approximately 20 Cm (8 Inches) From The Joint. Segregated Concrete Shall Be Removed From In Front Of And Off The Joint. The Front Screed Shall Be Lifted And Set Directly On Top Of The Joint And The Forward Motion Of The Finishing Machine Resumed. When The Second Screed Is Close Enough To Permit The Excess Mortar In Front Of It To Flow Over The Joint, It Shall Be Lifted And Carried Over The Joint. Thereafter, The Finishing Machine May Be Run Over The Joint Without Lifting The Screeds, Provided There Is No Segregated Concrete Immediately Between The Joint And The Screed Or On Top Of The Joint. 3. Machine Finishing A. Non-vibratory Method. The Concrete Shall Be Distributed Or Spread As Soon As Placed. As Soon As The Concrete Has Been Placed, It Shall Be Struck Off And Screwed By An Approved Finishing Machine. The Machine Shall Go Over Each Area Of Pavement As Many Times And At Such Intervals As Necessary To Give The Proper Compaction And Leave A Surface Of Uniform Texture. Excessive Operation Over A Given Area Shall Be Avoided. The Tops Of The Forms Shall Be Kept Clean By An Effective Device Attached To The Machine And The Travel Of The Machine On The Forms Shall Be Maintained True Without Wobbling Or Other Variation Tending To Affect The Precision Finish. During The First Pass Of The Finishing Machine, A Uniform Ridge Of Concrete Shall Be Maintained Ahead Of The Front Screed In Its Entire Length. B. Vibratory Method. When Vibration Is Specified, Vibrators For Full Width Vibration Of Concrete Paving Slabs, Shall Meet The Requirements In Subsection 311.3.2, Equipment. If Uniform And Satisfactory Density Of The Concrete Is Not Obtained By The Vibratory Method At Joints, Along Forms, At Structures, And Throughout The Pavement, The Contractor Will Be Required To Furnish Equipment And Method Which Will Produce Pavement Conforming To The Specifications. All Provisions In Item (a) Above Not In Conflict With The Provisions For The Vibratory Method Shall Govern. 4. Hand Finishing Hand Finishing Methods May Only Be Used Under The Following Conditions: A. In The Event Of Breakdown Of The Mechanical Equipment, Hand Methods May Be Used To Finish The Concrete Already Deposited On The Grade. B. In Narrow Widths Or Areas Of Irregular Dimensions Where Operations Of The Mechanical Equipment Is Impractical, Hand Methods May Be Used. Concrete, As Soon As Placed, Shall Be Struck Off And Screeded. An Approved Portable Screed Shall Be Used. A Second Screed Shall Be Provided For Striking Off The Bottom Layer Of Concrete If Reinforcement Is Used. The Screed For The Surface Shall Be At Least 60 Cm (2 Feet) Longer Than The Maximum Width Of The Slab To Be Struck Off. It Shall Be Of Approved Design, Sufficiently Rigid To Retain Its Shape, And Constructed Either Of Metal Or Other Suitable Material Shod With Metal. Consolidation Shall Be Attained By The Use Of Suitable Vibrator Or Other Approved Equipment. In Operation, The Screed Shall Be Moved Forward On The Forms With A Combined Longitudinal And Transverse Shearing Motion, Moving Always In The Direction In Which The Work Is Progressing And So Manipulated That Neither End Is Raised From The Side Forms During The Striking Off Process. If Necessary, This Shall Be Repeated Until The Surface Is Of Uniform Texture, True To Grade And Cross-section, And Free From Porous Areas. 5. Floating After The Concrete Has Been Struck Off And Consolidated, It Shall Be Further Smoothed, Trued, And Consolidated By Means Of A Longitudinal Float, Either By Hand Or Mechanical Method. A. Hand Method. The Hand-operated Longitudinal Float Shall Be Not Less Than 365 Cm (12 Feet) In Length And 15 Cm (6 Inches) In Width, Properly Stiffened To Prevent Flexibility And Warping. The Longitudinal Float, Operated From Foot Bridges Resting On The Side Forms And Spanning But Not Touching The Concrete, Shall Be Worked With A Sawing Motion While Held In A Floating Position Parallel To The Road Center Line, And Moving Gradually From One Side Of The Pavement To The Other. Movement Ahead Along The Center Line Of The Pavement Shall Be In Successive Advances Of Not More Than One-half The Length Of The Float. Any Excess Water Or Soupy Material Shall Be Wasted Over The Side Forms On Each Pass. B. Mechanical Method. The Mechanical Longitudinal Float Shall Be Of A Design Approved By The Lgu Project Engineer, And Shall Be In Good Working Condition. The Tracks From Which The Float Operates Shall Be Accurately Adjusted To The Required Crown. The Float Shall Be Accurately Adjusted And Coordinated With The Adjustment Of The Transverse Finishing Machine So That A Small Amount Of Mortar Is Carried Ahead Of The Float At All Times. The Forward Screed Shall Be Adjusted So That The Float Will Lap The Distance Specified By The Lgu Project Engineer On Each Transverse Trip. The Float Shall Pass Over Each Areas Of Pavement At Least Two Times, But Excessive Operation Over A Given Area Will Not Be Permitted. Any Excess Water Or Soupy Material Shall Be Wasted Over The Side Forms On Each Pass. C. Alternative Mechanical Method. As An Alternative, The Contractor May Use A Machine Composed Of A Cutting And Smoothing Float Or Floats Suspended From And Guided By A Rigid Frame. The Frame Shall Be Carried By Four Or More Visible Wheels Riding On, And Constantly In Contact With The Side Forms. If Necessary, Following One Of The Preceding Method Of Floating, Long Handled Floats Having Blades Not Less Than 150 Cm (5 Feet) In Length And 15 Cm (6 Inches) In Width May Be Used To Smooth And Fill In Open-textured Areas In The Pavement. Long-handled Floats Shall Not Be Used To Float The Entire Surface Of The Pavement In Lieu Of, Or Supplementing, One Of The Preceding Methods Of Floating. When Strike Off And Consolidation Are Done By The Hand Method And The Crown Of The Pavement Will Not Permit The Use Of The Longitudinal Float, The Surface Shall Be Floated Transversely By Means Of The Long-handled Float. Care Shall Be Taken Not To Work The Crown Out Of The Pavement During The Operation. After Floating, Any Excess Water And Laitance Shall Be Removed From The Surface Of The Pavement By A 3-m Straight-edge Or More In Length. Successive Drags Shall Be Lapped One-half The Length Of The Blade. 6. Straight-edge Testing And Surface Correction After The Floating Has Been Completed And The Excess Water Removed, But While The Concrete Is Still Plastic, The Surface Of The Concrete Shall Be Tested For Trueness With A 300 Cm Long Straight-edge. For This Purpose, The Contractor Shall Furnish And Use An Accurate 300-cm Straight-edge Swung From Handles 100 Cm (3 Feet) Longer Than One-half The Width Of The Slab. The Straight-edge Shall Be Held In Contact With The Surface In Successive Positions Parallel To The Road Center Line And The Whole Area Gone Over From One Side Of The Slab To The Other As Necessary. Advances Along The Road Shall Be In Successive Stages Of Not More Than One-half The Length Of The Straight-edge. Any Depressions Found Shall Be Immediately Filled With Freshly Mixed Concrete, Struck Off, Consolidated And Refinished. High Areas Shall Be Cut Down And Refinished. Special Attention Shall Be Given To Assure That The Surface Across Joints Meets The Requirements For Smoothness. Straight-edge Testing And Surface Corrections Shall Continue Until The Entire Surface Is Found To Be Free From Observable Departures From The Straight-edge And The Slab Conforms To The Required Grade And Cross-section. 7. Final Finish If The Surface Texture Is Broom Finished, It Shall Applied When The Water Sheen Has Practically Disappeared. The Broom Shall Be Drawn From The Center To The Edge Of The Pavement With Adjacent Strokes Slightly Overlapping. The Brooming Operation Should Be So Executed That The Corrugations Produced In The Surface Shall Be Uniform In Appearance And Not More Than 1.5 Mm In Depth. Brooming Shall Be Completed Before The Concrete Is In Such Condition That The Surface Will Be Unduly Roughened By The Operation. The Surface Thus Finished Shall Be Free From Rough And Porous Areas, Irregularities, And Depressions Resulting From Improper Handling Of The Broom. Brooms Shall Be Of The Quality Size And Construction And Be Operated So As To Produce A Surface Finish Meeting The Approval Of The Lgu Project Engineer. Subject To Satisfactory Results Being Obtained And Approval Of The Lgu Project Engineer, The Contractor Will Be Permitted To Substitute Mechanical Brooming In Lieu Of The Manual Brooming Herein Described. If The Surface Texture Is Belt Finished, When Straight-edging Is Complete And Water Sheen Has Practically Disappeared And Just Before The Concrete Becomes Non-plastic, The Surface Shall Be Belted With 2-ply Canvass Belt Not Less Than 20 Cm Wide And At Least 100 Cm Longer Than The Pavement Width. Hand Belts Shall Have Suitable Handles To Permit Controlled, Uniform Manipulation. The Belt Shall Be Operated With Short Strokes Transverse To The Center Line And With A Rapid Advances Parallel To The Center Line. If The Surface Texture Is Drag Finished, A Drag Shall Be Used Which Consists Of A Seamless Strip Of Damp Burlap Or Cotton Fabric, Which Shall Produce A Uniform Of Gritty Texture After Dragging It Longitudinally Along The Full Width Of Pavement. For Pavement 5 M Or More In Width, The Drag Shall Be Mounted On A Bridge Which Travels On The Forms. The Dimensions Of The Drag Shall Be Such That A Strip Of Burlap Or Fabric At Least 100 Cm Wide Is In Contact With The Full Width Of Pavement Surface While The Drag Is Used. The Drag Shall Consist Of Not Less Than 2 Layers Of Burlap With The Bottom Layer Approximately 15 Cm Wider Than The Layer. The Drag Shall Be Maintained In Such Condition That The Resultant Surface Is Of Uniform Appearance And Reasonably Free From Grooves Over 1.5 Mm In Depth. Drag Shall Be Maintained Clean And Free From Encrusted Mortar. Drags That Cannot Be Cleaned Shall Be Discarded And New Drags Be Substituted. Regardless Of The Method Used For Final Finish, The Hardened Surface Of Pavement Shall Have A Coefficient Of Friction Of 0.25 Or More. Completed Pavement That Is Found To Have A Coefficient Of Friction Less Than 0.25 Shall Be Grounded Or Scored By The Contractor At His Expense To Provide The Required Coefficient Of Friction. 8. Edging At Forms And Joints After The Final Finish, But Before The Concrete Has Taken Its Initial Set, The Edges Of The Pavement Along Each Side Of Each Slab, And On Each Side Of Transverse Expansion Joints, Formed Joints, Transverse Construction Joints, And Emergency Construction Joints, Shall Be Worked With An Approved Tool And Rounded To The Radius Required By The Plans. A Well – Defined And Continuous Radius Shall Be Produced And A Smooth, Dense Mortar Finish Obtained. The Surface Of The Slab Shall Not Be Unduly Disturbed By Tilting The Tool During The Use. At All Joints, Any Tool Marks Appearing On The Slab Adjacent To The Joints Shall Be Eliminated By Brooming The Surface. In Doing This, The Rounding Of The Corner Of The Slab Shall Not Be Disturbed. All Concrete On Top Of The Joint Filler Shall Be Completely Removed. All Joints Shall Be Tested With A Straight-edge Before The Concrete Has Set And Correction Made If One Edge Of The Joint Is Higher Than The Other. 311.3.14 Surface Test As Soon As The Concrete Has Hardened Sufficiently, The Pavement Surface Shall Be Tested With A 3-m Straight-edge Or Other Specified Device. Areas Showing High Spots Of More Than 3 Mm But Not Exceeding 12 Mm In 3 M Shall Be Marked And Immediately Ground Down With An Approved Grinding Tool To An Elevation Where The Area Or Spot Will Not Show Surface Deviations In Excess Of 3 Mm When Tested With 3 M Straight-edge. Where The Departure From Correct Cross-section Exceeds 12 Mm, The Pavement Shall Be Removed And Replaced By And At The Expense Of The Contractor. Any Area Or Section So Removed Shall Be Not Less Than 1.5 M In Length And Not Less Than The Full Width Of The Lane Involved. When It Is Necessary To Remove And Replace A Section Of Pavement, Any Remaining Portion Of The Slab Adjacent To The Joints That Is Less Than 1.5 M In Length, Shall Also Be Removed And Replaced. 311.3.15 Curing Immediately After The Finishing Operations Have Been Completed And The Concrete Has Sufficiently Set, The Entire Surface Of The Newly Placed Concrete Shall Be Cured In Accordance With Either One Of The Methods Described Herein. Failure To Provide Sufficient Cover Material Of Whatever Kind The Contractor May Elect To Use, Or The Lack Of Water To Adequately Take Care Of Both Curing And Other Requirements, Shall Be A Cause For Immediate Suspension Of Concreting Operations. The Concrete Shall Not Be Left Exposed For More Than ½ Hour Between Stages Of Curing Or During The Curing Period. In All Congested Places, Concrete Works Should Be Designed So That The Designed Strength Is Attained. 1. Cotton Of Burlap Mats The Surface Of The Pavement Shall Be Entirely Covered With Mats. The Mats Used Shall Be Of Such Length (or Width) That As Laid They Will Extend At Least Twice The Thickness Of The Pavement Beyond The Edges Of The Slab. The Mat Shall Be Placed So That The Entire Surface And The Edges Of The Slab Are Completely Covered. Prior To Being Placed, The Mats Shall Be Saturated Thoroughly With Water. The Mat Shall Be So Placed And Weighted Down So As To Cause Them To Remain In Intimate Contact With The Covered Surface. The Mat Shall Be Maintained Fully Wetted And In Position For 72 Hours After The Concrete Has Been Placed Unless Otherwise Specified. 2. Waterproof Paper The Top Surface And Sides Of The Pavement Shall Be Entirely Covered With Waterproof Paper, The Units Shall Be Lapped At Least 45 Cm. The Paper Shall Be So Placed And Weighted Down So As To Cause It To Remain In Intimate Contact With The Surface Covered. The Paper Shall Have Such Dimension But Each Unit As Laid Will Extend Beyond The Edges Of The Slab At Least Twice The Thickness Of The Pavement, Or At Pavement Width And 60 Cm Strips Of Paper For The Edges. If Laid Longitudinally, Paper Not Manufactured In Sizes Which Will Provide This Width Shall Be Securely Sewed Or Cemented Together, The Joints Being Securely Sealed In Such A Manner That They Do Not Open Up Or Separate During The Curing Period. Unless Otherwise Specified, The Covering Shall Be Maintained In Place For 72 Hours After The Concrete Has Been Placed. The Surface Of The Pavement Shall Be Thoroughly Wetted Prior To The Placing Of The Paper. 3. Straw Curing When This Type Of Curing Is Used, The Pavement Shall Be Cured Initially With Burlap Or Cotton Mats, Until After Final Set Of The Concrete Or, In Any Case, For 12 Hours After Placing The Concrete. As Soon As The Mats Are Removed, The Surface And Sides Of The Pavement Shall Be Thoroughly Wetted And Covered With At Least 20 Cm Of Straw Or Hay, Thickness Of Which Is To Be Measured After Wetting. If The Straw Or Hay Covering Becomes Displaced During The Curing Period, It Shall Be Replaced To The Original Depth And Saturated. It Shall Be Kept Thoroughly Saturated With Water For 72 Hours And Thoroughly Wetted Down During The Morning Of The Fourth Day, And The Cover Shall Remain In Place Until The Concrete Has Attained The Required Strength. 4. Impervious Membrane Method The Entire Surface Of The Pavement Shall Be Sprayed Uniformly With White Pigmented Curing Compound Immediately After The Finishing Of The Surface And Before The Set Of The Concrete Has Taken Place, Or If The Pavement Is Cured Initially With Jute Or Cotton Mats, It May Be Applied Upon Removal Of The Mass. The Curing Compound Shall Not Be Applied During Rain. Curing Compound Shall Be Applied Under Pressure At The Rate 4 L To Not More Than 14 M2 By Mechanical Sprayers. The Spraying Equipment Shall Be Equipped With A Wind Guard. At The Time Of Use, The Compound Shall Be In A Thoroughly Mixed Condition With The Pigment Uniformly Dispersed Throughout The Vehicle. During Application, The Compound Shall Be Stirred Continuously By Effective Mechanical Means. Hand Spraying Of Odd Widths Or Shapes And Concrete Surface Exposed By The Removal Of Forms Will Be Permitted. Curing Compound Shall Not Be Applied To The Inside Faces Of Joints To Be Sealed, But Approved Means Shall Be Used To Insure Proper Curing At Least 72 Hours And To Prevent The Intrusion Of Foreign Material Into The Joint Before Sealing Has Been Completed. The Curing Compound Shall Be Of Such Character That The Film Will Harden Within 30 Minutes After Application. Should The Film Be Damaged From Any Cause Within The 72 Hour Curing Period, The Damaged Portions Shall Be Repaired Immediately With Additional Compound. 5. White Polyethylene Sheet The Top Surface And Sides Of The Pavement Shall Be Entirely Covered With Polyethylene Sheeting. The Units Used Shall Be Lapped At Least 45 Cm. The Sheeting Shall Be So Placed And Weighted Down So As To Cause It To Remain Intimate Contact With The Surface Covered. The Sheeting As Prepared For Use Shall Have Such Dimension That Each Unit As Laid Will Extend Beyond The Edges Of The Slab At Least Twice The Thickness Of The Pavement. Unless Otherwise Specified, The Covering Shall Be Maintained In Place For 72 Hours After The Concrete Has Been Placed. 311.3.16 Removal Of Forms After Forms For Concrete Shall Remain In Place Undisturbed For Not Less Than Twenty Four (24) Hours After Concrete Pouring. In The Removal Of Forms, Crowbars Should Be Used In Pulling Out Nails And Pins. Care Should Be Taken So As Not To Break The Edges Of The Pavement. In Case Portions Of The Concrete Are Spalled, They Shall Be Immediately Repaired With Fresh Mortar Mixed In The Proportion Of One Part Of Portland Cement And Two Parts Fine Aggregates. Major Honeycomb Areas Will Be Considered As Defective Work And Shall Be Removed And Replaced At The Expense Of The Contractor. Any Area Or Section So Removed Shall Not Be Less Than The Distance Between Weakened Plane Joint Nor Less Than The Full Width Of The Lane Involved. 311.3.17 Sealing Joints Joints Shall Be Sealed With Asphalt Sealant Soon After Completion Of The Curing Period And Before The Pavement Is Opened To Traffic, Including The Contractor’s Equipment. Just Prior To Sealing, Each Joint Shall Be Thoroughly Cleaned Of All Foreign Materials Including Membrane Curing Compound And The Joint Faces Shall Be Clean And Surface Dry When The Seal Is Applied. The Sealing Material Shall Be Applied To Each Joint Opening To Conform To The Details Shown On The Plans Or As Directed By The Lgu Project Engineer. Material For Seal Applied Hot Shall Be Stirred During Heating So That Localized Overheating Does Not Occur. The Pouring Shall Be Done In Such A Manner That The Material Will Not Be Spilled On The Exposed Surfaces Of The Concrete. The Use Of Sand Or Similar Material As A Cover For The Seal Will Not Be Permitted. Preformed Elastomeric Gaskets For Sealing Joints Shall Be Of The Cross-sectional Dimensions Shown On The Plans. Seals Shall Be Installed By Suitable Tools, Without Elongation And Secured In Placed With An Approved Lubricant Adhesive Which Shall Cover Both Sides Of The Concrete Joints. The Seals Shall Be Installed In A Compressive Condition And Shall At Time Of Placement Be Below The Level Of The Pavement Surface By Approximately 6 Mm. The Seals Shall Be In One Piece For The Full Width Of Each Transverse Joint. 311.3.18 Protection Of Pavement The Contractor Shall Protect The Pavement And Its Appurtenances Against Both Public Traffic And Traffic Caused By His Own Employees And Agents. This Shall Include Watchmen To Direct Traffic And The Erection Of And Maintenance Of Warning Signs, Lights, Pavement Bridges Or Cross-overs, Etc. The Plans Or Special Provisions Will Indicate The Location And Type Of Device Or Facility Required To Protect The Work And Provide Adequately For Traffic. All Boreholes After Thickness And/or Strength Determinations Of Newly Constructed Asphalt And Concrete Pavements Shall Be Immediately Filled/restored With The Prescribed Concrete/asphalt Mix After Completion Of The Drilling Works. Any Damage To The Pavement, Occurring Prior To Final Acceptance, Shall Be Repaired Or The Pavement Be Replaced. 311.3.19 Concrete Pavement – Slip Form Method If The Contract Calls For The Construction Of Pavement Without The Use Of Fixed Forms, The Following Provisions Shall Apply: 1. Grade After The Grade Or Base Has Been Placed And Compacted To The Required Density, The Areas Which Will Support The Paving Machine Shall Be Cut To The Proper Elevation By Means Of A Properly Designed Machine. The Grade On Which The Pavement Is To Be Constructed Shall Then Be Brought To The Proper Profile By Means Of Properly Designed Machine. If The Density Of The Base Is Disturbed By The Grading Operation, It Shall Be Corrected By Additional Compaction Before Concrete Is Placed. The Grade Should Be Constructed Sufficiently In Advance Of The Placing Of The Concrete. If Any Traffic Is Allowed To Use The Prepared Grade, The Grade Shall Be Checked And Corrected Immediately Before The Placing Of Concrete. 2. Placing Concrete The Concrete Shall Be Placed With An Approved Slip-form Paver Designed To Spread, Consolidate, Screed And Float-finish The Freshly Placed Concrete In One Complete Pass Of The Machine In Such A Manner That A Minimum Of Hand Finish Will Be Necessary To Provide A Dense And Homogenous Pavement In Conformance With The Plans And Specifications. The Machine Shall Vibrate The Concrete For The Full Width And Depth Of The Strip Of Pavement Being Placed. Such Vibration Shall Be Accompanied With Vibrating Tubes Or Arms Working In The Concrete Or With A Vibrating Screed Or Pan Operating On The Surface Of The Concrete. The Sliding Forms Shall Be Rigidly Held Together Laterally To Prevent Spreading Of The Forms. The Forms Shall Trail Behind The Paver For Such A Distance That No Appreciable Slumping Of The Concrete Will Occur, And That Necessary Final Finishing Can Be Accomplished While The Concrete Is Still Within The Forms. Any Edge Slump Of The Pavement, Exclusive Of Edge Rounding, In Excess Of 6 Mm Shall Be Corrected Before The Concrete Has Hardened. The Concrete Shall Be Held At A Uniform Consistency, Having A Slump Of Not More Than 40 Mm (1-12/ Inches). The Slip Form Paver Shall Be Operated With As Nearly As Possible A Continuous Forward Movement And That All Operations Of Mixing, Delivering And Spreading Concrete Shall Be Coordinated So As To Provide Uniform Progress With Stopping And Starting Of The Paver Held To A Minimum. If, For Any Reason, It Is Necessary To Stop The Forward Movement Of The Paver The Vibratory And Tamping Elements Shall Also Be Stopped Immediately. No Tractive Force Shall Be Applied To The Machine, Except That Which Is Controlled From The Machine. 3. Finishing The Surface Smoothness And Texture Shall Meet The Requirements Of Subsections 311.3.13 And 311.3.14. 4. Curing Unless Otherwise Specified, Curing Shall Be Done In Accordance With One Of The Methods Included In Subsection 311.3.15. The Curing Media Shall Be Applied At The Appropriate Time And Shall Be Applied Uniformly And Completely To All Surfaces And Edges Of The Pavement. 5. Joints All Joints Shall Be Constructed In Accordance With Subsection 311.3.12. 6. Protection Against Rain In Order That The Concrete May Be Properly Protected Against Rain Before The Concrete Is Sufficiently Hardened, The Contractor Will Be Required To Have Available At All Times, Materials For The Protection Of The Edges And Surface Of The Unhardened Concrete. Such Protective Materials Shall Consist Of Standard Metal Forms Or Wood Planks Having A Nominal Thickness Of Not Less Than 50 Mm (2 Inches) And A Nominal Width Of Not Less Than The Thickness Of The Pavement At Its Edge For The Protection Of The Pavement Edges, And Covering Material Such As Burlap Or Cotton Mats, Curing Paper Or Plastic Sheeting Materials For The Protection Of The Surface Of The Pavement. When Rain Appears Imminent, All Paving Operations Shall Stop And All Available Personnel Shall Begin Placing Forms Against The Sides Of The Pavement And Covering The Surface Of The Unhardened Concrete With The Protective Covering. 311.3.22 Acceptance Of Concrete The Strength Level Of The Concrete Will Be Considered Satisfactory If The Averages Of All Sets Of Three (3) Consecutive Strength Test Results Equal Or Exceed The Specified Strength, Fc’ And No Individual Strength Test Result Is Deficient By More Than 15% Of The Specified Strength, Fc’. Concrete Deemed To Be Not Acceptable Using The Above Criteria May Be Rejected Unless The Contractor Can Provide Evidence, By Means Of Core Tests, That The Quality Of Concrete Represented By Failed Test Results Is Acceptable In Place. At Least Three (3) Representative Cores Shall Be Taken From Each Member Or Area Of Concrete In Place That Is Considered Deficient. The Location Of Cores Shall Be Determined By The Engineer So That There Will Be At Least Impairment Of Strength Of The Structure. The Obtaining And Testing Of Drilled Cores Shall Be In Accordance With Aashto T 24. Concrete In The Area Represented By The Cores Will Be Considered Adequate If The Average Strength Of The Cores Is Equal To At Least 85% Of, And If No Single Core Is Less Than 75% Of, The Specified Strength, Fc’. If The Strength Of Control Specimens Does Not Meet The Requirements Of This Subsection, And It Is Not Feasible Or Not Advisable To Obtain Cores From The Structure Due To Structural Considerations, Payment Of The Concrete Will Be Made At An Adjusted Price Due To Strength Deficiency Of Concrete Specimens As Specified Hereunder: Deficiency In Strength Of Concrete Specimens, Percent (%) Percent (%) Of Contract Price Allowed Less Than 5 100 5 To Less Than 10 80 10 To Less Than 15 70 15 To Less Than 20 60 20 To Less Than 25 50 25 Or More 0 311.3.23 Opening To Traffic The Engineer Will Decide When The Pavement May Be Opened To Traffic. The Road Will Not Be Opened To Traffic Until Test Specimens Molded And Cured In Accordance With Aashto T 23 Have Attained The Minimum Strength Requirements In Subsection 311.2.11. If Such Tests Are Not Conducted Prior To The Specified Age The Pavement Shall Not Be Operated To Traffic Until 14 Days After The Concrete Was Placed. Before Opening To Traffic, The Pavement Shall Be Cleaned And Joint Sealing Completed. 311.3.24 Tolerance And Pavement Thickness 1. General The Thickness Of The Pavement Will Be Determined By Measurement Of Cores From The Completed Pavement In Accordance With Aashto T 148. The Completed Pavement Shall Be Accepted On A Lot Basis. A Lot Shall Be Considered As 1000 Linear Meters Of Pavement When A Single Traffic Lane Is Poured Or 500 Linear Meters When Two Lanes Are Poured Concurrently. The Last Unit In Each Slab Constitutes A Lot In Itself When Its Length Is At Least ½ Of The Normal Lot Length. If The Length Of The Last Unit Is Shorter Than ½ Of The Normal Lot Length, It Shall Be Included In The Previous Lot. Other Areas Such As Intersections, Entrances, Crossovers, Ramp, Etc., Will Be Grouped Together To Form A Lot. Small Irregular Areas May Be Included With Other Unit Areas To Form A Lot. Each Lot Will Be Divided Into Five (5) Equal Segments And One Core Will Be Obtained From Each Segment In Accordance With Aashto T 24. 2. Pavement Thickness It Is The Intent Of This Specification That The Pavement Has A Uniform Thickness As Called For On The Plans For The Average Of Each Lot As Defined. After The Pavement Has Met All Surface Smoothness Requirements, Cores For Thickness Measurements Will Be Taken. In Calculating The Average Thickness Of The Pavement, Individual Measurements Which Are In Excess Of The Specified Thickness By More Than 5 Mm Will Be Considered As The Specified Thickness Plus 5 Mm And Measurement Which Are Less Than The Specified Thickness By More Than 25 Mm Shall Not Be Included In The Average. When The Average Thickness For The Lot Is Deficient, The Contract Unit Price Will Be Adjusted For Thickness In Accordance With Paragraph (3 Below). Individual Areas Within A Segment Found Deficient In Thickness By More Than 25 Mm Shall Be Evaluated By The Lgu Project Engineer, And If In His Judgment, The Deficient Areas Warrant Removal, They Shall Be Removed And Replaced By The Contractor With Pavement Of The Specified Thickness At His Entire Expense. However, If The Evaluation Of The Lgu Project Engineer Is That The Deficient Area Should Not Be Removed And Replaced, Such Area Will Not Be Paid. When The Measurement Of Any Core Is Less Than The Specified Thickness By More Than 25 Mm, The Actual Thickness Of The Pavement In This Area Will Be Determined By Taking Additional Cores At No Less Than 5 M Intervals Parallel To The Center Line In Each Direction From The Affected Location Until A Core Is Found In Each Direction, Which Is Not Deficient In Thickness By More Than 25 Mm. The Area Of Slab For Which No Payment Will Be Made Shall Be The Product Of The Paving Width Multiplied By The Distance Along The Center Line Of The Road Between Transverse Sections Found Not Deficient In Thickness By More Than 25 Mm. The Thickness Of The Remainder Of The Segment To Be Used To Get The Average Thickness Of Each Lot Shall Be Determined By Taking The Average Thickness Of Additional Cores Which Are Not Deficient By More Than 25 Mm. 3. Adjustment For Thickness When The Average Thickness Of The Pavement Per Lot Is Deficient, Payment For The Lot Shall Be Adjusted As Follows: Deficiency In The Average Thickness Per Lot (mm) Percent (%) Of Contract Price Per Lot 0 – 5 100% Payment 6 – 10 95% Payment 11 – 15 85% Payment 16 – 20 70% Payment 21 – 25 50% Payment More Than 25 Remove And Replace/ No Payment No Acceptance And Final Payment Shall Be Made On Completed Pavement Unless Core Test For Thickness Determination Is Conducted 311.4 Environmental Measures In Loading Cement To The Truck And Unloading It To The Temporary Bodega, And From The Bodega To Batching Plant And During Concrete Work Operation Workers Doing This Job Shall Be Provided With Gears So As To Avoid Inhaling Cement Dust Particles That Could Affect Their Health. Workers In Construction Site Shall Be Provided With Working Gloves, Mask Boots And Clothing To Prevent Workers From Being Contaminated With Concrete Mix. The Contractor Shall See To It That The Noise Level Of The Exhaust Mufflers Of The Equipment Shall Be At The Minimum. Otherwise, The Contractor Must Replace All The Exhaust Mufflers Of The Equipment With A New One And Or Provide Muffler Silencers. All Roads Leading The Construction Site And Batching Plant Shall Be Moist During The Entire Works Operation To Prevent The Blowing Up Of Dust Particles. During Work Operation, Precautionary Signboards Shall Be Provided By The Contractor To Prevent Accidents And Damage To The Freshly Laid Concrete.
Closing Date12 Feb 2025
Tender AmountPHP 500 K (USD 8.6 K)
Department Of Health Treatment And Rehabilitation Center Tender
Machinery and Tools
Philippines
Details: Description Bids And Awards Committee Request For Quotation Reference No.: 2025-02-046 Date: February 17, 2025 Procurement Title: Procurement Of Commonly Used Supplies Materials (1st Quarter) Pr Reference No: 2025-02-093/089 & 2025-01-046/043approved Budget Of The Contract (abc): Php 755,408.61 Name Of Supplier: _________________________________________ Contact No: _______________________ Contact Email Adress.: _______________________ Address: ________________________________________ Delivery Term: Based On The Submitted Annex A Delivery Place: Batangas Iii Liyang Pilar,bataan Please Quote Your Best Offer For The Following Items Described Herein Subject To Terms And Conditions And/or Technical Specifications And Within The Approved Budget For The Contract. Submit Your Quotation Duly Signed By Your Representative Through Registered Or Electronic Mail At The Above Address Not Later Than February 21, 2025 10:00am Subject To The Following: S Terms And Conditions: 1.) Doh Trc Bataan Reserves The Right To Reject, Accept And Waive Any Defects In The Price Quotation. 2.) All Entries Shall Be Typed Or Written In A Clear And Legible Manner. 3.) All Prices Offered Herein Are Valid, Binding And Effective For Sixty (60) Calendar Days From The Deadline Of Submission. Alternative Bids Shall Be Rejected. 4.) Price Quotation/s Shall Be Denominated In Philippine Peso And Shall Include All Incidental Expenses (tax, Delivery, Etc.,) 5.) Award Of Contract/purchase Order Shall Be Made To The Lowest Quotation, Which Complies To The Technical Specifications Required. In Case Of Tie Quotations, The Bac Shall Adopt And Employ “toss Coin” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005 6.) Salient Provisions Of The Revised Irr (rirr) Of Republic Act (ra) 9184: Section 68 - Liquidated Damages And Section 69 - Imposition Of Administrative Penalties Shall Be Observed. 7.) All Services Rendered/delivered Items Shall Be Subject To Inspection And Acceptance. Payment Will Be Process Within 30 Days Upon The Receipt Of Service/delivery Of Items. Additional Requirement For Submission: 1.) Philgeps Registration Number Or Certificate 2.) Notarized Omnibus Sworn Statement 3.) Valid Business Permit/mayor’s Permit 4.) Latest Income/business Tax Return 5.) Blank Copy Of Delivery Receipt/charge Sales Invoice And Collection Receipt/invoice (for New Suppliers) 6.) Valid Certificate Of Product Registration (cpr) From Food And Drug Administration (fda) (for Procurement Of Drugs And Medicine/medical Supplies) 7.) Batch Notification, Lot Release From Food And Drug Administration (fda) Or Its Equivalent (for Procurement Of Specific Drugs And Medicines) 8.) Valid Certificate Of Medical Device Notification From Food And Drug Administration (fda) Or Its Equivalent (for Procurement Of Medical Device) 9.) Valid License To Operate From Fda (whether It Is A Manufacturer, Importer, Seller Or Distributor) (for Procurement Of Drugs And Medicine/medical Supplies/medical Device) 10.) Brochure With Picture Of Quoted Item. Respectfully Yours, Sgd Chazell Irrah I. Bon Head, Bac Secretariat Item No. Unit Item Description Qty Abc/ceiling Price Per Unit Brand* Unit Cost Total 1 Unit 1000va Ups Micropower (600w) Mini Tower Line Interactive Switching Available Capacity: 600w Input Power: 190~240va (50~60hz) Output Power: 220~230va(50- 60hz) 2 X 12v7ah Battery Backup Time: 1~5min 1 Year Warranty 5.00 4,180.00 2 Piece 30 Inches, 5-layer Storage Rack Steel150 Kgs Capacity Per Sheleasy Boltless Assembly Durable Powder Coat Finish Center Support Beampowder Coated White Or Black Finish 2.00 3,300.00 3 Box Ballpoint Pens Black, 0.5mm 12 Pcs Per Box 1.00 68.20 4 Pack Battery, Dry Cell, Size Aaa, 4pcs/pack 4.00 27.50 5 Gallon Bleaching Solution, 3785ml 137.00 209.00 6 Ream Bond Paper 500 Sheets Per Box A4 Size : 210mm X 297mm 80 Gsm 7.00 360.80 7 Piece Clearbook, A4 Color Black/* For A4 Size Documents, Refillable, Material: Plastic" 20.00 56.10 8 Piece Clearbook, A4 Color Red /* For A4 Size Documents, Refillable, Material: Plastic" 20.00 56.10 9 Piece Clearbook, A4 Color Yellow /* For A4 Size Documents, Refillable, Material: Plastic" 20.00 56.10 10 Roll Cling Wrap, 18x500 M, Pvc Food Grade Cling Film 2.00 865.70 11 Piece Data Folder, Vertical, Black 14.00 91.30 12 Sachet Dishwashing Liquid 17ml 2,000.00 8.14 13 Gallon Dishwashing Liquid, 1 Gallon, Calamansi Scent, Anti Bacterial Formula 12.00 161.70 14 Piece Double Sided Tape 1 Inch 3.00 25.30 15 Unit Eco-tank L3210 A4 All-in-one Ink Tank Printer 1.00 11,000.00 16 Bottle 003 Ink, Black 63.00 306.90 17 Bottle 003 Ink,cyan 42.00 317.90 18 Bottle 003 Ink,magenta 42.00 317.90 19 Bottle 003 Ink,yellow 42.00 317.90 20 Bottle 005 Ink,black 10.00 656.70 21 Bottle 774 Ink Black 7.00 656.70 22 Bottle 664 Black Ink Bottle 15.00 306.90 23 Bottle 664 Cyan Ink Bottle 10.00 317.90 24 Bottle 664 Magenta Ink Bottle 9.00 317.90 25 Bottle 664 Yellow Ink Bottle 10.00 317.90 26 Piece Expanding Envelope, Legal, Green 40.00 33.00 27 Piece Fly Paper, 2 Sheets, Insecticide Flypaper Bait 30.00 41.80 28 Piece Foot Rug (big/square) 10.00 55.00 29 Pack Hairnet, 24-inch Disposable Bouffant Cap, Color White, 100 Pcs Per Pack 5.00 115.50 30 Piece Heavy Duty Scrub With Sponge, 100mmx75mmx30mm 40.00 33.00 31 Piece Id Holder, Transparent, Water Proof 100.00 7.70 32 Piece Id Lace, Blue, Cotton 100.00 11.00 33 Piece Id Lace, Red, Cotton 100.00 11.00 34 Piece Id Lace, Yellow, Cotton 100.00 11.00 35 Unit Ink Tank Printer L5590 Printer Type: Print, Scan, Copy, Fax With Adf Print Direction: Bi-directional Printing Technolgy: Precisioncore Printhead Nozzle Configuration: 400 X 1 Nozzles Black, 128 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 4800 X 1200 Dpi (with Variable-sized Droplet Technology) Dimensions (w X D X H): 375 X 347 X 237 Mm Weight: 5.2 Kg 1.00 18,204.45 36 Unit Ink Tank System Printer Ecotank L5290 1.00 18,150.00 37 Piece Insecticide, Multi Insect Killer Protector 500 Ml 1.00 385.00 38 Unit Iprint-a3/a4 Laminator Machine Hot/cold/reverse 220v Heavy Duty Laminating Machine Only 1.00 4,620.00 39 Piece Kitchen Towel, Absorbent Cloth 30x60cm 6.00 25.30 40 Piece Kitchen Towel, Interfolded, 120 Pulls, Pack Of 3, 200mmx200mm 40.00 114.40 41 Unit L49 Office Table 4.00 17,160.00 42 Gallon Liquid Bleach 20.00 209.00 43 Piece Long Arm Faucet Stainless Steel 30.00 275.00 44 Piece Mop Head 4.00 176.00 45 Piece Mop Head, Durable Heavy Duty, Cotton 4.00 176.00 46 Piece Mop With Steel Handle (removable Mophead) 10.00 319.00 47 Piece Note Book (composition Notebook) Grade 3, 80mleaves 200.00 22.00 48 Unit Office Chair 3.00 3,404.50 49 Pack Office Laminating Film, Legal, 20s 1.00 275.00 50 Packs Paper Cups, 8 0z High Quality , 50 Pcs Per Pack 3.00 55.00 51 Piece Personalized Name Stamp (document Controller Secretary) 1.00 437.57 52 Piece Personalized Name Stamp (document Controller) 1.00 437.57 53 Piece Personalized Stamp (controlled Copy) 1.00 437.57 54 Piece Personalized Stamp (master Copy) 1.00 437.57 55 Piece Personalized Stamp (obsolete) 1.00 437.57 56 Pack Photo Paper Glossy A4 4.00 110.00 57 Set Plastic Broom And Dustpan Set, 91cm (35.8inches ) Long Handle Broom And Dust Pan Set, Made Of Soft And Durable Broom Bristles 2.00 198.00 58 Box Plastic Gloves, Clear Free Food Grade Gloves, 100 Pcs Per Box 5.00 52.80 59 Pc Plastic Utility Box 50l 6.00 438.90 60 Bundle Plastic, Linao 6x10, 1000 Per Bundle 10.00 312.40 61 Piece Powdered Soap 60gms 80.00 7.15 62 Piece Push Brush Wood Durable Nylon Deck Brush Wooden Handle ( 16" ) Push Broom Scrub Brush 12.00 165.00 63 Piece Refill For Clearbook A4 Size 27.00 34.10 64 Pack Sandwich/ Bread Grease Proof Bag, 50 Pcs Per Pack, 20x21cm 20.00 96.80 65 Pack Specialty Paper, 100s 2.00 335.50 66 Piece Stamp Pad Ink Black - Stamp Pad Ink 50ml - No Mess, Non-spill Bottle - Smooth Re-inking - Color: Black 3.00 22.00 67 Bottle Stamp Pad Ink Bluestamp Pad Ink Blue - Stamp Pad Ink 50ml - No Mess, Non-spill Bottle - Smooth Re-inking - Color: Blue 3.00 22.00 68 Piece Stamp Pad Ink Red - Stamp Pad Ink 50ml - No Mess, Non-spill Bottle - Smooth Re-inking - Color: Red 3.00 22.00 69 Pack Table Napkin, Quarter Folded, 350 Sheets, 250x300mm 4.00 166.10 70 Pack/roll Trash Bag 2xl , Green 50.00 96.80 71 Pc Utility Box 55l 47.00 705.43 72 Packs A4 Specialty Paper, 90gsm, White 10’s 9.00 37.50 73 Pcs A4 Certificate Frame 12.00 130.00 74 Can Air Freshener Aerosol Type/ Spray Mist, Net Content: 280ml Or 150g, (min.), Assorted Scents (at Least Two (2) Scents), Material Safety Data Sheet Showing Information On Specific Gravity, Packaging: Twelve (12) Cans Per Box, Individually Shrink Wrapped. 22.00 280.00 75 Pack Battery, Dry Cell, Aaa Voltage:1.5 Volts, Type: Alkaline, No Mercury And Cadmium Added/mercury And Cadmium Free, Positive Polar Ends Must Be Marked, Shelf Life: Five (5) Years (min.) From Date Of Acceptance, With Cautionary Advice 9.00 128.00 76 Pack Battery, Dry Cell, Aa Voltage:1.5 Volts, Type: Alkaline, No Mercury And Cadmium Added/mercury And Cadmium Free, Positive Polar Ends Must Be Marked, Shelf Life: Five (5) Years (min.) From Date Of Acceptance, With Cautionary Advice 24.00 94.00 77 Piece Broom (walis Tambo) Gross Weight (max.): 500 Grams, Handle: Cylindrical, Wood, Smooth Finish, Plastic Coated, Must Be Suitable For Hanging, Diameter Of Handle {min.): 19mm, Length Of Handle {min.): 510mm, Dry Weight Of The Tiger Grass {min.): 250 Grams, Length Of Tiger Grass: 300mm, With Upper Stitch (min.): 20, Lower Stitch (min.): 30, Side Stitch: Manufacturer's Standard, Per Attached Illustration Showing The Design/construction 36.00 170.00 78 Piece Broom (walis Ting-ting) Made Of Mature Coconut Midribs, Grip Material: Braided Yantok Or Nylon, Standard Size:, Grip Circumference: At Least 150mm, Grip Width: At Least 20mm, Top: Measured 150mm, Usable Length: At Least 760mm, Rib Count: At Least 350 Pieces 53.00 78.00 79 Bottle Cleaner, Toilet And Urinal Color: Clear Or Blue, Net Content (min.): 1,000ml, Fully Miscible In Water, Not Chlorine Based, Does Not Contain Inorganic Acids, Non-volatile Content (max.): 5% (w/w), Viscosity At 25°c (min.): 114 Cp, Rigid Plastic Bottle, With Adequate Instructions For Proper Usage And Disposal 9.00 239.00 80 Plastic Container Cleanser, Scouring Powder Net Weight (min.): 350 Grams, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item, Container Must Have Adequate Dispensing Apertures, With Adequate Instructions For Proper Usage And Disposal. 21.00 65.00 81 Piece Clearbook, A4 For A4 Size Documents, Refillable, Material: Plastic Cover: Opaque Plastic, Dimension (min.): 310mm X 235mm O Thickness (-0.02mm): 0.50mm Pocket: Transparent Plastic, Number Of Pockets: Twenty (20), Thickness (-0.005mm): 0.040mm Color: Assorted (black, Blue, Red, Yellow) 6.00 150.00 82 Box Clip, Backfold, 19mm All Metal, Clamping Length (-1mm): 19mm, Clamping Depth (min.): 10mm, Thickness Of Metal (min.): 0.20mm, Diameter Of Clip Handles (min.): 1.0mm, Binding Capacity: At Least 5.5 Mm, Shall Pass The Required Test And Evaluation 1.00 17.00 83 Box Clip, Backfold, 25mm All Metal, Clamping Length (-1mm): 25mm, Clamping Depth (min.): 13mm, Thickness Of Metal (min.): 0.22mm, Diameter Of Clip Handles (min.): 1.20mm, Binding Capacity: At Least 9.5 Mm, Shall Pass The Required Test And Evaluation 10.00 26.00 84 Box Clip, Backfold, 32mm All Metal, Clamping Length (-1mm): 32mm, Clamping Depth (min.): 14mm, Thickness Of Metal (min.): 0.30mm, Diameter Of Clip Handles (min.): 1.45mm, Binding Capacity: At Least 12 Mm, Shall Pass The Required Test And Evaluation 20.00 36.00 85 Piece Data File Box With Closed Ends, Outside Dimension:width (min.): 125mm/height (min.): 230mm/length (min.): 400mm, Material:chipboard (min.): 3mm Thick/leatherette Paper For Outside Cover/coated Paper For Inside Cover, Front Of The Box:with Finger Ring And Pocket For Label Insert, Color Black. 59.00 229.00 86 Piece Dater Stamp Frame: Steel And Plastic Or Sturdy All Plastic Frame, Four Band Date And 12 Year Band, Date Format: Manufacturer's Standard, Self-inking Stamp Pad, Acceptable Colors: Black, Violet Or Red, With Locking Mechanism, With Removable And Refillable Ink Pad, Single Color, Size Of Imprint (min.): 30mm X 45mm. 6.00 450.00 87 Pouch Detergent Powder, All-purpose Net Weight (-2.5%): One (1) Kilogram, Ethylene-diamine-tetra-acetate (edta) And Alkylphenol Ethoxylates (apeo) Shall Not Be Detected, With Adequate Instructions For Proper Usage And Disposal. 35.00 180.00 88 Can Disinfectant Spray Aerosol Type, Net Content Per Can: 400 Grams (min), Crisp, Clean Scent, With Broad-spectrum Activity: Kills Different Types Of Bacteria, Fungi And Viruses As Identified On The Label, Active Ingredients Shall Be Indicated On The Label, Sufficient Amount Of Propellant To Totally Expel Content, Shall Not Contain Ethylene-diamine-tetra-acetate (edta) Nor Alkyl Phenol Ethoxylates (apeo), With Detailed Instructions On Maximizing Product Performance And Indications For The Proper Waste Disposal And The Recyclability Of The Container. 29.00 480.00 89 Unit Electric Fan, Ceiling Mount, Orbit Type Blade: Metal, Number Of Blades (min.): Three (3), Blade Size (min.): 400mm, Grill: Metal, Speed Control: Three (3) Speed Setting, With Remote Switch Box, With Mounting Base And Screws, Motor: Fully Enclosed, 220- 240 Volts, 60 Hz, With Operating/user's Manual (english Translation), Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item, With Ps Quality Or Icc Mark, Warranty: One (1) Year On Parts And Service. Five (5) Years On Motor. 1.00 3,000.00 90 Box Envelope, Documentary, Legal Material: Kraft, For Legal Size Documents, Size (-2mm) : 254mm X 381mm, Basis Weight (-5%): 150gsm, Thickness (min.): 0.22mm. 2.00 2,250.00 91 Box Envelope, Expanding, Kraft Kraft, Smooth Surface, Size (-3mm): 380mm X 250mm, Expansion (-3mm): 50mm, Thickness (min.): 0.38mm, With String And Eyelet Or Elastic Strap. 2.00 2,400.00 92 Piece Envelope, Expanding, Plastic Material: Polypropylene Plastic, Secure Heat-sealed Joints, With Elastic Strap, Size (l X H) (-2mm): 380mm X 260mm, Thickness (min.): 0.50mm, Width Expansion (min.): 30mm, Assorted Colors: Red, Blue, Green. 13.00 60.00 93 Piece Eraser, Felt, Blackboard/whiteboard Eraser Material: Felt, Overall Size (lx Wx T) (min.): 125mm X 45mm X 21mm, Thickness Of Felt (min.) : 18mm, Thickness Of Board (min.): 3mm. 5.00 22.00 94 Piece Eraser, Plastic/rubber Material: Plastic/rubber, Shape: Rectangular, Use: For Erasing Wood-cased And Mechanical Pencil Impressions, Dimension (l X W T) (min.): Equivalent Volume Of 8,350mm3 ,shall Pass Erasing Quality Test. 2.00 17.00 95 Unit External Hard Drive Capacity: 1tb, Storage Media: 2.5"sata Hdd, System Compatibility: Windows, Mac Os And Linux Os, Certificates: Ce/ Fcc/ Bsmi, Warranty: Three (3) Years, Key Feature:1.shockproof Protection/2.with Led Light Indicator, Interface (min.): Usb 3.2 Gen 1, Operation: Dc Sv (power Supplied Through Usb), Case Material: Rubber/plastic, With Operating/user's Manual (english Translation), Accessories (min.): With Usb 3.0 Cable, Shall Pass Functional And Durability Test 6.00 4,300.00 96 Box Fastener, Metal Material: Metal, The Fasteners Shall Be Free From Burrs, Sharp Or Rough Edges Or Corners, It Shall Be Clean And Free From Any Defects That May Affect Its Appearance Or Serviceability, Thickness: Base With Prongs And Compressor (min.): 0.30mm, Width:compressor (min.): 9mm/base (min.): 9mm, Prongs (min.): 4.5mm, The Distance Between The Two Holes Shall Be 70mm (±0.smm) Center-to-center, Able To Hold 25mm Thick Of Multipurpose Paper (70gsm) 47.00 60.00 97 Set File Tab Divider, Legal For Legal Size Documents, Material: Bristol Board, Size:leaf:length (min.):330mm/width (min.): 216mm, Tab:length (min.): 68mm, Width (min.): 15mm, In Sequential Order Basis Weight (-5%): 153 Gsm, Thickness (min.): 0.22mm, Five (5) Colors Per Set: Blue, White, Yellow, Green, Red, Etc. 1.00 41.00 98 Can Floor Wax, Paste Type, Red Paste Type, Color: Red, Petroleum Based, Application: For Wood And Cemented Surfaces, Net Weight (min.): 450 Grams, Physical Properties:drying Time (max.): One (1) Hour On A Wood Surface, Abrasiveness: No Evidence Of Abrasive Matter, Non-volatile Matter, %w (min.): 17%. 3.00 147.00 99 Pack Folder With Tab, Legal Material: Tagboard/carrier/foldcote/cupstock Board, For Legal Size Documents, Leaf Dimension (±lmm): 240mm X 365mm, Tab (±2mm): 13mm, Scoring (±2mm): 20mm From Edge Of Folder, The Folder Shall Be Smooth-finished And Non-blot On Both Sides Using A Permanent Marker, Other Physical Properties:grammage, G/m? (-5%): 270/thickness, Mm (-5%): 0.36/tearing Resistance, Mn, Md+ Cd (min.): 2940/stiffness, Mn.m, (taber) Md+ Cd {min.): 13 15.00 700.00 100 Pack Folder, L-type,legal For Legal Size Documents,material: Plastic,size (min.): 235mm X 346mm,thickness {min.): 0.17mm,transparent For Easy Identification Of Contents,color Green. 7.00 108.00 101 Box Glue, All Purpose Gross Weight (min.): 240 Grams, Shall Conform With The Following Tests:free Formaldehyde (max.): 0.1/adhesive Strength -- No Slippage On Pasted Part/solid Content (min.): 30% Ph: 4 To 8, Container: Plastic Squeeze Type Bottle With Twist-cap Dispenser., The Brand And Expiry Date Shall Be Stamped/engraved/ Embossed/ Printed/permanently Stickered On Each Bottle. The Expiry Date Shall Be At Least One Year From The Date Of Delivery., There Should Be No Unpleasant Odor. 8.00 129.00 102 Bottle Hand Soap, Liquid, 500ml Scented, Form: Liquid, Minimum Of 80% Kill Bactericidal/germicidal Property Against Staphylococcus Aureus, Volume (net Content): 500ml, Bottle: Pump Dispenser Plastic, Individually Shrink Wrapped, Ethylene-diamine-tetra-acetate (edta) And Alkylphenol Ethoxylates (apeo) Shall Not Be Detected, With Adequate Instructions For Proper Usage And Disposal. 24.00 150.00 103 Cart Ink Cartridge, Epson C13t664100 (t6641), Black C13t664100 (t6641), Black 9.00 350.00 104 Cart Ink Cartridge, Epson C13t664200 (t6642), Cyan C13t664200 (t6642), Cyan 5.00 350.00 105 Cart Ink Cartridge, Epson C13t664300 (t6643), Magenta C13t664300 (t6643), Magenta 4.00 350.00 106 Cart Ink Cartridge, Epson C13t664400 (t6644), Yellow C13t664400 (t6644), Yellow 4.00 350.00 107 Can Insecticide, Aerosol Type Aerosol, Kerosene Based,quick Kill Contact And Residual Type,cautionary Scent/odor Required,multi-insect Killer,net Content Per Can: 600ml (min), Sufficient Amount Of Propellant To Totally Expel Content.,material Safety Data Sheet Showing Information On Specific Gravity. 11.00 450.00 108 Piece Light Emitting Diode (led), Light Bulb Power Consumption: 6-7 Watts, Color Temperature: 6,500 Kelvin, Lumen Output: Not Less Than 530 Lumens, Frequency Rating: 60hz, Color Rendering Index: 80 +/-10% , Input Voltage: 85-265 Volts, Ac , Socket Base: E27, Light Color: Cool Daylight, Power Factor: Not Less Than 0.90, Average Life: Not Less Than 15,000 Hours, Operating Temperature: > 35°c, Brand Shall Be Engraved/embossed/printed On The Item, Packaging:in Individual Box, One Hundred (100) Pieces Per Carton. 42.00 90.00 109 Piece Marker, Permanent, Black Ink Color: Black, Blue, Red,tip: Felt Writing/line Width (min.): 1.smm, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item.,material And Structure:,the Cap Shall Fit Snugly Or Firmly To The Barrel And Of Such Structure That Will Easily Cap And Decap;,the Ink Reservoir Shall Be Stable To Prevent Leakage When Stored And The Ink Flow Out Adequately Upon Use; And The Tip Of The Pen Shall Be Of Suitable Firmness And Good Structure That Will Regulate The Flow Of Ink.,shall Comply With The Following Parameters: Writing Performance Test,drying Performance Test, Resistance To Water Test. 27.00 42.00 110 Piece Marker, Whiteboard, Black Ink Color: Black, Blue, Red, Tip: Felt, Writing/line Width (min.): 1.smm, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item., Material And Structure: The Cap Shall Fit Snugly Or Firmly To The Barrel And Of Such Structure That Will Easily Cap And Decap; The Ink Reservoir Shall Be Stable To Prevent Leakage When Stored And The Ink Flow Out Adequately Upon Use; And The Tip Of The Pen Shall Be Of Suitable Firmness And Good Structure That Will Regulate The Flow Of Ink. Shall Comply With The Following Parameters: Writing Performance Test, Drying Performance Test, Resistance To Water Test. 23.00 60.00 111 Unit Mop Bucket, Heavy Duty, Hard Plastic Heavy Duty, Material: Hard Plastic, Approximate Size (min.), Width: 370mm, Length: 475mm, Height: 245mm, Capacity: 30 Liters, With Four (4) Heavy Duty Rotating Wheels/ball Casters, With Squeezer, With Precautionary Markings. 1.00 4,441.00 112 Pad Note Pad, Stick On, 3" X 3" Size (l X W):width (-2%):76 Mm, Length (-2°â): 76 Mm, Basis Weight (min.): 70gsm, Sheet Thickness (min.): 0.09mm, One Hundred (100) Sheets Per Pad, Adhesive Width Orientation Shall Be On Either Side. E Brand Shall Be Printed On The Endpaper. Assorted Colors: Yellow, Pink, Green, Orange, Shall Pass The Performance Tests. 16.00 25.00 113 Pad Note Pad, Stick On, 50mm X 76mm (2" X 3") Min Size (l X W): Width (min.): 50mm, Length (-2°â): 76mm, Basis Weight (min.): 70gsm, Sheet Thickness (min.): 0.09mm, One Hundred (100) Sheets Per Pad, Adhesive Orientation Shall Be On The Shorter Side., Brand Shall Be Printed An The Endpaper. Assorted Colors: Yellow, Pink, Green, Orange, Shall Pass The Performance Tests. 30.00 18.00 114 Pad Note Pad, Stick On, 76mm X 100mm (3" X 4") Min Size (l X W): Width (-2%): 76mm, Length (min.): 100mm, Basis Weight (min.): 70gsm, Sheet Thickness (min.): 0.09mm, One Hundred (100) Sheets Per Pad, Adhesive Width Orientation Shall Be On The Longer Side.,brand Shall Be Printed On The Endpaper. Assorted Colors: Yellow, Pink, Green, Orange, Shall Pass The Performance Tests. 15.00 35.00 115 Box Paper Clip, Vinyl/plastic Coated, 33mm Wire Diameter (min.): 0.80mm Length Of Clip (min.): 33mm, Total Length Of Wire Used (min.): 102mm,assorted Colors,shall Pass The Performance Test. 12.00 17.00 116 Unit Paper Shredder Can Shred Papers, Paper Clips, Staples, Credit Cards And Compact Discs (cds),cross-cut,waste Bin Capacity (min.): Thirty (30) Liters,sheet Capacity: Sixteen (16) Sheets (min.) Using 70gsm; Or Twelve (12) Sheets (min.) Using 80gsm Of Paper.,intake Throat Width (min.): 220mm,cut/shred Size (max.): 4mm X 40mm,cutting Speed (min.): 4m/min.,electric Motor (min.): 200 Watts,continuous Run Time (min.): Twenty (20) Minutes,automatic Start/stop Control,mobility: With Or Without Casters (with Lock If With Casters),additional Salient Specifications:with Overheat Protection Function,with Jam Protection,with Reverse Function,safety Features: Manufacturer's Standard.,silent Operation (max.): Shredder Designed For Reduced Noise In Shared Workspaces Or Department Copy Rooms With Decibel Level (db) Of 70,mess Reduction System: Shredder Features An Automatic Or Manual Cleaning Cycle That Prevents Paper Build-up On Cutters. With A Sensor That Lets The User Know When To Empty The Bin.,with Operating/user's Manual (english Translation),brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item,warranty: Two (2) Years,standby Mode When Not In Use. 1.00 34,589.00 117 Unit Paper Trimmer / Cutting Machine, Table Top Table Top And Non Skid, Guillotine Paper Cutter, With Ruler Marking And Paper Size Markings Printed On The Base - B7, B6, A5, B5, A4, B4, Legal, And A3, Includes Securable Sliding Paper Size Marker/gauge, Paper Capacity (min.): 25 Sheets Of 70 Gsm Paper, With Stationary Blade Guard, Blade Is Made Of Removable High Quality Hardened Stainless Steel, Metal Structure: Base, Adjustable Paper Clamp Handle, Paper Clamp, Removable Cutter Handle, Cutter Lock, Blade Assembly Cover, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item, Warranty: One (1) Year On Parts And Services. 1.00 1,179.00 118 Ream Paper, Multicopy, A4 Basis Weight (-3%): 80gsm,size (±2mm In Either Direction): A4, 210mm X 297mm,sheet Count (min.): 500 Sheets Per Ream,trim Sizes Shall Be Along Machine Direction Or Long Grain,intended Application: For Laser Printer, Standard Office Copier, Etc.,paper Shall Be At Least Elemental Chlorine Free {ecf),inner Lining And Flute Of The Carton Box Shall Be 100% Recycled Fiber. 206.00 232.00 119 Ream Paper, Multi-purpose, 70gsm (min.), Legal Basis Weight (min.): 70gsm, Size (-l2mm In Either Direction): Legal, 216mm X 330mm, Sheet Count (min.): 500 Sheets Per Ream, Trim Sizes Shall Be Along Machine Direction Or Long Grain. 28.00 240.00 120 Ream Paper, Multi-purpose, A4 Basis Weight (min.): 70gsm,.size (±2mm In Either Direction): A4, X 297mm,sheet Count (min.): 500 Sheets Per Ream,trim Sizes Shall Be Along Machine Direction Or Long Grain,intended Application: For Laser Printer, Standard Office Copier, Etc.,paper Shall Be At Least Elemental Chlorine Free (ecf).,inner Lining And Flute Of The Carton Box Shall Be 100% Recycled Fiber. 62.00 210.00 121 Piece Puncher, Paper, Heavy Duty Punching Capacity: Thirty (30) Sheets Of 70gsm Multipurpose Paper,with Two Hole Guide,diameter Of Hole (±0.5): 7.00 Mm,construction/structure:the Operating Handle, Base And Frame Shall Be Connected To Each Other And Be Capable Of Smooth Repetitive Operation. Easy Insertion Of Paper.the Distance Between The Two Holes Shall Be 70mm (±0.5mm) Center-to-center. O The Punching Depth Shall Be 12mm (±lmm).the Puncher Shall Be Provided With A Handle Lock.the Receptacle Base Shall Fit Snugly Under The Puncher Base And Shall Not Chip Off, Break, Crack, Warp Or The Like. 8.00 200.00 122 Box Rubber Band, No. 18 Net Weight (min.): 350 Grams,width (min.): 1.00 Mm,thickness(min):1.00 Mm,lay Flat Length (+20%): 80mm,tensile Strength (min.): 9.81mpa,elongation (min.): 500%" 4.00 200.00 123 Pair Scissors, Symmetrical / Asymmetrical Straight Trimmers Intended For Cutting Papers, Plastic, And Rubber.,dimension (refer To The Illustration),l1 (13mm): 178mm,l2 (13mm): 87mm,length And Thickness Of The Cutting Blade : Manufacturer's Standard,construction/quality:,blades Shall Be Made Of Stainless Steel.,the Tip Of The Cutting Blade Shall Be Blunt.,blades Shall Be Flat And Shall Be Joined By A Binding Rivet/screw.,scissors Shall Be Adjusted For Proper Contact So That The Sharpened Edges Slide Against Each Other When The Handles (bows) Opposite To The Pivot Are Closed.,all Scissors Shall Be Furnished With Asymmetrical Or Symmetrical Bow Handles Made Of Rigid Plasric/rubber.,materials Shall Be Free From Any Defects And Imperfections Which Might Affect The Serviceability Of The Finished Product. Shall Pass The Performance Test. 13.00 50.00 124 Piece Sign Pen, Extra Fine Tip, Black Ink Color: Black, Blue, Red, Type: Liquid Or Gel, Tip: 0.5mm, Needle Type, With Non-slip Rubber Grip, With Metal Clip, One (1) Piece Barrel (non-refillable), Writing Length: One (1) Km {min). 220.00 38.00 125 Piece Stamp Pad, Felt Stamp Pad Container: Material: Combination Of Plastic And Metal, Metallic Component Shall Be Resistant To Rust, Thickness Of Metal (min.): 0.25mmm Plastic Component Shall Be Resistant To Impact And Ink. Stamp Pad Bed: Material: Felt, Pre-inked, Ink Shall Be Free From Any Offensive Odor. Thickness (min.): Smm, Width (min.): 61mm, Length (min.): 102mm, Shall Pass The Performance Tests, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item 10.00 50.00 126 Box Staple Wire, Standard Five Thousand (5,000) Wires Per Box, Made Of Metal Wire Coated With Any Anti-corrosion Material, Dimensions, In Mm:width (w) (+0.15mm/-0.20mm): 12.70 O Leg Length (l) (±0.2mm): 6.00mm/thickness (d) (± 0.0smm): 0.40 O Width (e) (± O.osmm), Number Of Wires Per Strip (min.): One Hundred (100), Shall Pass The Penetration Test, The Staples Shall Be Preformed And Cemented Together In Strip Form One Behind The Other, The Staples Shall Have Parallel Legs At Right Angles To The Crown. They Shall Easily Exit Without Clogging And Jamming The Stapler, Both Ends Of The Staples Shall Have Either Blunt Or Chisel Point Ends, Staples Shall Be Free From Burrs And Sharp Or Rough Edges, And Other Defects Which Might Affect The Appearance Or Serviceability Of The Leg. 44.00 37.00 127 Piece Stapler, Standard Type Loading Capacity (min.): 200 Staple Wires, Staple Pusher Shall Be A Metal Piece And Not Spring. Construction/structure: The Handle, Base And Frame Shall Be Connected Respectively And Be Smooth In Repetitive Actuation;loading Of The Staple Wire In The Staple Magazine Shall Be Easily Done;the Stapler Shall Be Constructed Such That The Staple Wire Will Not Jam Or Drop Out During Staplin, The Base Shall Be So Constructed That It Is Equipped With Clincher Block Having The Guide Groove Aligned With The Driver Blade So That It Can Bind Properly And Easily, The Driver Blade Shall Be Able To Push Out And Drive The Loaded Staple Wire Without Deformation; Each Part Shall Have Rigidity In Meeting The Performance Of The Stapler; As Per Attached Illustration Showing The Parts Of The Stapler, However Design May Vary; Shall Pass The Performance Test. 9.00 150.00 128 Piece Tape Dispenser, Table Top Table Top,weight (min.): 1.2kg,body Made Of Molded Plastic, Smooth Finish,non-skid Full Base Padding,with Serrated Cutting Blade,shall Hold 24mm Wide Tapes With Up To 75mm Core,shall Pass The Performance Test,assorted Colors: Red, Blue, Green, Black 5.00 142.00 129 Roll Tape, Electrical Made Of Polyvinyl Chloride (pvc), Width (±1.0 Mm): 19mm, Length (min.): 20 Meters, Thickness (min.): 0.15mm, Adhesive Strength (min.):normal State, N (kgf): 3.198 (0.326), Tensile Load (min.):normal State, N (kgf): 29.43 (3.0) After Heating, N (kgf): 29.43 (3.0), Elongation, % (min.):normal State: 100 O Afterheating:80, Dielectric Strength (min.):withstand Voltage: 5000 V, Color: Black, Ps Quality Or Icc Certificate 9.00 25.00 130 Roll Tape, Masking, 24mm Width (±1mm): 48mm, Usable Length (min.): 50 Meters, Thickness (max.): 0.25mm, Adhesion Strength (min.): 8.5n/24mm Width, Breaking Strength (min.): 85n/24mm Width 120.00 48.00 131 Roll Tape, Masking, 48mm Width (±1mm): 48mm, Usable Length (min.): 50 Meters, Thickness (max.): 0.25mm, Adhesion Strength (min.): 8.5n/24mm Width, Breaking Strength (min.): 85n/24mm Width 47.00 85.00 132 Roll Tape, Packaging, 48mm Color: Tan, Width (±lmm): 48mm, Usable Length (min.): 50 Meters, Base Material: Biaxially-oriented Polypropylene, Thickness (min.): 0.040mm, Adhesion Strength (min.): 6n/24mm, Breaking Strength (min.): 14n/24mm 3.00 50.00 133 Roll Tape, Transparent, 24mm Width (±1mm): 24mm, Usable Length (min.): 50 Meters, Base Material: Biaxially-oriented Polypropylene, Thickness (min.): 0.040mm, Adhesion Strength (min.): 6n/24mm, Breaking Strength (min.): 14n/24mm, The Tape Shall Be Wound Uniformly Around A Core. 83.00 31.00 134 Roll Tape, Transparent, 48mm Width (±1mm): 48mm, Usable Length (min.): 50 Meters, Base Material: Biaxially-oriented Polypropylene, Thickness (min.): 0.040mm, Adhesion Strength (min.): 6n/24mm, Breaking Strength (min.): 14n/24mm, The Tape Shall Be Wound Uniformly Around A Core. 11.00 50.00 135 Pack Tissue, Interfolded Paper Towel Basis Weight: 34gsm (+/-2gsm),sheet Dimension: Width: 200mm (±3mm) Length: 200mm (±3mm),raw Materials From 100% Recycled Fiber,total Number Of Sheets Per Pack: 150 Pulls,number Of Ply: One (1) Ply, Paper Shall Be At Least Elemental Chlorine Free (ecf) 74.00 66.00 136 Pack Toilet Tissue Paper, 2 Ply Weight (min.): 28gsm,sheet Dimensions:,width Of Sheet (±3mm): 100mm,length Of Sheet (-5mm): 114mm,acidity, Ph (min.): 6 ,tensile Strength, Kn/m (min.):md: 0.12, Cd: 0.03,absorption Time For Each Sheet Using 0.01ml Water, Sec. (max.): 30,100% Recycled Pulp ,paper Shall Be At Least Elemental Chlorine Free (ecf),150 Pull Per Roll (300 Sheets), (min.),shall Be Evenly And Firmly Wound To Form A Roll Which Is Sufficiently Rigid To Withstand Normal Handling And Usage.,roll Shall Be Perforated Across The Full Width Such That Each Sheet Can Be Easily Torn Off Along The Perforations,toilet Tissue Shall Not Have Noticeable Dust On The Surface Of Sheets. 57.00 185.00 137 Roll/pack Trashbag, Xxl Size Made From Polyethylene (pe) Plastic, Pe Shall Contain A Minimum Of 30% Post-consumer Material, Tubular Type, With Tie, Color: Black, White Or Green, Tear Resistant, Leak-proof Bottom Seal, Dimension (-6mm): 939.8 Mm X 1016.0 Mm (37" X 40"), Thickness (min.): 0.02mm, Tensile Strength At Break: Astm D882,one Way (min.): 15n/mm, Other Way (min.): 12n/mm, Elongation At Break: Astm D882, One Way (min.): 400%, Other Way (min.): 600%. 320.00 110.00 138 Box Ballpen 0.05mm (black) Ballpoint Pens Black, 0.5mm 12pcs Per Box 18 62.00 139 Pack Board Paper Long 200 Gsm. 10 Sheets Per Pack Size:long (13x8.5") Color: White 15 38.00 140 Bottle Epson 001 Ink Black Epson Original Ink Sealed With Box Color: Black Capacity: 135ml. (per Bottle) Black Ink Bottle: Approx Page Yield: 7,500 Pages Order Code:001 (c13t03y100) 2 532.00 141 Bottle Epson 001 Ink Magenta Product Specification: Epson Original Ink Sealed With Box Color:magenta Capacity: 70ml. (per Bottle) Magenta Ink Bottle: Approx Page Yield: 6000 Pages (composite Yield) Order Code: 001 (c13t03y300) 1 332.00 142 Bottle Epson 001 Ink Yellow Product Specification: Epson Original Ink Sealed With Box Color:yellow Capacity: 70ml. (per Bottle) Yellow Ink Bottle: Approx Page Yield: 6000 Pages (composite Yield) Order Code: 001 (c13t03y400) 1 332.00 143 Bottle Epson 001 Ink Cyan Product Specification: Epson Original Ink Sealed With Box Color:cyan Capacity: 70ml. (per Bottle) Cyan Ink Bottle: Approx Page Yield: 6000 Pages (composite Yield) Order Code: 001 (c13t03y400) 1 332.00 144 Box Large File Rubber Band (500x15x3mm) 50pcs / Box 10 322.00 145 Piece Magnetic White Board Eraser: Magnetic Board Eraser Drywipe Marker Cleaner Office Whiteboard 5 60.00 146 Pairs Metal Book Stand Nonskid Heavy Duty Bookend Home Office Article Oraganizing Tool: Metal Book Stand Nonskid Size: 20.8x16.8x13.8cm 50 88.00 147 Pcs Nano Double Sided Tape 10mm X 3 M Multipurpose Wall Tape Adhesive Strips Removable Mounting Tape 20 49.00 148 Box Paper Fastener /metal/8 Inches, 100 Pcs 70mm In Between Holes 10 182.00 149 Ream Paper Multi-purpose, A3 500 Sheets Per Ream A3 Size : 297mm X 420mm Color: White Thickness: 70gsm 30 454.55 150 Pack Specialty Paper 8.5x11 90gsm 10 Sheets Per Pack Size: 8.5x11 Inches Color: Pale Cream 20 20.00 151 Pcs Storage Box 28 L, Black, Cardboard Size: L 40cm X W28cm X H29 Cm Cardboard 9 478.50 152 Pack Glossy Photo Sticker Paper A4, High Quality Paper,a4 Size, 150 Gsm, Glossy Waterproof, 20 Sheets Per Pack 20 211.00 ***nothing Follows*** *suppliers With No Indicated Brand And Model For The Quoted Items Will Be Disqualified From The Selection Of Suppliers. This Project Will Be Awarded As: After Having Carefully Read And Accepted The Terms And Condition, I/we Quote You On The Item At Prices Noted Above. _____________________________ Name /signature Of Representative ¬¬ Will Not Participate Due To: _____________________________ Name /signature Of Representative
Closing Date21 Feb 2025
Tender AmountPHP 755.4 K (USD 13 K)
Oriental Mindoro Tender
Electronics Equipment...+2Electrical and Electronics, Solar Installation and Products
Corrigendum : Tender Amount Updated
Philippines
Details: Description Republic Of The Philippines Provincial Government Of Oriental Mindoro Capitol Complex, Calapan City 5200, Oriental Mindoro Procurement Division Bids And Awards Committee For Goods And Services (1m And Above) Invitation To Bid Purchase Of Office Supplies And Devices/other Supplies For Use Of Pgom Office Supplies/other Supplies (2nd Quarter) Based On Consolidated Annual Procurement Plan For The Year 2025 Ib No. Gsa 2025-06-046 1. The Provincial Government Of Oriental Mindoro, Through The General Fund Intends To Apply The Sum Of One Million Three Hundred Fifty Thousand Two Hundred Eighty One Pesos And 65/100 Only (php 1,350,281.65) Being The Abc To Payments Under The Contract For Purchase Of Office Supplies And Devices/other Supplies (2nd Quarter) Based On Consolidated Annual Procurement Plan For The Year 2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro – Procurement Division Goods And Services Section Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Seven (7) Days Upon Signing Of The Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Item No. Item Description Qty./unit 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 98 99 100 101 102 103 104 105 106 107 108 109 110 111 112 113 114 115 116 117 118 119 120 121 122 123 124 125 126 127 128 129 130 131 132 133 134 135 136 137 138 139 140 141 142 143 144 145 146 147 148 149 150 151 152 153 154 155 156 157 158 159 160 161 162 163 164 165 166 167 168 169 170 171 172 173 174 175 176 177 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 98 99 100 101 102 103 104 105 106 107 108 109 110 111 112 113 114 115 116 117 118 Office Supplies Ballpen Bps Fine (46black, 6 Blue) Ballpen 0.5 Mm 350 Black Ballpen 1.0 Black Ballpen G2 .07 (14 Black) Ballpen I-gel Retractable (15 Blue) Ballpen (5 Blue, 5 Green) Ballpen G .5 (green) Ballpen, Retractable (100 Black, 50 Blue) Ballpen Frixion Ball Clicker 0.5mm Retractable Erasable Bond Paper A3 S-20 70 Gsm Bond Paper A4 70 Gsm Bond Paper A4 80 Gsm Bond Paper A4 100 Gsm Bond Paper Long S-20 70gsm Bond Paper Short S-20 70gsm Bond Paper Long 80 Gsm Subs. 20 Bond Paper Short 80 Gsm Subs. 20 Bond Paper 8.5 X 22 In. Cambric Board Long (28 Beige) Cambric Paper Long (6 White, 16 Beige) Cambric Board Short (4 Green) Cambric Paper Short (6 White,1 Beige) Calculator Ribbon (dr120) Carbon Paper, Long Blue Cd Recordable Cd Re-writable Clip Binder, 2" Clip Binder, Small Computer Mouse With Wire Combo Cover Plastic (long) Combo Cover Plastic (a4) Combo Cover Plastic (short) Combo Ring 1/2" Combo Ring 1/4" Combo Ring 3/4" Combo Ring 1" Combo Ring 1 1/2 Combo Ring 2" Specialty Paper (long) Yellow Correction Tape Correction Fluid Cork Board 2x3ft Double Loop Wires (12.7 Mm 110 Sheet Cap) Double Sided Tape, 1" Double Sided Tape, 5 Duct Tape 2" Thick Duct Tape 3" Thick Engineer's Field Book Envelope Brown Long Envelope Brown Short Expanded Envelope With Garter Long (234 Green, 25 Blue) Expanded Envelope With Garter Short (5 Green) Expanded Plastic Envelope Long Expanded Plastic Envelope Long Thick W/ Handle Expanding Folder Long (thick) Expanding Folder Short Eraser, Medium Fastener, Plastic File Box Single File Rack Single File Rack Double Flash Drive 8gb Folder Short .14 Folder Ordinary - Long .14 Folder Pressboard Long (743 Green, 20 Red) Folder Pressboard Short (green) High Lighter Pen (89 Asstd Colors, 6 Green, 15 Yellow) Hdmi High Speed Cable (15 Meters) Illustration Board (1/4) Illustration Board (1/8) Ink Refill 003 65ml (c,m,y) Ink Refill 003 65ml 00v1 For Epson (black) Ink Refill 003 65ml 00v1 For Epson (magenta) Ink Refill 003 65ml 00v1 For Epson (cyan) Ink Refill 003 65ml 00v1 For Epson (yellow) Ink Refill 664 65ml For Epson (black) Ink 001 C13703y Pigment Set Ink 001 L6170 Black For Epson Ink 001 L6170 Cyan For Epson Ink 001 L6170 Magenta For Epson Ink 001 L6170 Yellow For Epson Ink #810 Black For Canon Printer Ink #811 Colored For Canon Printer Ink #704 Black For Hp Printer Ink #704 Tri Color For Hp Printer Ink Ts207#745xl For Canon Printer Black Cartridge Ink Ts207#746xl For Canon Printer Colored Cartridge Ink Refill Bt D60 Bk 108ml Ink Refill Bt 5000m For Brother Printer Ink Refill Bt 5000c For Brother Printer Ink Refill Bt 5000y For Brother Printer Ink L3110 Black Ink L3110 Cyan Ink L3110 Yellow Ink L3110 Magenta Ink 003 Black For Epson Printer Ink 003 Yellow For Epson Printer Ink 003 Magenta For Epson Printer Ink 003 Cyan For Epson Printer Ink 008 Black 127ml Ink 008 Cyan 70ml Ink 008 Magenta 70ml Ink 008 Yellow 70ml Ink Lc535xl For Brother Printer Black Ink Lc535xl For Brother Printer Yellow Ink Lc535xl For Brother Printer Magenta Ink Lc535xl For Brother Printer Cyan Ink - T 6641 Refill - Black Ink - T 6643 Refill - Magenta Ink - T 6642 Refill - Cyan Ink - T 6644 Refill - Yellow Ink Universal - Set Ink Universal - Black Ink 008 Pigment Ink Genuine Set Of 4 Colors Indexing Tab, Plastic Indexing Tab Multicolor Plastic 7's Intermediate Pad Paper Laminating Film Long 1.25 Laminating Film Long 2.50 Laminating Film Short 1.25 Mailing Envelop White Long Maintenance Box L6170 (t04d1) Maintenance Box L15150 (original) Masking Tape 1" Mechanical Pencil Lead (.07) Nano Tape 1x10m Notebook, Thick With Yarn Notebook, Writing Packaging Tape 3" Paper Clip - Small Paper Clip -big Photo Sticker Paper Glossy (quaff 135 Gsm) Photo Paper 260gsm Resin Coated A3 Size 20 Sheets Glossy Plastic Cover Thick #6 Yrd Photo Paper A4 Double Sided (glossy) Post It Tape Flag #683-4 1inchx1.17inch 11,9mm Post It Note 5x2 Asst. Color Post It Note 1x3 (green) Post It Note 4x4 Poster Color 12's Portable Hard Drive 1tb Puncher - Heavy Duty Push Pin 50s Record Holder/ Folder Rack - (black) Record Book 200pg (green) Record Book 150pg Green Ring Binder Folder 2 Holes (hd) Rubber Band Small, 350gms Rubber Band Thick Big Rubber Stamp Sd Card 128gb Scotch Tape 1" Signpen Hi-techpoint V7 Rt (15 Blue, 12 Black) Signpen - Gel Impact, 1.0 (7 Blue,13 Black) Signpen - Gel Impact, 1.0 (15 Brown) Signpen, I-gel (47 Black,9 Blue,3 Green,3 Pink, 10 Violet) Signpen, Hi-tech V-ball .5 (42 Black, 14 Blue, 6 Green) Signpen, Hi-tech V-ball .7 (7 Black,21 Blue) Signpen V .5 Black Sliding Folder Long Plastic Hard Board Green Stamp Pad #1 Stamp Pad Ink 946ml Blue Stamp Pad Ink Big 473ml (violet) Staple Wire#35 Stapler With Remover, #35 Hd Sticker Paper (8 Matte, 25 Glossy) Tagging Clear 1/2 Tacker Tape Dispenser Big Toner Mp2000l2 Dsm 615 Toner Mp 2501sp Toner For M2701 Usb 3.0 Otg Card Reader Vellum Board Short 220gsm (white) Vellum Board Short 100 Shts 200 Gms (10 Pink,1 Green) Water Color White Board Marker (4 Blue) Other Supplies Airfreshner In Canister 320ml (lemon Scent) Airfreshner Spray 320ml (49 Lemon Scent, 1 Sampaguita Scent) Airfreshner Spray 120ml Blossom & Breeze Alcohol Gal Alcohol 70% Isoprophyl 250ml Car Freshener 320ml (ambipur) (lemon) Airfreshner Spray 320ml (ambipur) (32 Lavender, 10 Vanilla) Battery Rechargeable Aa 2pc/pack Battery Rechargeable Aaa 2pc/pack Bath Soap (family Size) Battery Aaa Hd (energizer) Battery Aa Hd (energizer) Battery Aa Black (eveready) Battery Aaa Black (eveready) Bulb 18watts Baby Powder 25g Bra (8 S32, 6 S34, 16 S36) Bed Sheet Cover, Single (3 In 1) Chamois Certificate Holder 8.5x11 Dark Green Cotton Buds 300/cn Deodorant Cake Deodorant Roll On Detergent Bar Detergent Bar Single Dishwashing Liquid 1l Dishwashing Liquid 250ml Dishwashing Liquid 600ml Dishwashing Paste Big Disinfectant Spray 510g Disinfectant Spray 340g Disinfectant Spray 275g Door Mat Rug Thick Dipper Ordinary Dry Cabinet Box Liters Digital Lcd Display With Auomatic Humidity Controller For Lens And Cameras (black, Wooden) Eco Bag 35x66 50's Eco Bag 30x50 50's Escoba Brush Extension Wire (hd 4 Sockets 25mtrs) Electrical Tape Big Electric Breaker, 20amp Electric Stove, 2 Burner Fabric Conditioner 700ml Fabric Conditioner Antibac 900ml Fabric Conditioner Sachet Fabric Conditioner Antibac Ltr Faucet Metal Fluorescent Tube 16watts Fluorescent Bulb Led 16 Watts Fluorescent Bulb Led 36 Watts, Day Light Fluorescent Lamp 16w Furniture Cleaner Furniture Polish Spray 330ml Garbage Bag Small Plastic 10's Garbage Bag Large Size Garbage Bag Extra Large Thick Garbage Bag Extra Large Thick Garbage Bag Big (5 Black,1 Yellow,1 Green) 100's Garbage Bag Medium (11x11x24) 100's Garbage Bag Biodegradable Large 100's Garbage Bag Small 9x9x20 100's Garbage Bag 13x13x32 100's Garbage Bag 16x24x100's Garbage Bag 36x48 100's Garbage Can W/ Cover (16 L) Gas Stove, 2 Burner Glass & Window Cleaner With Sponge Glass Cleaner Big Spray 500ml Glass Wiper Hand Towel, Micro Fiber Hand Wash Liquid 250 Ml Insecticide Spray Big (water Base) 600ml Kitchen Faucet Stainless Led Bulb 10 Watts Led Bulb 15 Watts Led Bulb 16 Watts Led Bulb 9 Watts Mop Head Cloth Hd Mop Handle Metal Paper Towel Big Interfolded Powder Detergent 1kl Powder Laundry Sachet Powder Laundry 500g Push Cart, Trolley, Steel Plate, 4-wheeled, 2,000kg Panty (1 S, 1 M, 3 L) Rice Cooker With Steamer, 4l Scouring Pad W/ Foam Big Scouring Pad W/ Foam Small Scouring Pad Shoe Lace Stand Fan Hd Steel Whool Shampoo Sanitary Napkins Solar Light, Outdoor 800watts Squeeze Sponge Mop Tawas Powder 50g Tissue Paper 3 Ply Tissue Paper 3 Ply (set Of 12) Toilet Bowl Brush Toilet Bowl Brush Plastic Handle Toilet Bowl Cleaner 500ml Toilet Bowl Cleaner 1l Toilet Bowl Cleaner 500ml Toilet Bowl Cleaner 1l Toilet Pump Plunger Trash Can Big Trash Can W/ Pedal Toothpaste Triple Action (2x 195g) T-shirt Pink V-neck (10-xs, 20-s, 10-m, 10-l) Tornado Mop Big Hd Utility Gloves Utility Gloves Cotton W/ Dotted Gloves Vacuum Cleaner, Hd Stainless Steel 3in1 15 L Tank Water Dispenser, Hot And Cold Water Based Essential Oil For Humidifier 100ml (lavender & Peppermint, Calm Cough, Bugs Away, Warm Cotton, Pure Lavender Walis Tambo Thick Walis Tinting Irok X-x-x 52 Pcs 350 Pcs 55 Pcs 14 Pcs 15 Pcs 10 Pcs 100 Pcs 150 Pcs 8 Pcs 30 Rms 9 Rms 6 Rms 2 Rms 711 Rms 409 Rms 2 Rms 3 Rms 1 Rm 28 Packs 22 Packs 4 Packs 7 Packs 10 Bxs 1 Bx 6 Pcs 50 Pcs 19 Boxes 4 Boxes 2 Pcs 66 Pcs 10 Pcs 27 Pcs 12 Pcs 3 Pcs 7 Pcs 5 Pcs 5 Pcs 1 Pc 1 Rm 230 Pcs 3 Pcs 2 Pcs 1 Box 76 Rolls 19 Rolls 8 Rolls 4 Rolls 10 Pcs 167 Pcs 152 Pcs 259 Pcs 5 Pcs 10 Pcs 12 Pcs 32 Pcs 12 Pcs 3 Pcs 62 Boxes 14 Pcs 6 Pcs 4 Pcs 1 Pc 246 Pcs 289 Pcs 763 Pcs 20 Pcs 110 Pcs 1 Pc 4 Pcs 4 Pcs 15 Pcs 15 Pcs 6 Pcs 9 Pcs 8 Pcs 1 Pc 1 Set 1 Pc 1 Pc 1 Pc 1 Pc 4 Boxes 1 Box 2 Cart 2 Cart 1 Pc 1 Pc 15 Boxes 9 Boxes 3 Boxes 6 Boxes 51 Cart 24 Cart 19 Cart 30 Cart 16 Pcs 4 Pcs 8 Pcs 6 Pcs 5 Btls 5 Btls 5 Btls 5 Btls 1 Crtg 1 Crtg 1 Crtg 1 Crtg 18 Bxs 10 Bxs 10 Bxs 18 Bxs 1 Set 6 Ltr 1 Set 8 Packs 14 Packs 5 Pad 88 Pcs 50 Pcs 10 Pcs 3 Boxes 2 Pcs 1 Pc 24 Rolls 4 Pcs 1 Roll 25 Pcs 3 Pcs 22 Rolls 31 Boxes 52 Boxes 1 Pack 1 Pack 3 Yards 2 Packs 10 Packs 5 Pads 10 Pads 6 Pads 1 Box 5 Pcs 1 Pcs 10 Boxes 7 Pcs 20 Pcs 5 Pcs 4 Pcs 1 Box 1 Pack 24 Pcs 2 Pcs 123 Rolls 27 Pcs 20 Boxes 15 Pcs 72 Pcs 62 Pcs 28 Pcs 6 Pcs 23 Pcs 14 Pcs 1 Pc 1 Btl 34 Boxes 11 Pcs 33 Packs 3 Packs 1 Pc 3 Pcs 1 Pc 1 Pc 1 Cart 3 Pcs 30 Packs 11 Rms 2 Pcs 4 Pcs 12 Pcs 50 Tins 20 Tins 13 Gal 10 Btls 3 Tins 42 Tins 5 Packs 3 Packs 186 Pcs 31 Pair 48 Pair 23 Pair 12 Pair 5 Pcs 25 Pcs 30 Pcs 25 Pcs 13 Packs 5 Pcs 30 Cons 165 Pcs 30 Pcs 192 Bar 10 Pcs 10 Ltrs 321 Btls 35 Btls 25 Jar 2 Tins 30 Tins 18 Tins 66 Pcs 4 Pcs 1 Pc 3 Packs 2 Packs 2 Pcs 1 Roll 2 Rolls 1 Pc 1 Pc 1 Pc 8 Ltrs 526 Scht 5 Ltrs 2 Pcs 1 Pc 3 Pcs 9 Pcs 8 Pcs 3 Tins 57 Pcs 9 Rolls 55 Rolls 500 Pcs 9 Rolls 7 Bundles 32 Pack 2 Pack 10 Pack 18 Pack 14 Pack 17 Pack 3 Pcs 1 Unit 7 Pcs 51 Btls 2 Pcs 1 Pc 26 Pcs 76 Tins 2 Set 5 Pcs 21 Pcs 4 Pcs 6 Pcs 3 Pcs 2 Pcs 36 Packs 24 Packs 1,529 Scht 27 Packs 1 Unit 5 Doz 1 Pc 103 Pcs 33 Pcs 31 Pcs 5 Rolls 2 Pcs 2 Pcs 125 Dozen 188 Packs 3 Pcs 3 Pcs 50 Pcs 177 Rlls 89 Packs 3 Pcs 4 Pcs 88 Btls 25 Ltrs 2 Ltrs 27 Ltrs 1 Pc 3 Pcs 3 Pcs 30 Pcs 50 Pcs 5 Pcs 17 Pcs 15 Pair 1 Unit 1 Pc 5 Btls 11 Pcs 5 Pcs 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. Activities Schedule Pre-procurement Conference June 3, 2025 Advertisement/posting Of Ib June 5, 2025 Bulletin Board Of The Pgom June 5, 2025 Pgom Website – Www.ormindoro.gov.ph June 5, 2025 Geps Website – Www.philgeps.net June 5, 2025 Issuance Of Bidding Documents June 5, 2025 To June 24, 2025 Pre-bid Conference June 13, 2025 At 10:00 Am Ppeso Conference Room Deadline Of Submission Of Bids June 24, 2025 At 9:30 Am At Ppeso Conference Room Opening Of Bids In Sealed Envelope June 24, 2025 At 10:00 Am At Ppeso Conference Room A) Eligibility Requirements And Technical Proposal June 24, 2025 At 10:00 Am At Ppeso Conference Room B) Financial Proposal June 24, 2025 At 10:00 Am At Ppeso Conference Room 4. Prospective Bidders May Obtain Further Information From Provincial Government Of Oriental Mindoro-procurement Division Goods And Services Section And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 5, 2025 To June 24, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Provincial Government Of Oriental Mindoro-procurement Division Goods And Services Section Will Hold A Pre-bid Conference On June 13, 2025 At 10:00am At Ppeso Conference Room, Provincial Capitol Complex, Camilmil Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Procurement Division Goods And Services Section, On Or Before June 24, 2025 At 9:30 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 June 24, 2025 At 10:00 Am At Ppeso Conference Room, Provincial Capitol Complex, Camilmil Calapan City Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Pgom – Procurement Division Goods And Services Section 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: Marissa O. Acuzar Bac For Goods And Services Provincial Capitol Complex Antonio M. Magnaye, Jr. Camilmil, Calapan City Bac Chairperson Oriental Mindoro 5200
Closing Date24 Jun 2025
Tender AmountPHP 1.3 Million (USD 23.5 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Chemical Products
United States
Details: This Notice Is Being Published In Accordance With Federal Acquisition Regulation (far) Part 5.101(a)(2) Requiring The Dissemination Of Information On Proposed Contract Actions. This Is A Notice Of Intent To Award A Sole-source Contract Pursuant To 10 U.s.c 2304 (c)(1), As Implemented By Far 6.302-1(a)(2) And 6.301-1(c), Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements And Brand-name Descriptions.
the Department Of Veterans Affairs Medical Center Located At Va Connecticut Healthcare System, West Haven Va Medical Center, 950 Campbell Avenue, West Haven, Ct 06516, Has A Requirement As Described In The Attached Statement Of Work.
the Government Intends To Award Stryker Sales, Llc, A Firm-fixed-price Sole Source Contract.
a Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. This Notice Of Intent Is Not A Request For Competitive Proposals. This Is A Written Notice To Inform The Public Of The Governments Intent To Award On A Sole Source Basis.
interested Parties May Identify Their Interest And Capability To Respond To The Requirement. Any Response To This Notice Must Show Clear And Convincing Evidence That Competition Will Be Advantageous To The Government.
please Contact Manases Cabrera, Contracting Specialist, With The Responses Or Questions Regarding This Requirement At Manases.cabrera@va.gov.
this Notice Will Close On February 10, 2025, At 4:30 Pm Eastern Standard Time (est)
statement Of Work For Preventative And Corrective Maintenance Service Of Stryker Neptune Rovers And Docking Stations
general: The Contractor Shall Furnish All Labor, Travel, Materials, Support, And Service Necessary To Provide Preventative Maintenance (pm) And Corrective Maintenance Services On All Stryker Neptune Waste Management Equipment At The Va Connecticut Hcs In West Haven, Ct.
equipment Identification:
manufacturer
model
serial Number
asset Tag
location
stryker Corporation
neptune 3 Rover
2028227043
127940
3227-1-w-689
stryker Corporation
neptune 3 Rover
2030002513
127939
3227-1-w-689
stryker Corporation
neptune 3 Rover
2028700903
127938
3226-1-w-689
stryker Corporation
neptune 3 Rover
2019500343
127937
3246-1-w-689
stryker Corporation
neptune 3 Rover
2019501313
127936
3244-1-w-689
stryker Corporation
neptune 3 Rover
2021015143
127935
3246-1-w-689
stryker Corporation
neptune 3 Rover
2028227533
127934
3244-1-w-689
stryker Corporation
neptune 3 Rover
2030002013
127933
3244-1-w-689
stryker Corporation
neptune Docker
2034900093
127932
3226-1-w-689
stryker Corporation
neptune Docker
2033705023
127931
3226-1-w-689
table 1. Manufacturer, Model, Serial Number, Equipment Entry Number And Location Of Equipment
period Of Performance:
this Agreement Will Include A Base Year Plus Four Option Years.
base Year: 03/01/2025-02/28/2026
option Year 1: 03/01/2026-02/28/2027
option Year 2: 03/01/2027-02/29/2028
option Year 3: 03/01/2028-02/28/2029
option Year 4: 03/01/2029-02/28/2030
dates As Specified Unless Contract Award Passes These Dates. Then The First Date Of Performance Will Start The Day Of Award.
description Of Work: The Contractor Shall Provide All Required Service Including Emergency Service, Repairs, Preventative And Corrective Maintenance, Labor, Travel, Original Equipment Manufacturer (oem) Replacement And Repair Parts, And Technical Support For The Neptune 3 Rover Systems. All Services Performed Shall Be In Accordance With The (oem) Specifications. Field Service Engineers Must Be Licensed Or Contracted With The Original Manufacturer To Work On The Equipment. All Parts And Software Must Be Certified New From The Original Manufacturer.
hours Of Performance: Normal Hours Of Coverage Are Monday Through Friday 8:00 Am To 6:00 Pm Est Excluding Federal Holidays.
a. All Service/repairs Will Be Performed During Normal Hours Of Coverage Unless Requested Or Approved By The Contracting Officer S Representative (cor).
b. Preventative Periodic Maintenance Will Be Performed Monday Through Friday 8:00 Am To 6:00 Pm Est Or As Agreed To By The User And The Cor In Accordance With Manufacturer S Recommendations.
c. There Will Be 24/7 Telephone Support Coverage And 24/7 On-site Support Coverage.
d. Federal Holidays Observed By The Vamc Are:
New Year S Day Labor Day
Martin Luther King Day Columbus/indigenous People S Day
Presidents Day Veterans Day
Memorial Day Christmas Day
thanksgiving Day
juneteenth Day
independence Day
note: Hardware/software Update/upgrade Installations Will Be Scheduled And Performed At A Mutually Agreed Upon Time At No Additional Charge To The Government (unless It Would Be Detrimental To Equipment Up-time; To Be Determined By The Cor Or Designated Representatives. Government Provides Software/hardware Upgrade/update. There Shall Be No Additional Charge For Time Spent At The Site During Or After The Normal Hours Of Coverage Awaiting The Arrival Of Additional Fse And/or Delivery Of Parts.
conformance Standards: Contractor Shall Provide Service And Ensure That The Equipment Functions In Accordance With The Equipment Manufacturer S Technical Performance Specifications. Contractor Shall Conform To All Regulations To Include But Not Be Limited To Federal, State, And Local Governing Any Chemicals, Equipment Or Work Which May Be Used Or Performed In The Work Under This Contract.
operational Uptime Requirements: The Medical Equipment/system Shall Be Operable And Available For Use 96% Of The Normal Operating Hours Of The Equipment. Downtime Will Be Computed From Notification Of Problem During Normal Work Hours.
guaranteed Response Time: The Oem Certified Field Service Engineer (fse) Will Use Commercially Reasonable Efforts To Respond To Customer S Requests Within 24 Hours Of Notification To The Vendor S Service Support Team.
live Phone Support: Service Shall Include Phone Support With Vendor Technical Support Engineers 24 Hours, 7 Days A Week.
after Hours Phone Support: Service For After Hour Phone Support Shall Include 24 Hours, 7 Days A Week, And 365 Days A Year For Technical Assistance When Required.
preventative Maintenance: Perform System Scheduled Maintenance Inspections As Outlined In The User S Manual Developed By The Manufacturer.
parts: All Needed Parts For Wear And Tear, Repairs, And Maintenance Conducted Are Covered.
parts Exchange And Protection: All Parts Required For The Repair Of The System (excludes Instruments And Accessories) Are Covered. Preferred Pricing On Repairs Or Replacement Due To Accidental Damage.
unscheduled Maintenance (emergency Repair Service):
a. Contractor Shall Maintain The Equipment In Accordance With The Manufacturer S Specifications. The Contractor Shall Provide Repair Service Which May Consist Of Calibration, Cleaning, Oiling, Adjusting, Replacing Parts, And Maintaining The Equipment, Including All Intervening Calls Necessary Between Regular Services And Calibrations. All Required Parts Shall Be Furnished.
b. The Cor Or Government Designated Representatives Are Authorized To Request And Approve Service Calls From The Contractor.
c. Response Time: Contractor's Fse Must Respond With A Phone Call To The Cor Or Designated Representative Within 1 Hour After Receipt Of Telephoned Notification During Normal Hours Of Coverage.
scheduled Maintenance: All Labor And Travel Conducted During Normal Business Hours: Monday Through Friday, 8:00 Am To 6:00pm Est (excludes Vendor Company Holidays) Are Covered.
labor And Travel Expenses: All Labor And Travel Conducted During Normal Business Hours: Monday Through Friday, 8:00 Am To 6:00pm Est (excludes Vendor Company Holidays) Are Covered.
service Manuals/tools/equipment: All Required Manuals, Tools, And Equipment For Repairs And Maintenance Conducted Are Covered And Are The Responsibility Of The Vendor.
certified Trained Technicians And Key Personnel: The Scheduled Maintenance And Service Calls Shall Be Performed By Oem Trained Personnel In Accordance With The Agreement. Technicians Shall Include Fully Qualified Facility Service Engineers (fse) And A Fully Qualified Fse Who Will Serve As The Backup And Show Proof Of Competency, As Shown By Training Conducted On Said System. "fully Qualified" Is Based Upon Training And On Experience In The Field. For Training, The Fse(s) Has Successfully Completed A Formalized Training Program, For The Equipment Identified In This Statement Of Work. For Field Experience, The Fse(s) Has A Minimum Of Two Years Of Experience (except For Equipment Newly On The Market) With Respect To Scheduled And Unscheduled Preventive And Remedial Maintenance. Proof Of Training Shall Be Provided Upon Demand And Be Immediately Sent Via Fax, Upon Demand To The Cor. All Fse S And Technicians Shall Be Authorized By The Contractor To Perform The Maintenance Services. All Work Shall Be Performed By "fully Qualified" Competent Fse's. The Cor And/or Designated Representative Specifically Reserve The Right To Reject Any Of The Contractor's Personnel And Refuse Them Permission To Work On The Vamc Equipment. It Is Anticipated That Any Hospital Regulatory Inspections (tjc, Etc.) Will Have The Vendor Providing Proof That They Meet Industry Standards Of Quality, And Traceable Standards, As Used To Calibrate This Device- System, At The Time Of The Maintenance Event.
check In Requirements: The Field Service Engineer Or Technicians Must Report To The Biomedical Engineering Department To Obtain A Badge And Sign In With The Biomedical Engineering Service Before Work Begins. Submit Any Mobile Media Devices That Would Be Used On The System To A Virus Scan. Upon Completion Of Work, The Field Service Engineer Must Report To The Biomedical Engineering Service To Sign Out And Brief Biomedical Staff Or Supervisor If Biomedical Staff Is Unavailable Concerning Completion Of Service. At The End Of Briefing Field Service Engineer Will Return The Badge And Sign Out In The Biomedical Engineering Department.
documentation: Contractor Shall Furnish A Detailed Field Service Report Upon Completion Of Work To Biomedical Staff In The Biomed Department. Payment Will Not Be Processed Until A Properly Completed Service Report Is Received. The Service Report Shall Contain, At A Minimum, The Following Information:
identification Of Equipment To Be Serviced:
va Ee Number
vendor Inventory Id Number
manufacturer Name
device Name
model Number
serial Number
system Id
name Of Contractor And Contract Number
name Of Fse Who Performed Services
contractor Service Esr Number/log Number
date, Time (starting And Ending), Equipment Downtime And Hours On-site For Service Call
va Purchase Order Number(s) Covering The Call If Outside Normal Working Hours
total Time Spent Performing Maintenance.
detailed Narrative And Itemized Description Of The Services Required And Performed Including:
labor And Travel
parts (with Part Numbers)
materials
location
corrective Action
copies Of All Test Reports
complete List Of Parts Replaced (when Applicable)
date And Time The Repair/support Was Completed
total Cost To Be Billed (if Applicable I.e., Part(s) Not Covered, Or Service Rendered After Normal Hours Of Coverage).
signatures:
fse Performing Services Described
authorized Va Employee Who Witnessed Service Described
note: - Any Additional Charges Claimed Must Be Approved By The Cor Or Designated Representative Before Service Is Completed!
the Service Report Shall Itemize Every Item In The Specification. Each Item Shall State The "as Found" Condition Or Values, The "calibrated To" Or "adjusted To" Values, The Factory Design Tolerances, And A Complete Description Of All Work Performed Concerning The Items. Included Will Be A List Of New Parts Used And Recommended Future Repairs.
reporting Requirements: The Contractor Shall Be Required To Report To The Clinical Engineering Department To Log In. This Check- In Is Mandatory. When The Service Is Completed, The Fse Shall Document Services Rendered On A Legible Esr(s). The Fse Shall Be Required To Log Out With Biomedical Engineering And Submit The Esr(s) To The Cor Or Designated Representative. All Esrs Shall Be Submitted To The Equipment User For An "acceptance Signature" And To The Cor Or Designated Representative For An "authorization Signature". If Cor Or Designated Representative Is Unavailable, A Signed, Authorized Copy Of The Esr Will Be Left With The User.
place Of Performance:
va Connecticut Healthcare System
west Haven Va Medical Center
950 Campbell Avenue
west Haven, Ct 06516
contracting Officer Representatives: Prior To Contract Award, The Contracting Officer Shall Designate A Va Medical Center Employee As The Cor. All Work Coordination Shall Be Made Through The Cor. The Contractor Shall Be Provided A Copy Of The Letter Of Delegation Authorizing The Cor At The Commencement Of The Term Of The Contract. No Other Person Shall Be Authorized To Act In Such Capacity Unless Appointed In Writing By The Contracting Officer.
safety Requirements: In The Performance Of This Contract, The Contractor Shall Take Such Safety Precautions As The Contracting Officer May Determine To Be Reasonably Necessary To Protect The Lives And Health Of Occupants Of The Building. The Contracting Officer Shall Notify The Contractor Of Any Safety Issues And The Action Necessary To Correct These Issues. Such Notice, When Served To The Contractor Or His Representative At The Work Site Shall Be Deemed Sufficient For The Corrective Actions To Be Taken. If The Contractor Fails Or Refuses To Comply Promptly, The Contracting Officer May Issue An Order Stopping All Or Part Of The Work And Hold The Contractor In Default.
invoicing: Payment To Be Made Monthly In Arrears By Certified Invoices And Must Contain The Contract Number In Addition To The Requirements Detailed In 52.212-4 (g) To Be Considered Valid. All Invoices Shall Be Submitted To The Va Financial Service Center And Emailed To The Cotr. All Invoices Will Reference The Purchase Order Number Assigned To The Contract.
additional Charges: There Shall Be No Additional Charge For Time Spent At The Site (during, Or After The Normal Hours Of Coverage) Awaiting The Arrival Of Additional Fse And/or Delivery Of Parts.
transportation Charges: All Costs Associated With Transportation, From Shipping Point To The Destination Specified Above, And All Costs Of Removal After Contract Completion, Shall Be Paid By The Contractor And Incorporated In The Price Proposal. The Contractor Shall Be Responsible For All Damage In Transit Including Any Transportation Costs For Replacement.
reporting Required Services Beyond The Contract Scope: The Contractor Shall Immediately, But No Later Than 24 (twenty-four) Consecutive Hours After Discovery, Notify The Cor And/or Designated Representative (in Writing) Of The Existence Or The Development Of Any Defects In, Or Repairs Required, To The Scheduled Equipment Which The Contractor Considers He/she Is Not Responsible For Under The Terms Of The Contract. The Contractor Shall Furnish To The Cor Or Designated Representative A Written Estimate Of The Cost To Make Necessary Repairs.
condition Of Equipment: The Contractor Shall Accept Responsibility For The Equipment. Failure To Inspect The Equipment Prior To Contract Award Will Not Relieve The Contractor From Performance Of The Requirements Of This Contract.
test Equipment: Prior To Commencement Of Work On This Contract, The Contractor Shall Provide The Vamc With A Copy Of The Current Calibration Certification Of All Test Equipment Which Is To Be Used By The Contractor On Vamc's Equipment. This Certification Shall Also Be Provided On A Periodic Basis When Requested By The Vamc. Test Equipment Calibration Shall Be Traceable To The Original Equipment Manufacture S Standard.
identification, Parking, Smoking, And Va Regualtions: The Contractor's Fse's Shall Always Wear Visible Identification While On The Premises Of The Vamc. The Contractor Shall Park In The Appropriate Designated Parking Areas. Information On Parking Is Available From The Va Police Section. The Vamc Will Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor Under Any Conditions. Smoking Is Prohibited Inside Any Buildings At The Vamc. Possession Of Weapons Is Prohibited. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Va Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State, Or Municipal Court.
training: The Contractor Shall Provide First Call Clinical Engineering Training For Current Qualified Technicians At The Vamc, Ct During Regular Service Hours Of Monday Through Friday From 8:00am 6:00 Pm Est. This Is Not An Ongoing Training And Will Only Be Provided On An Annual Basis As Required. All Training For Upgrades To Equipment Shall Be Considered Within Scope Throughout The Life Of The Contract. All Service And Repairs Are Performed By Oem Factory Certified Technicians.
transportation Charges: All Costs Associated With Transportation, From Shipping Point To The Destination Specified Above, And All Costs Of Removal After Contract Completion, Shall Be Paid By The Contractor And Incorporated In The Price Proposal. The Contractor Shall Be Responsible For All Damage In Transit Including Any Transportation Costs For Replacement.
complaince With Osha Bloodborne Pathogens Standard: The Contractor Shall Comply With The Federal/california Osha Bloodborne Pathogens Standard. The Contractor Shall:
a. Have Methods By Which All Employees Are Educated As To Risks Associated With Bloodborne Pathogens.
b. Have Policies And Procedures Which Reduce The Risk Of Employee Exposure To Bloodborne Pathogens.
c. Have Mechanisms For Employee Counseling And Treatment Following Exposure To Bloodborne Pathogens.
d. Provide Appropriate Personal Protective Equipment/clothing Such As Gloves, Gowns, Masks, Protective Eyewear, Mouthpieces For The Employee During Performance Of The Contract.
miscellaneous: Additional Equipment May Be Added And/or Removed Throughout The Life Of This Contract And Shall Be Considered Within Scope.
contractor Personnel Security Requirements: All Contractor Personnel Shall Obtain A Short-term Identification Badge Issued By The Cor Or Government Designated Representative. Such Badge Shall Be Worn By The Individual And Prominently Always Displayed While On Va Property. No Employee Of The Contractor Shall Enter The Project Site Without A Valid Identification Badge Issued By The Va. To Obtain A Short-term Identification Badge, Contractor Personnel Shall Present To The Cor A Valid (non-expired) Photo Identification Issued By A Us Federal, State, Or Local Government Agency. Escort Will Be Provided As Required In Sensitive Work Areas. The C&a Requirements Do Not Apply, And The Security Accreditation Package Is Not Required. The Identified Sole Source Vendor Shall Be Subject To The Federal Laws, Regulations, Standards, And Va Directives And Handbooks Regarding Information And Information System Security As Delineated In Standard Acquisition Guidelines. Per The Va Handbook 6500.6, No Va Sensitive Information Will Be Transferred, Shared, Or Stored With Vendor. As Such, No Additional Mechanisms Will Be Needed To Ensure The Protection Of Information.
records Management Statement:
a. Contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.
b. In Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation.
c. In Accordance With 36 Cfr 1222.32, Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data.
d. Va Medical Center West Haven And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of The Va Medical Center West Haven Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To Va Medical Center West Haven. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230.
e. The Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To Va Medical Center West Haven Control Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4).
f. The Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Va Medical Center West Haven Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information.
g. The Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Va Medical Center West Haven Policy.
h. The Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public Va Medical Center West Haven Information That Are Not Specifically Tied To Or Authorized By The Contract.
i. The Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act.
j. The Va Medical Center West Haven Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which Va Medical Center West Haven Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20.
k. Training. All Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take Vha-provided Records Management Training, Talent Management System (tms) Item #3873736, Records Management For Records Officers And Liaisons. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training.
vha Supplemental Contract Requirements For Ensuring Adequate Covid-19 Safety Protocols For Federal Contractors:
contractor Employees Who Work In Or Travel To Vha Locations Must Comply With The Following:
documentation Requirements:
If Fully Vaccinated, Shall Show Proof Of Vaccination
note: Acceptable Proof Of Vaccination Includes A Signed Record Of Immunization From A Health Care Provider Or Pharmacy, A Copy Of The Covid-19 Vaccination Record Card (cdc Form Mls-319813_r, Published On September 3, 2020), Or A Copy Of Medical Records Documenting The Vaccination
if Unvaccinated And Granted A Medical Or Religious Exception, Shall Show Negative Covid-19 Test Results Dated Within Three Calendar Days Prior To Desired Entry Date. Test Must Be Approved By The Food And Drug Administration (fda) For Emergency Use Or Full Approval. This Includes Tests Available By A Doctor S Order Or An Fda Approved Over-the-counter Test.
documentation Cited In This Section Shall Be Digitally Or Physically Maintained On Each Contractor Employee While In A Va Facility And Is Subject To Inspection Prior To Entry To Va Facilities And After Entry For Spot Inspections By Contracting Officer Representatives (cors) Or Other Hospital Personnel.
Documentation Will Not Be Collected By The Va; Contractors Shall, At All Times, Adhere To And Ensure Compliance With Federal Laws Designed To Protect Contractor Employee Health Information And Personally Identifiable Information.
contractor Employees Are Subject To Daily Screening For Covid-19 And May Be Denied Entry To Va Facilities If They Fail To Pass Screening Protocols. As Part Of The Screening Process Contractors May Be Asked Screening Questions Found On The Following Website: Covid-19 Screening Tool. Regularly Check The Website For Updates.
contractor Employees Who Work Away From Va Locations, But Who Will Have Direct Patient Contact With Va Patients Shall Self-screen Utilizing The Covid-19 Screening Tool, In Advance Each Day That They Will Have Direct Patient Contact And In Accordance With Their Person Or Persons Who Coordinate Covid-19 Workplace Safety Efforts At Covered Contractor Workplaces. Contractors Shall, At All Times, Adhere To And Ensure Compliance With Federal Laws Designed To Protect Contractor Employee Health Information And Personally Identifiable Information.
contractor Must Immediately Notify Their Cor Or Contracting Officer If Contract Performance Is Jeopardized Due To Contractor Employees Being Denied Entry Into Va Facilities.
option To Extend Services (nov 1999): The Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed 6 Months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within 5 Days.
Closing Date10 Feb 2025
Tender AmountRefer Documents
Municipality Of San Vicente, Palawan Tender
Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Details: Description Invitation To Bid For The Supply And Delivery Of Office Supplies Not Available At Ps-depot Intended For The 1st Semester Requirement Of Different Offices, This Municipality/gds-2025-016 1. The Municipal Government Of San Vicente, Palawan, Through The General Fund Intends To Apply The Sum Of One Million Two Hundred Twelve Thousand Nine Hundred Six Pesos (₱1,212,906.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Office Supplies Not Available At Ps-depot Intended For The 1st Semester Requirement Of Different Offices, This Municipality/gds-2025-016. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. Set 5 3m Post-it Page Markers 670-5an 5 Colors 2. Piece 1 A4 Plastic Clip Board Hardboard Writing Pad Profile Clip With Hanging Hole 3. Piece 65 Arc File 2 Rings 3" Thick Cover, Long Size 4. Piece 1 Acrylic Suggestion Box 8x5x8 Inch, With Lock, 3mm Thickness 5. Pack 1 Acetate Film A4 Size 6. Piece 348 Ballpen, 0.7mm Color Black 7. Piece 198 Ballpen, 0.7mm Color Blue 8. Piece 904 Ballpen, 0.5mm Color Black(smooth Ink) 9. Piece 124 Ballpen, 0.5mm Color Blue(smooth Ink) 10. Box 72 Ballpen, Good Quality Black 12's/box 11. Box 16 Ballpen 0.5 Retractable, Black 12's/box 12. Box 2 Ballpen, Good Quality Black 12's/box 13. Pack 124 Battery, Dry Cell, Size Aa (heavy Duty) 14. Pack 82 Battery, Dry Cell, Size Aaa(heavy Duty) 15. Box 20 Binder Clip,2-51mm 16. Box 17 Binder Clips 1 Inch 17. Box 10 Binder Clips 1 1/2 Inch 18. Box 8 Binder Clips 1 1/4 Inch 19. Box 18 Binder Clips 2 Inch 20. Box 6 Binder Clips 3/4 Inch 21. Piece 4 Calculator 12 Digits, Mx 12b Heavy Duty 22. Box 4 Carbon Film/ Paper, 100's Legal (blue) 23. Piece 8 Cartolina Neon Color 24. Piece 12 Cartolina Red 25. Piece 12 Cartolina Black 26. Piece 12 Cartolina White 27. Pack 14 Cartolina, Assorted Colors 10pcs/pack 28. Piece 100 Cashbook (for Collector) 29. Piece 50 Cashbook (in-treasury) 30. Piece 195 Certificate Holder A4, Size 31. Piece 100 Certificate Frame Holder Legal Size 32. Box 10 Clear Sheet Protector, 27 Holes, 25 Pcs/box(legal) 33. Piece 30 Clear Holder Refillable, Color Black, Legal Size, 27 Holes 34. Pack 5 Clear Book, Refill A4, 10s/pack 35. Pack 5 Clear Book, Refill Legal, 10s/pack 36. Piece 42 Clearbook, Legal Size 37. Piece 10 Clipboard With Cover File Folder Organizer, Legal 38. Piece 10 Clipboard With Cover File Folder Organizer, A4 39. Box 28 Clip, Backfold, 25mm 40. Piece 3 Color Sticky Note/memo Pad With Arrow Flags In Pu Leather Case 41. Piece 15 Columnar 24 Columns 42. Box 11 Continuous Form, Carbonless, 2 Ply, 280x241mm 43. Piece 36 Correction Pen, Metal Tip 44. Piece 150 Customized Id Lace/lanyard 45. Piece 12 Cutter/utility Knife, For General Purpose 46. Piece 20 Data Folder, With Finger Ring(3"x9"x15")(blue) 47. Piece 130 Data Folder 48. Piece 75 Data File Box 49. Piece 7 Dater Stamp (heavy Duty) 50. Roll 76 Double Sided Tape 1" 51. Roll 10 Double Sided Tape 2" 52. Roll 10 Double Sided Tape 1/2" 53. Roll 10 Double Sided Tape Adhesive Transparent,1" 54. Box 10 Dressmaker's Pin, 26mm, 12s 55. Pad 3 Dtr, Daily Time Record Form-48,50 Leaves 56. Roll 10 Duct Tape, Width:48mm 57. Set 10 Duct Tape, Pvc Adhesive Tape, Size: 100mmx10m 58. Piece 4 Eagle Page Markers Ty7391 4s 59. Piece 50 Envelope Brown, Documentary A4 Size Doc. 60. Piece 62 Envelope Brown, Documentary Legal Size Doc. 61. Piece 185 Envelope, Expanding, Plastic, Lock With Handle, Legal 62. Piece 57 Envelope, Plastic With Handle And Zipper (legal) 63. Piece 200 Envelope, Plastic, Long, Transparent(ordinary) 64. Piece 200 Envelope, Plastic, A4, Transparent(ordinary) 65. Piece 174 Envelope, Expanding With Garter, Legal, 12's 66. Box 7 Envelope, Documentary, A4 67. Box 17 Envelope, Expanding, Kraft 68. Box 2 Envelope, Mailing, With Window 69. Set 15 File Tab Divider, Legal 70. Piece 15 File Tray 3 Layers, Acrylic Organizer/tray 71. Piece 590 Folder Ordinary(long) White 72. Piece 500 Folder Ordinary(a4) White 73. Piece 25 Folder With Ring, Arch File Folder, A4 74. Piece 25 Folder With Ring, Arch File Folder, Long 75. Piece 10 Folder, Expandable, Legal 76. Piece 75 Folder, Expandable, Legal (green) 77. Piece 20 Folder, Expandable, Legal (red) 78. Piece 50 Folder, Expandable, Legal (blue) 79. Pack 2 Folder, Expandable, Short (100pcs/pack) 80. Piece 50 Folder, Ordinary, Legal (green) 81. Pack 10 Folder, File Folder, Plain/kraft,14pts, Short, 100s 82. Piece 50 Folder, File Folder, Plain/kraft,14pts, A4, 100s 83. Piece 48 Folder, Transparent Plastic Long, White 84. Pack 3 Folder, Sliding, Transparent Long 100pcs/pack 85. Pack 2 Folder, Sliding, Transparent A4 100pcs/pack 86. Bundle 55 Folder, Fancy With Slide, Legal 87. Pack 5 Folder, L-type, A4 88. Pack 5 Folder, L-type, Legal 89. Box 11 Folder, Pressboard 90. Piece 20 Frame, Certificate,a4 91. Unit 1 Fire Extinguisher, Dry Chemical 92. Bottle 5 Glue,multi-purpose-all,500g 93. Bottle 121 Glue, All-purpose 94. Piece 2 Gun Tacker, Heavy Duty Multi-purpose W/ Handle Locking System For T50 Staple Wire 95. Box 5 Gun Tacker Staple Wire 96. Set 8 Highlighter (pink, Orange, Green & Yellow) 97. Set 3 Highlighter, 6pcs/set 98. Set 2 Highlighter, 9pcs/set 99. Piece 10 Inkjet Paper Matte, 108gsm 100. Piece 10 Illustration Board, 1 Whole 101. Pack 3 Laminating Film (a4 Size)100pcs/pack 102. Box 1 Laminating Pouches, A4 220x307, 250mic, 100pcs 103. Unit 1 Laptop Charger (for Hp I7) 104. Piece 1 Led Digital Snooze Electric Alarm Clock Backlight Time Calendar Battery Operated, Plastic, Size:13.5cmx7.5cmx4.5cm"x2.95"x1.77" (approx) Screen Size:11cmx5cm/4.33"x1.97"(approx) 105. Piece 7 Light-emitting Diode (led) Linear Tube, 18 Watts 106. Piece 15 Magazine File Box, Large Size, Made Of Chipboard 107. Piece 135 Manila Paper 108. Piece 192 Marker, Whiteboard, Black 109. Piece 80 Marker, Whiteboard, Blue 110. Piece 680 Marker, Permanent, Black 111. Piece 116 Marker, Permanent, Blue 112. Unit 3 Measuring Tape 15 Meters 113. Set 5 Metal Triple Desk Tray, Black 114. Box 10 Mild Steel Binder Clip, Small,12 Pcs/box, Colored 115. Ream 2 Neon Paper Assorted Color, Short 116. Ream 5 Neon Paper Assorted Color, Long 117. Pad 50 Note Pad, Stick On, (0.5"x 2") 118. Pad 38 Note Pad (2"x2") 119. Pad 107 Notepad, Stick-on, 50mm X 76mm 120. Pad 132 Notepad, Stick-on, 76mm X 100mm 121. Pad 110 Notepad, Stick-on, 76mm X 76mm 122. Piece 3 Numbering Stamp (12 Digits) 123. Roll 1 Nylon Cord Thread 300m (for Shoe Repairing) 124. Piece 2 Packbag For Collector 125. Piece 2 Packing Tape Dispenser, Metal, 2" 126. Roll 10 Packing Tape 3" 127. Bot 1 Padding Glue, Red, Binding All Kinds Of Paper 128. Piece 10 Padlock Big Size (for Container Van) 129. Piece 5 Padlock Standard Size (for Door) 130. Box 164 Paper Clip, Vinly/plastic Coated, 33mm 131. Box 111 Paper Fastener (plastic) Small 50's 132. Box 14 Paper Fastener (plastic)big, 50,s 133. Box 12 Paper Fastener (plastic)coated Extra Long 134. Pack 3 Paper Bag, Brown Size 6" 100's/pack 135. Ream 10 Paper, Bond 80gsm-letter 136. Ream 435 Paper, Multipurpose A4 137. Ream 345 Paper, Multipurpose Legal 138. Pad 53 Paper, Photo,a4 Glossy, 180 Gsm 139. Pack 1 Paper, Photo,a4 Glossy, 135 Gsm 140. Pack 33 Paper, Photo,a4 Size, 230gsm 141. Pad 10 Photo Sticker A4 135gsm 10 Sheets 142. Piece 418 Pen, Black, Liquid/gel Ink,0.5mm,needle Tip 143. Piece 140 Pen, Blue, Liquid/gel Ink,0.5mm,needle Tip 144. Piece 142 Pen, Green, Liquid/gel Ink,0.5mm,needle Tip 145. Piece 34 Pen, Red, Liquid/gel Ink,0.5mm,needle Tip 146. Piece 10 Pen, Violet, Liquid/gel Ink,0.5mm,needle Tip 147. Piece 24 Pen, Signing, Sign Pen 0.7black 148. Piece 27 Pen., Sign Pen Black, Hi-tech Point Vio Grip 149. Piece 7 Pencil, Lead, With Eraser No.1 150. Box 30 Pencil #2, Good Quality 151. Piece 46 Pentel Pen, Permanent Broad Black(refillable) 152. Bottle 8 Pentel Pen, Refill Ink, Black 30ml 153. Box 32 Push Pin (assorted Colors) 154. Piece 39 Puncher, Paper, Heavy Duty 155. Box 10 Pvc Cover, 300mic, 100 Pcs,a4 Size 156. Box 9 Pvc Cover, 300mic, 100 Pcs,legal Size 157. Pack 23 Rechargeable Battery (aa) 158. Pack 2 Rechargeable Battery (aaa) 159. Piece 5 Rechargeable Flashlight, Branded 160. Piece 54 Record Book 200pages 161. Piece 6 Record Book 300pages, 162. Piece 20 Record Book 500pages 163. Roll 3 Ribbons, Satin,40mmx25 Yards, White 164. Roll 3 Ribbons, Satin,40mmx25 Yards, Green 165. Roll 3 Ribbons, Satin,40mmx25 Yards, Light Brown 166. Roll 3 Ribbons, Satin,40mmx25 Yards, Red 167. Roll 3 Ribbons, Satin,40mmx25 Yards, Yellow 168. Roll 3 Ribbons, Satin,40mmx25 Yards, Peach 169. Roll 3 Ribbons, Satin,50mmx25 Yards, White 170. Roll 3 Ribbons, Satin,50mmx25 Yards, Green 171. Roll 3 Ribbons, Satin,50mmx25 Yards, Light Brown 172. Roll 3 Ribbons, Satin,50mmx25 Yards, Red 173. Roll 3 Ribbons, Satin,50mmx25 Yards, Yellow 174. Roll 3 Ribbons, Satin,50mmx25 Yards, Peach 175. Roll 2 Ribbon (2 Inches/cloth Type/red) 176. Roll 2 Ribbon (2 Inches/cloth Type/white) 177. Roll 2 Ribbon (1/2 Inch/cloth Type/red) 178. Roll 2 Ribbon (1/2 Inch/cloth Type/white) 179. Piece 10 Ribbon 4" Color (green) 180. Piece 10 Ribbon 4" Color (yellow) 181. Piece 10 Ribbon 4" Color (white) 182. Piece 10 Ribbon 4" Color (blue) 183. Piece 10 Ribbon 4" Color (yellow Green) 184. Cartridge 5 Ribbon Cartridge For Epson, Lx310, S015639/s015634 185. Cartridge 5 Ribbon Cartridge For Epson, Lq590ii,no.s015337/vp880rc 186. Bundle 11 Ring Binder 1" 10 Pcs/bundle 187. Bundle 5 Ring Binder 1.5" 10 Pcs/bundle 188. Bundle 29 Ring Binder 1/2" 10 Pcs/bundle 189. Bundle 5 Ring Binder 1/8" 10 Pcs/bundle 190. Bundle 5 Ring Binder 2" 10 Pcs/bundle 191. Bundle 16 Ring Binder 3/4" 10 Pcs/bundle 192. Bundle 8 Ring Binder 3/8" 10 Pcs/bundle 193. Bundle 1 Ring Binder 1/4" 10 Pcs/bundle 194. Bundle 8 Ring Binder 5/6" 10 Pcs/bundle 195. Piece 4 Rubber Numbering Stamp, Manual, 12 Band Self-inking 196. Box 25 Rubber Band No. 18 197. Pad 5 Safety Pins 198. Piece 28 Scissor Heavy Duty,10" 199. Piece 20 Scissor Heavy Duty,6" 200. Piece 69 Sign Pen, Extra Fine Tip, Black 201. Piece 176 Sign Pen, Fine Tip, Black 202. Piece 44 Sign Pen, Medium Tip, Black 203. Piece 15 Sign Pen, Extra Fine Tip, Blue 204. Piece 41 Sign Pen, Fine Tip, Blue 205. Piece 24 Sign Pen, Medium Tip, Blue 206. Piece 15 Sign Pen, Extra Fine Tip, Red 207. Pack 150 Specialty Paper, Size 8.5x11in, Gsm 90, 10 Sheets/pack (white And Cream) 208. Pad 10 Skirting Pins 209. Pack 7 Special Paper A4 (10 Sheets) Asstd. Colors 210. Pack 7 Special Paper Legal (10 Sheets) Asstd. Colors 211. Pack 40 Special Paper White Legal,200 Gsm 212. Pack 61 Special Paper White A4,200 Gsm 213. Pack 120 Special Board Paper A4,white Color,220 Gsm 214. Pack 25 Specialty Paper A4 Color: White, For Certificates 215. Pack 40 Specialty Board Paper(letter) With Touch Of Cream 10's/pack 216. Pack 200 Specialty Board Paper(short) Cream Color, 220gsm 217. Pack 65 Specialty Board Paper(short) Green Color, 220gsm 218. Pack 5 Specialty Board Paper(short) Peach Color, 80gsm 219. Pack 1 Spiral O" Or Ring Wire Binder Double Loop 3:1 Black Color, Legal Size(14.3mm(100pcs) 220. Pack 1 Spiral O" Or Ring Wire Binder Double Loop 3:1 Black Color, Legal Size(12.7mm(100pcs) 221. Pack 1 Spiral O" Or Ring Wire Binder Double Loop 3:1 Black Color, Legal Size(7.9mm(100pcs) 222. Piece 50 Spiral O" Or Ring Wire Binder Double Loop 3:1 Black Color, Legal Size(8mm) 223. Piece 50 Spiral O" Or Ring Wire Binder Double Loop 3:1 Black Color, Legal Size(10mm) 224. Piece 50 Spiral O" Or Ring Wire Binder Double Loop 3:1 Black Color, Legal Size(12mm) 225. Piece 50 Spiral O" Or Ring Wire Binder Double Loop 3:1 Black Color, Legal Size(14mm) 226. Piece 50 Spiral O" Or Ring Wire Binder Double Loop 3:1 Black Color, Legal Size(18mm) 227. Piece 50 Spiral O" Or Ring Wire Binder Double Loop 3:1 Black Color, Legal Size(20mm) 228. Box 43 Stapler With Remover (heavy Duty)#35 229. Box 31 Staple Wire No.35 26/6 And 5000 Fullstrip Staples 230. Bot 1 Stamp Pad Ink Black (950ml)purple 231. Piece 19 Stamp Pad, Felt 232. Piece 1 Stamp, Rubber, Customized, Wood Handle 233. Piece 10 Starfile Magazine Rack, Single, Horizontal 234. Piece 20 Stationary Tape Clear, 1/2 Inch 235. Piece 12 Stick Glue(small) 236. Pack 14 Sticker Paper Size A4, Color: White, 10's/pack 237. Pad 5 Sticky Note 1"x3" 238. Pad 25 Sticky Note 3"x3"/ 4 Pads/pack (multi-color) 239. Pad 10 Sticky Note 3"x4"/ 4 Pads/pack (multi-color) 240. Pad 5 Sticky Note, Arrow Head, (sign Here) Pad, 3"x4")min 241. Pad 5 Sticky Note 4"x4" 242. Pack 1 Stock Card 5x8" 100 Pieces Per Pack 243. Piece 50 Tabletop Pen With String And Stand 244. Piece 30 Tape Clear 3" 245. Piece 7 Tape Dispenser, Table Top 246. Roll 18 Tape, Electrical 247. Roll 111 Tape, Masking, 48 Mm 248. Roll 96 Tape, Packaging, 48 Mm 249. Roll 123 Tape, Transparent, 48 Mm 250. Roll 3 Twine, Plastic 251. Box 10 Thumbtacks,no.10.153,gold Steel, 100's 252. Pack 30 Vellum Paper, Legal, 180gsm,10pcs/pack, White 253. Piece 1 Weight And Measures Pliers Clip 254. Bottle 5 White Board Marker Ink (black) 255. Piece 1 Whiteboard, 18"x24" 256. Unit 1 Whiteboard, 48"x71" 257. Unit 1 Whiteboard, 36"x48" 258. Piece 1 Wooden Index Card Box 5x8 Inch For Inventory 259. Pad 5 Yellow Pad Paper 260. Pair 50 Scissors, Symmetrical/asymmetrical(heavy Duty) 261. Piece 1 Flash Drive, Usb, 3.0, 32gb 262. Piece 3 Mouse, Optical, Wireless, Usb 2. The Municipal Government Of San Vicente, Palawan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Calendar Days. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Municipal Government Of San Vicente, Palawan And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00p.m., Monday – Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5 To 26, 2025 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (₱5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees, In Person Or Through Electronic Means. 6. The Municipal Government Of San Vicente, Palawan Will Hold A Pre-bid Conference On February 12, 2025, 9:30 A.m. At Conference Room, Municipal Government Center, San Vicente, Palawan And/or Through Video Conferencing Or Webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual And Online Or Electronic Submission On Or Before February 26, 2025, 1:00 P.m. Late Bids Shall Not Be Accepted. 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 February 26, 2025, 1:30 P.m. At The Conference Room, Municipal Government Center, San Vicente, Palawan Given Address Below And/or Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. For Online Submission, The Bidder Shall Submit Simultaneously Their Bids In Two (2) Separate Folders ( 1 For Technical/eligibility Documents And 1 For Financial Documents) Using A Two-factor Security Procedure Consisting Of An Archive Format (.zip Or .rar) Compression And Password Protection And Disclose The Password For Accessing Their Respective Bid Submission Only During The Actual/virtual Bid Opening. Bidding Documents Not In Compressed Archive Folders And Are Not Password-protected, Shall Be Rejected. However, Bidding Documents Not Properly Compressed And Password-protected, As Required Shall Be Accepted, Provided That The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Shall Assume No Responsibility For Improper Compressed Or Password-protected Folder, Or For Its Premature Opening. 11. The Municipal Government Of San Vicente, Palawan 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: Leah A. Oblian Bac Secretariat Office Address: Municipal Government Center, Poblacion San Vicente, Palawan Electronic Mail Address: Bacsanvicentepalawan@gmail.com Contact Number: 09171575200 (sgd.) Orlando C. Estoya Mun. Disaster Risk Reduction And Management Officer Bac Chairperson 1st Posting
Closing Date26 Feb 2025
Tender AmountPHP 1.2 Million (USD 20.9 K)
City Of Lamitan Tender
Machinery and Tools
Philippines
Details: Description Republic Of The Philippines Bangsamoro Autonomous Region In Muslim Mindanao (barmm) Province Of Basilan City Government Of Lamitan Invitation To Bid Procurement Of Office Supplies For The 1st And 2nd Quarter Of 2025 Requested By The Different Offices Of The City Government Of Lamitan The City Government Of Lamitan, Through The Office Of The City Mayor Under Office Supplies Expenses Of Different Offices 2025 Intends To Apply The Sum Of Philippine Peso: One Million Eight Hundred Sixty-four Thousand Seven Hundred Fifty-nine Pesos And Twenty-five Centavos. (php1,864,759.25) Being The Abc To Payments Under The Contract For The Procurement Of Office Supplies For The 1st And 2nd Quarter Of 2025 Requested By The Different Offices Of The City Government Of Lamitan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The City Government Of Lamitan Through The Office Of The City Mayor Under Office Supplies Expenses Of Different Offices 2025 Intends To Apply The Following Abc Per Item To Payments Under The Contract Or Each Item, To Wit: Item No. Quantity Unit Of Issue Item Description Estimated Unit Cost Estimated Cost 1 194 Bots Air Freshener Lemon Php247.00 Php47,918.00 2 107 Pcs Albatros With Handle 60.50 6,473.50 3 176 Bots Alcohol 500ml (casino) 131.00 23,056.00 4 44 Bots Alcohol 500ml (green Cross) 106.00 4,664.00 5 30 Bots Alcohol (250ml) Casino Ethyl 65.00 1,950.00 6 7 Gals Alcohol 825.00 5,775.00 7 46 Doz Ariel Powder - Twin Size 173.25 7,969.50 8 6 Doz Ariel With Downy (48g) 214.50 1,287.00 9 20 Pads Attachment Form #102 Birth 605.00 12,100.00 10 20 Pads Attachment Form #103 Death 605.00 12,100.00 11 5 Reams A3 Bond Paper 550.00 2,750.00 12 361 Reams A4 Bond Paper 269.00 97,109.00 13 6 Boxes Ballpen Hbw 9801 Black & Blue 250.25 1,501.50 14 52 Boxes Ballpen 12's Good Quality Black 106.00 5,512.00 15 11 Boxes Ballpen 12's Good Quality Blue 106.00 1,166.00 16 6 Boxes Ballpen 12's Good Quality Red 106.00 636.00 17 10 Boxes Box Tissue 90.00 900.00 18 409 Pcs Brown Envelope Long 14.00 5,726.00 19 167 Pcs Brown Envelope Short 10.00 1,670.00 20 14 Bots Brother Ink (bt6000) Black 687.50 9,625.00 21 2 Set Brother Ink Refill For Printer (dcp-t720dw) 3,150.00 6,300.00 22 325 Pcs Ballpen Black 10.00 3,250.00 23 100 Pcs Ballpen Red 10.00 1,000.00 24 10 Pks Battery Aa (eveready) 51.00 510.00 25 16 Pks Battery Aaa (eveready) 46.00 736.00 26 11 Bots Baygon Spray 500ml 386.00 4,246.00 27 5 Tubes Blade, For General Purpose Cutter/utility Knife 29.00 145.00 28 43 Pcs Broom - Tambo 242.00 10,406.00 29 30 Pcs Broom - Ting-ting 35.00 1,050.00 30 613 Reams Cactus Long 280.00 171,640.00 31 598 Reams Cactus Short 258.00 154,284.00 32 16 Pc Calculator 12 Digits - Good Quality 830.00 13,280.00 33 3 Boxes Carbon Paper Long (red Feather) 208.00 624.00 34 10 Pcs Cartolina 15.00 150.00 35 24 Pcs Chicago Screw 3" 19.00 456.00 36 10 Pcs Cleaner, Toilet And Urinal (gel Stamp) 26.00 260.00 37 10 Boxes Clip Binder 2" 86.00 860.00 38 10 Boxes Clip Binder 1" 35.00 350.00 39 24 Pks Coffee 3 In 1 282.00 6,768.00 40 10 Pad Columnar Sheet (24 Columnns) 88.00 880.00 41 7 Pcs Computer Mouse (usb Type) 286.00 2,002.00 42 25 Pcs Correction Pen Liquid (paper Mate) 60.50 1,512.50 43 137 Pcs Correction Tape Whiper Plus 132.00 18,084.00 44 1 Doz Cup & Saucer 598.00 598.00 45 3 Pcs Customized Receiving Stamp 600.00 1,800.00 46 5 Pcs Customized Faximile Signature Stamp 600.00 3,000.00 47 2 Pcs Customized Faximile Fullname Mayor Stamp 600.00 1,200.00 48 2 Pcs Customized Faximile Certified True Copy Stamp 600.00 1,200.00 49 1 Pc Customized Released Stamp 600.00 600.00 50 36 Pcs Cutter 99.00 3,564.00 51 12 Pcs Dater 132.00 1,584.00 52 55 Bots Dishwashing Liquid (250 Ml) 97.00 5,335.00 53 69 Bots Dishwashing Liquid 495ml 150.00 10,350.00 54 50 Ties Diswashing Powder 65.00 3,250.00 55 20 Pcs Diswashing Soap 30.00 600.00 56 25 Pcs Detergent Bar 31.00 775.00 57 66 Bots Domex 500ml 125.00 8,250.00 58 35 Pcs Doormat 181.50 6,352.50 59 49 Rolls Double Sided Tape 1" 27.50 1,347.50 60 28 Pcs Dust Pan 168.00 4,704.00 61 16 Pcs Dipper 77.00 1,232.00 62 1 Pc Dish Drainer 564.00 564.00 63 64 Gals Downy 3.8l 841.00 53,824.00 64 21 Pcs Dest Tray - 3 Layers 770.00 16,170.00 65 92 Bots Elmer's Glue - 130g 77.00 7,084.00 66 20 Bots Elmer's Glue Big 473ml 393.25 7,865.00 67 6 Bots Epson Ink 001 Black 786.50 4,719.00 68 76 Bots Epson Ink Black 003 786.50 59,774.00 69 31 Bots Epson Ink Cyan 003 786.50 24,381.50 70 30 Bots Epson Ink Magenta 003 786.50 23,595.00 71 30 Bots Epson Ink Yellow 003 786.50 23,595.00 72 42 Bots Epson Ink Black T6641 385.00 16,170.00 73 18 Bots Epson Ink Cyan T6642 385.00 6,930.00 74 20 Bots Epson Ink Magenta T6643 385.00 7,700.00 75 19 Bots Epson Ink Yellow T6644 385.00 7,315.00 76 97 Bots Epson Ink 664 Black 385.00 37,345.00 77 48 Bots Epson Ink 664 Cyan 385.00 18,480.00 78 48 Bots Epson Ink 664 Magenta 385.00 18,480.00 79 48 Bots Epson Ink 664 Yellow 385.00 18,480.00 80 15 Sets Epson Ink 664 (4 Set Of Color) 1,540.00 23,100.00 81 15 Sets Epson Ink 003 3,146.00 47,190.00 82 2 Set Epson Ink 001 3,146.00 6,292.00 83 654 Pcs Expanding Envelope Long 25.00 16,350.00 84 175 Pcs Expanding Folder Long 25.00 4,375.00 85 8 Pcs External Hard Drive 1tb 4,950.00 39,600.00 86 119 Boxes Fastener - Plastic 54.00 6,426.00 87 10 Pcs Feather Dust 270.00 2,700.00 88 25 Pcs Flashlights Rechargeable 500.00 12,500.00 89 10 Pcs Flower Pot Plastic Big 246.00 2,460.00 90 6 Pcs Flower Pot Plastic Medium 186.00 1,116.00 91 587 Pcs Folder Short White 13.25 7,777.75 92 952 Pcs Folder Long White 14.00 13,328.00 93 10 Pcs Folder Racks 300.00 3,000.00 94 1 Doz Fork 60.00 60.00 95 20 Pcs Form 102 Birth 605.00 12,100.00 96 20 Pads Form 103 Death 605.00 12,100.00 97 20 Pads Form 97 Marriage 605.00 12,100.00 98 3 Bots Furniture Polisher 250ml (pledge) 122.00 366.00 99 1 Doz Glass 820.00 820.00 100 38 Bots Glass Cleaner 500ml 175.00 6,650.00 101 12 Bots Glade Car Gel 202.00 2,424.00 102 4 Pcs Glue Gun Small 422.00 1,688.00 103 45 Pcs Glue Stick 44.00 1,980.00 104 10 Boxes Gun Tucker Wire 82.00 820.00 105 7 Bots Hand Soap 500ml 238.00 1,666.00 106 4 Pcs Hand Towel 378.00 1,512.00 107 2 Pcs Hbw Stapler 9949-1 With Remover 284.00 568.00 108 5 Pks Index Card 1/2" (for Inventory) 36.00 180.00 109 2 Pcs Keyboard Wired A4tech Pk-8572 1,100.00 2,200.00 110 4 Pcs Kyocera Tk-1175 Toner Kit 8,892.00 35,568.00 111 5 Pcs Kyocera Toner Tk-4109 9,660.00 48,300.00 112 1 Box Laid Paper Short 1,125.00 1,125.00 113 15 Pcs Led Bulb 9 Watts 145.00 2,175.00 114 5 Pcs Liquid Pencil 35.75 178.75 115 61 Bots Lysol (170ml) 302.00 18,422.00 116 5 Boxes Mailing Envelope Long White 390.00 1,950.00 117 5 Pads Marriage Application 605.00 3,025.00 118 46 Rolls Masking Tape 2" 33.00 1,518.00 119 95 Boxes Mygel .5 Black 401.00 38,095.00 120 11 Boxes Mygel .7 Blue 401.00 4,411.00 121 1 Box Mygel .5 Red 401.00 401.00 122 4 Pcs Mopper With Mop Head 481.25 1,925.00 123 5 Pcs Mouse Pad 242.00 1,210.00 124 5 Gals Muriatic Acid 220.00 1,100.00 125 60 Kls Native Coffee 88.00 5,280.00 126 1000 Pcs Ownership Record Card 40.25 40,250.00 127 46 Rolls Packing Tape 2" 55.00 2,530.00 128 2 Pcs Padlock 144.00 288.00 129 45 Pads Page Marker (assorted Color) Sign Here 35.75 1,608.75 130 7 Pcs Pail 170.00 1,190.00 131 38 Boxes Paper Clamp Big 86.00 3,268.00 132 9 Box Paper Clamp Small 38.50 346.50 133 86 Boxes Paper Clip Jumbo - Colored 43.50 3,741.00 134 53 Boxes Paper Clip Small - Colored 32.50 1,722.50 135 105 Pks Paper Cups 82.50 8,662.50 136 2 Pcs Paper Cutter Board 1,072.50 2,145.00 137 46 Boxes Pencil Mongol No.2 120.50 5,543.00 138 3 Pcs Pencil Sharpener 435.00 1,305.00 139 5 Pcs Puncher Heavy Duty 2 Holes 342.00 1,710.00 140 20 Pcs Photo/certificate Frame 363.00 7,260.00 141 99 Pks Photo Paper A4 (best Quality) 126.00 12,474.00 142 62 Pks Photo Paper Sticker 191.00 11,842.00 143 5 Reams Pink Paper With Holes 357.50 1,787.50 144 7 Boxes Push Pin 50's 33.00 231.00 145 5 Boxes Pilot Pen Black 601.00 3,005.00 146 106 Pcs Pilot Pen - Black 51.00 5,406.00 147 5 Pcs Pilot Pen - Blue 51.00 255.00 148 10 Pcs Plastic Handy Envelope 162.00 1,620.00 149 1 Doz Plate 406.00 406.00 150 10 Pcs Plus Correction Tape Refill 132.00 1,320.00 151 100 Cases Purified Drinking Water 264.00 26,400.00 152 3 Boxes Pvc Cover A4 858.00 2,574.00 153 25 Pcs Raincoat - Poncho 650.00 16,250.00 154 5 Pcs Rechargeable Battery Aaa 600.00 3,000.00 155 5 Pcs Rechargeable Battery With Charger Aa 1,800.00 9,000.00 156 65 Pcs Record Book 500 Leaves 122.00 7,930.00 157 46 Pcs Record Book 300 Leaves 101.25 4,657.50 158 10 Boxes Ring Binder 1" 35.00 350.00 159 10 Boxes Ring Binder 1.5" 70.00 700.00 160 3 Pcs Ruler Plastic 12 Inches 11.00 33.00 161 3 Pcs Ruler Steel 12 Inches 125.00 375.00 162 12 Pks Sando Bag Big 264.00 3,168.00 163 80 Pcs Scissors Big Heavy Duty 112.25 8,980.00 164 33 Rolls Scotch Tape 1" 19.00 627.00 165 57 Rolls Scotch Tape 2" Transparent 60.00 3,420.00 166 5 Rolls Scotch Tape 2" Brown 60.00 300.00 167 1 Pc Scotch Tape Dispenser 420.00 420.00 168 2 Pcs Self Inking Stamp (certified True Copy) 450.00 900.00 169 2 Pcs Self Inking Stamp (released) 450.00 900.00 170 6 Pcs Sign Pen - Black 33.00 198.00 171 1 Box Sign Pen (black 1.0) Pilot V7 1,030.00 1,030.00 172 1 Box Sign Pen (blue 1.0) Pilot V7 1,030.00 1,030.00 173 3 Boxes Sign Pen (finetech) 1,050.00 3,150.00 174 30 Pcs Slippers Size 10 59.00 1,770.00 175 5 Pks Special Paper A4 (cream) 78.75 393.75 176 20 Pks Special Paper Short 44.00 880.00 177 3 Pcs Sponge 30.00 90.00 178 1 Doz Spoon 60.00 60.00 179 8 Pcs Stamp Pad 57.75 462.00 180 12 Bots Stamp Pad Ink Purple 475ml 158.00 1,896.00 181 15 Bars Soap Bar 32.00 480.00 182 12 Pcs Soap (safeguard) 48.75 585.00 183 3 Boxes Staple Wire #10 17.00 51.00 184 136 Boxes Staple Wire #35 81.00 11,016.00 185 61 Pcs Stapler #35 With Remover 549.00 33,489.00 186 2 Pads Sticky Notes 71.50 143.00 187 11 Pks Sticker Paper Long (matte) 76.00 836.00 188 57 Pcs Stabilo Highlightener 41.25 2,351.25 189 25 Kls Sugar Brown 54.00 1,350.00 190 5 Kls Surf With Downy Powder (1000g) 142.00 710.00 191 10 Pcs Table Napkins 59.00 590.00 192 15 Boxes Thumbtacks 21.00 315.00 193 219 Rolls Tissue Joy 2 Ply 20.00 4,380.00 194 46 Rolls Tissue 4 Ply 20.00 920.00 195 47 Doz Tissue 238.00 11,186.00 196 40 Rolls Trash Bag Medium 93.00 3,720.00 197 25 Rolls Trash Bag Large 97.50 2,437.50 198 27 Pcs Trash Can Big With Cover 885.50 23,908.50 199 23 Pcs Tornado Mop 1,003.75 23,086.25 200 5 Pcs Toilet Brush 206.25 1,031.25 201 3 Pc Usb 16gb 263.00 789.00 202 13 Pcs Usb 32gb 425.00 5,525.00 203 21 Pcs Usb 64 Gb Sandisk 513.00 10,773.00 204 15 Pcs Usb Otg 32gb 1,157.00 17,355.00 205 43 Pks Vellum Paper Long (10's) 49.50 2,128.50 206 33 Pks Vellum Paper Short (10's) 44.00 1,452.00 207 2 Pcs Wall Clock 574.00 1,148.00 208 12 Pks Wet Wipes 66.00 792.00 209 1 Boxes Whiper Refill 1,320.00 1,320.00 210 5 Pcs White Board Marker Black 86.00 430.00 211 1 Box White Board Marker Black Pilot 1,030.00 1,030.00 212 8 Pcs Wooden Brush Big With Handle 82.50 660.00 213 66 Pads Yellow Paper 37.00 2,442.00 214 60 Gals Zonrox Disinfectant (original) 174.00 10,440.00 ****nothing Follows**** Total Php1,864,759.25 Bids Received In Excess Of The Abc For Each Item Shall Be Automatically Rejected At Bid Opening. 1. The City Government Of Lamitan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Sixty (60) Calendar Days Upon Receipt Of Notice To Proceed (ntp). 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). 2. 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 Proprietorship, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 3. Prospective Bidders May Obtain Further Information From City Government Of Lamitan Bids And Awards Committee Office, 3rd Floor, Main Building City Hall Complex, Rizal Avenue, Brgy. Maganda, Lamitan City And Inspect The Requisite Bidding Documents At The Address Given Above During Mondays – Fridays (8:00 Am – 5:00 Pm). 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 5-27, 2025 Until 10:00 Am From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. The City Government Of Lamitan Will Hold A Pre-bid Conference On March 13, 2025 10:00am At The Office Of The Bids And Awards Committee (bac) 3rd Floor, Main Building City Hall Complex, Rizal Avenue, Brgy. Maganda, Lamitan City, Basilan. 5. Bidders Are Advised To Contact The Bac Secretariat And Submit A Letter Of Intent On/before The Scheduled Pre-bid Conference. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 10:00 Am On March 27, 2025.late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On March 27, 2025 10:00 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The City Government Of Lamitan 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. For Further Information, Please Refer To: Mr. Omar S. Alfaro Bac Head Secretariat, Bids And Awards Committee Bac Conference Room, 3rd Floor, Main Building, City Hall Complex, Rizal Ave., Brgy. Maganda, Lamitan City, Basilan 09758223958/lamitanbac.22@gmail.com March 05, 2025 Forester Allan R. Tura Chairperson, Bids And Awards Commitee
Closing Date27 Mar 2025
Tender AmountPHP 1.8 Million (USD 32.6 K)
Municipality Of Bulan, Sorsogon Tender
Publishing and Printing
Philippines
Details: Description 6 Piece 5 Pocket, Expanding Case With Snap, Long 12 Piece 5 Pocket, Expanding Case With Snap, Short 17 Box Ballpen - Ball Point, Black, .5 146 Box Ballpen - Ball Point, Black, .7 43 Box Ballpen - Ball Point, Blue, .7 1 Box Ballpen - Ball Point, Red, .7 17 Box Ballpen - Black, Retractable 5 Box Ballpen - Friction Pen Refill 0.3 3 Box Ballpen - Gel, .3, Black 28 Box Ballpen - Gel, .5, Black 5 Box Ballpen - Gel, .5, Blue 18 Box Ballpen - Gel, .7, Black 1 Box Ballpen - Gel, .7, Blue 3 Box Ballpen - Gel, .7, Green 28 Piece Battery - Aa, Dry Cell 10 Piece Battery - Aa, Rechargeable, Heavy Duty 104 Piece Battery - Aaa, Alkaline 2 Piece Binder - Plastic, Circular Ring, Black, 500 Pages 2 Piece Binder - Plastic, Circular Ring, Black, 800 Pages 3 Pack Binder - Plastic, Comb Ring Spine, 100's 21 Holes, A4 3 Pack Binder - Plastic, Comb Ring Spine, 100's 21 Holes, Legal 24 Piece Binder - Plastic, Spiral, Black, ½" 10 Piece Binder - Plastic, Spiral, Black, ¾" 10 Piece Binder - Plastic, Spiral, Black, 1" 10 Piece Binder - Plastic, Spiral, Black, 2" 21 Box Binder Clip - Black, 12's, ½" 17 Box Binder Clip - Black, 12's, 1 ¼" 2 Piece Board - ½ Corkboard & ½ Whiteboard W/ Aluminum Frame 2x2 2 Piece Board - Cork, 20x30 Cm 1 Piece Board - White, 3x5 Ft 30 Ream Bond Paper - A3, Subs 20, 70 Gsm, 500 Sheets 815 Ream Bond Paper - A4, Subs 20, 70 Gsm, 500 Sheets 50 Ream Bond Paper - Groundwood Mimeo - Legal, Subs 18, 480 Sheets 65 Ream Bond Paper - Groundwood Mimeo - Letter, Subs 18, 480 Sheets 794 Ream Bond Paper - Legal, Subs 20, 70 Gsm, 500 Sheets 75 Ream Bond Paper - Legal, Subs 20, 80 Gsm, 500 Sheets 378 Ream Bond Paper - Letter, Subs 20, 70 Gsm, 500 Sheets 40 Ream Bond Paper - Letter, Subs 20, 80 Gsm, 500 Sheets 2 Unit Calculator - 14 Digits 2 Way Power 1 Unit Calculator - 991 Es 1 Unit Calculator - El-2607 Pg 4 Pack Carbon Film - A4, Blue, 100 Sheets 4 Pack Carbon Film - Legal, Blue, 100 Sheets 2 Pack Carbon Film - Legal, Blue, 10's 3 Piece Certificate Frame (8.5 X 11) 3 Piece Certificate Frame (8.5 X 13) 20 Piece Certificate Holder / Jacket - Plastic, A4 12 Piece Clamp - Corner Paper, Triangular Clip 10 Piece Clipboard - Legal Size 1 Piece Clipboard - Legal Size, Lawanit 1 Piece Clock - Wall, 12" 12 Piece Columnar Book - 12 Columns 1 Piece Columnar Book - 24 Columns 30 Piece Columnar Book - 8 Columns 5 (blank) Cord String 5 Piece Correction Pen- Metal Point Cp900 225 Piece Envelope - Expandable, Assorted Color, Long 168 Piece Envelope - Expandable, Brown, Long 35 Piece Envelope - Expandable, Green, Long 15 Piece Envelope - Expandable, Green, Short 10 Piece Envelope - Expandable, Plastic, Long, Thick, Heavy Duty 10 Piece Envelope - Expandable, Plastic, Thin 415 Piece Envelope - Long, Brown 5 Box Envelope - Mailing, Long, White, 500 Pcs 1 Box Envelope - Mailing, Short, White, 500 Pcs 110 Piece Envelope - Plastic, Long, Clear 80 Piece Envelope - Plastic, Long, Gauge 4 25 Piece Envelope - Plastic, Short, Clear 58 Piece Envelope - Short, Brown 4 (blank) External Hard Drive - 1 Tb, Usb 13 Box Fastener - Metal 91 Box Fastener - Plastic 20 Box Fastener - Vinyl Coated 250 Piece File Case - Document Organizer Box, Long, Dark Blue 2 Piece File Rack - 6 Layers, Black, Metal 2 Piece File Tray - 3 Layers 16 Piece Filing Rack - Black, Plastic 57 Piece Filing Rack - Black, Stand File 1 Unit Flash Drive - 128 Gb 2 Unit Flash Drive - 16 Gb 2 Unit Flash Drive - 32 Gb 6 Piece Folder - 5 Pocket, Expanding Case With Snap (long) 25 Piece Folder - Arch File, Blue, Horizontal, Long 5 Piece Folder - Arch File, Vertical, Black, 2" 105 Piece Folder - Assorted Colors , Long, Thick 43 Piece Folder - Blue , Long, Thick 145 Piece Folder - Brown, Long, Thick 40 Piece Folder - Certificate Folder, A4 10 Piece Folder - Certificate Folder, Legal 11 Piece Folder - Clearbook, Refillable, 20 Sheets, Legal Size 45 Piece Folder - Expandable, Assorted Colors, Long 215 Piece Folder - Expandable, Green, Long 80 Piece Folder - Plastic, Long 11 Piece Folder - Plastic, Short 2016 Piece Folder - White , Long, Thick 3 Pack Folder - White , Long, Thick, 100 Pcs 115 Piece Folder - White, A4, Thick 20 Piece Folder - White, Long, Thick 525 Piece Folder - White, Short, Thick 3 Pack Folder - White, Short, Thick, 100 Pcs 70 Piece Folder Jacket - Short 15 Piece Frames - Certificate, A4 Size 9 Piece Frames - Certificate, Legal Size 28 Bottle Glue - Liquid 130 Gms 3 Bottle Glue - Liquid 240 Gms 1 Bottle Glue - Liquid Big (1 Liter) 5 Unit Glue Gun - Heavy Duty, Big 5 Bottle Glue Oily - 50g #502 135 Piece Glue Stick - Big 3 Unit Gun Tucker - Heavy Duty 8 Box Gun Tucker - Wire 12 Piece Highlighter - Light Blue 58 Piece Highlighter - Light Green 4 Piece Highlighter - Orange 2 Piece Highlighter - Pink 3 Piece Highlighter - Violet 21 Piece Highlighter - Yellow 1 Box Index Tabs - White / Letter 7 Bottle Ink - Pixma Gi-790 Black 2 Bottle Ink - Pixma Gi-790 Cyan 2 Bottle Ink - Pixma Gi-790 Magenta 2 Bottle Ink - Pixma Gi-790 Yellow 19 Bottle Ink - Printer, 001 Black 100ml 10 Bottle Ink - Printer, 001 Black 127ml 19 Bottle Ink - Printer, 001 Cyan 100ml 19 Bottle Ink - Printer, 001 Magenta 100ml 18 Bottle Ink - Printer, 001 Yellow 100ml 134 Bottle Ink - Printer, 003 Black 65ml 76 Bottle Ink - Printer, 003 Cyan 65ml 77 Bottle Ink - Printer, 003 Magenta 65ml 78 Bottle Ink - Printer, 003 Yellow 65ml 31 Bottle Ink - Printer, 664 Black 70ml 24 Bottle Ink - Printer, 664 Cyan 70ml 22 Bottle Ink - Printer, 664 Magenta 70ml 22 Bottle Ink - Printer, 664 Yellow 70ml 7 Bottle Ink - Printer, 774, Black 12 Bottle Ink - Printer, Bt5000, Cyan 12 Bottle Ink - Printer, Bt5000, Magenta 13 Bottle Ink - Printer, Bt5000, Yellow 15 Bottle Ink - Printer, Btd60, Black 5 Bottle Ink - Printer, Hp Gt52 Cyan 5 Bottle Ink - Printer, Hp Gt52 Magenta 5 Bottle Ink - Printer, Hp Gt52 Yellow 6 Bottle Ink - Printer, Hp Gt53 Black 1 Unit Keyboard - Wired 2 Unit Keyboard & Mouse - Wireless 1 Pack Laminating Film - 100 Per Pack, Legal Size, 125 Micron 1 Pack Laminating Film - 100 Per Pack, Legal Size, 250 Micron 5 Pack Laminating Film - 40/50s Per Pack, Legal Size, 125 Micron 3 Bottle Lcd Cleaner 5 Piece Ledger - 4 Columns 27 Piece Manila Paper 6 Box Marker - Permanent, Black, Broad, .5, Per Box 1 Box Marker - Permanent, Black, Extra Fine Tip, Per Box 18.75 Box Marker - Permanent, Black, Fine, .5, Per Box 1 Box Marker - Permanent, Blue, Broad, .5, Per Box 2 Box Marker - Permanent, Blue, Fine, .5, Per Box 1 Box Marker - Permanent, Red, Fine, .5, Per Box 9.5 Box Marker - White Board, Black, Per Box 1 Box Marker - White Board, Blue, Per Box 1 Box Marker - White Board, Red, Per Box 1 Unit Mouse - Wired 1 Unit Mouse - Wired, Heavy Duty 1 Unit Mouse - Wireless, Heavy Duty 4 Piece Mouse Pad - 31" X 12" 24 Ream Onion Skin - 42 Gsm, Legal 1 Piece Otg - Usb Type, 16 Gb For Ios 2 Pack Paper - Binding Cover (letter) Blue 7 Ream Paper - Colored, Assorted Colors, Long 4 Ream Paper - Colored, Assorted Colors, Short 4 Pack Paper - Photo Paper, Glossy, A4 53 Pack Paper - Photo Paper, Glossy, Long 6 Pack Paper - Photo Paper, Glossy, Short 10 Pack Paper - Photo Sticker 1 Ream Paper - Special Paper, Long Size 53 Pack Paper - Sticker Paper, Glossy, A4 10 Pack Paper - Sticker Paper, Glossy, A4, 10's 7 Pad Paper - Yellow Pad 32 Roll Paper Coil 1 Unit Paper Cutter - Wood And Metal, Heavy Duty 5 Piece Pen Refill - Fixtion 2 Roll Plastic Cover - Transparent, Thick, #14, Per Roll 1 Yard Plastic Cover - Transparent, Thin, Per Yard 4 Pack Plastic- Transparent Pvc Cover 300 (letter) 3 Piece Puncher - 2 Hole 3 Piece Puncher - Heavy Duty, With Alignment 3 Box Push Pin 150 Piece Pvc Cover (long) White 26 Piece Record Book - 150s 22 Piece Record Book - 200s 4 Piece Record Book - Handbook Size 5 Piece Ribbon Cartridge - Lq10 5 Piece Ribbon Cartridge - Lx2175 Ii 5 Box Rubber Band - Big, Per Box 1 Kilo Rubber Band - Big, Per Kilo 1 Kilo Rubber Band - Small, Per Kilo 13 Piece Ruler - 12" 4 Piece Ruler - 24" 2 Pair Scissors - 4 ½" 7 Pair Scissors - 8", Heavy Duty 2 Pair Scissors - Stainless, 6.5 Inc / 160 Mm 5 Box Sign Pen - Black, By 12's 0.5 1 Box Sign Pen - Black, By 12's 0.7 4 Box Sign Pen - Black, By 12's 1.0 2 Box Sign Pen - Blue, By 12's 0.5 2 Box Sign Pen - Blue, By 12's 1.0 11 Piece Sign Pen - Gel Pen, Black, 0.5, Per Piece 16.5 Box Sign Pen - Gel Pen, Black, By 12's 0.5 4 Box Sign Pen - Gel Pen, Black, By 12's 0.7 2 Box Sign Pen - Gel Pen, Blue, By 12's 0.7 4 Box Sign Pen - Gel Pen, Blue, By 12's, 0.5 0.5 Box Sign Pen - Gel Pen, Green, By 12's, 0.5 0.5 Box Sign Pen - Gel Pen, Violet, By 12's, 0.5 2 Box Sign Pen - Hitech Point V5, 0.5 4 Pack Special Cover - White, Short 2 Piece Stamp - Date, Big 6 Piece Stamp - Date, Small 1 Piece Stamp - Numbering Machine, Roller, Small, 6 Digits 11 Piece Stamp Pad - Big, Blue 3 Piece Stamp Pad - Big, Violet 1 Piece Stamp Pad - Small, Blue 23 Piece Stamp Pad - Small, Violet 4 Bottle Stamp Pad Ink - Black 3 Bottles Stamp Pad Ink - Black 13 Bottle Stamp Pad Ink - Blue 19 Bottle Stamp Pad Ink - Violet 4 Piece Staple Remover 5 Box Staple Wire - # 10 1 Piece Stapler - Metal, Heavy Duty, 120 Sheets Adjustable Binding Thickness 39 Piece Stapler - With Remover, Heavy Duty, #35 4 Piece Steno Note Book (60 Leaves) 15 Pack Sticker - Waterproof, A4 Printable Labels, 20 Sheets 6 Pack Sticky Note - Assorted Colors 35 Pad Sticky Note - Pad, 3x3 Inches, Assorted Colors 19 Pack Sticky Note - Sign Here 4 Piece Storage Box - 120 L, High Impact Resistance, Stackable 8 Roll Tape - Double Sided, ¾" 7 Roll Tape - Double Sided, 1" 20 Roll Tape - Double Sided, 2" 7 Roll Tape - Duct, Gray, 2" 3 Roll Tape - Masking, ¾" 34 Roll Tape - Packing, Brown, 2" 22 Roll Tape - Packing, Clear, 2" 25 Roll Tape - Scotch, Clear, ½" 40 Roll Tape - Scotch, Clear, 1" 11 Box Thumb Tacks 9 Pack Tissue Paper - 2 Ply, 12 Rolls Per Pack 8 Piece Usb Hub 180 Pack Vellum Board - A4 Size, 10 Pcs Per Pack 1 Ream Vellum Board - A4 Size, 100 Pcs Per Ream 30 Pack Vellum Board - Letter, 10 Pcs Per Pack 42 Pack Vellum Board - Long, 10 Pcs Per Pack 1 Ream Vellum Board - Long, 100 Pcs Per Ream 5 Piece Water Well Paste 2 Pieces Air Freshener - Car 1 Piece Air Freshener - Gel, 180 Grams, Branded 13 Bottles Alcohol - Ethyl / Isopropyl, 300 Ml. 20 Bottles Alcohol - Ethyl / Isopropyl, 500 Ml. 43 Gallons Alcohol - Ethyl / Isopropyl, Gallon 6 Pieces Basin - Medium, 20 Inches, 17 X 50 Cm 3 Pieces Basin - Small, 16" 49 Gallons Bleach - Liquid, 3,785 Ml 18 Bottles Bleach - Liquid, 500 Ml 8 Kilos Bleach - Powder 1 Piece Bolo - Big 23 Pairs Boots - Rubber 3 Pieces Broom - For Ceiling, W/ Long Handle 72 Pieces Broom - Hard (ting-ting) Thick 50 Pieces Broom - Soft (tambo) 6 Pieces Brush - Laundry 6 Pieces Brush - With Handle For Cr 1 Unit Cabinet - Dish Drainer / Rack - Big 2 Pieces Cloth - Car Cleaning 7 Pieces Cloth - Car Cleaning, Absorbent, Microfiber 5 Sets Cups And Saucers (set) 15 Pieces Deodorizer - Bathroom, 50 Gms With Holder 20 Pieces Deodorizer - Bathroom, 50 Gms, Refill 21 Packs Detergent Powder - 1 Kg 27 Packs Detergent Powder - 5 Kg 504 Packs Detergent Powder - 60/65 Gms 4 Bottles Detergent Soap - Liquid 3 Pieces Dipper 2 Gallons Dishwashing - Liquid, 1 Gallon 59 Bottles Dishwashing - Liquid, 1 Liter 6 Pieces Dishwashing - Paste 12 Bottles Disinfectant - Solution, 500ml 3 Bottles Disinfectant Liquid - 4l (liquid Concentrate) Lemon 29 Cans Disinfectant Spray, 340 G. 109 Pieces Doormat / Rug 18 Pieces Dust Pan - Heavy Duty, Metal 4 Bottles Fabric Conditioner - 1 Liter 7 Bottles Fabric Conditioner - 1.8 L 25 Gallons Fabric Conditioner - Gallon 6 Pieces Feather Duster 4 Boxes Floor Wax - Paste 8 Packs Garbage Bag - Black L 2 Packs Garbage Bag - Black Small 18 Packs Garbage Bag - Black Xl 1 Roll Garden Hose - 10m 12 Bottles Glass Cleaner Spray 6 Pieces Glass Sponge Wiper With Long Handle 2 Pieces Glass Squeegee - Window Wiper For Glass Doors, Windows And Tile Walls, Long Aluminum Handle Windshield Cleaner Scraper 2 Pairs Gloves - Heavy Duty, Rubberized 6 Pieces Grindstone (hasaan) 2 Pieces Hammer - Big 1 Piece Hammer - Big, Heavy Duty 1 Piece Hammer - Small 1 Piece Hoe - Big, Heavy Duty 8 Bottles Lcd Cleaner 3 Pieces Mop - Floor 5 Sets Mop W/ Bucket - Tornado 3 Sets Mop W/ Bucket - Tornado, Heavy Duty 6 Gallons Muriatic Acid - Gallon 1 Piece Pail - Water, 10 Liters 11 Pieces Pail - Water, 16 Liters 6 Pieces Pail - Water, 6-8 Liters 14 Sets Raincoat - Poncho Type, With Reflective Stripe, High Quality 34 Sets Raincoat - Terno, With Reflective Stripe, High Quality 1 Piece Rake 20 Pieces Sack - Clean, Empty, Large 20 Pieces Sacks - Clean, Empty 3 Pairs Slippers 11 Pieces Soap - Bar 6 Bottles Soap - Liquid Hand Soap, Antibacterial 8 Bottles Soap - Liquid Hand Wash, 500 Ml. 36 Pieces Sponge - Branded 4 Pieces Sponge - Small 6 Pieces Sponge W/ Scrubber 3 Bottles Spray - Insect Repellant 7 Cans Spray - Multi-insects, 500 Ml 9 Pieces Steel Wool 6 Pieces Storage Box - 100 L, High Impact Resistance, Stackable 22 Pieces Storage Box - 120 L, High Impact Resistance, Stackable 1 Piece Storage Box - 50l, High Impact Resistance, Stackable 3 Rolls Straw - Rope, Plastic, Big Roll 2 Packs Tissue Paper - 2 Ply, 4 Rolls Per Pack 131 Rolls Tissue Paper - 2 Ply, Per Roll 55 Rolls Tissue Paper - 3 Ply, Per Roll 4 Bottles Toilet Bowl Cleaner - 400-500 Ml 19 Bottles Toilet Bowl Cleaner - 900 Ml 6 Pieces Toilet Brush - With Holder 3 Pieces Toilet Pump 12 Packs Trash Bag - 11x11x24, 10 Per Pack 6 Packs Trash Bag - 22"x24", 10 Per Pack 9 Packs Trash Bag - 30"x37", 10 Per Pack 3 Rolls Trash Bag - Black 20x30 Cm 2 Pieces Trash Bin - Heavy Duty, 132 Liters 1 Piece Trash Bin - Heavy Duty, 22 Liters (w/ Foot Pedal) 5 Pieces Trash Bin - Heavy Duty, 28 Liters 1 Piece Trash Bin - W/ Foot Pedal, 30 Liters Invitation To Bid Supply And Delivery Of Common Use Supplies And Materials For Use Of Lgu Bulan Offices 1.the Local Government Unit Of Bulan, Through The General Fund Intends To Apply The Sum Of One Million Eight Hundred Twenty-two Thousand One Hundred Ninety-four Pesos And 83/100 Only (₽ 1,822,194.83) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Supply And Delivery Of Common Use Supplies And Materials For Use Of Lgu Bulan Offices. Bids Received More Than The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Local Government Unit Of Bulan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods/services Required Is Sixty (60) Calendar Days. 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 Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” A.bidding Is Restricted To Filipino Citizens/sole Proprietorships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4.prospective Bidders May Obtain Further Information From The Local Government Unit Of Bulan And Inspect The Bidding Documents At The Address Given Below From 8:00 – 5:00 Pm. 5.a Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On March 27, 2025 To April 8, 2020 – 10:00 A.m. From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (php 5,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6.the Local Government Unit Of Bulan Will Hold A Pre-bid Conference On March 27, 2025 – 10:30 A.m. At Bac Office, 2nd Floor, New Municipal Building, Brgy. Aquino, Bulan, Sorsogon, 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 April 8, 2025 – 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 April 8, 2025 – 10:30 A.m. At Bac Office, 2nd Floor, New Municipal Building, Brgy. Aquino, Bulan, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Local Government Unit Of Bulan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 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: Ms. Dina C. Golpeo Bac Office Lgu-bulan Brgy. Aquino, Bulan, Sorsogon Date Of Issue: March 19, 2025 Antonio G. Gilana Bac Chairman Lgu Bulan, Sorsogon
Closing Date28 Mar 2025
Tender AmountPHP 1.8 Million (USD 31.8 K)
Department Of Education Division Of Butuan City Tender
Laboratory Equipment and Services
Philippines
Details: Description 0 Republic Of The Philippines Department Of Education Caraga Region Schools Division Of Butuan City Request For Quotation Package: Supply And Delivery Of Science And Mathematics Equipment Packages To Public Elementary Schools For Grades 1to 3 & Grades 4-6, Public Jhs For Grades 7-10, And Public Shs For Grades 11 To 12 (core &stem) Pr No.: 2025-03-064 Supplier: Date: Address: Canvass No.: Supplier's Contact No.: Email: Philgeps Reg. No.: Name Of Authorized Representative: Dbp Account No.: Tin: Vat Non-vat Other Bank: " Please Quote Your Lowest Price/s On The Item/s Listed Below. You Are Requested To Return This Quotation In Duly Sealed Envelope Which Will Be Opened By A Duly Authorized Representative. Bids Will Be Received Until May 7, 2025 And Will Be Opened At 10:00 Pm On The Same Day." Very Truly Yours, Leonevee V. Silvosa, Cese End-user: J. Ramirez/ L. Mejias Bac Chairperson Item No. Quantity Unit Agency Specifications Bidders Specifications Unit Cost Total Amount Lot 1- Science And Math Equipment 440 Pcs "beaker, Borosilicate, 1000 Ml, Individually Secured, Packed Of 5 Performance Specifications: Must Be Able To Contain/hold /prepare Solids And Liquids During Chemical Reaction Up To 100 Ml Capacity And Heats Them Over A Bunsen Burner's Flame Up To More Than 150°c For Normal, Standard Use Service " Design Specifications: 1. Type : Griffin, Low Form 2. Shape : Cylindrical Container With Straight Sides, A Flat Bottom, And With A Small Spout (or "beak") To Aid In Pouring 3. Material: Borosilicate, Clear And Transparent Bubble-free Glass With The Following Dimensions: A) Outside Diameter : 50 Mm-52 Mm B) Height: 70 Mm-72 Mm C) Thickness : 1.5 Mm-2.0 Mm 4. Capacity : 100 Ml ± 5% Etched Onto The Glass;" 5. Graduation Starts At : 20 Ml In 10 Ml Increments. 6. Graduation Range : 20 Ml To 80 Ml 7. With Permanent White Enamel Graduations Of Approximate Volumes, Inscriptions 8. With Large White Marking Spot 9. Features An Easy-pour Spout 10. With Single Graduated Metric Scale 11. Can Withstand Heating Up To 200-230°c For Normal, Standard Use Service 12. Wrapped In Paper, Enclosed In Bubble Wrap, And Packed In A Compartmentalized Box 13. Must Be Free From Breakage, Cracks , Chipped Rims And Other Defects 14. Comes With A Brand, With Five (5) Years Existence In The Glass Wares Industry 45 Pcs "beaker, Borosilicate, 1000 Ml (individually Secured, Pack Of 5) Performance Specifications: Must Be Able To Serve As Container For Mixing And For Heating Liquids. " Design Specifications: 1.griffin Type, Borosilicate, Transparent, Bubble-free Glass 2. Shape: A Cylindrical Container With Flat Bottom 3.thickness Range: 1.5 Mm To 2.0 Mm 4. Permanent White Graduations, With White Enamel Marking Spot 5. Features An Easy-pour Spout 6. Capacity: 1000 Ml; ± 10% Enameled Onto The Glass 7. Single Graduated Metric Scale 8. Graduation Starts At 200 Ml In 100 Ml Increments 9. Height Range: 140 Mm To 160 Mm 10. Outside Diameter: 100 Mm To 110 Mm 11. There Must Be No Cracks And Sharp Parts 12. Safely Packed In A Compartmentalized Box 420 Pcs "beaker, Borosilicate, 500 Ml (individually Secured, Pack Of 5) Performance Specifications: A) Must Be Able To Contain/hold /prepare Solids And Liquids During Chemical Reaction And Heats Them Over A Bunsen Burner's Flame Up To 150°c For Normal, Standard Use Service And To Serve As A Water Bath B) To Serve As A Water Bath When Heating Flammable Chemicals Instead Of An Open Flame To Prevent Ignition." Design Specifications: 1. Type: Berzellius, Tall Form 2. Shape: Cylindrical Container With Straight Sides, A Flat Bottom, With A Small Spout (or "beak") To Aid Pouring 3. Material : Borosilicate, Clear, Bubble Free Glass , Berzellius. Tall Form With The Following Dimensions: A) Outside Diameter Range :75 Mm- 80 Mm B) Height Range: 136 Mm -140 Mm C) Thickness :1.5 Mm To 2.0 Mm 4. Capacity :500 Ml ; ± 5% Etched/embossed Onto The Glass 5. With Permanent White Enamel Graduations Of Approximate Volumes, Inscriptions And 6. With Large White Marking Spot 7. With Easy Pour Spout 8. Double Graduated Metric Scale 9. Marked To Fill: Graduation Starts At 50 Ml In 50 Ml Increments 10. Marked To Empty: Graduation Starts At 0 Ml In 50 Ml Increments 11. Can Withstand Heating Up To 200-230°c For Normal, Standard Use Service 12. Wrapped In Paper, Enclosed In Bubble Wrap And Packed Individually In A Compartmentalized Box 13. Must Be Free From Breakage, Cracks , Chipped Rims And Other Defects 14. Comes With A Brand, With Five (5) Years Existence In The Glass Wares Industry 13 Pcs "cork Borers (individually Secured, Pack Of 5)functional Specifications: Used To Bore Or To Cut A Round Hole Of Six Different Diameters In A Cork/rubber Stopper With A Steel Ramrod/eject Rod Pushing The Removed Cork Out Of The Borer Performance Specifications: Must Be Able To Bore Or To Cut A Round Hole Of Six Different Diameters In A Cork Or Rubber Stopper And Remove Cork Out Of The Borer By Pushing It With A Steel Ramrod/eject Rod" Design Specifications: 1. Shape Of Cork Borer : Long, Hollow Round Rod/tube With Sharpened Ends 2. Material Of Tube/rod : Nickel-plated Steel Borer 3. A Set Of Six (6) Different Diameter Sizes:(4 Mm, 4.5 Mm, 6 Mm, 8 Mm, 9.5 Mm, 11 Mm) 4. Comes With A Handles Whch Are Individually And Permanently Numbered (1-6) For Easy Identificationhandle A) Shape Of Handle: T-shaped B) Material Of Handle : Hard Plastic C) Finish: Smooth D)color Of Handle: Red 5. Includes A Ramrod/eject Rod Pushing The Removed Cork Out Of The Borer Material Of Ramrod/eject Rod: Steel 6. Packaging: Resealable Plastic Pouch 7.comes With A Brand 65 Pcs Flask, Volumetric, Borosilicate 250 Ml (individually Secured, Pack Of 5) "functional Specifications: Used To Measure/prepare/contain A Precise Volume Of Standard Solutions At A Certain Temperature And Precise Dilution Of Solutions Up To 250 Ml Performance Specifications: Must Be Able To Measure/prepare/contain A Precise Volume Of Standard Solutions At A Certain Temperature And Precise Dilution Of Solutions Up To 250 Ml" Design Specifications: 1. Type: Class A 2. Shape : A Round Or Pear-shaped Bulb, A Long Thin Neck Topped By A Snap Cap And With Flat Bottom 3. Material Of Body: Borosilicate , Clear, Transparent And Bubble-free, Glass With The Following Dimensions: A) Height: 225 Mm B) Outside Diameter : 78 Mm (approx.) C) Size: 250 Ml D) Tolerance: ± 0.12 Ml 4. With Heavy Duty Rim 5. Comes With Snap Cap A) Material Of Snap Cap :high Density Plastic (polyethylene) B) With Octagonal Grip C) Snap-cap : No. 250 D) Color Of Snap Cap: Blue 6. Must Meet Astm E- 694 For Volumetric Ware, Astm E-542 For Calibration Of Volumetric Ware And Astm E-288 For Volumetric Flasks. 7. Calibrated "to Contain" (marked "tc" Or "in") 8. Manufacturer Should Be Accredited By Nist Standards Or Its Equivalent To The Country Of Origin To Certify That Their Items Are Calibrated. 9. Must Be Free From Breakage, Cracks, Sharp Rims And Other Defects 10. Packaging : Roll Up Glassware In Newspaper And Secure With A Piece Of Masking Tape And Place In A Bubble Pouch And Individually Packed In A Sturdy Box 11. Comes With A Brand, With Five (5) Years Existence In The Glasswares Industry 90 Box Glass Cover Slips, 100's/box (individually Secured, Pack Of 10) "functional Specifications: Used To Secure The Wet Mount Sample Specimen. Performance Specifications: Must Be Able To Secure The Wet Mounted Sample Specimen." Design Specifications: 1. Pre-cleaned Cover Glasses And Not Sticking From Each Other 2. Material: Transparent Glass 3. Quantity: 100's/small Plastic Box 4. Dimension: 22 Mm X 22 Mm Square 5. Thickness: 0.13 Mm - 0.17 Mm 6. There Shall Be No Chipped Edges 7. Safely Packed In A Plastic Box 90 Box Glass Slides, 72's/box (individually Secured, Pack Of 10) "functional Specifications: Used To Contain The Specimen For Examination Under The Microscope. Performance Specifications: Must Be Able To Accommodate The Specimen Subject For Examination Under The Microscope." Design Specifications: 1. Clear, Flat Glass; Free From Moisture, Dirt, And Film; 2. No Color, No Frost And No Chipped Edges 3. Dimension: 75 Mm (±1 Mm) X 25 Mm (± 1 Mm); 4. Thickness: 1.1 Mm (± 0.1 Mm) 5. No Sharp Edges And Pointed Corners 6. Packed In A Box Containing 72 Slides With Thin Paper Sheets In Between Them 13 Package Nichrome Wire. 0.4, 100 Ft (individually Secured, Pack Of 5) "functional Specifications: Used As A Wire Loop And Heating Element On Which A Metal Salt Or Solid Ionic Compound Is Made To Adhere Into It And Is Heated To Emit A Characteristic Color On The Bunsen Flame To Identify The Particular Metal Present In The Compound Performance Specifications: Must Be Used As A Wire Loop On Which A Metal Salt Or Solid Ionic Compound Is Made To Adhere To, And Is Heated To Emit A Characteristic Color On The Bunsen Flame To Identify The Particular Metal Present In The Compound In A Laboratory Activity, The Flame Test" Design Specifications: 1. Shape: Round Wire 2. Material Of Wire: Nichrome-alloy Of Nickel And Chromium, Ni80 Cr20 With The Following Dimensions: A) Awg Size: 26 B) Diameter: 0.4 Mm C) Length : 100 Ft 3. Form: Soft, Rust-free Wire 4. Color: Silvery Grey 5. Resistance : 2.57 Ohms/foot 6. Annealed Soft 7. Perfectly Tensioned. Zero Elongation, Scratches, Or Other Flaws. 8. Comes In A Spool 9. Packed In A Resealable Plastic Pouch 10. Comes With A Brand 65 Pcs Rubber Stopper # 6 For Erlenmeyer Flask (narrow-mouth) 250 Ml , 1 Hole (pack Of 5) "functional Specifications: Used To Seal The Openings Of Narrow Mouth 250 Ml Erlenmeyer Flasks And Other Laboratory Glassware That Require A Tighter Seal Or A Greater Degree Of Chemical Resistance With One 1) Hole Opening For Insertion Of A Thermometer, Glass Tubing Or Stirrer For Use During Chemical Reaction .to Prevent Leaks, Hazards And Contamination. Performance Specifications: Must Be Able To Seal The Openings Of Narrow Mouth 250 Ml Erlenmeyer Flasks And Other Laboratory Glassware That Require A Tighter Seal Or A Greater Degree Of Chemical Resistance .with One (1) Hole Opening For Insertion Of A Thermometer, Glass Tubing Or Stirrer For Use During Chemical Reaction To Prevent Leaks, Hazards And Contamination." Design Specifications: 1. Shape: Cylindrical With A Tapered Bottom End 2. Material : Premium Grade Sbr Black Rubber Compound With The Following Dimensions: A) Height: 25 Mm B) Top Ǿ: 32 Mm C)bottom Ǿ : 26 Mm D) Hole Ǿ: 5 Mm 3. Number Of Holes :with One (1) Hole 4. Dimension Tolerance On Height, Top And Bottom Diameter : ± 0.5 Mm 5. Hardness : 40 ± 5 Duro 6. Packed In Resealable Plastic Bag 65 Pcs Rubber Stopper # 6 For Erlenmeyer Flask (narrow-mouth) 250 Ml , 2 Holes, Pack Of 5 "functional Specifications: Used To Seal The Openings Of Narrow Mouth 250 Ml Erlenmeyer Flasks And Other Laboratory Glassware That Require A Tighter Seal Or A Greater Degree Of Chemical Resistance With Two (2) Holes Opening For Insertion Of A Thermometer, Glass Tubing Or Stirrer For Use During Chemical Reaction To Prevent Leaks, Hazards And Contamination. Performance Specifications: Must Be Able To Seal The Openings Of Narrow Mouth 250 Ml Erlenmeyer Flasks And Other Laboratory Glassware That Require A Tighter Seal Or A Greater Degree Of Chemical Resistance With Two (2) Holes Opening For Insertion Of A Thermometer, Glass Tubing Or Stirrer For Use During Chemical Reaction To Prevent Leaks, Hazards And Contamination." Design Specifications: 1. Shape: Cylindrical With A Tapered Bottom End 2. Material : Premium Grade Sbr Black Rubber Compound With The Following Dimensions: A) Height: 25 Mm B) Top Ǿ: 32 Mm C) Bottom Ǿ : 26 Mm D) Hole Ǿ: 5 Mm 3. Number Of Holes : Two (2) Holes 4. Dimension Tolerance On Height, Top And Bottom Diameter : ± 0.5 Mm 5. Hardness : 40 ± 5 Duro 6. Packed In Resealable Plastic Bag 7. Comes With A Brand 10 Set Set Of Tools: Ball Peen Hammer, Handle Length Is 11", 350g Approx. Weight, 1 Pc/set "functional Specifications: Used To Peen Dent Surfaces In Metals Performance Specifications: Should Be Able To Peen Dent Surfaces In Metals Design Specifications: Ball Peen Hammer, Handle Length 11 Inches, 350 Grams Gross Weight Approx., 1 Pc. /set" 10 Set "set Of Tools: Long Nose Pliers, 6"", 1 Pair/set " "functional Specifications: Used To Bend Tiny Solid Wire Connectors Performance Specifications: Should Be Able To Bend Tiny Solid Wire Connectors Design Specifications: Long Nose Pliers With Side Cutter, 6 Inches Long, Chrome Vanadium Material, 1 Pair/set" 10 Set Set Of Tools: Mechanical Wire Cutter And Pliers, 6.5", 1 Pair/set 10 Set "functional Specifications: Used To Bend Large Wires Performance Specifications: Should Be Able To Bend Large Wires Design Specifications: Mechanical-wire Cutter And Pliers, 6 1/2 Inches, Chrome Vanadium Material, 1 Pair/set" 10 Set Set Of Tools: Precision Screwdrivers Set, 6 Pcs/set, With Plastic Casing, 1 Set/set "functional Specifications: Used To Drive Precision Screws Performance Specifications: Should Be Able To Drive Precision Screws Design Specifications: Precision Screwdrivers Set, 6 Pc. (3 Phillips, 3 Flats)/set, With Plastic Casing, 1 Set" 10 Set Set Of Tools: Screwdriver, Flat, 6", 1 Pc/set "functional Specifications: Used To Drive Flat Head Screws Performance Specifications: Should Be Able To Drive Flat Head Screws Design Specifications: Screwdriver Flat, 3/16 Inches Tip Width X 6 Inches Long, Chrome Vanadium Material, 1 Pc. /set;" 10 Set Set Of Tools: Screwdriver, Phillips, 6", 1 Pc/set "functional Specifications: Used To Drive Phillips Type Screws Performance Specifications: Should Be Able To Drive Phillips Type Screws Design Specifications: Screwdriver, Phillips, Point Size Blade #3 X 6"" Long, Chrome Vanadium Material, 1 Pc/set;" 10 Set Set Of Tools: Soldering Iron, 60 Watts, 1 Pc/set "functional Specifications: Used To Heat Electrical Contacts For Permanent Joints Performance Specifications: Should Be Able To Heat Electrical Contacts For Permanent Joints Design Specifications: Soldering Iron, 60 Watts, Small Type, Wooden Handle, 1 Pc. /set;" 10 Set Set Of Tools: Soldering Lead, Ø1mm, Grade 60/40, Wt.: 1 Lb/spool, 1 Spool/set " Functional Specifications: Used To Provide Permanent Joint For Different Electrical Components Performance Specifications: Used To Provide Permanent Joint For Different Electrical Components Design Specifications: Soldering Lead, Ø 1 Mm, Grade 60/40, Weight: 1 Lb./spool, 1 Spool/set " 10 Set Set Of Tools: Soldering Paste, 50 Grams/can, 1 Can/set "functional Specifications: Used To Provide Permanent Joint For Different Electrical Components Performance Specifications: Used To Provide Permanent Joint For Different Electrical Components Design Specifications: Soldering Lead, Ø 1 Mm, Grade 60/40, Weight: 1 Lb./spool, 1 Spool/set" 65 Pcs Set Of Tools: Tweezers, Stainless Steel, With Curved Tips, 6.5" Long, 1 Pair/set "functional Specifications: Used To Hold And Pick Tiny Electronics Components Performance Specifications: Should Be Able To Hold And Pick Tiny Electronics Components Design Specifications: Tweezers, Stainless Steel, With Curved Tips, 6 1/2 Inches Long, 1 Pair/set;" Triangular File, Fine, 6" Long, With Plastic Handle "functional Specifications: Used To Cut The Glass Tubing Performance Specifications: Must Be Able To Cut The Glass Tubing " "design Specifications: 1. Type Of File: Triangular 2. Shape: Triangular 3. Material: High Carbon Steel 4. Kind Of File: Fine, Smooth 5. Length Of File: 6"" (150-152.4 Mm) Long 6. Material Of Handle: Plastic 7. Packed In A Resealable Pouch 8. Comes With A Brand " 65 Package Universal Ph Paper, Ph 0-14, 100 Strips/pack, (individually Secured, Pack Of 5) "functional Specifications: Used As An Indicator To Determine/measure The Ph Of Substances, Whether It Is An Acid, Neutral Or A Base Performance Specifications: Must Be Used As An Indicator To Effect A Color Change When It Is Dipped Into The Different Substances To Determine/measure The Ph Of Each, Through Comparison With The Ph Color Chart Provided, Which Corresponds To: A) For An Acid : Ph 0-ph 6; B) For A Base : Ph 8-ph 14. C) For Distilled Water : Ph 7 " "design Specifications: 1. Type: Test Strips 2. Shape: Rectangle 3. Material: Cellulose/paper Based 4. Dimension Of Ph Strip : A) Length : 69 Mm X 6 Mm 5. Number Of Colors In Indicator Test Strip: In Four Colors To Test Ph Values 6. Number Of Test Strips : 100 Pc Strips 7. Packaging: Clear, Transparent Box 8. Shape Of Box: Square 9. With Complete Color Chart For Comparison With The Color Change To Get The Ph Reading Of The Sample Being Tested 10. No Sharp Edges On Box 11. Measures Ph 0-ph 14 12. Comes With A Brand " 65 Pcs Ph Meter, Hand-held (individually Secured, Pack Of 5) Functional Specifications: To Measure The Ph Of A Substance Or Solution Indicating Its Acidity , Being Neutral,or Its Basicity/alkalinity In 0.1 Ph Readability Performance Specifications: Must Be Able To Measure The Ph Of Each Substance/solution In 0.1 Ph Readability, : A) For An Acid : Ph 0- Ph 6.0 B) For Basic/alkaline : Ph 8.0 To Ph 14.0. C) For Neutral (distilled Water) : Ph 7.0 Design Specifications: 1. Type: Portable Hand Held Digital Pen Type 2. Material : Plastic With The Following Dimensions : A) Length : 6.2 In (155.45 Mm) (min) B) Width : 1.5 In (38.1 Mm) (min) C) Height : 1.3 In (33.02 Mm) (min) 3. With Retractable Electrode 4.comes With One (1) Pc Protective Cap 5. Electrodes Extend Up To 3.15” (80.01 Mm) (min) 6. Waterproof 7. Ph Range: Ph 0 To Ph 14 8. Accuracy: ± 0.2 Ph 9.features A Bold Lcd Display Of Ph 10. With Automatic Temperature Compensation 11. Supplied With Accessories: A) One (1) Bottle Ph 7.0 Buffer Solution Capacity Of Ph 7.0 Buffer Solution : 50 Ml B) With One (1) Pc Calibration Screwdriver C) One (1) Pc 9v Battery D) Packed In Hard Plastic Carry Case 12. Manufacturer Should Be Accredited By Nist Standards Or Its Equivalent To The Country Of Origin To Certify That Their Items Are Calibrated. 13. With User's Manual In English 14. With Student Worksheets/teacher's Manual In English 15. For Numbers 13-14, The Following Technical Specifications From A-e Must Be Followed: A) For Contents List Of Materials, In Table Form B) For User's Manual, Teacher's Guide, Studentworksheets, Instruction Sheets/assembly Guides, In Sentences Format I) With Sentences Grammatically Correct And Ii) With Correct Spelling And Terminologies, Punctuations And Others C) In Original Print, Not Photocopied D) In Colored Pictures, Drawings/illustrations E) In Ten (10) Mil Laminated Keycard That Shall Containthe Actual Colored Picture Of The Model Including The Name: Labeled With The Required Parts With Details As Follows I) Paper Size: A4 Size , 80 Gsm Ii) Font: Times New Roman Iii) Font Size: 12 Iv) Orientation:portrait V) Margins On All Sides With 2 Point Width Border Line Vi) Line With Arrow Head Of 1.25 Point With Width Shall Point To The Specifi Part Being Labeled 16. Must Be Free From Sharp Edges 17. Must Have A Brand 60 Pcs Musical Instrument (miniature Guitar), Individually Secured, Packed Of 5 "functional Specifications: Used To Demonstrate Musical Application Of Standing Waves Performance Specifications: Should Be Able To Demonstrate Musical Application Of Standing Waves " Design Specifications: 1. Mini Acoustic Type, Half-size Guitar, Any Color, Surface Finish: Varnish 2. Made Of Good Quality Wood Without Sign Of Warp 3. Minimum Dimensions: Overall Length: 33 Inches, Width:12 Inches, Depth: 3 1/2 Inches 4. Standard Guitar Steel Strings (nos. 1-6), 18 Fret Minimum 2,840 Pcs Protractor, Student-type (pack Of 40) Functional Specifications: Used To Measure Angles In Degrees. Performance Specifications: Must Be Able To Draw/construct And Measure Angles And Arcs Up To 180°. Design Specifications: 1. Protractor, Student-type, Plastic, Transparent, Semi-circular, 180⁰; 2. Ø150mm (or 75mm Radius), 1mm Thick (minimum); 3. Angular Graduations Are In Degrees, From 0⁰ To 180⁰. With Two (2) Sets Of Numerals, One Reading Clockwise And The Other Reading Counterclockwise; 4. Linear Graduations Are In Milimeters, From 0 To 100mm; 5. With A Hole At Vertex Point Enough For A Fine String To Pass Through It; 6. Plastic Surface Finish: Smooth, Clear, And Free From Scratches; 7. It Must Be Horizontally Level When Laid Flat On A Table - No Warping; 8. Comes With A Plastic Case; And 2,840.00 Pcs Ruler, Plastic, 12 Inches/30 Cm (pack Of 40) Functional Specifications: Used To Measure Length And Draw Straight Lines Performance Specifications: Must Be Able To Measure Length Of Objects In Flat Surfaces Up To 30cm In Metric And 12" In English Standards Of Measurement. Design Specifications: 1. Ruler, Plastic, Transparent, Smooth Surface, And 1 Mm Thick (minimum); 2. Approximate Width X Length: 28 Mm X 314 Mm; 3. Graduations: Metric Graduations On One Side While English Graduations On The Other Side: *metric Graduations Are In Centimeters, From 0 Cm To 30 Cm, With Every Cm Subdivided By 10. *english Graduations Are In Inches, From 0 Inches To 12 Inches, With Every Inch Subdivided By 16. 4. Clear, Readable Black, Non-groove Permanent Prints (will Not Fade And Cannot Be Scratched Off); 5. Bendable Up To U-shape When Held At Both Ends; And 6. The Item Shall Be Free From Toxic Materials. Note: All Items Above Total Of 1 Package Abc 403,416.09 **** Nothing Follows **** In Witness Whereof, I Have Hereunto Set My Hand This ___ Day Of ______________, 2025 At __________________, Philippines. Quotation Submitted By: Remarks: Supplier's Name & Signature This Form Is To Be Submitted Not Later Than Supplier's Position/designation Bid Opening: May 7, 2025 Canvassed By: Note: Canvasser's Name & Signature
Closing Date7 May 2025
Tender AmountPHP 403.4 K (USD 7.2 K)
Texas Comptroller Of Public Accounts - TCPA Tender
Others
United States
Details: Fannin County Request For Proposals Rfp # 2025-003 Transport And Mortuary Services For Human Remains Submittal Deadline: Tuesday,july 15, 2025 Before 3:00 Pm Fannin County Purchasing Agent’soffice 101 E. Sam Rayburn Dr. Suite 313 Bonham, Tx 75418 (903) 583-0054 Theenclosed Request For Proposal And Accompanying Specifications Are For Yourconvenience In Submitting An Offer For The Enclosed Referenced Transport Andmortuary Services For Human Remains. ---------------------- Thecommissioners Court Of Fannin County, Tx Reserves The Right To Accept Or Rejectany/or All Proposals As It Shall Deem To Be In The Best Interest Of Fannincounty. Receipt Of Any Proposalshall Under No Circumstances Obligate Fannin County To Accept The Lowestproposal. The Award Of The Contract Or Contractsshall Be Made To One Or More Responsible Contractor Or Contractors Whoseproposal Is Determined To Be The Most Attractive To Fannin County, Resultingfrom Negotiation, Taking Into Consideration The Relative Importance Of Priceand Other Evaluation Factors Set Forth In The Request For Proposal. Proposals Shall Include This Rfp And Alladditional Documents Submitted. Eachproposal Shall Be Placed In A Separate Sealed Envelope, Manually Signed In Inkby A Person Having The Authority To Bind The Firm In A Contract And Markedclearly On The Outside As Outlined Below. Submission Of Proposals One(1) Original And Three (3) Copies Of All Proposal Documents Shall Be Sealed Andsubmitted As Contractor's Response To: Fannin County Purchasing Agent Julie Criswell 101 E. Sam Rayburn Dr. Suite 313 Bonham, Tx 75418 (903) 583-0054 Submittals Must Befiled In The County Purchasing Agent Office Before 3:00 Pm Tuesday, July 15,2025 Label Envelope: Rfp # 2025-003 Transport And Mortuary Services Submittals Shall Beopened At 3:15 Pm Tuesday, July 15, 2025 In The Fannin County Purchasingagent’s Office, 101 E. Sam Rayburn Dr. Suite 313, Bonham, Tx 75418 Selection And Award Process Fannincounty Uses A Two-step Process For The Final Selection Or Selections For Awardingthe Transport And Mortuary Service Proposal. Step 1 Consists Ofa Qualifications Package To Be Submitted By Transport And Mortuaryservice Companies Interested In Being Considered. The County May Select Up To Three (3)short-listed Companies Based On Evaluation Of The Written Materialssubmitted. Short-listed Companies May Beasked To Submit Additional Information. Step 2 Consists Ofthe Election Of One Or More Finalist Following Interviews With The Short-listedcompanies. The County Initiatesnegotiations With The Selected Company Or Companies. If Negotiations Are Unsuccessful, The Countyenters In To The Process With The Next Highest Ranked Short-listed Company. Any Contract Is Subject To The Approval Ofthe Commissioners Court. No Individual Of Any County Departmenthas The Authority To Legally And/or Financially Commit The County To Anycontract, Agreement Or Purchase Order For Goods Or Services, Unlessspecifically Sanctioned By The Requirements Of The Request For Proposal. Addenda To The Request For Proposal Requestsfor Interpretations And Clarifications Of The Rfp May Only Be Made In Writing.all Requests Must Be Submitted In Writing To Julie Criswell, Purchasing Agent, Atjcriswell@fanninco.net. Itshall Be The Responsibility Of Each Vendor, Prior To Submitting The Competitiveproposal, To Check The Website To Confirm If Addenda Were Issued And To Makesuch Addenda A Part Of The Competitive Proposal. Lateproposals Proposalsreceived In The Purchasing Office After Submission Deadline Shall Be Returnedunopened And Will Be Considered Void And Unacceptable. Fannin County Is Not Responsible For Latenessof Mail, Carrier, Etc., And Time/date Stamp In The Purchasing Office Shall Bethe Official Time Of Receipt. Altering Proposals Anyinterlineation, Alteration, Or Erasure Made Before Receiving Time Must Beinitialed By The Signer Of The Proposal, Guaranteeing Authenticity. Withdrawal Of Proposal Aproposal May Not Be Withdrawn Or Cancelled By The Contractor For A Period Ofninety (90) Days Following The Date Designated For The Receipt Of Proposal, Andcontractors So Agree Upon Submittal Of Their Proposal. Proposal Opening Proposalswill Be Received And Publicly Acknowledged At The Location, Date, And Timestated Above. Contractors, Theirrepresentatives, And Interested Persons May Be Present. The Proposals Shall Be Received Andacknowledged So As To Avoid Disclosure Of The Contents To Competing Contractorsand Kept Secret During Negotiations. Allproposals Shall Be Open For Public Inspection After The Contract Is Awarded,except For Trade Secrets And Confidential Information Contained In The Proposaland Identified By Contractor As Such. Sales Tax Fannincounty, Texas Is By Statute Exempt From The State Sales Tax And Federal Excisetax; Therefore, The Proposal Price Shall Not Include Taxes. Conflict Of Interest Nopublic Official Or Fannin County Employee Shall Have Interest In This Contract,in Accordance With Vernon, Texas Codes Annotated, Local Government Codes Title5, Submitted C, Chapter 171. Introduction Fannin County Is Soliciting Sealedproposals From Qualified Vendors For Transport And Mortuary Services For Humanremains. Services Will Include, But Arenot Limited To, Removal, Transportation, Storage, And Otherrelated Tasks As Specified In This Request For Proposals (rfp).this Rfp Is Part Of A Competitive Procurement Process Designedto Ensure All Qualified Vendors Have A Fair And Equal Opportunity Toparticipate. While Pricing Will Be Considered, It Will Not Be The Soledetermining Factor; The County Reserves The Right To Negotiate Termsthat Provide The Best Overall Value. The County May Awardcontracts To One Or More Vendors, And If Multiple Contractsare Awarded, A Rotation Schedule Will Be Implemented To Ensureequitable Distribution Of Services. All Services Must Be Performedexclusively By Employees Of The Awarded Vendor(s); Subcontractingis Strictly Prohibited. Schedule For Selection Process The Following Projected Dates Are Set Forth For Yourknowledge And Understanding: · Fannincounty Begins The Rfp Process On July 1st, 2025 · Writtenquestions Must Be Directed To Julie Criswell At Jcriswell@fanninco.net. Questions Related Todefinitions Or Interpretations Of The Rfp Must Be Submitted In Writing On Orbefore July 11, 2025 · Proposalsare Due No Later Than July 15, 2025 At 3:00 Pm · Proposalswill Be Opened July 15, 2025 At 3:15 Pm · Ascreening Committee Will Meet With Candidates July 29, 2025 At 2:30 Pm Andthe Commissioners Court Will Follow Up With The Screening Committees Decisionno Later Than August 5, 2025. Right Of County Tocancel Request For Proposals, To Elect Not To Award, To Reject Submittals, Andto Waive Informalities Or Irregularites I. Proposal Terms · The Commissionerscourt Of Fannin County Reserves The Right To Reject Any And All Proposalsreceived As A Result Of This Rfp. If Oneor More Proposals Are Selected, It Will Be The Most Advantageous Regardingprice, Quality Of Service, The Independent Contractor's Qualifications, Andcapabilities To Provide The Specified Service, And Other Factors, Which May Beconsidered In The Best Interest Of The County. The County Does Not Intend To Award A Contract Fully Based On Anyresponse Made To The Proposal. The Countyreserves The Right To Consider Proposals For Modifications At Any Time Before Acontract Would Be Awarded, And Negotiations Would Be Undertaken With Theindependent Contractor Or Contractors Whose Proposal Is Deemed To Best Meet Thecounty’s Specifications And Needs. · Proposalsmust Be Signed By An Official Authorized To Bind The Independent Contractor Toits Provisions For A Period Of No Less Than (90) Days. Failureof The Successful Bidder To Accept The Obligation Of The Contract May Result Inthe Cancellation Of Any Award. · Inthe Event It Becomes Necessary To Revise Any Part Of The Rfp, Addenda Will Beprovided. The Deadline For Submission Ofproposals May Be Adjusted To Allow For Revisions. To Be Considered, The Entire Proposaldocument, With Any Amendments, Should Be Returned By The Specified Date, Timeand Method Identified On Page 1 Of This Document. · Proposalsshould Be Prepared Simply And Economically Providing A Straightforward, Concisedescription Of The Independent Contractor's Ability To Meet The Requirements Ofthe Rfp. Proposals Shall Be Written Inink Or Typewritten. No Erasures Arepermitted. Mistakes May Be Crossed Outand Corrected And Must Be Initialed In Ink By The Person Signing The Proposal. · Theprice Quotations From The Contractor Stated In This Proposal Will Not Besubject To Any Price Increase From The Closing Date Of This Rfp To The Mutuallyagreed To Date Of Contract. It Is Anticipated That If A Contract Is Awarded Forthese Services That Services Will Begin On July 1, 2025. · Fannincounty Reserves The Right To Increase Or Decrease The Amount Of Transportand Mortuary Services Based Upon Annual Budget Constraints With Fifteen(15) Days’ Notice. · Fannin County Reserves The Right To Award A Separatecontract To Separate Vendors For Each Item/group Or To Award One Or More Contractfor The Entire Rfp. · During The Contract Term Fannin County Reserves The Rightto Add Or Remove Locations As Determined Necessary By The County With Fifteen (15)days’ Notice. If Locations Are Modified The Contract Pricing May Be Adjustedaccordingly. Ii. Proposal Specifications Please Provide The Following Information Asattachments: · Independentcontractor’s Qualifications · Yearsin Business · Experienceproviding The Level And Type Of Service Specified In The Rfp. · Signed Andnotarized Proposal Affidavit · Completedproposal Response Form · · Copy Of Licensedfuneral Director’s License · Copy Ofmortuary/storage Facility License · Three (3) Currentreferences Of Transport And Mortuary Service Agreements Covering Similarservices Listed In The Proposal. Include Company Name, Contact Name, Phonenumber And Email Address. Note: Government References Arepreferred. Iii. Evaluationcriteria The Following Criteria Will Be Usedby Some County Employees To Evaluate The Proposals And Make A Selection: V 30% Qualifications & Experience V 25% Service Approach V 25% Cost & Value V 10% References & Past Performance V 10% Licenses & Compliance County Staff May Choose To Meet With The Top-ratedofferors. Any Additional Informationrequested Shall Be Considered As Part Of The Proposal And Evaluated Assuch. Fannin County Reserves The Rightto Negotiate A Best And Final Offer With The Selected Vendor. Iv. Standard Contract Provisions Should A Contract Be Awarded, The Selected Contractor Orcontractors Will Be Required To Adhere To A Set Of General Contract Provisionsthat Will Become A Part Of Any Formal Agreement. The Following Is A Summary Ofthe General Terms And Contract Provisions That Apply To All Independentcontractors Of Service To Fannin County. A. General Terms – Independentcontractor Responsibilities 1. The Independent Contractor Is To Report To The County’sdesignated Representative And Will Cooperate And Confer With Him/her Asnecessary To Insure Satisfactory Work Progress. 2. All Reports, Estimates, Memoranda And Documents Submittedby The Independent Contractor Must Be Dated And Bear The Independentcontractor's Name And Be Submitted To The County’s Designated Representative. 3. All Reports Made In Connection With These Services Aresubject To Review And Final Approval By The County’s Designated Representative. 4. The County May Review And Inspect The Independentcontractor's Activities During The Term Of This Contract. 5. If Applicable, The Independent Contractor Shall Submit Afinal, Written Report To The County’s Designated Representative. 6. After Reasonable Notice To The Independent Contractor, Thecounty May Review Any Of The Independent Contractor's Internal Records,reports, Or Insurance Policies. 7. The Independent Contractor Will Provide The Requiredservices Personally And Will Not Subcontract Or Assign The Services Without Thecounty’s Prior Written Approval. 8. The Independent Contractor Will Not Hire Any Countyemployee For Any Of The Required Services Without The County’s Prior Writtenapproval. 9. All Employees Hired Bythe Independent Contractor Must Pass A Background Check Before Completing Anyscope Of Work For The County. 10. Theindependent Contractor Has The Right To Hire Employees As Needed. Each Employee’slegal Name, Address And Driver’s License Number Must Be Submitted To The Countyjudge Where A Criminal Background Check Will Be Completed Prior To Receivingaccess To Any Of The County’s Buildings. 11. The Parties Agree That The Independent Contractor Isneither An Employee Nor An Agent Of The County For Any Purpose. B. Indemnification/hold Harmless Agreement The Contractor Agrees To Indemnify And Save Harmlessthe County And Its Officers And Employees From All Claims And Liability Due Toactivities Of Itself, Its Agents, Or Employees, Performed Under This Contractand Which Are Caused By Or Result From Error, Omission, Or Negligent Act Of Theprovider Or Of Any Person Employed By The Contractor. The Contractor Shall Also Indemnify And Saveharmless The County From Any And All Expense, Including, But Not Limited To,attorney Fees Which May Be Incurred By The County In Litigation Or Otherwiseresisting Said Claim Or Liabilities Which May Be Imposed On The County As Aresult Of Such Activities By The Contractor Or Its Employees. The Contractor Further Agrees To Indemnifyand Save Harmless The County From And Against All Claims, Demands, And Causesof Action Of Every Kind And Character Brought By Any Employee Of The Contractoragainst The County Due To Personal Injuries And/or Death To Such Employeeresulting From Any Alleged Negligent Act By Either Commission Or Omission Onthe Part Of The Contractor. C. Insurance Requirements Any Successful Offerorshall Be Required To Show Evidence Of Comprehensive General Liability Insuranceand Automobile Liability Insurance With Fannin County, Texas, Listed Asadditional Named Insured. Any Successfulofferor Shall Also Be Required To Carry Workers' Compensation Insurance In Fullcompliance With The Laws Of The State Of Texas. Thesuccessful Bidder Shall Furnish Certificates Of Insurance As Outlined Below: A. Certificates Ofinsurance 1. Shall Furnishcertificates Of Insurance Issued By An Insurance Company Authorized To Dobusiness In The State Of Texas And Who Have Consistently Maintained An Am Bestrating Of A-, A, A+ Or A++ Since January 1, 2003. The Certificate Shall Provide That Thecoverage Not Be Reduced Or Cancelled Without Thirty (30) Days Advance Writtennotice To Fannin County, Purchasing Office, 101 E. Sam Rayburn Drive, Suite 313bonham, Tx 75418. 2. The Certificateof Insurance And The Underlying Insurance Policies Shall Name Fannin County Asan Additional Insured. B. Insurance Policylimits Requirements 1. Shall Providecomprehensive General Liability Insurance And Comprehensive Automobileliability Insurance, Each Policy Having Limits No Less Than One Million Andno/100 ($1,000,000.00) Dollars Per Claimant / One Million And No/100 ($1,000,000.00)dollars / Per Occurrence; Two Million And No/100 ($2,000,000.00) Dollarsaggregate; Of Three Million And No/100 ($3,000,000.00) Dollars Combined Limits. 2. In Addition Tothe Insurance Policies Required In Paragraph B(1), Above, Shall Also Provide Anumbrella/excess Liability Policy Of Insurance With Limits No Less Than Onemillion And No/100s ($2,000,000.00) Dollars. C. Coverage’srequired In Comprehensive General Liability Insurance Policies. 1. The Comprehensivegeneral Liability Insurance Policy Shall Include Coverage For The Following: A. Premisesoperations B. Independentcontractors C. Products /completed Operations D. Personal Injury E. Advertisinginjury F. Contractualliability G. Medical Payments H. Undergroundhazard I. Explosion Andcollapse Hazard 2. The Comprehensivegeneral Liability Insurance Policy Shall Name Fannin County As An Additionalinsured. D. Coveragesrequired In Comprehensive Automobile Liability Thecontractor Shall Provide Comprehensive Automobile Liability Insurance,including Coverage For Loading And Unloading Hazards, And For Owned/hired/leasedvehicles. The Automobile Liability Policy Having Limits No Less Than One Millionand No/100 ($1,000,000.00) Dollars. The Comprehensive Automobile Insurance Policy Shallname Fannin County As An Additionalinsured. D. Bond Each Proposer Must Submit A Bidbond Or Cashier’s Check For Five Percent (5%) Of The Total Amount Bid. Once The Rfp Is Awarded,the Successful Vendor Must Submit A Performance And/or Payment Bond For The Full Amount Of The Award Prior Tocommencement Of Work.” E. Compliance With Laws And Regulations Theindependent Contractor Will Comply With All Federal, State, And Localregulations, Including, But Not Limited To, All Applicable Osha/miosharequirements And The Americans With Disabilities Act. F. Interest Of Independent Contractor And Fannincounty Theindependent Contractor Promises That It Has No Interest That Would Conflictwith The Performance Of This Contract. No Officer, Agency, Employee Of Fannin County, Or Member Of Itsgoverning Body, May Participate In Any Decision Relating To This Contract Whichaffects His/her Personal Interest Or The Interest Of Any Corporation,partnership Or Association In Which He/she Is Directly Or Indirectlyinterested, Or Has Any Personal Or Pecuniary Interest. G. Contingent Fees Theindependent Contractor Promises That It Has Not Employed Or Retained Anycompany Or Person, Other Than Bona Fide Employees Working Solely For Theindependent Contractor, To Solicit Or Secure This Contract, And That It Has Notpaid Or Agreed To Pay Any Company Or Person, Other Than Bona Fide Employeesworking Solely For The Independent Contractor, To Solicit Or Secure Thiscontract And That It Has Not Paid Or Agreed To Pay Any Company Or Person, Otherthan Bona Fide Employees Working Solely For The Contractor, Any Fee,commission, Percentage, Brokerage Fee, Gifts Or Any Other Considerationcontingent Upon Or Resulting From The Award Or Making Of This Contract. For Breach Of This Promise, The County Maycancel This Contract Without Liability Or, At Its Discretion, Deduct The Fullamount Of The Fee, Commission, Percentage, Brokerage Fee, Gift, Or Contingentfee From The Compensation Due The Independent Contractor. H. Equal Employment Opportunity Theindependent Contractor Will Not Discriminate Against Any Employee Or Applicantfor Employment Because Of Race, Creed, Color, Sex, Sexual Orientation, Nationalorigin, Physical Handicap, Age, Height, Weight, Marital Status, Veteran Status,religion Or Political Belief (except As It Relates To A Bona Fide Occupationalqualification Reasonably Necessary To The Normal Operation Of Thebusiness). The Independent Contractoragrees To Post Notices Containing This Policy Against Discrimination Inconspicuous Places Available To Applicants For Employment And Employees. All Solicitations Or Advertisements Foremployees, Placed By Or On Behalf Of The Independent Contractor, Shall Statethat All Qualified Applicants Shall Receive Consideration For Employmentwithout Regard To Race, Color, Creed, Sex, Sexual Orientation, National Origin,physical Handicap, Age, Height, Weight, Marital Status, Veteran Status,religion, Or Political Belief. I. Equal Access Theindependent Contractor Shall Provide The Services Without Discrimination Basedon Race, Color, Religion, National Origin, Sex, Sexual Orientation, Maritalstatus, Physical Handicap, Or Age. J. Ownership Of Documents And Publication As A Resultof This Contract, All Documents Developed Will Be Freely Available To Thepublic; None May Be Copyrighted By The Independent Contractor. During The Performance Of The Services, Theindependent Contractor Will Be Responsible For Any Loss Of Or Damage To Thedocuments While They Are In Its Possession And Must Restore The Loss Or Damageat Its Expense. Any Use Of Theinformation And Results Of This Contract By The Independent Contractor Mustreference The Project Sponsorship By Fannin County. Any Publication Of The Information Or Resultsmust Be Co-authored By The County. J. Assigns & Successors This Contractis Binding On The County And The Independent Contractor, Their Successors Andassigns. Neither The County Nor Theindependent Contractor Will Assign Or Transfer Its Interest In This Contractwithout The Prior Written Consent Of The Other. K. Termination Of Contract In Cases Oftermination Without Cause, Either Party May Terminate The Contract By Givingthirty (30) Days Written Notice To The Other Party. L. Payroll Taxes Theindependent Contractor Is Responsible For All Applicable State And Federalsocial Security Benefits And Unemployment Taxes And Agrees To Indemnify Andprotect The County Against Such Liability. M. Changes In Scope Or Schedule Of Services Changesmutually Agreed Upon, By The County And The Independent Contractor Will Beincorporated Into This Contract By Written Amendments Signed By Both Parties. N. Choice Of Law And Forum This Contractis To Be Interpreted By The Laws Of Texas. The Parties Agree That The Proper Forum For Litigation Arising Out Ofthis Contract Is Fannin County, Texas. O. Extent Of Contract This Contractrepresents The Entire Agreement Between The Parties And Supersedes All Priorrepresentations, Negotiations, Or Agreements, Whether Written Or Oral. V. Terms Andspecial Conditions A. Term Of Contract The Initial Term Of Thecontract Shall Begin September 1, 2025 And End August 31, 2027. Upon The Conclusion Of This Initial 12 Months, The County,at Its Option May Terminate This Contract, Or May Choose To Extend The Contractfor A One (1) Year Period. Thereafter, The Contract May Be Extended For All Ofthe County’s Facilities For Three (3) Additional One (1) Year Periods Underlike Terms And Conditions. Notice Of Intent To Renew Would Be Issued In Writingby Fannin County Thirty (30) Days Prior To The Expiration Dates Of Thecontract. B. General Requirements The Independent Contractor Will Provide Removal Of Human Remains From Death Scenes As Directed By Justices Of The Peace Or Sheriff’s Dispatch. Transport Remains To Designated Facilities For Autopsy, Cremation, Or Burial. Maintain Dignity, Proper Temperature Control, And Security At All Times. Maintain A Documented Chain Of Custody; Testify In Court If Required. Storage Of Human Remains If Required. C. Response And Transportation Response Time: Within 60 Minutes Of Notification. In Route To The Removal Site Within 30 Minutes. Vehicles: Climate-controlled, Mechanically Sound, And Dignified Appearance. Storage Facility: Capacity For At Least Six Sets Of Remains; Separate Cooler For A Minimum Of Three Sets To Prevent Cross-contamination; Fully Licensed. D. Additional Services Assist With Blood/fluid Draws Upon Request; Vendor Supplies Syringes And Proper Equipment. Arrange Deliveries Per Receiving Facility Requirements (inside Delivery, Scheduling). Provide Overnight Or Multi-leg Transport As Needed, Including Return Transportation. E. Indigent Remains Upon County Acceptance, Transport Indigent Remains To/from Crematory And Handle All Cremation Arrangements. Retrieve Remains From Other Local Funeral Homes When Required. Applicants Must Seek And Demonstrate Efforts To Obtain Available Funding From The Deceased Resources Prior To The County's Designation Of 'indigent' For Cremation Services. F. Documentation And Reporting Record Name, Pickup Time/date, Delivery Time/date, And Any Required Chain-of-custody Documentation. Provide Weekly/monthly Reports To The County Upon Request. G. Proposalformat Proposals Should Be Concise And Organized In The Followingorder: 1. Cover Letter 2. Proposal Affidavit (signed And Notarized) 3. Vendor Profile & Qualifications 4. Service Approach & Methodology 5. Staffing & Management Plan 6. Detailed Cost Proposal (per-case And Monthly Rates) 7. References (minimum Three) 8. Required Licenses & Certifications H. Pricingstructure Complete The Bid Response Form With: · Roundtrip Transport For Autopsy (per-case Rate;monthly Unlimited Rate) · Pickup And Removal In Fannin County (per-case;monthly) · Indigent Cremation Transport And Cremation Cost(per-case) · Additional Service Fees (blood Draw, After-hoursuse Of Prep Room, Storage Beyond 24 Hours) I. Billing And Payments Thecontractor Shall Submit A Monthly Invoice By The 10th Of Each Monthfor The Prior Month’s Work. Invoicesshall Be Mailed To: Fannin County Accountspayable 101 E. Samrayburn Drive Suite 302 Bonham,tx 75418 Or Emailedto: Ap@fanninco.net Payment Fromthe County For Work Performed In Accordance With The Contract Shall Be Duethirty (30) Days From Receipt Of The Monthly Invoice. The County May Withhold Any Payment Orpartial Payment Otherwise Due The Contractor As A Result Of Unsatisfactoryperformance By The Contractor. Theamount Shall Be Withheld Until Such Work Is Corrected. Authorized Signature Signature And Date Companyname Print Name Company Address Title County,state, And Zip Code Telephone Number Email Address Federal Tax Id Number Emailaddress The Above Individual Must Beauthorized To Sign On Behalf Of The Company Submitting The Proposal. Proposals Must Be Signed By An Officialauthorized To Bind The Provider To Its Provisions For At Least A Period Of Ninety(90) Days. Attachments: Proposal Affidavit Form Bid Response Form Vendor References Companyaffidavit I,____________________________________________ (name And Title), On Behalf Of____________________________________________ (company Name), Hereby Certify,under Penalty Of Perjury, That: No Member Of Any Governing Body, Elected Official, Employee Of The County, Person Purporting To Represent The County, Or Any Family Member (including Spouse, Parent, Or Child) Has Received Or Been Promised, Directly Or Indirectly, Any Form Of Financial Benefit (fees, Commissions, Finder’s Fees, Gifts, Or Other Remuneration) In Exchange For Awarding Or Executing A Contract Related To This Submission. I Possess Full Authority To Bind The Company And Have Personally Reviewed All Materials Submitted In Response To The County's Request For Proposals, Including Attachments, Appendices, And Exhibits. I Attest That The Information Provided Is True, Accurate, And Complete. I Understand That Any Misrepresentation Or Falsification Of Information Will Result In Immediate Disqualification From The Procurement Process. The County Reserves The Right To Award The Contract To The Respondent It Deems Most Advantageous, Regardless Of Price Or Other Factors. Signature/date Printedname/title Companyname/ Address, City, State, Zip Phonenumber Notaryacknowledgment (seal) Bidresponse Please Complete All Applicable Sections. Roundtrip Transportation For Autopsy (to Dallas County) Flat Rate (per Case): $______________ Monthly Unlimited Cases Rate: $______________ One-way Transport If Another Funeral Home Retrieved Deceased After The Autopsy: $________________ Pick-up & Removal Of Human Remains (fannin County) Includes Storage For The First 24 Hours. Flat Rate (per Case): $______________ Monthly Unlimited Cases Rate: $______________ Indigent Deceased Transport & Cremation Flat Rate (per Case): $______________ After-hours & On-call Services 24/7 Availability (including Holidays): Yes / No In-house Answering Service: Yes / No Third-party After-hours Answering Service: Yes / No Vehicle Availability 24-hour Access To Vehicles (including 4×4 For Inclement Weather): Yes / No Crematory Coordination Vendor To Handle All Arrangements And Invoicing: Yes / No Additional Service Charges Blood Draw Assistance (law Enforcement Provides Kits; Vendor Provides Syringes): Yes / No If Yes, Charge: $______________ Use Of Preparation Room For Examinations / Procedures: Yes / No During Office Hours: $______________ After Hours: $______________ Equipment & Supplies For Remains Handling Vendor Agrees To Use And Provide At No Additional Cost The Following Osha-compliant Equipment And Supplies (check All That Apply): Personal Protective Equipment (gloves, Gowns, Masks, Eye & Foot Protection) Standard & Oversized Cots Linens Sanitizer Biohazard Containers Standard & Oversized Body Bags (including Double-lined) Storage Beyond 24 Hours Daily Storage Rate (per Set): $______________ Facility Access & Evidence Preservation 24/7 Law Enforcement & Justice Of The Peace Access: Yes / No Number Of Refrigeration Units: __________ Units Individually Secured For Chain Of Custody: Yes / No Capacity Per Unit (number Of Sets): __________ Authorizedsignature/ Date Printedname Title
Closing Date15 Jul 2025
Tender AmountNA
Municipality Of Badiangan, Iloilo Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Section Ii. Instructions To Bidders A. General 1. Scope Of Bid 1.1 The Procuring Entity Named In The Bds Invites Bids For The Supply And Delivery Of The Goods As Described In Section Vii. Technical Specifications. 1.2 The Name, Identification, And Number Of Lots Specific To This Bidding Are Provided In The Bds. The Contracting Strategy And Basis Of Evaluation Of Lots Is Described In Itb Clause 28. 2. Source Of Funds The Procuring Entity Has A Budget Or Has Received Funds From The Funding Source Named In The Bds, And In The Amount Indicated In The Bds. It Intends To Apply Part Of The Funds Received For The Project, As Defined In The Bds, To Cover Eligible Payments Under The Contract. 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 3.1 Unless Otherwise Specified In The Bds, The Procuring Entity As Well As The Bidders And Suppliers Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. In Pursuance Of This Policy, The Procuring Entity: (a) Defines, For Purposes Of This Provision, The Terms Set Forth Below As Follows (i) “corrupt Practice” Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Government, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Ra 3019; (ii) “fraudulent Practice” Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition. (iii) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels. (iv) “coercive Practices” Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Affect The Execution Of A Contract; (v) “obstructive Practice” Is (aa) Deliberately Destroying, Falsifying, Altering Or Concealing Of Evidence Material To An Administrative Proceedings Or Investigation Or Making False Statements To Investigators In Order To Materially Impede An Administrative Proceedings Or Investigation Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Into Allegations Of A Corrupt, Fraudulent, Coercive Or Intimidating Any Party To Prevent It From Disclosing Its Knowledge Of Matters Relevant To The Administrative Proceedings Or Investigation Or From Pursuing Such Proceedings Or Investigation; Or (bb) Acts Intended To Materially Impede The Exercise Of The Inspection And Audit Rights Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Herein. (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Any Of The Practices Mentioned In This Clause For Purposes Of Competing For The Contract. 3.2 Further, The Procuring Entity Will Seek To Impose The Maximum Civil, Administrative, And/or Criminal Penalties Available Under Applicable Laws On Individuals And Organizations Deemed To Be Involved In Any Of The Practices Mentioned In Itb Clause 3.1(a). 3.3 Furthermore, The Funding Source And The Procuring Entity Reserve The Right To Inspect And Audit Records And Accounts Of A Bidder Or Supplier In The Bidding For And Performance Of A Contract Themselves Or Through Independent Auditors As Reflected In The Gcc Clause 3. 4. Conflict Of Interest 4.1 All Bidders Found To Have Conflicting Interests Shall Be Disqualified To Participate In The Procurement At Hand, Without Prejudice To The Imposition Of Appropriate Administrative, Civil, And Criminal Sanctions. A Bidder May Be Considered To Have Conflicting Interests With Another Bidder In Any Of The Events Described In Paragraphs (a) Through (c) Below And A General Conflict Of Interest In Any Of The Circumstances Set Out In Paragraphs (d) Through (f) Below: (a) A Bidder Has Controlling Shareholders In Common With Another Bidder; (b) A Bidder Receives Or Has Received Any Direct Or Indirect Subsidy From Any Other Bidder; (c) A Bidder Has The Same Legal Representative As That Of Another Bidder For Purposes Of This Bid; (d) A Bidder Has A Relationship, Directly Or Through Third Parties, That Puts Them In A Position To Have Access To Information About Or Influence On The Bid Of Another Bidder Or Influence The Decisions Of The Procuring Entity Regarding This Bidding Process. This Will Include A Firm Or An Organization Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project If The Personnel Would Be Involved In Any Capacity On The Same Project; (e) A Bidder Submits More Than One Bid In This Bidding Process. However, This Does Not Limit The Participation Of Subcontractors In More Than One Bid; Or (f) (g) A Bidder Who Participated As A Consultant In The Preparation Of The Design Or Technical Specifications Of The Goods And Related Services That Are The Subject Of The Bid. A Bidder Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement Or Implementation Of The Project, If The Personnel Would Be Involved In Any Capacity On The Same Project. 4.2 In Accordance With Section 47 Of The Irr Of Ra 9184, All Bidding Documents Shall Be Accompanied By A Sworn Affidavit Of The Bidder That It Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), Members Of The Technical Working Group (twg), Members Of The Bac Secretariat, The Head Of The Project Management Office (pmo) Or The End-user Unit, And The Project Consultants, By Consanguinity Or Affinity Up To The Third Civil Degree. On The Part Of The Bidder, This Clause Shall Apply To The Following Persons: (a) If The Bidder Is An Individual Or A Sole Proprietorship, To The Bidder Himself; (b) If The Bidder Is A Partnership, To All Its Officers And Members; (c) (d) If The Bidder Is A Corporation, To All Its Officers, Directors, And Controlling Stockholders; And If The Bidder Is A Cooperative, To All Its Officers, Directors And Controlling Share Holders Or Members; And (e) If The Bidder Is A Joint Venture (jv), The Provisions Of Items (a), (b), Or (c) Of This Clause Shall Correspondingly Apply To Each Of The Members Of The Said Jv, As May Be Appropriate Relationship Of The Nature Described Above Or Failure To Comply With This Clause Will Result In The Automatic Disqualification Of A Bidder. 5. Eligible Bidders 5.1 Unless Otherwise Indicated In The Bds, The Following Persons Shall Be Eligible To Participate In This Bidding: (a) Duly Licensed Filipino Citizens/sole Proprietorships; (b) Partnerships Duly Organized Under The Laws Of The Philippines And Of Which At Least Sixty Percent (60%) Of The Interest Belongs To Citizens Of The Philippines; (c) Corporations Duly Organized Under The Laws Of The Philippines, And Of Which At Least Sixty Percent (60%) Of The Outstanding Capital Stock Belongs To Citizens Of The Philippines; (d) Cooperatives Duly Organized Under The Laws Of The Philippines, And Of Which At Least Sixty Percent (60%) Of The Interest Belongs To Citizens Of The Philippines; And (e) Persons/entities Forming Themselves Into A Jv, I.e., A Group Of Two (2) Or More Persons/entities That Intend To Be Jointly And Severally Responsible Or Liable For A Particular Contract: Provided, However, That Filipino Ownership Or Interest Of The Joint Venture Concerned Shall Be At Least Sixty Percent (60%). 5.2 Foreign Bidders May Be Eligible To Participate When Any Of The Following Circumstances Exist, As Specified In The Bds. (a) When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra 9184 And Its Irr Allow Foreign Bidders To Participate; (b) Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; (c) When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or (d) When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3 Government Owned Or Controlled Corporations (goccs) May Be Eligible To Participate Only If They Can Establish That They (a) Are Legally And Financially Autonomous, (b) Operate Under Commercial Law, And (c) Are Not Attached Agencies Of The Procuring Entity. 5.4 Unless Otherwise Provided In The Bds, The Bidder Must Have Completed A Single Largest Completed Contract (slcc) Similar To The Project The Value Of Which, Adjusted If Necessary, By The Bidder To Current Prices Using The Philippine Statistics Authority (psa) Consumer Price Index, Must Be At Least Equivalent To A Percentage Of The Abc Stated In The Bds. For This Purpose, Contracts Similar To The Project Shall Be Those Described In The Bds, And Completed Within The Relevant Period Stated In The Invitation To Bid And Itb Clause 12.1(a)(ii). 5.5 Unless Otherwise Provided In The Bds, The Bidder Must Submit A Computation Of Its Net Financial Contracting Capacity (nfcc) Which Must Be At Least Equal To The Abc To Be Bid, Calculated As Follows: Nfcc = [(current Assets Minus Current Liabilities) (k)] Minus The Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. Where: K = 15 The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Latest Audited Financial Statements Submitted To The Bir, Through Its Electronic Filling And Payment System (efps). If The Prospective Bidder Opts To Submit A Committed Line Of Credit (clc), It Must Be At Least Equal To Ten Percent (10%) Of The Abc To Be Bid And Issued By Auniversal Or Commercial Bank. 6. Bidders Responsibilities 6.1 The Bidder Or Its Duly Authorized Representative Shall Submit A Sworn Statement In The Form Prescribed In Section Viii – Bidding Forms As Required In Itb Clause 12.1(b)(iv). 6.2 The Bidder Is Responsible For The Following: (a) Having Taken Steps To Carefully Examine All Of The Bidding Documents; (b) Having Acknowledged All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; (c) Having Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And (d) Having Complied With Its Responsibility To Inquire Or Secure Supplemental/bid Bulletin(s) As Provided Under Itb Clause 10.4; (e) Ensuring That It Is Not “blacklisted” Or Barred From Bidding By The Gop Or Any Of Its Agencies, Offices, Corporations, Or Lgus, Including Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Gppb, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting. (f) Ensuring That Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; (g) Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative/s To Verify All The Documents Submitted; (h) Ensuring That The Signatory Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The Bidder In The Bidding, With The Duly Notarized Secretary’s Certificate Attesting To Such Fact, If The Bidder Is A Corporation, Partnership, Cooperative, Or Joint Venture; (i) Complying With The Disclosure Provision Under Section 47 Of Ra 9184 In Relation To Other Provisions Of Ra 3019; And (j) (k) (l) Complying With Existing Labor Laws And Standards, In The Case Of Procurement Of Services Ensuring That It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Of Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. Failure To Observe Any Of The Above Responsibilities Shall Be At The Risk Of The Bidder Concerned. 6.3 The Bidder Is Expected To Examine All Instructions, Forms, Terms, And Specifications In The Bidding Documents. Unless Otherwise Indicated In The Bds, Failure To Furnish All Information Or Documentation Required In The Bidding Documents Shall Result In The Rejection Of The Bid And The Disqualification Of The Bidder. 6.4 It Shall Be The Sole Responsibility Of The Bidder To Determine And To Satisfy Itself By Such Means As It Considers Necessary Or Desirable As To All Matters Pertaining To The Contract To Be Bid, Including: (a) The Location And The Nature Of This Project; (b) Climatic Conditions; (c) Transportation Facilities; And (d) Other Factors That May Affect The Cost, Duration, And Execution Or Implementation Of This Project. 6.5 The Procuring Entity Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions By The Prospective Or Eligible Bidder Out Of The Data Furnished By The Procuring Entity. However, The Procuring Entity Shall Ensure That All Information In The Bidding Documents, Including Bid/supplemental Bid Bulletin/s Issued, Are Correct And Consistent. 6.6 The Bidder Shall Bear All Costs Associated With The Preparation And Submission Of His Bid, And The Procuring Entity Will In No Case Be Responsible Or Liable For Those Costs, Regardless Of The Conduct Or Outcome Of The Bidding Process. 6.7 Before Submitting Their Bids, The Bidder Is Deemed To Have Become Familiar With All Existing Laws, Decrees, Ordinances, Acts And Regulations Of The Philippines Which May Affect This Project In Any Way. 6.8 The Bidder Should Note That The Procuring Entity Will Accept Bids Only From Those That Have Paid The Non-refundable Fee For The Bidding Documents At The Office Indicated In The Invitation To Bid. 7. Origin Of Goods And Services Unless Otherwise Indicated In The Bds, There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The United Nations Security Council Taken Under Chapter Vii Of The Charter Of The United Nations, Subject To Itb Clause 27.1. 8. Subcontracts 8.1 Unless Otherwise Specified In The Bds, The Bidder May Subcontract Portions Of The Goods To An Extent As May Be Approved By The Procuring Entity And Stated In The Bds. However, Subcontracting Of Any Portion Shall Not Relieve The Bidder From Any Liability Or Obligation That May Arise From The Contract For This Project. 8.2 Subcontractors Must Comply With The Eligibility Criteria And The Documentary Requirements Specified In The Bds. In The Event That Any Subcontractor Is Found By The Procuring Entity To Be Ineligible, The Subcontracting Of Such Portion Of The Goods Shall Be Disallowed. 8.3 The Bidder May Identify The Subcontractor To Whom A Portion Of The Goods Will Be Subcontracted At Any Stage Of The Bidding Process Or During Contract Implementation. If The Bidder Opts To Disclose The Name Of The Subcontractor During Bid Submission, The Bidder Shall Include The Required Documents As Part Of The Technical Component Of Its Bid. B. Contents Of The Bidding Documents 9. Pre-bid Conference 9.1 If So Specified In The Bds, A Pre-bid Conference Shall Be Held At The Venue And On The Date Indicated Therein, To Clarify And Address The Bidders’ Questions On The Technical And Financial Components Of This Project. 9.2 Bidders Are Encouraged To Attend The Pre-bid Conference To Ensure That They Fully Understand The Procuring Entity’s Requirements. Non-attendance Of The Bidder Will In No Way Prejudice Its Bid; However, The Bidder Is Expected To Know The Changes And/or Amendments To The Bidding Documents Discussed During The Pre-bid Conference. 9.3 Any Statement Made At The Pre-bid Conference Shall Not Modify The Terms Of The Bidding Documents Unless Such Statement Is Specifically Identified In Writing As An Amendment Thereto And Issued As A Supplemental/bid Bulletin. 10. Clarification And Amendment Of Bidding Documents 10.1 Bidders Who Have Purchased The Bidding Documents May Request For Clarifications On Any Part Of The Bidding Documents For An Interpretation. Such A Request Must Be In Writing And Submitted To The Procuring Entity At The Address Indicated In The Bds At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.2 Supplemental/bid Bulletins May Be Issued Upon The Procuring Entity’s Initiative For Purposes Of Clarifying Or Modifying Any Provision Of The Bidding Documents Not Later Than Seven (7) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. Any Modification To The Bidding Documents Shall Be Identified As An Amendment. 10.3 Any Supplemental/bid Bulletin Issued By The Bac Shall Also Be Posted On The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity Concerned, If Available. It Shall Be The Responsibility Of All Bidders Who Secure The Bidding Documents To Inquire And Secure Supplemental/bid Bulletins That May Be Issued By The Bac. However, Bidders Who Have Submitted Bids Before The Issuance Of The Supplemental/bid Bulletin Must Be Informed And Allowed To Modify Or Withdraw Their Bids In Accordance With Itb Clause 23. C. Preparation Of Bids 11. Language Of Bids The Bid, As Well As All Correspondence And Documents Relating To The Bid Exchanged By The Bidder And The Procuring Entity, Shall Be Written In English. Supporting Documents And Printed Literature Furnished By The Bidder May Be In Another Language Provided They Are Accompanied By An Accurate Translation In English Certified By The Appropriate Embassy Or Consulate In The Philippines, In Which Case The English Translation Shall Govern For Purposes Of Interpretation Of The Bid. 12. Documents Comprising The Bid: Eligibility And Technical Components. 12.1 Unless Otherwise Indicated In The Bds, The First Envelope Shall Contain The Following Eligibility And Technical Documents: (a) Eligibility Documents - Class "a" Documents: (i) Philgeps Platinum Certificate Of Registration And Membership With Annex A In Accordance With Section 8.5.2 Of The Irr. (ii) Statement Of All Its Ongoing Government And Private Contracts Within The Period Stated In The Bds, Including Contracts Awarded But Not Yet Started, If Any. Statement Of The Bidder's Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, In Accordance With Itb Clause 5.4, Within The Relevant Period As Provided In The Bds. The Two Statements Required Shall Indicate For Each Contract The Following: (ii.1) Name Of The Contract; (ii.2) Date Of The Contract; (ii.3) Contract Duration; (ii.4) Owner's Name And Address; (ii.5) Kinds Of Goods; (ii.6) (ii.7) (ii.8) (ii.9) For Statement Of Ongoing Contracts- Amount Of Contract And Value Of Outstanding Contracts; For Statement Of Slcc-amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa's Consumer Price Index, If Necessary For The Purpose Of Meeting The Slcc Requirement; Date Of Delivery; And End User's Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Contract, If Completed, Which Shall Be Attached To The Statements. (iii) The Prospective Bidder’s Computation Of Its Net Financial Contracting Capacity (nfcc) Which Must Be At Least Equal To The Abc To Be Bid, Calculated As Follows: Nfcc = [(current Assets Minus Current Liabilities) (k)] Minus The Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. Where: K = 15 The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Data Submitted To The Bir, Through Its Electronic Filling And Payment System (efps). Or A Committed Line Of Credit From A Universal Or Commercial Bank (not Applicable To Procurement Of Infrastructure Projects) Class "b" Document: (iv) If Applicable, The Jva In Case The Joint Venture Is Already In Existence, Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. (b) Technical Documents - (i) Bid Security In Accordance With Itb Clause 18. If The Procuring Entity Requires The Bidders To Submit The Bid Security In The Form Of: (i.1) Cash Or Cashier’s/ Manager’s Check, Issued By A Universal Or Commercial Bank; Or (i.2) A Bank Draft/guarantee Or An Irrevocable Letter Of Credit Issued By A Universal/ Commercial Bank, It Shall Be Accompanied By A Confirmation From A Universal Or Commercial Bank, If Issued By A Foreign Bank; Or (i.3) (i.4) A Surety Bond Accompanied By A Certification Coming From An Authorized Insurance Commission That A Surety Or Insurance Company Is Authorized To Issue Such Instrument; Bid Securing Declaration (ii) (iii) Statement Of Compliance To The Schedule Of Requirements Conformity With Technical Specifications, As Enumerated And Specified In Sections Vi And Vii Of The Bidding Documents; And (iv) Sworn Statement In Accordance With Section 25.2(a)(iv) Of The Irr Of Ra 9184 And Using The Form Prescribed In Section Viii – Bidding Forms. 13. Documents Comprising The Bid: Financial Component 13.1 Unless Otherwise Stated In The Bds, The Financial Component Of The Bid Shall Contain The Following: (a) Financial Bid Form, Which Includes Bid Prices And The Bill Of Quantities And The Applicable Price Schedules, In Accordance With Itb Clauses 15.1 And 15.4; (b) If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification From The Dti, Sec, Or Cda Issued In Accordance With Itb Clause 27; And (c) Any Other Document Required In The Bds 13.2 Unless Otherwise Stated In The Bds, All Bids That Exceed The Abc Shall Not Be Accepted. 14. Alternative Bids Alternative Bids Shall Be Rejected. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 15. Bid Prices 15.1 The Bidder Shall Complete The Appropriate Price Schedules Included Herein, Stating The Unit Prices, Total Price Per Item, The Total Amount And The Expected Countries Of Origin Of The Goods To Be Supplied Under This Project. 15.2 The Bidder Shall Fill In Rates And Prices For All Items Of The Goods Described In The Bill Of Quantities. Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) Or A Dash (-) For The Said Item Would Mean That It Is Being Offered For Free To The Government. 15.3 The Terms Ex Works (exw), Cost, Insurance And Freight (cif), Cost And Insurance Paid To (cip), Delivered Duty Paid (ddp), And Other Trade Terms Used To Describe The Obligations Of The Parties, Shall Be Governed By The Rules Prescribed In The Current Edition Of The International Commercial Terms (incoterms) Published By The International Chamber Of Commerce, Paris. 15.4 Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: (a) For Goods Offered From Within The Procuring Entity’s Country (i) The Price Of The Goods Quoted Exw (ex Works, Ex Factory, Ex Warehouse, Ex Showroom, Or Off-the-shelf, As Applicable), Including All Customs Duties And Sales And Other Taxes Already Paid Or Payable (i.1) On The Components And Raw Material Used In The Manufacture Or Assembly Of Goods Quoted Ex Works Or Ex Factory; Or (i.2) On The Previously Imported Goods Of Foreign Origin Quoted Ex Warehouse, Ex Showroom, Or Off-the-shelf And Any Procuring Entity Country Sales And Other Taxes Which Will Be Payable On The Goods If The Contract Is Awarded. (ii) The Price For Inland Transportation, Insurance, And Other Local Costs Incidental To Delivery Of The Goods To Their Final Destination. (iii) The Price Of Other (incidental) Services, If Any, Listed In The Bds. (b) For Goods Offered From Abroad: (i) Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Ddp With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. (ii) The Price Of Other (incidental) Services, If Any, Listed In The Bds 15.5 Prices Quoted By The Bidder Shall Be Fixed During The Bidder’s Performance Of The Contract And Not Subject To Variation Or Price Escalation On Any Account, Unless Otherwise Specified In The Bds. A Bid Submitted With An Adjustable Price Quotation Shall Be Treated As Non-responsive And Shall Be Rejected, Pursuant To Itb Clause 24. 15.6 All Bid Prices Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Indicated In The Bds And Specified In The Gcc And Its Corresponding Scc Provision. 16. Bid Currencies 16.1 Prices Shall Be Quoted In The Following Currencies: (a) For Goods That The Bidder Will Supply From Within The Philippines, The Prices Shall Be Quoted In Philippine Pesos. (b) For Goods That The Bidder Will Supply From Outside The Philippines, The Prices May Be Quoted In The Currency(ies) Stated In The Bds. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 16.2 If So Allowed In Accordance With Itb Clause 16.1, The Procuring Entity For Purposes Of Bid Evaluation And Comparing The Bid Prices Will Convert The Amounts In Various Currencies In Which The Bid Price Is Expressed To Philippine Pesos At The Foregoing Exchange Rates. 16.3 Unless Otherwise Specified In The Bds, Payment Of The Contract Price Shall Be Made In Philippine Pesos. 17. Bid Validity 17.1 Bids Shall Remain Valid For The Period Specified In The Bds Which Shall Not Exceed One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 17.2 In Exceptional Circumstances, Prior To The Expiration Of The Bid Validity Period, The Procuring Entity May Request Bidders To Extend The Period Of Validity Of Their Bids. The Request And The Responses Shall Be Made In Writing. The Bid Security Described In Itb Clause 18 Should Also Be Extended Corresponding To The Extension Of The Bid Validity Period At The Least. A Bidder May Refuse The Request Without Forfeiting Its Bid Security, But His Bid Shall No Longer Be Considered For Further Evaluation And Award. A Bidder Granting The Request Shall Not Be Required Or Permitted To Modify Its Bid. 18. Bid Security 18.1 The Procuring Entity Shall Prescribe In The Bds The Acceptable Forms Of Bid Security That Bidders May Opt To Use, Which Shall Include The Bid Securing Declaration (bsd) Or Any Other Form Of Bid Security And The Amount Of Which Shall Be Equal To A Percentage Of The Abc In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (not Less Than The Percentage Of The Abc) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank Two Percent (2%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Five Percent (5%) For Biddings Conducted By Lgus, The Procuring Entity May Also Require Bidders To Submit Bid Securities In The Form Of Cashier’s/manager’s Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Such Financial Statement. The Bid Securing Declaration Mentioned Above Is An Undertaking Which States, Among Others, That The Bidder Shall Enter Into Contract With The Procuring Entity And Furnish The Performance Security Required Under Itb Clause 33.2, From Receipt Of The Notice Of Award, And Committing To Pay The Corresponding Fine, And Be Suspended For A Period Of Time From Being Qualified To Participate In Any Government Procurement Activity In The Event It Violates Any Of The Conditions Stated Therein As Provided In The Guidelines Issued By The Gppb. 18.2 The Bid Security Should Be Valid For The Period Specified In The Bds. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 18.3 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except To Those That Failed Or Declared As Post-disqualified, Upon Submission Of A Written Waiver Of Their Right To File A Motion For Reconsideration And/or Protest. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Bidder With The Lowest Calculated And Responsive Bid Has Signed The Contract And Furnished The Performance Security, But In No Case Later Than The Expiration Of The Bid Security Validity Period Indicated In Itb Clause 18.2. 18.4 Upon Signing And Execution Of The Contract Pursuant To Itb Clause 32, And The Posting Of The Performance Security Pursuant To Itb Clause 33, The Successful Bidder’s Bid Security Will Be Discharged, But In No Case Later Than The Bid Security Validity Period As Indicated In The Itb Clause 18.2. 18.5 The Bid Security May Be Forfeited: (a) If A Bidder: (i) Withdraws Its Bid During The Period Of Bid Validity Specified In Itb Clause 17; (ii) Does Not Accept The Correction Of Errors Pursuant To Itb Clause 28.3(b); (iii) Fails To Submit The Requirements Within The Prescribed Period, Or A Finding Against Their Veracity, As Stated In Itb Clause 29.2; Or (iv) Any Other Reason Stated In The Bds. (b) If The Successful Bidder: (i) Fails To Sign The Contract In Accordance With Itb Clause 32; (ii) Fails To Furnish Performance Security In Accordance With Itb Clause 33; Or (iii) Any Other Reason Stated In The Bds. 19. Format And Signing Of Bids 19.1 Bidders Shall Submit Their Bids Through Their Duly Authorized Representative Using The Appropriate Forms Provided In Section Viii – Bidding Forms On Or Before The Deadline Specified In The Itb Clauses 21 In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously. The First Shall Contain The Technical Component Of The Bid, Including The Eligibility Requirements Under Itb Clause 12.1, And The Second Shall Contain The Financial Component Of The Bid. 19.2 Forms As Mentioned In Itb Clause 19.1 Must Be Completed Without Any Alterations To Their Format, And No Substitute Form Shall Be Accepted. All Blank Spaces Shall Be Filled In With The Information Requested 19.3 The Bidder Shall Prepare And Submit An Original Of The First And Second Envelopes As Described In Itb Clauses 12 And 13. In Addition, The Bidder Shall Submit Copies Of The First And Second Envelopes. In The Event Of Any Discrepancy Between The Original And The Machine Copies, The Original Shall Prevail. 19.4 Each And Every Page Of The Bid Form, Including The Schedule Of Prices, Under Section Viii Hereof, Shall Be Signed By The Duly Authorized Representative/s Of The Bidder. Failure To Do So Shall Be A Ground For The Rejection Of The Bid. 19.5 Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder. 20. Sealing And Marking Of Bids 20.1 Unless Otherwise Indicated In The Bds, Bidders Shall Enclose Their Original Eligibility And Technical Documents Described In Itb Clause 12in One Sealed Envelope Marked “original - Technical Component”, And The Original Of Their Financial Component In Another Sealed Envelope Marked “original - Financial Component”, Sealing Them All In An Outer Envelope Marked “original Bid”. 20.2 Each Copy Of The First And Second Envelopes Shall Be Similarly Sealed Duly Marking The Inner Envelopes As “copy No. ___ - Technical Component” And “copy No. ___ – Financial Component” And The Outer Envelope As “copy No. ___”, Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. 20.3 The Original And The Number Of Copies Of The Bid As Indicated In The Bds Shall Be Typed Or Computerized In Indelible Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. 20.4 All Envelopes Shall (a) Contain The Name Of The Contract To Be Bid In Capital Letters; (b) Bear The Name And Address Of The Bidder In Capital Letters; (c) Be Addressed To The Procuring Entity’s Bac Identified In Itb Clause 1.1, (d) Bear The Specific Identification Of This Bidding Process Indicated In The Itb Clause 1.2; And (e) Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of Bids, In Accordance With Itb Clause 21. 20.5 Bid Envelopes That Are Not Properly Sealed And Marked As Required In The Bidding Documents, Shall Not Be Rejected, But The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Or The Procuring Entity Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or For Its Premature Opening. D. Submission And Opening Of Bids 21. Deadline For Submission Of Bids Bids Must Be Received By The Procuring Entity’s Bac At The Address And On Or Before The Date And Time Indicated In The Bds. 22. Late Bids Any Bid Submitted After The Deadline For Submission And Receipt Of Bids Prescribed By The Procuring Entity, Pursuant To Itb Clause 21, Shall Be Declared “late” And Shall Not Be Accepted By The Procuring Entity 23. Modification And Withdrawal Of Bids 23.1 The Bidder May Modify Its Bid After It Has Been Submitted; Provided That The Modification Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Bidder Shall Not Be Allowed To Retrieve Its Original Bid, But Shall Be Allowed To Submit Another Bid Equally Sealed, Properly Identified, Linked To Its Original Bid Marked As “technical Modification” Or “financial Modification” And Stamped “received” By The Bac. Bid Modifications Received After The Applicable Deadline Shall Not Be Considered And Shall Be Returned To The Bidder Unopened. 23.2 A Bidder May, Through A Letter Of Withdrawal, Withdraw Its Bid After It Has Been Submitted, For Valid And Justifiable Reason; Provided That The Letter Of Withdrawal Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Letter Of Withdrawal Must Be Executed By The Duly Authorized Representative Of The Bidder Identified In The Omnibus Sworn Statement, A Copy Of Which Should Be Attached To The Letter. 23.3 Bids Requested To Be Withdrawn In Accordance With Itb Clause 23.1 Shall Be Returned Unopened To The Bidders. A Bidder May Also Express Its Intention Not To Participate In The Bidding Through A Letter Which Should Reach And Be Stamped By The Bac Before The Deadline For Submission And Receipt Of Bids. A Bidder That Withdraws Its Bid Shall Not Be Permitted To Submit Another Bid, Directly Or Indirectly, For The Same Contract. 23.4 No Bid May Be Modified After The Deadline For Submission Of Bids. No Bid May Be Withdrawn In The Interval Between The Deadline For Submission Of Bids And The Expiration Of The Period Of Bid Validity Specified By The Bidder On The Financial Bid Form. Withdrawal Of A Bid During This Interval Shall Result In The Forfeiture Of The Bidder’s Bid Security, Pursuant To Itb Clause 18.5, And The Imposition Of Administrative, Civil And Criminal Sanctions As Prescribed By Ra 9184 And Its Irr 24. Opening And Preliminary Examination Of Bids 24.1 24.2 The Bac Shall Open The Bids In Public, Immediately After The Deadline For The Submission And Receipt Of Bids, As Specified In The Bds. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Bac Shall Take Custody Of The Bids Submitted And Reschedule The Opening Of Bids On The Next Working Day Or At The Soonest Possible Time Through The Issuance Of A Notice Of Postponement To Be Posted In The Philgeps Website Of The Procuring Entity Concerned, If Available. The Bac Shall Open The First Bid Envelopes Of Bidders In Public As Specified In The Bds To Determine Each Bidder’s Compliance With The Documents Prescribed In Itb Clause 12. For This Purpose, The Bac Shall Check The Submitted Documents Of Each Bidder Against A Checklist Of Required Documents To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion. If A Bidder Submits The Required Document, It Shall Be Rated “passed” For That Particular Requirement. In This Regard, Bids That Fail To Include Any Requirement Or Are Incomplete Or Patently Insufficient Shall Be Considered As “failed”. Otherwise, The Bac Shall Rate The Said First Bid Envelope As “passed”. 24.3 Immediately After Determining Compliance With The Requirements In The First Envelope, The Bac Shall Forthwith Open The Second Bid Envelope Of Each Remaining Eligible Bidder Whose First Bid Envelope Was Rated “passed”. The Second Envelope Of Each Complying Bidder Shall Be Opened Within The Same Day. In Case One Or More Of The Requirements In The Second Envelope Of A Particular Bid Is Missing, Incomplete Or Patently Insufficient, And/or If The Submitted Total Bid Price Exceeds The Abc Unless Otherwise Provided In Itb Clause 13.2, The Bac Shall Rate The Bid Concerned As “failed”. Only Bids That Are Determined To Contain All The Bid Requirements For Both Components Shall Be Rated “passed” And Shall Immediately Be Considered For Evaluation And Comparison 24.4 Letters Of Withdrawal Shall Be Read Out And Recorded During Bid Opening, And The Envelope Containing The Corresponding Withdrawn Bid Shall Be Returned To The Bidder Unopened. If The Withdrawing Bidder’s Representative Is In Attendance, The Original Bid And All Copies Thereof Shall Be Returned To The Representative During The Bid Opening. If The Representative Is Not In Attendance, The Bid Shall Be Returned Unopened By Registered Mail. The Bidder May Withdraw Its Bid Prior To The Deadline For The Submission And Receipt Of Bids, Provided That The Corresponding Letter Of Withdrawal Contains A Valid Authorization Requesting For Such Withdrawal, Subject To Appropriate Administrative Sanctions 24.5 If A Bidder Has Previously Secured A Certification From The Procuring Entity To The Effect That It Has Previously Submitted The Above-enumerated Class “a” Documents, The Said Certification May Be Submitted In Lieu Of The Requirements Enumerated In Itb Clause 12.1(a), Items (i) To (v). 24.6 In The Case Of An Eligible Foreign Bidder As Described In Itb Clause 5, The Class “a” Documents Described In Itb Clause 12.1(a) May Be Substituted With The Appropriate Equivalent Documents, If Any, Issued By The Country Of The Foreign Bidder Concerned. 24.7 Each Partner Of A Joint Venture Agreement Shall Likewise Submit The Requirements In Itb Clauses 12.1(a)(i) And 12.1(a)(ii). Submission Of Documents Required Under Itb Clauses 12.1(a)(iii) To 12.1(a)(v) By Any Of The Joint Venture Partners Constitutes Compliance. 24.8 The Procuring Entity Shall Prepare The Minutes Of The Proceedings Of The Bid Opening That Shall Include, As A Minimum: (a) Names Of Bidders, Their Bid Price, Bid Security, Findings Of Preliminary Examination; And (b) Attendance Sheet. The Bac Members Shall Sign The Abstract Of Bids As Read. E. Evaluation And Comparison Of Bids 25. Process To Be Confidential 25.1 Members Of The Bac, Including Its Staff And Personnel, As Well As Its Secretariat And Twg, Are Prohibited From Making Or Accepting Any Kind Of Communication With Any Bidder Regarding The Evaluation Of Their Bids Until The Issuance Of The Notice Of Award, Unless Otherwise Allowed In The Bds Or In The Case Of Itb Clause 26. 25.2 Any Effort By A Bidder To Influence The Procuring Entity In The Procuring Entity’s Decision In Respect Of Bid Evaluation, Bid Comparison Or Contract Award Will Result In The Rejection Of The Bidder’s Bid. 26. Clarification Of Bids To Assist In The Evaluation, Comparison, And Post-qualification Of The Bids, The Procuring Entity May Ask In Writing Any Bidder For A Clarification Of Its Bid. All Responses To Requests For Clarification Shall Be In Writing. Any Clarification Submitted By A Bidder In Respect To Its Bid And That Is Not In Response To A Request By The Procuring Entity Shall Not Be Considered. 27. Domestic Preference 27.1 Unless Otherwise Stated In The Bds, The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With The Following: (a) The Preference Shall Be Applied When (i) The Lowest Foreign Bid Is Lower Than The Lowest Bid Offered By A Domestic Bidder, Or (ii) The Lowest Bid Offered By A Non-philippine National Is Lower Than The Lowest Bid Offered By A Domestic Entity. (b) For Evaluation Purposes, The Lowest Foreign Bid Or The Bid Offered By A Non-philippine National Shall Be Increased By Fifteen Percent (15%). (c) In The Event That (i) The Lowest Bid Offered By A Domestic Entity Does Not Exceed The Lowest Foreign Bid As Increased, Or (ii) The Lowest Bid Offered By A Non-philippine National As Increased, Then The Procuring Entity Shall Award The Contract To The Domestic Bidder/entity At The Amount Of The Lowest Foreign Bid Or The Bid Offered By A Non-philippine National, As The Case May Be. (d) If The Domestic Entity/bidder Refuses To Accept The Award Of Contract At The Amount Of The Foreign Bid Or Bid Offered By A Non-philippine National Within Two (2) Calendar Days From Receipt Of Written Advice From The Bac, The Procuring Entity Shall Award To The Bidder Offering The Foreign Bid Or The Non-philippine National, As The Case May Be, Subject To Post-qualification And Submission Of All The Documentary Requirements Under These Bidding Documents. 27.2 A Bidder May Be Granted Preference As A Domestic Entity Subject To The Certification From The Dti (in Case Of Sole Proprietorships), Sec (in Case Of Partnerships And Corporations), Or Cda (in Case Of Cooperatives) That The (a) Sole Proprietor Is A Citizen Of The Philippines Or The Partnership, Corporation, Cooperative, Or Association Is Duly Organized Under The Laws Of The Philippines With At Least Seventy Five Percent (75%) Of Its Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, (b) Habitually Established In Business And Habitually Engaged In The Manufacture Or Sale Of The Merchandise Covered By His Bid, And (c) The Business Has Been In Existence For At Least Five (5) Consecutive Years Prior To The Advertisement And/or Posting Of The Invitation To Bid For This Project. 27.3 A Bidder May Be Granted Preference As A Domestic Bidder Subject To The Certification From The Dti That The Bidder Is Offering Unmanufactured Articles, Materials Or Supplies Of The Growth Or Production Of The Philippines, Or Manufactured Articles, Materials, Or Supplies Manufactured Or To Be Manufactured In The Philippines Substantially From Articles, Materials, Or Supplies Of The Growth, Production, Or Manufacture, As The Case May Be, Of The Philippines. 28. Detailed Evaluation And Comparison Of Bids 28.1 The Procuring Entity Will Undertake The Detailed Evaluation And Comparison Of Bids Which Have Passed The Opening And Preliminary Examination Of Bids, Pursuant To Itb Clause 24, In Order To Determine The Lowest Calculated Bid. 28.2 The Lowest Calculated Bid Shall Be Determined In Two Steps. (a) The Detailed Evaluation Of The Financial Component Of The Bids, To Establish The Correct Calculated Prices Of The Bids; And (b) The Ranking Of The Total Bid Prices As So Calculated From The Lowest To The Highest. The Bid With The Lowest Price Shall Be Identified As The Lowest Calculated Bid. 28.3 The Procuring Entity's Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. Unless Otherwise Specified In The Bds, The Bac Shall Consider The Following In The Evaluation Of Bids. (a) Completeness Of The Bid. Unless The Itb Specifically Allows Partial Bids, Bids Not Addressing Or Providing All Of The Required Items In The Schedule Of Requirements Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) Or A Dash (-) For The Said Item Would Mean That It Is Being Offered For Free To The Procuring Entity; And (b) Arithmetical Corrections. Consider Computational Errors And Omissions To Enable Proper Comparison Of All Eligible Bids. It May Also Consider Bid Modifications, If Allowed In The Bds. Any Adjustment Shall Be Calculated In Monetary Terms To Determine The Calculated Prices. 28.4 Based On The Detailed Evaluation Of Bids, Those That Comply With The Above-mentioned Requirements Shall Be Ranked In The Ascending Order Of Their Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, To Identify The Lowest Calculated Bid. Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, Which Exceed The Abc Shall Not Be Considered. 28.5 Unless Otherwise Indicated In The Bds, The Procuring Entity’s Evaluation Of Bids Shall Only Be Based On The Bid Price Quoted In The Financial Bid Form. 28.6 Bids Shall Be Evaluated On An Equal Footing To Ensure Fair Competition. For This Purpose, All Bidders Shall Be Required To Include In Their Bids The Cost Of All Taxes, Such As, But Not Limited To, Value Added Tax (vat), Income Tax, Local Taxes, And Other Fiscal Levies And Duties Which Shall Be Itemized In The Bid Form And Reflected In The Detailed Estimates. Such Bids, Including Said Taxes, Shall Be The Basis For Bid Evaluation And Comparison. 29. Post-qualification 29.1 The Procuring Entity Shall Determine To Its Satisfaction Whether The Bidder That Is Evaluated As Having Submitted The Lowest Calculated Bid (lcb) Complies With And Is Responsive To All The Requirements And Conditions Specified In Itb Clauses 5, 12, And 13. 29.2 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lcb, The Bidder Shall Submit The Following Documentary Requirements: (a) Latest Income And Business Tax Returns In The Form Specified In The Bds; (b) Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. Failure Of The Bidder Declared As Lowest Calculated Bid To Duly Submit The Above Requirements On Time Under This Clause Or A Finding Against The Veracity Of Such Shall Be Ground For Forfeiture Of The Bid Security And Disqualification Of The Bidder For Award. 29.3 The Determination Shall Be Based Upon An Examination Of The Documentary Evidence Of The Bidder’s Qualifications Submitted Pursuant To Itb Clauses 12 And 13, As Well As Other Information As The Procuring Entity Deems Necessary And Appropriate, Using A Non-discretionary “pass/fail” Criterion. 29.4 If The Bac Determines That The Bidder With The Lowest Calculated Bid Passes All The Criteria For Post-qualification, It Shall Declare The Said Bid As The Lowest Calculated Responsive Bid, And Recommend To The Head Of The Procuring Entity The Award Of Contract To The Said Bidder At Its Submitted Bid Price Or Its Calculated Bid Price, Whichever Is Lower. 29.5 A Negative Determination Shall Result In Rejection Of The Bidder’s Bid, In Which Event The Procuring Entity Shall Proceed To The Next Lowest Calculated Bid To Make A Similar Determination Of That Bidder’s Capabilities To Perform Satisfactorily. If The Second Bidder, However, Fails The Post Qualification, The Procedure For Post Qualification Shall Be Repeated For The Bidder With The Next Lowest Calculated Bid, And So On Until The Lowest Calculated Responsive Bid Is Determined For Contract Award. 29.6 Within A Period Not Exceeding Fifteen (15) Calendar Days From The Date Of Receipt Of The Recommendation Of The Bac, The Head Of The Procuring Entity Shall Approve Or Disapprove The Said Recommendation. 30. Reservation Clause 30.1 Notwithstanding The Eligibility Or Post-qualification Of A Bidder, The Procuring Entity Concerned Reserves The Right To Review Its Qualifications At Any Stage Of The Procurement Process If It Has Reasonable Grounds To Believe That A Misrepresentation Has Been Made By The Said Bidder, Or That There Has Been A Change In The Bidder’s Capability To Undertake The Project From The Time It Submitted Its Eligibility Requirements. Should Such Review Uncover Any Misrepresentation Made In The Eligibility And Bidding Requirements, Statements Or Documents, Or Any Changes In The Situation Of The Bidder Which Will Affect Its Capability To Undertake The Project So That It Fails The Preset Eligibility Or Bid Evaluation Criteria, The Procuring Entity Shall Consider The Said Bidder As Ineligible And Shall Disqualify It From Submitting A Bid Or From Obtaining An Award Or Contract. 30.2 Based On The Following Grounds, The Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding At Any Time Prior To The Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability, And Make No Assurance That A Contract Shall Be Entered Into As A Result Of The Bidding: (a) If There Is Prima Facie Evidence Of Collusion Between Appropriate Public Officers Or Employees Of The Procuring Entity, Or Between The Bac And Any Of The Bidders, Or If The Collusion Is Between Or Among The Bidders Themselves, Or Between A Bidder And A Third Party, Including Any Act Which Restricts, Suppresses Or Nullifies Or Tends To Restrict, Suppress Or Nullify Competition; (b) If The Procuring Entity’s Bac Is Found To Have Failed In Following The Prescribed Bidding Procedures; Or (c) For Any Justifiable And Reasonable Ground Where The Award Of The Contract Will Not Redound To The Benefit Of The Gop As Follows: (i) If The Physical And Economic Conditions Have Significantly Changed So As To Render The Project No Longer Economically, Financially Or Technically Feasible As Determined By The Head Of The Procuring Entity; (ii) If The Project Is No Longer Necessary As Determined By The Head Of The Procuring Entity; And (iii) If The Source Of Funds For The Project Has Been Withheld Or Reduced Through No Fault Of The Procuring Entity. 30.3 In Addition, The Procuring Entity May Likewise Declare A Failure Of Bidding When: (a) No Bids Are Received; (b) All Prospective Bidders Are Declared Ineligible; (c) All Bids Fail To Comply With All The Bid Requirements Or Fail Post-qualification; Or (d) The Bidder With The Lowest Calculated Responsive Bid Refuses, Without Justifiable Cause To Accept The Award Of Contract, And No Award Is Made In Accordance With Section 40 Of The Irr Of Ra 9184. F. Award Of Contract 31. Contract Award 31.1 Subject To Itb Clause 29, The Procuring Entity Shall Award The Contract To The Bidder Whose Bid Has Been Determined To Be The Lcrb. 31.2 Prior To The Expiration Of The Period Of Bid Validity, The Procuring Entity Shall Notify The Successful Bidder In Writing That Its Bid Has Been Accepted, Through A Notice Of Award Received Personally Or Sent By Registered Mail Or Electronically, Receipt Of Which Must Be Confirmed In Writing Within Two (2) Days By The Bidder With The Lcrb And Submitted Personally Or Sent By Registered Mail Or Electronically To The Procuring Entity. 31.3 Notwithstanding The Issuance Of The Notice Of Award, Award Of Contract Shall Be Subject To The Following Conditions: (a) Submission Of The Valid Jva, If Applicable, Within Ten (10) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That The Bidder Has The Lcrb; (b) Posting Of The Performance Security In Accordance With Itb Clause 33; (c) Signing Of The Contract As Provided In Itb Clause 32; And (d) Approval By Higher Authority, If Required. 31.4 At The Time Of Contract Award, The Procuring Entity Shall Not Increase Or Decrease The Quantity Of Goods Originally Specified In Section Vi – Schedule Of Requirements. 32. Signing Of The Contract 32.1 At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Contract Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 32.2 Within Ten (10) Calendar Days From Receipt Of The Notice Of Award, The Successful Bidder Shall Post The Required Performance Security And Sign And Date The Contract And Return It To The Procuring Entity. 32.3 The Procuring Entity Shall Enter Into Contract With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 32.4 The Following Documents Shall Form Part Of The Contract. (a) Contract Agreement; (b) Bidding Documents; (c) Winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted; (d) Performance Security; (e) Notice Of Award Of Contract; And (f) Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. 33. Performance Security 33.1 To Guarantee The Faithful Performance By The Winning Bidder Of Its Obligations Under The Contract, It Shall Post A Performance Security Within A Maximum Period Of Ten (10) Calendar Days From The Receipt Of The Notice Of Award From The Procuring Entity And In No Case Later Than The Signing Of The Contract. 33.2 The Procuring Entity Shall Prescribe At Least One (1) Acceptable Form Of Performance Security Taken From The Categories Below That Bidders May Opt To Use, Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity: Form Of Performance Security Amount Of Performance Security (not Less Than The Percentage Of The Total Contract Price) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank Five Percent (5%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Thirty Percent (30%) (d) Performance Securing Declaration (psd) None 33.3 Performance Security As Indicated In Section 17.1 (k) And 39 Of The 2016 Revised Irr Of Ra No. 9184, While Includes The Performance Securing Declaration (psd) As An Alternative Performance Security During A State Of Calamity Or Imposition Of Community Quarantine Pursuant To Gppb Resolution No. 09-2020. Failure Of The Successful Bidder To Comply With The Above-mentioned Requirement Shall Constitute Sufficient Ground For The Annulment Of The Award And Forfeiture Of The Bid Security, In Which Event The Procuring Entity Shall Initiate And Complete The Post Qualification Of The Second Lowest Calculated Bid. The Procedure Shall Be Repeated Until The Lcrb Is Identified And Selected For Contract Award. However If No Bidder Passed Post-qualification, The Bac Shall Declare The Bidding A Failure And Conduct A Re-bidding With Re-advertisement. 34. Notice To Proceed 34.1 Within Seven (7) Calendar Days From The Date Of Approval Of The Contract By The Appropriate Government Approving Authority, The Procuring Entity Shall Issue Its Notice To Proceed Together With A Copy Or Copies Of The Approved Contract To The Successful Bidder. All Notices Called For By The Terms Of The Contract Shall Be Effective Only At The Time Of Receipt Thereof By The Successful Bidder. 34.2 The Contract Effectivity Date Shall Be Provided In The Notice To Proceed By The Procuring Entity, Which Date Shall Not Be Later Than Seven (7) Calendar Days From The Issuance Of The Notice To Proceed. 35. Protest Mechanism Decision Of The Procuring Entity At Any Stage Of The Procurement Process May Be Questioned In Accordance With Section 55 Of The Revised Implementing Rules And Regulations Of Republic Act 9184. Section Iii – Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is The Local Government Of Badiangan, Iloilo 1.2 The Reference Is: Supply And Delivery Of Office Supplies For Use Of Various Offices, Municipal Hall, Badiangan, Iloilo. Project Identification No. 2025 - 015 – B. 2.0 The Funding Source Is Through The General Fund Of The Local Government Of Badiangan, Iloilo In The Amount Of P 806,780.54. 5.1 No Further Instructions. 5.2 None Of The Circumstances Mentioned In The Itb Clause Exists In This Project. Foreign Bidders, Except Those Falling Under Itb Clause 5.2(b), May Not Participate In This Project. 5.4 The Bidder Must Have Completed, Within The Period Specified In The Invitation To Bid And Itb Clause 12.1(a)(ii), A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. For This Purpose, Similar Contracts Shall Refer To The Supply And Delivery Of Goods That Is/are Similar In Type And Brand To The Goods Being Bidded-out. 5.5 No Further Instructions. 6.3 No Further Instructions. 7 No Further Instructions. 8.1 Subcontracting Is Not Allowed. 8.2 Not Applicable. 9.1 Not Applicable. 10.1 The Procuring Entity’s Address Is: Badiangan Municipal Hall R.c. Tabiana St., Poblacion, Badiangan, Iloilo 5033 Contact Person: Mrs. Elenor G. Navio Head: Bac Secretariat Municipal Hall, Badiangan, Iloilo Tel. No. (033) 320-7809 C.p. No. 09079955688 12.1 The First Envelope Shall Contain The Eligibility And Technical Documents Stated In The Itb Clause. However, If The Bidder Maintains A Current And Updated File Of Its Class “a” Documents With The Bac Of The Local Government Of Badiangan, Iloilo, A Certification To That Effect Issued By Its Bac May Be Submitted In Lieu Of The Class “a” Documents. 12.1(a)(i) No Other Acceptable Proof Of Registration Is Recognized 12.1(a)(ii) The Statement Of All Ongoing And Single Largest Completed Government And Private Contracts Shall Include All Such Contracts Within The Last Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 13.1 No Additional Requirements. 13.2 The Approved Budget For The Contract (abc) Is: P 806,780.54 Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. 15.4(a)(iii) No Incidental Services Required. 15.4(b) Not Applicable. 15.5 Bid Prices Shall Be Fixed. Adjustable Price Proposals Shall Be Treated As Non-responsive And Shall Be Rejected. 15.6 Extraordinary Circumstances Refer To Events That May Be Determined By The National Economic And Development Authority In Accordance With The Civil Code Of The Philippines, And Upon The Recommendation Of The Procuring Entity. 16.1(b) The Bid Prices For Goods Supplied From Outside Of The Philippines Shall Be Quoted In Philippine Pesos. 16.3 No Further Instructions. 17.1 Bids Shall Be Valid Until 120 Calendar Days After Bidding. 18.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration (bsd), Or Any Of The Following Forms: 1. P (2% Of Abc), If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or 2. P (5% Of Abc), If Bid Security Is In Surety Bond 18.2 The Bid Security Shall Be Valid Until 120 Calendar Days After Bidding. 18.5(a)(iv) The Following Are Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use Of One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post-qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons. 18.5(b)(iii) No Further Instructions. 20.1 The Documents Enclosed In The Original Bid Should Be Original Copy Or Duly Stamped Certified True/ Machine Copy With Printed Name And Signature Of The Owner Of The Company Or The Duly Authorized Representative Of The Company As Indicated In The Special Power Of Attorney (spa) Or Secretary’s Certificate. The Duly Authorized Representative Should Have A Specimen Signature In The Spa Or Secretary’s Certificate. 20.3 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. The Photocopied Copies Of The Documents Enclosed In The First And Second Components Of The Bid Should Be Duly Stamped Certified True/ Machine Copy With Printed Name And Signature Of The Owner Of The Company Or The Duly Authorized Representative Of The Company As Indicated In The Special Power Of Attorney (spa) Or Secretary’s Certificate. The Duly Authorized Representative Should Have A Specimen Signature In The Spa Or Secretary’s Certificate. 21 The Address For Submission Of Bids Is: Municipal Budget Office, Municipal Hall, Badiangan, Iloilo The Deadline For Submission Of Bid Is: March 24, 2025; 8:30 A.m. 24.1 The Place Of Bid Opening Is: Municipal Social Hall, Badiangan, Iloilo The Date And Time Of Bid Opening Is: March 24, 2025; 9:00 A.m. 25.1 No Further Instructions. 27.1 No Further Instructions. 28.3 No Further Instructions. 28.3(b) Modification Of Bids Is Not Allowed. 28.5 No Further Instructions. 29.2(a) Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted. Note: The Latest Income And Business Tax Returns Are Those Within The Last Six Months Preceding The Date Of Bid Submission. 29.2(d) None Required. 32.4(g) None Required. 34.2 The Effective Date Of The Contract Is Seven (7) Calendar Days Upon Receipt Of Notice To Proceed Issued By The Procuring Entity. Section Iv. General Conditions Of Contract 1. Definitions 1.1 In This Contract, The Following Terms Shall Be Interpreted As Indicated. (a) “the Contract” Means The Agreement Entered Into Between The Procuring Entity And The Supplier, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. (b) “the Contract Price” Means The Price Payable To The Supplier Under The Contract For The Full And Proper Performance Of Its Contractual Obligations. (c) “the Goods” Means All Of The Supplies, Equipment, Machinery, Spare Parts, Other Materials And/or General Support Services Which The Supplier Is Required To Provide To The Procuring Entity Under The Contract. (d) “the Services” Means Those Services Ancillary To The Supply Of The Goods, Such As Transportation And Insurance, And Any Other Incidental Services, Such As Installation, Commissioning, Provision Of Technical Assistance, Training, And Other Such Obligations Of The Supplier Covered Under The Contract. (e) “gcc” Means The General Conditions Of Contract Contained In This Section. (f) “scc” Means The Special Conditions Of Contract. (g) “the Procuring Entity” Means The Organization Purchasing The Goods, As Named In The Scc,. (h) “the Procuring Entity’s Country” Is The Philippines. (i) “the Supplier” Means The Individual Contractor, Manufacturer, Distributor, Or Firm Supplying/manufacturing The Goods And Services Under This Contract And Named In The Scc, (j) The “funding Source” Means The Organization Named In The Scc,. (k) “the Project Site,” Where Applicable, Means The Place Or Places Named In The Scc, (l) “day” Means Calendar Day. (m) The “effective Date” Of The Contract Will Be The Date Of Receipt By The Supplier Of The Notice To Proceed Or The Date Provided In The Notice To Proceed. Performance Of All Obligations Shall Be Reckoned From The Effective Date Of The Contract. (n) “verified Report” Refers To The Report Submitted By The Implementing Unit To The Head Of The Procuring Entity Setting Forth Its Findings As To The Existence Of Grounds Or Causes For Termination And Explicitly Stating Its Recommendation For The Issuance Of A Notice To Terminate. 2. Corrupt, Fraudulent, Collusive, And Coercive Practices 2.1 The Procuring Entity As Well As The Bidders, Contractors, Or Suppliers Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of This Contract. In Pursuance Of This Policy, The Procuring Entity. (a) Defines, For The Purposes Of This Provision, The Terms Set Forth Below As Follows (i) "corrupt Practice" Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And It Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Government, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Republic Act 3019. (ii) "fraudulent Practice" Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition. (iii) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels. (iv) “coercive Practices “ Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Effect The Execution Of A Contract; (v) “obstructive Practice” Is (aa) Deliberately Destroying, Falsifying, Altering Or Concealing Of Evidence Material To An Administrative Proceedings Or Investigation Or Making False Statements To Investigators In Order To Materially Impede An Administrative Proceedings Or Investigation Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Into Allegations Of A Corrupt, Fraudulent, Coercive Or Intimidating Any Party To Prevent If From Disclosing Its Knowledge Of Matters Relevant To The Administrative Proceedings Or Investigation Or From Pursuing Such Proceedings Or Investigation; Or (bb) Acts Intended To Materially Impede The Exercise Of The Inspection And Audit Rights Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Herein. (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Any Of The Practices Mentioned In This Clause For Purposes Of Competing For The Contract. 3. Inspection And Audit By The Funding Source The Supplier Shall Permit The Funding Source To Inspect The Supplier’s Accounts And Records Relating To The Performance Of The Supplier And To Have Them Audited By Auditors Appointed By The Funding Source, If So Required By The Funding Source. 4. Governing Law And Language 4.1 This Contract Shall Be Interpreted In Accordance With The Laws Of The Republic Of The Philippines. 4.2 This Contract Has Been Executed In The English Language, Which Shall Be The Binding And Controlling Language For All Matters Relating To The Meaning Or Interpretation Of This Contract. All Correspondence And Other Documents Pertaining To This Contract Exchanged By The Parties Shall Be Written In English. 5. Notices 5.1 Any Notice, Request, Or Consent Required Or Permitted To Be Given Or Made Pursuant To This Contract Shall Be In Writing. Any Such Notice, Request, Or Consent Shall Be Deemed To Have Been Given Or Made When Received By The Concerned Party, Either In Person Or Through An Authorized Representative Of The Party To Whom The Communication Is Addressed, Or When Sent By Registered Mail, Telex, Telegram, Or Facsimile To Such Party At The Address Specified In The Scc, Which Shall Be Effective When Delivered And Duly Received Or On The Notice’s Effective Date, Whichever Is Later. 5.2 A Party May Change Its Address For Notice Hereunder By Giving The Other Party Notice Of Such Change Pursuant To The Provisions Listed In The Scc For Gcc Clause 5.1. 6. Scope Of Contract 6.1 The Goods And Related Services To Be Provided Shall Be As Specified In Section Vi – Schedule Of Requirements. 6.2 This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. Any Additional Requirements For The Completion Of This Contract Shall Be Provided In The Scc 7. Subcontracting 7.1 Subcontracting Of Any Portion Of The Goods, If Allowed In The Bds, Does Not Relieve The Supplier Of Any Liability Or Obligation Under This Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants Or Workmen As Fully As If These Were The Supplier’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants Or Workmen. 7.2 Subcontractors Disclosed And Identified During The Bidding May Be Changed During The Implementation Of This Contract, Subject To Compliance With The Required Qualifications And The Approval Of The Procuring Entity. 8. Procuring Entity’s Responsibilities 8.1 Whenever The Performance Of The Obligations In This Contract Requires That The Supplier Obtain Permits, Approvals, Import, And Other Licenses From Local Public Authorities, The Procuring Entity Shall, If So Needed By The Supplier, Make Its Best Effort To Assist The Supplier In Complying With Such Requirements In A Timely And Expeditious Manner. 8.2 The Procuring Entity Shall Pay All Costs Involved In The Performance Of Its Responsibilities In Accordance With Gcc Clause 6. 9. Prices Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under This Contract Shall Not Vary From The Prices Quoted By The Supplier In Its Bid, With The Exception Of Any Change In Price Resulting From A Change Order Issued In Accordance With Gcc Clause 29, Or If Applicable, Adjustments Authorized In Accordance With The Price Adjustment Provisions Specified In The Scc.. 10. Payment 10.1 Unless Otherwise Specified In The Scc, Payments Shall Be Made Only Upon A Certification By The Head Of The Procuring Entity To The Effect That The Goods Have Been Rendered Or Delivered In Accordance With The Terms Of This Contract And Have Been Duly Inspected And Accepted. Except With The Prior Approval Of The President No Payment Shall Be Made For Services Not Yet Rendered Or For Supplies And Materials Not Yet Delivered Under This Contract. Ten Percent (10%) Of The Amount Of Each Payment Shall Be Retained By The Procuring Entity To Cover The Supplier’s Warranty Obligations Under This Contract As Described In Gcc Clause 17. 10.2 The Supplier’s Request(s) For Payment Shall Be Made To The Procuring Entity In Writing, Accompanied By An Invoice Describing, As Appropriate, The Goods Delivered And/or Services Performed, And By Documents Submitted Pursuant To The Scc Provision For Gcc Clause 6.2, And Upon Fulfillment Of Other Obligations Stipulated In This Contract. 10.3 Pursuant To Gcc Clause 10.2, Payments Shall Be Made Promptly By The Procuring Entity, But In No Case Later Than Sixty (60) Days After Submission Of An Invoice Or Claim By The Supplier. 10.4 Unless Otherwise Specified In The Scc, The Currency In Which Payment Is Made To The Supplier Under This Contract Shall Be In Philippine Pesos. 11. Advance Payment 11.1 Advance Payment Shall Be Made Only After Prior Approval Of The President, And Shall Not Exceed Fifteen Percent (15%) Of The Contract Amount, Unless Otherwise Directed By The President Or In Cases Allowed Under Annex “d” Of Ra 9184. 11.2 For Goods Supplied From Abroad, The Terms Of Payment Shall Be As Follows: (a) On Contract Signature: Fifteen Percent (15%) Of The Contract Price Shall Be Paid Within Sixty (60) Days From Signing Of The Contract And Upon Submission Of A Claim And A Bank Guarantee For The Equivalent Amount Valid Until The Goods Are Delivered And In The Form Provided In Section Viii. Bidding Forms. (b) On Delivery: Sixty-five Percent (65%) Of The Contract Price Shall Be Paid To The Supplier Within Sixty (60) Days After The Date Of Receipt Of The Goods And Upon Submission Of The Documents (i) Through (vi) Specified In The Scc Provision On Delivery And Documents. (c) On Acceptance: The Remaining Twenty Percent (20%) Of The Contract Price Shall Be Paid To The Supplier Within Sixty (60) Days After The Date Of Submission Of The Acceptance And Inspection Certificate For The Respective Delivery Issued By The Procuring Entity’s Authorized Representative. In The Event That No Inspection Or Acceptance Certificate Is Issued By The Procuring Entity’s Authorized Representative Within Forty Five (45) Days Of The Date Shown On The Delivery Receipt The Supplier Shall Have The Right To Claim Payment Of The Remaining Twenty Percent (20%) Subject To The Procuring Entity’s Own Verification Of The Reason(s) For The Failure To Issue Documents (vii) And (viii) As Described In The Scc Provision On Delivery And Documents. 11.3 All Progress Payments Shall First Be Charged Against The Advance Payment Until The Latter Has Been Fully Exhausted. 12. Taxes And Duties The Supplier, Whether Local Or Foreign, Shall Be Entirely Responsible For All The Necessary Taxes, Stamp Duties, License Fees, And Other Such Levies Imposed For The Completion Of This Contract. 13. Performance Security 13.1 Unless Otherwise Specified In The Scc, Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any The Forms Prescribed In The Itb Clause 33.2. 13.2 The Performance Security Posted In Favor Of The Procuring Entity Shall Be Forfeited In The Event It Is Established That The Winning Bidder Is In Default In Any Of Its Obligations Under The Contract. 13.3 The Performance Security Shall Remain Valid Until Issuance By The Procuring Entity Of The Certificate Of Final Acceptance. 13.4 Unless Otherwise Specified In The Scc, The Performance Security May Be Released By The Procuring Entity And Returned To The Supplier After The Issuance Of The Certificate Of Final Acceptance Subject To The Following Conditions. (a) There Are No Pending Claims Against The Supplier Or The Surety Company Filed By The Procuring Entity; (b) The Supplier Has No Pending Claims For Labor And Materials Filed Against It; And (c) Other Terms Specified In The Scc 13.5 In Case Of A Reduction Of The Contract Value, The Procuring Entity Shall Allow A Proportional Reduction In The Original Performance Security, Provided That Any Such Reduction Is More Than Ten Percent (10%) And That The Aggregate Of Such Reductions Is Not More Than Fifty Percent (50%) Of The Original Performance Security. 14. Use Of Contract Documents And Information 14.1 The Supplier Shall Not, Except For Purposes Of Performing The Obligations In This Contract, Without The Procuring Entity’s Prior Written Consent, Disclose This Contract, Or Any Provision Thereof, Or Any Specification, Plan, Drawing, Pattern, Sample, Or Information Furnished By Or On Behalf Of The Procuring Entity. Any Such Disclosure Shall Be Made In Confidence And Shall Extend Only As Far As May Be Necessary For Purposes Of Such Performance. 14.2 Any Document, Other Than This Contract Itself, Enumerated In Gcc Clause 14.1shall Remain The Property Of The Procuring Entity And Shall Be Returned (all Copies) To The Procuring Entity On Completion Of The Supplier’s Performance Under This Contract If So Required By The Procuring Entity. 15. Standards The Goods Provided Under This Contract Shall Conform To The Standards Mentioned In The Section Vii – Technical Specifications,; And, When No Applicable Standard Is Mentioned, To The Authoritative Standards Appropriate To The Goods’ Country Of Origin. Such Standards Shall Be The Latest Issued By The Institution Concerned. 16. Inspection And Tests 16.1 The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Contract Specifications At No Extra Cost To The Procuring Entity. The Scc And Section Vii – Technical Specifications Shall Specify What Inspections And/or Tests The Procuring Entity Requires And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. 16.2 If Applicable, The Inspections And Tests May Be Conducted On The Premises Of The Supplier Or Its Subcontractor(s), At Point Of Delivery, And/or At The Goods’ Final Destination. If Conducted On The Premises Of The Supplier Or Its Subcontractor(s), All Reasonable Facilities And Assistance, Including Access To Drawings And Production Data, Shall Be Furnished To The Inspectors At No Charge To The Procuring Entity. 16.3 The Procuring Entity Or Its Designated Representative Shall Be Entitled To Attend The Tests And/or Inspections Referred To In This Clause Provided That The Procuring Entity Shall Bear All Of Its Own Costs And Expenses Incurred In Connection With Such Attendance Including, But Not Limited To, All Traveling And Board And Lodging Expenses. 16.4 The Procuring Entity May Reject Any Goods Or Any Part Thereof That Fail To Pass Any Test And/or Inspection Or Do Not Conform To The Specifications. The Supplier Shall Either Rectify Or Replace Such Rejected Goods Or Parts Thereof Or Make Alterations Necessary To Meet The Specifications At No Cost To The Procuring Entity, And Shall Repeat The Test And/or Inspection, At No Cost To The Procuring Entity, Upon Giving A Notice Pursuant To Gcc Clause 5. 16.5 The Supplier Agrees That Neither The Execution Of A Test And/or Inspection Of The Goods Or Any Part Thereof, Nor The Attendance By The Procuring Entity Or Its Representative, Shall Release The Supplier From Any Warranties Or Other Obligations Under This Contract. 17. Warranty 17.1 The Supplier Warrants That The Goods Supplied Under The Contract Are New, Unused, Of The Most Recent Or Current Models, And That They Incorporate All Recent Improvements In Design And Materials, Except When The Technical Specifications Required By The Procuring Entity Provides Otherwise. 17.2 The Supplier Further Warrants That All Goods Supplied Under This Contract Shall Have No Defect, Arising From Design, Materials, Or Workmanship Or From Any Act Or Omission Of The Supplier That May Develop Under Normal Use Of The Supplied Goods In The Conditions Prevailing In The Country Of Final Destination. 17.3 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier For A Minimum Period Specified In The Scc. The Obligation For The Warranty Shall Be Covered By, At The Supplier’s Option, Either Retention Money In An Amount Equivalent To At Least One Percent (1%) Of Every Progress Payment, Or A Special Bank Guarantee Equivalent To At Least One Percent (1%) Of The Contract Price Or Other Such Amount If So Specified In Thescc. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Specified In The Scc; Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under This Contract Have Been Fully Met. 17.4 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Within The Period Specified In The Scc And With All Reasonable Speed, Repair Or Replace The Defective Goods Or Parts Thereof, Without Cost To The Procuring Entity 17.5 If The Supplier, Having Been Notified, Fails To Remedy The Defect(s) Within The Period Specified In Gcc Clause 17.4, The Procuring Entity May Proceed To Take Such Remedial Action As May Be Necessary, At The Supplier’s Risk And Expense And Without Prejudice To Any Other Rights Which The Procuring Entity May Have Against The Supplier Under The Contract And Under The Applicable Law 18 Delays In The Supplier’s Performance 18.1 Delivery Of The Goods And/or Performance Of Services Shall Be Made By The Supplier In Accordance With The Time Schedule Prescribed By The Procuring Entity In Section Vi – Schedule Of Requirements. 18.2 If At Any Time During The Performance Of This Contract, The Supplier Or Its Subcontractor(s) Should Encounter Conditions Impeding Timely Delivery Of The Goods And/or Performance Of Services, The Supplier Shall Promptly Notify The Procuring Entity In Writing Of The Fact Of The Delay, Its Likely Duration And Its Cause(s). As Soon As Practicable After Receipt Of The Supplier’s Notice, And Upon Causes Provided For Under Gcc Clause 22, The Procuring Entity Shall Evaluate The Situation And May Extend The Supplier’s Time For Performance, In Which Case The Extension Shall Be Ratified By The Parties By Amendment Of Contract. 18.3 Except As Provided Under Gcc Clause 22, A Delay By The Supplier In The Performance Of Its Obligations Shall Render The Supplier Liable To The Imposition Of Liquidated Damages Pursuant To Gcc Clause 19, Unless An Extension Of Time Is Agreed Upon Pursuant To Gcc Clause 29 Without The Application Of Liquidated Damages. 19. Liquidated Damages Subject To Gcc Clause 18 And 22, If The Supplier Fails To Satisfactorily Deliver Any Or All Of The Goods And/or To Perform The Services Within The Period(s) Specified In This Contract Inclusive Of Duly Granted Time Extensions If Any, The Procuring Entity Shall, Without Prejudice To Its Other Remedies Under This Contract And Under The Applicable Law, Deduct From The Contract Price, As Liquidated Damages, A Sum Equivalent To The Percentage Specified In Thescc Of The Delivered Price Of The Delayed Goods Or Unperformed Services For Each Week Or Part Thereof Of Delay Until Actual Delivery Or Performance, Up To A Maximum Deduction Of The Percentage Specified In The Scc. Once The Maximum Is Reached, The Procuring Entity Shall Rescind The Contract Pursuant To Gcc Clause 23, Without Prejudice To Other Courses Of Action And Remedies Open To It. 20. Settlement Of Disputes 20.1 If Any Dispute Or Difference Of Any Kind Whatsoever Shall Arise Between The Procuring Entity And The Supplier In Connection With Or Arising Out Of This Contract, The Parties Shall Make Every Effort To Resolve Amicably Such Dispute Or Difference By Mutual Consultation. 20.2 If After Thirty (30) Days, The Parties Have Failed To Resolve Their Dispute Or Difference By Such Mutual Consultation, Then Either The Procuring Entity Or The Supplier May Give Notice To The Other Party Of Its Intention To Commence Arbitration, As Hereinafter Provided, As To The Matter In Dispute, And No Arbitration In Respect Of This Matter May Be Commenced Unless Such Notice Is Given. 20.3 Any Dispute Or Difference In Respect Of Which A Notice Of Intention To Commence Arbitration Has Been Given In Accordance With This Clause Shall Be Settled By Arbitration. Arbitration May Be Commenced Prior To Or After Delivery Of The Goods Under This Contract. 20.4 Arbitration Proceedings Shall Be Conducted In Accordance With The Rules Of Procedure Specified In The Scc. 20.5 Notwithstanding Any Reference To Arbitration Herein, The Parties Shall Continue To Perform Their Respective Obligations Under The Contract Unless They Otherwise Agree; And The Procuring Entity Shall Pay The Supplier Any Monies Due The Supplier. 21 Liability Of The Supplier 21.1 Subject To Additional Provisions, If Any, Set Forth In The Scc, The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. 21.2 Except In Cases Of Criminal Negligence Or Willful Misconduct, And In The Case Of Infringement Of Patent Rights, If Applicable, The Aggregate Liability Of The Supplier To The Procuring Entity Shall Not Exceed The Total Contract Price, Provided That This Limitation Shall Not Apply To The Cost Of Repairing Or Replacing Defective Equipment. 22. Force Majeure 22.1 The Supplier Shall Not Be Liable For Forfeiture Of Its Performance Security, Liquidated Damages, Or Termination For Default If And To The Extent That Its Delay In Performance Or Other Failure To Perform Its Obligations Under The Contract Is The Result Of A Force Majeure. 22.2 For Purposes Of This Contract The Terms “force Majeure” And “fortuitous Event” May Be Used Interchangeably. In This Regard, A Fortuitous Event Or Force Majeure Shall Be Interpreted To Mean An Event Which The Contractor Could Not Have Foreseen, Or Which Though Foreseen, Was Inevitable. It Shall Not Include Ordinary Unfavorable Weather Conditions; And Any Other Cause The Effects Of Which Could Have Been Avoided With The Exercise Of Reasonable Diligence By The Contractor. 22.3 If A Force Majeure Situation Arises, The Supplier Shall Promptly Notify The Procuring Entity In Writing Of Such Condition And The Cause Thereof. Unless Otherwise Directed By The Procuring Entity In Writing, The Supplier Shall Continue To Perform Its Obligations Under The Contract As Far As Is Reasonably Practical, And Shall Seek All Reasonable Alternative Means For Performance Not Prevented By The Force Majeure. 23. Termination For Default 23.1 The Procuring Entity Shall Terminate This Contract For Default When Any Of The Following Conditions Attends Its Implementation. (a) Outside Of Force Majeure, The Supplier Fails To Deliver Or Perform Any Or All Of The Goods Within The Period(s) Specified In The Contract, Or Within Any Extension Thereof Granted By The Procuring Entity Pursuant To A Request Made By The Supplier Prior To The Delay, And Such Failure Amounts To At Least Ten Percent (10%) Of The Contact Price; (b) As A Result Of Force Majeure, The Supplier Is Unable To Deliver Or Perform Any Or All Of The Goods, Amounting To At Least Ten Percent (10%) Of The Contract Price, For A Period Of Not Less Than Sixty (60) Calendar Days After Receipt Of The Notice From The Procuring Entity Stating That The Circumstance Of Force Majeure Is Deemed To Have Ceased; Or (c) The Supplier Fails To Perform Any Other Obligation Under The Contract.. 23.2 In The Event The Procuring Entity Terminates This Contract In Whole Or In Part, For Any Of The Reasons Provided Under Gcc Clauses 23 To 26, The Procuring Entity May Procure, Upon Such Terms And In Such Manner As It Deems Appropriate, Goods Or Services Similar To Those Undelivered, And The Supplier Shall Be Liable To The Procuring Entity For Any Excess Costs For Such Similar Goods Or Services. However, The Supplier Shall Continue Performance Of This Contract To The Extent Not Terminated. 23.3 In Case The Delay In The Delivery Of The Goods And/or Performance Of The Services Exceeds A Time Duration Equivalent To Ten Percent (10%) Of The Specified Contract Time Plus Any Time Extension Duly Granted To The Supplier, The Procuring Entity May Terminate This Contract, Forfeit The Supplier's Performance Security And Award The Same To A Qualified Supplier. 24. Termination For Insolvency The Procuring Entity Shall Terminate This Contract If The Supplier Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. In This Event, Termination Will Be Without Compensation To The Supplier, Provided That Such Termination Will Not Prejudice Or Affect Any Right Of Action Or Remedy Which Has Accrued Or Will Accrue Thereafter To The Procuring Entity And/or The Supplier. 25. Termination For Convenience 25.1 The Procuring Entity May Terminate This Contract, In Whole Or In Part, At Any Time For Its Convenience. The Head Of The Procuring Entity May Terminate A Contract For The Convenience Of The Government If He Has Determined The Existence Of Conditions That Make Project Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event(s) Or Changes In Law And National Government Policies. 25.2 The Goods That Have Been Delivered And/or Performed Or Are Ready For Delivery Or Performance Within Thirty (30) Calendar Days After The Supplier’s Receipt Of Notice To Terminate Shall Be Accepted By The Procuring Entity At The Contract Terms And Prices. For Goods Not Yet Performed And/or Ready For Delivery, The Procuring Entity May Elect: (a) To Have Any Portion Delivered And/or Performed And Paid At The Contract Terms And Prices; And/or (b) To Cancel The Remainder And Pay To The Supplier An Agreed Amount For Partially Completed And/or Performed Goods And For Materials And Parts Previously Procured By The Supplier. 25.3 If The Supplier Suffers Loss In Its Initial Performance Of The Terminated Contract, Such As Purchase Of Raw Materials For Goods Specially Manufactured For The Procuring Entity Which Cannot Be Sold In Open Market, It Shall Be Allowed To Recover Partially From This Contract, On A Quantum Meruit Basis. Before Recovery May Be Made, The Fact Of Loss Must Be Established Under Oath By The Supplier To The Satisfaction Of The Procuring Entity Before Recovery May Be Made. 26. Termination For Unlawful Acts 26.1 The Procuring Entity May Terminate This Contract In Case It Is Determined Prima Facie That The Supplier Has Engaged, Before Or During The Implementation Of This Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation. Unlawful Acts Include, But Are Not Limited To, The Following: (a) Corrupt, Fraudulent, And Coercive Practices As Defined In Itb Clause 3.1(a); (b) Drawing Up Or Using Forged Documents; (c) Using Adulterated Materials, Means Or Methods, Or Engaging In Production Contrary To Rules Of Science Or The Trade; And (d) Any Other Act Analogous To The Foregoing. 27. Procedures For Termination Of Contracts 27.1 The Following Provisions Shall Govern The Procedures For Termination Of This Contract: (a) Upon Receipt Of A Written Report Of Acts Or Causes Which May Constitute Ground(s) For Termination As Aforementioned, Or Upon Its Own Initiative, The Implementing Unit Shall, Within A Period Of Seven (7) Calendar Days, Verify The Existence Of Such Ground(s) And Cause The Execution Of A Verified Report, With All Relevant Evidence Attached; (b) Upon Recommendation By The Implementing Unit, The Head Of The Procuring Entity Shall Terminate This Contract Only By A Written Notice To The Supplier Conveying The Termination Of This Contract. The Notice Shall State: (i) That This Contract Is Being Terminated For Any Of The Ground(s) Afore-mentioned, And A Statement Of The Acts That Constitute The Ground(s) Constituting The Same; (ii) The Extent Of Termination, Whether In Whole Or In Part; (iii) An Instruction To The Supplier To Show Cause As To Why This Contract Should Not Be Terminated; (iv) Special Instructions Of The Procuring Entity, If Any. (c) The Notice To Terminate Shall Be Accompanied By A Copy Of The Verified Report; (d) Within A Period Of Seven (7) Calendar Days From Receipt Of The Notice Of Termination, The Supplier Shall Submit To The Head Of The Procuring Entity A Verified Position Paper Stating Why This Contract Should Not Be Terminated. If The Supplier Fails To Show Cause After The Lapse Of The Seven (7) Day Period, Either By Inaction Or By Default, The Head Of The Procuring Entity Shall Issue An Order Terminating This Contract; (e) The Procuring Entity May, At Anytime Before Receipt Of The Supplier’s Verified Position Paper To Withdraw The Notice To Terminate If It Is Determined That Certain Items Or Works Subject Of The Notice Had Been Completed, Delivered, Or Performed Before The Supplier’s Receipt Of The Notice; (f) Within A Non-extendible Period Of Ten (10) Calendar Days From Receipt Of The Verified Position Paper, The Head Of The Procuring Entity Shall Decide Whether Or Not To Terminate This Contract. It Shall Serve A Written Notice To The Supplier Of Its Decision And, Unless Otherwise Provided, This Contract Is Deemed Terminated From Receipt Of The Supplier Of The Notice Of Decision. The Termination Shall Only Be Based On The Ground(s) Stated In The Notice To Terminate; (g) The Head Of The Procuring Entity May Create A Contract Termination Review Committee (ctrc) To Assist Him In The Discharge Of This Function. All Decisions Recommended By The Ctrc Shall Be Subject To The Approval Of The Head Of The Procuring Entity; And (h) The Supplier Must Serve A Written Notice To The Procuring Entity Of Its Intention To Terminate The Contract At Least Thirty (30) Calendar Days Before Its Intended Termination. The Contract Is Deemed Terminated If It Is Not Resumed In Thirty (30) Calendar Days After The Receipt Of Such Notice By The Procuring Entity. 28. Assignment Of Rights The Supplier Shall Not Assign His Rights Or Obligations Under This Contract, In Whole Or In Part, Except With The Procuring Entity’s Prior Written Consent. 29. Contract Amendment Subject To Applicable Laws, No Variation In Or Modification Of The Terms Of This Contract Shall Be Made Except By Written Amendment Signed By The Parties. 30. Application These General Conditions Shall Apply To The Extent That They Are Not Superseded By Provisions Of Other Parts Of This Contract. Section V – Special Conditions Of Contract Scc Clause 1.1(g) The Procuring Entity Is The Local Government Of Badiangan, Iloilo. 1.1(i) The Supplier Is ________________________________. 1.1(j) The Funding Source Is Through The General Fund Of The Local Government Of Badiangan, Iloilo. The Total Approved Budget For The Contract Is Eight Hundred Six Thousand Seven Hundred Eighty Pesos And Fifty Four Centavos Only ( Ᵽ806,780.54) 1.1(k) The Project Site Or The Delivery Of The Goods Shall Be At The Municipal Hall, Badiangan, Iloilo. 5.1 The Procuring Entity’s Address For Notices Is: Atty. Suzette A. Mamon Municipal Mayor Badiangan Municipal Hall R.c. Tabiana St., Poblacion, Badiangan, Iloilo 5033 Tel. No: Mayor’s Office (033-320-0807) 6.2 The Additional Requirements For The Completion Of This Contract Are As Follows: Delivery And Documents - For Purposes Of The Contract(s), “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 The Contract(s) Shall Be As Follows: For Domestic Suppliers, “the Delivery Terms Applicable To This Contract Are Delivered To The Municipal Hall, Badiangan, Iloilo. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi – Schedule Of Requirements. The Details Of Shipping And/or Other Documents To Be Furnished By The Supplier Are As Follows: Upon Delivery Of Goods To The Project Site, The Supplier Shall Notify The Procuring Entity And Present The Following Documents To The Procuring Entity: (i) Original And Four Copies Of The Supplier’s Invoice Showing Goods’ Description, Quantity, Unit Price, And Total Amount; (ii) Original And Four Copies Delivery Receipt/note, Railway Receipt Or Truck Receipt; (iii) Original Supplier’s Factory Inspection Report; (iv) Original And Four Copies Of The Manufacturer’s And/or Supplier’s Warranty Certificate; (v) Original And Four Copies Of The Certificate Of Origin (for Imported Goods); (vi) Delivery Receipt Detailing Number And Description Of Items Received Signed By The Authorized Receiving Personnel; (vii) Certificate Of Acceptance/inspection Report Signed By The Procuring Entity’s Representative At The Project Site; And (viii) Four Copies Of The Invoice Receipt For Property Signed By The Procuring Entity’s Representative At The Project Site. For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Mrs. Elenor G. Navio, Private Secretary I/ Supply Officer Iii, Badiangan, Iloilo. Incidental Services - The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi – Schedule Of Requirements. (a) Performance Or Supervision Of On-site Assembly And/or Start Up Of The Supplied Goods; (b) Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; (c) Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; (d) Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And (e) Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Insurance – The Goods Supplied Under This Contract Shall Be Fully Insured By The Supplier In A Freely Convertible Currency Against Loss Or Damage Incidental To Manufacture Or Acquisition, Transportation, Storage, And Delivery. The Goods Remain At The Risk And Title Of The Supplier Until Their Final Acceptance By The Procuring Entity. Transportation - Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure In Accordance With Gcc Clause 22. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Patent Rights - The Supplier Shall Indemnify The Procuring Entity Against All Third Party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 9 Bid Prices Are Considered Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances And Upon Prior Approval Of The Gppb In Accordance With Section 61 Of R.a. 9184 And Its Irr-a. 10.1 No Further Instructions. 10.4 No Further Instructions. 13.1 No Further Instructions. 13.4 No Further Instructions. 13.4 (c) No Further Instructions. 16.1 The Inspection And Test That Will Be Conducted Is Physical Inspection. 17.3 The Goods Shall Have A Warranty Period Of Three (3) Months After Acceptance By The Procuring Entity Of The Delivered Goods Or After The Goods Are Consumed Whichever Is Earlier. 17.4 & 17.5 The Period For Correction Of Defects In The Warranty Period Is Seven (7) Calendar Days From Either Verbal Or Written Notification. 19 The Applicable Rate Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 20.4 In The Case Of A Dispute Between The Procuring Entity And The Supplier, The Dispute Shall Be Resolved In Accordance With Republic Act 9285 (“r.a. 9285”), Otherwise Known As The “alternative Dispute Resolution Act Of 2004.” 21.1 No Additional Provisions. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Days/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site Item No. Description Quantity Total Delivered, Days/months 1. Air Freshener, Big (320ml) 73 Bots. 73 Bots. 30 Calendar Days Upon Receipt Of P.o. 2. Air Freshener, Big (70g) 64 Cans. 64 Cans. 30 Calendar Days Upon Receipt Of P.o. 3. Alcohol, Ethyl, 1 Gallon 1 Gallon 1 Gallon 30 Calendar Days Upon Receipt Of P.o. 4. Alcohol, Ethyl, 500ml 50 Bottle 50 Bottle 30 Calendar Days Upon Receipt Of P.o. 5. Soft Broom 6 Pcs. 6 Pcs. 30 Calendar Days Upon Receipt Of P.o. 6. Ballpen, Black (0.5) 749 Pcs. 749 Pcs. 30 Calendar Days Upon Receipt Of P.o. 7. Ballpen, Blue (0.5) 331 Pcs. 331 Pcs. 30 Calendar Days Upon Receipt Of P.o. 8. Ballpen, Red (0.5) 109 Pcs. 109 Pcs. 30 Calendar Days Upon Receipt Of P.o. 9. Battery, Aa 80 Pcs. 80 Pcs. 30 Calendar Days Upon Receipt Of P.o. 10. Battery, Aaa 73 Pcs. 73 Pcs. 30 Calendar Days Upon Receipt Of P.o. 11. Binding Stapler (40 Sheets) 1 Unit 1 Unit 30 Calendar Days Upon Receipt Of P.o. 12. Bondpaper A3, Sub 20 11 Reams 11 Reams 30 Calendar Days Upon Receipt Of P.o. 13. Bondpaper A4, Sub 20 150 Reams 150 Reams 30 Calendar Days Upon Receipt Of P.o. 14. Bondpaper, Sub 16, Long (8 1/2 X 13) 31 Reams 31 Reams 30 Calendar Days Upon Receipt Of P.o. 15. Bondpaper, Sub 16, Short (8 1/2 X 11) 30 Reams 30 Reams 30 Calendar Days Upon Receipt Of P.o. 16. Bondpaper, Sub 20, Long (8 1/2 X 13) 518 Reams 518 Reams 30 Calendar Days Upon Receipt Of P.o. 17. Bondpaper, Sub 20, Short (8 1/2 X 11) 433 Reams 433 Reams 30 Calendar Days Upon Receipt Of P.o. 18. Broom (walis Tambo) 4 Pcs. 4 Pcs. 30 Calendar Days Upon Receipt Of P.o. 19. Broom (walis Ting-ting) 6 Pcs. 6 Pcs. 30 Calendar Days Upon Receipt Of P.o. 20. Brown Envelop, Long 527 Pcs. 527 Pcs. 30 Calendar Days Upon Receipt Of P.o. 21. Brown Envelop, Short 607 Pcs. 607 Pcs. 30 Calendar Days Upon Receipt Of P.o. 22. Brown Kraft Paper Bag With Twine (small) 50 Pcs. 50 Pcs. 30 Calendar Days Upon Receipt Of P.o. 23. Brown Kraft Paper Bag With Twine (medium) 50 Pcs. 50 Pcs. 30 Calendar Days Upon Receipt Of P.o. 24. Brown Kraft Paper Bag With Twine (large) 50 Pcs. 50 Pcs. 30 Calendar Days Upon Receipt Of P.o. 25. Calculator Scientific 1 Unit 1 Unit 30 Calendar Days Upon Receipt Of P.o. 26. Calculator, 12 Digits 17 Unit 17 Unit 30 Calendar Days Upon Receipt Of P.o. 27. Cash Book, Cash In Treasury 4 Pcs. 4 Pcs. 30 Calendar Days Upon Receipt Of P.o. 28. Cellophane Tape 1/2' 3 Rolls 3 Rolls 30 Calendar Days Upon Receipt Of P.o. 29. Cellophane Tape 2” 9 Rolls 9 Rolls 30 Calendar Days Upon Receipt Of P.o. 30. Cellophane Tape 1” 7 Rolls 7 Rolls 30 Calendar Days Upon Receipt Of P.o. 31. Certificate Holder, Long (8 1/2 X 13) 45 Pcs. 45 Pcs. 30 Calendar Days Upon Receipt Of P.o. 32. Certificate Holder, Short (8 1/2 X 11) 55 Pcs. 55 Pcs. 30 Calendar Days Upon Receipt Of P.o. 33. Certificate Holder 8.5 X 11 10 Pcs. 10 Pcs. 30 Calendar Days Upon Receipt Of P.o. 34. Certificate Frame (8 1/2 X 11) 10 Pcs. 10 Pcs. 30 Calendar Days Upon Receipt Of P.o. 35. Cleaner, Toilet And Urinal 1 Bottle 1 Bottle 30 Calendar Days Upon Receipt Of P.o. 36. Clear File Folder (refillable), Long 3 Pcs. 3 Pcs. 30 Calendar Days Upon Receipt Of P.o. 37. Clearbook, Legal 10 Pcs. 10 Pcs. 30 Calendar Days Upon Receipt Of P.o. 38. Clip, Backfold, 25mm 1 Box 1 Box 30 Calendar Days Upon Receipt Of P.o. 39. Clip, Backfold, 50mm 2 Box 2 Box 30 Calendar Days Upon Receipt Of P.o. 40. Computer Ink Hp680, Black 3 Bots. 3 Bots. 30 Calendar Days Upon Receipt Of P.o. 41. Computer Ink Hp680, Colored 3 Bots. 3 Bots. 30 Calendar Days Upon Receipt Of P.o. 42. Computer Ink Hp704, Black 1 Bots. 1 Bots. 30 Calendar Days Upon Receipt Of P.o. 43. Computer Ink Hp704, Colored 1 Bots. 1 Bots. 30 Calendar Days Upon Receipt Of P.o. 44. Computer Ink, 001, Black 6 Bots. 6 Bots. 30 Calendar Days Upon Receipt Of P.o. 45. Computer Ink, 001, Cyan 3 Bots. 3 Bots. 30 Calendar Days Upon Receipt Of P.o. 46. Computer Ink, 001, Magenta 3 Bots. 3 Bots. 30 Calendar Days Upon Receipt Of P.o. 47. Computer Ink, 001, Yellow 3 Bots. 3 Bots. 30 Calendar Days Upon Receipt Of P.o. 48. Computer Ink, 003, Black 90 Bots. 90 Bots. 30 Calendar Days Upon Receipt Of P.o. 49. Computer Ink, 003, Cyan 42 Bots. 42 Bots. 30 Calendar Days Upon Receipt Of P.o. 50. Computer Ink, 003, Magenta 42 Bots. 42 Bots. 30 Calendar Days Upon Receipt Of P.o. 51. Computer Ink, 003, Yellow 42 Bots. 42 Bots. 30 Calendar Days Upon Receipt Of P.o. 52. Computer Ink, Bt 5000, Cyan 9 Bots. 9 Bots. 30 Calendar Days Upon Receipt Of P.o. 53. Computer Ink, Bt 5000, Magenta 9 Bots. 9 Bots. 30 Calendar Days Upon Receipt Of P.o. 54. Computer Ink, Bt 5000, Yellow 9 Bots. 9 Bots. 30 Calendar Days Upon Receipt Of P.o. 55. Computer Ink, Bt D60, Black 14 Bots. 14 Bots. 30 Calendar Days Upon Receipt Of P.o. 56. Computer Ink, Gt51, Black 1 Bots. 1 Bots. 30 Calendar Days Upon Receipt Of P.o. 57. Computer Ink, Gt52, Cyan 2 Bots. 2 Bots. 30 Calendar Days Upon Receipt Of P.o. 58. Computer Ink, Gt53, Magenta 2 Bots. 2 Bots. 30 Calendar Days Upon Receipt Of P.o. 59. Computer Ink, Gt54, Yellow 2 Bots. 2 Bots. 30 Calendar Days Upon Receipt Of P.o. 60. Computer Ink, T6641 (black) 60 Bots. 60 Bots. 30 Calendar Days Upon Receipt Of P.o. 61. Computer Ink, T6642 (cyan) 11 Bots. 11 Bots. 30 Calendar Days Upon Receipt Of P.o. 62. Computer Ink, T6643 (magenta) 11 Bots. 11 Bots. 30 Calendar Days Upon Receipt Of P.o. 63. Computer Ink, T6644 (yellow) 11 Bots. 11 Bots. 30 Calendar Days Upon Receipt Of P.o. 64. Computer Ink, 790 (black) 5 Bots. 5 Bots. 30 Calendar Days Upon Receipt Of P.o. 65. Computer Ink, 790 (cyan) 1 Bots. 1 Bots. 30 Calendar Days Upon Receipt Of P.o. 66. Computer Ink, 790 (yellow) 1 Bots. 1 Bots. 30 Calendar Days Upon Receipt Of P.o. 67. Computer Ink, 790 (magenta) 1 Bots. 1 Bots. 30 Calendar Days Upon Receipt Of P.o. 68. Computer Keyboard 2 Pcs. 2 Pcs. 30 Calendar Days Upon Receipt Of P.o. 69. Computer Mouse 3 Pcs. 3 Pcs. 30 Calendar Days Upon Receipt Of P.o. 70. Computer Mouse And Keyboard (wireless) 2 Set 2 Set 30 Calendar Days Upon Receipt Of P.o. 71. Cork Board 4' X 4' 1 Pcs. 1 Pcs. 30 Calendar Days Upon Receipt Of P.o. 72. Correction Fluid Pen 27 Pcs. 27 Pcs. 30 Calendar Days Upon Receipt Of P.o. 73. Correction Tape 158 Piece 158 Piece 30 Calendar Days Upon Receipt Of P.o. 74. Corrugated Legal Size Filing Box 10 Pc. 10 Pc. 30 Calendar Days Upon Receipt Of P.o. 75. Cotton Zipper Envelop, Long 3 Pcs. 3 Pcs. 30 Calendar Days Upon Receipt Of P.o. 76. Colored Paper, A4 (yellow) 100's 1 Packs 1 Packs 30 Calendar Days Upon Receipt Of P.o. 77. Colored Paper, A4 (green) 100's 1 Packs 1 Packs 30 Calendar Days Upon Receipt Of P.o. 78. Colored Paper, A4 (pink) 100's 1 Packs 1 Packs 30 Calendar Days Upon Receipt Of P.o. 79. Colored Paper, A4 (blue) 100's 1 Packs 1 Packs 30 Calendar Days Upon Receipt Of P.o. 80. Cutter ( Plastic), Small 29 Pcs. 29 Pcs. 30 Calendar Days Upon Receipt Of P.o. 81. Cutter (heavy Duty, Metal), Big 2 Pcs. 2 Pcs. 30 Calendar Days Upon Receipt Of P.o. 82. Cutter Blade, Big, 12s 8 Pcs. 8 Pcs. 30 Calendar Days Upon Receipt Of P.o. 83. Data Folder 18 Pcs. 18 Pcs. 30 Calendar Days Upon Receipt Of P.o. 84. Detergent Powder, All-purpose (500grams) 11 Pouch 11 Pouch 30 Calendar Days Upon Receipt Of P.o. 85. Disinfectant Spray 170g 8 Pcs. 8 Pcs. 30 Calendar Days Upon Receipt Of P.o. 86. Disinfectant Spray, Aerosol, 400g (min) 3 Can 3 Can 30 Calendar Days Upon Receipt Of P.o. 87. Door Mat (rubber) 2 Pcs. 2 Pcs. 30 Calendar Days Upon Receipt Of P.o. 88. Double Adhesive Tape 5 Rolls 5 Rolls 30 Calendar Days Upon Receipt Of P.o. 89. Double Sided Tape 13 Rolls 13 Rolls 30 Calendar Days Upon Receipt Of P.o. 90. Double Sided Tape 1/2" 5 Rolls 5 Rolls 30 Calendar Days Upon Receipt Of P.o. 91. Double Sided Tape 3/4" 7 Rolls 7 Rolls 30 Calendar Days Upon Receipt Of P.o. 92. Duct Tape 2 Rolls 2 Rolls 30 Calendar Days Upon Receipt Of P.o. 93. Dust Pan (plastic) 3 Piece 3 Piece 30 Calendar Days Upon Receipt Of P.o. 94. Electrical Tape, Small 2 Rolls 2 Rolls 30 Calendar Days Upon Receipt Of P.o. 95. Envelop Plastic, Long 322 Pcs. 322 Pcs. 30 Calendar Days Upon Receipt Of P.o. 96. Envelop Plastic, Short 139 Pcs. 139 Pcs. 30 Calendar Days Upon Receipt Of P.o. 97. Envelop, Expanding, Plastic 20 Pcs. 20 Pcs. 30 Calendar Days Upon Receipt Of P.o. 98. Eraser, Big 39 Pcs. 39 Pcs. 30 Calendar Days Upon Receipt Of P.o. 99. Eraser, Rubber, Small 2 Pcs. 2 Pcs. 30 Calendar Days Upon Receipt Of P.o. 100. Expanded Envelop, Brown, Long 59 Pcs. 59 Pcs. 30 Calendar Days Upon Receipt Of P.o. 101. Expanded Envelop, Long 153 Pcs. 153 Pcs. 30 Calendar Days Upon Receipt Of P.o. 102. Expanded Folder Transparent, Long With Slide 60 Pcs. 60 Pcs. 30 Calendar Days Upon Receipt Of P.o. 103. Expanded Folder Transparent, Short With Slide 55 Pcs. 55 Pcs. 30 Calendar Days Upon Receipt Of P.o. 104. Expanded Folder, Long, Thick Green 250 Pcs. 250 Pcs. 30 Calendar Days Upon Receipt Of P.o. 105. External Hard Disc 1 Tb 1 Unit 1 Unit 30 Calendar Days Upon Receipt Of P.o. 106. Fastener, Metal 1 Box 1 Box 30 Calendar Days Upon Receipt Of P.o. 107. Fastener, Plastic 41 Boxes 41 Boxes 30 Calendar Days Upon Receipt Of P.o. 108. Feather Duster 5 Pcs. 5 Pcs. 30 Calendar Days Upon Receipt Of P.o. 109. Filing Box, Long With Cover 23 Pcs. 23 Pcs. 30 Calendar Days Upon Receipt Of P.o. 110. Filing Tray, 3 Layer 3 Pcs. 3 Pcs. 30 Calendar Days Upon Receipt Of P.o. 111. Filing Box, 4" 19 Pcs. 19 Pcs. 30 Calendar Days Upon Receipt Of P.o. 112. Fiing Folder, Long (green) 45 Pcs. 45 Pcs. 30 Calendar Days Upon Receipt Of P.o. 113. Filing Folder, Long (white) 1455 Pcs. 1455 Pcs. 30 Calendar Days Upon Receipt Of P.o. 114. Filing Folder, Short 353 Pcs. 353 Pcs. 30 Calendar Days Upon Receipt Of P.o. 115. Flash Drive (usb) 16gb 6 Pcs. 6 Pcs. 30 Calendar Days Upon Receipt Of P.o. 116. Flash Drive (usb) 32gb 11 Pcs. 11 Pcs. 30 Calendar Days Upon Receipt Of P.o. 117. Flash Drive (usb) 64gb 5 Pcs. 5 Pcs. 30 Calendar Days Upon Receipt Of P.o. 118. Flash Drive (usb) 8gb 4 Pcs. 4 Pcs. 30 Calendar Days Upon Receipt Of P.o. 119. Flat File Clip/ Fastener 6 Boxes 6 Boxes 30 Calendar Days Upon Receipt Of P.o. 120. Folder, Board, Long 20 Pcs. 20 Pcs. 30 Calendar Days Upon Receipt Of P.o. 121. Furniture Spray 320ml 36 Can 36 Can 30 Calendar Days Upon Receipt Of P.o. 122. Garbage Bag, (100's), Xl 14 Packs 14 Packs 30 Calendar Days Upon Receipt Of P.o. 123. Glass Cleaner 500ml 31 Pcs. 31 Pcs. 30 Calendar Days Upon Receipt Of P.o. 124. Glass Wiper 7 Pcs. 7 Pcs. 30 Calendar Days Upon Receipt Of P.o. 125. Glue Gun (small) 3 Pcs. 3 Pcs. 30 Calendar Days Upon Receipt Of P.o. 126. Glue Stick (small) 10 Pcs. 10 Pcs. 30 Calendar Days Upon Receipt Of P.o. 127. Glue, Multi-purpose 100g 20 Jar 20 Jar 30 Calendar Days Upon Receipt Of P.o. 128. Hand Soap, Liquid, 500ml 2 Bottle 2 Bottle 30 Calendar Days Upon Receipt Of P.o. 129. Insect Spray 320ml 2 Can 2 Can 30 Calendar Days Upon Receipt Of P.o. 130. Laminating Film (100pcs.) 1 Pack 1 Pack 30 Calendar Days Upon Receipt Of P.o. 131. Mailing Envelop, 6 3/4 (500's) 4 Boxes 4 Boxes 30 Calendar Days Upon Receipt Of P.o. 132. Mailing Envelop, 9 1/2 (500's) 4 Boxes 4 Boxes 30 Calendar Days Upon Receipt Of P.o. 133. Marker (pink, Yellow, Green) 25 Boxes 25 Boxes 30 Calendar Days Upon Receipt Of P.o. 134. Marker, Permanent, Black 3 Piece 3 Piece 30 Calendar Days Upon Receipt Of P.o. 135. Marker, Whiteboard, Black 3 Piece 3 Piece 30 Calendar Days Upon Receipt Of P.o. 136. Masking Tape 1” 14 Rolls 14 Rolls 30 Calendar Days Upon Receipt Of P.o. 137. Masking Tape 2” 20 Rolls 20 Rolls 30 Calendar Days Upon Receipt Of P.o. 138. Memo Sticky Note (1/2") 1 Pads 1 Pads 30 Calendar Days Upon Receipt Of P.o. 139. Mop Bucket, Heavy Duty, Hard Plastic 1 Pc. 1 Pc. 30 Calendar Days Upon Receipt Of P.o. 140. Mop With Spinner 1 Pc. 1 Pc. 30 Calendar Days Upon Receipt Of P.o. 141. Morocco Board, 8 1/2 X 13, Red, 100's 1 Packs 1 Packs 30 Calendar Days Upon Receipt Of P.o. 142. Morocco Board, 8 1/2 X 11, White, 100's 1 Packs 1 Packs 30 Calendar Days Upon Receipt Of P.o. 143. Morocco Board, 8 1/2 X 13, White, 100's 1 Packs 1 Packs 30 Calendar Days Upon Receipt Of P.o. 144. Morocco Board, A4, Red, 100's 1 Packs 1 Packs 30 Calendar Days Upon Receipt Of P.o. 145. Mouse Pad 12 Pcs. 12 Pcs. 30 Calendar Days Upon Receipt Of P.o. 146. Multi-colored Paper, A4 (100's) 2 Packs 2 Packs 30 Calendar Days Upon Receipt Of P.o. 147. Note Pad,stick On, 3" X 3" 7 Pads 7 Pads 30 Calendar Days Upon Receipt Of P.o. 148. Packing Tape 1", Transparent 2 Rolls 2 Rolls 30 Calendar Days Upon Receipt Of P.o. 149. Packing Tape 2” 5 Rolls 5 Rolls 30 Calendar Days Upon Receipt Of P.o. 150. Packing Tape 2”, Transparent 2 Rolls 2 Rolls 30 Calendar Days Upon Receipt Of P.o. 151. Paper Clamps (double Clip 1”) 17 Boxes 17 Boxes 30 Calendar Days Upon Receipt Of P.o. 152. Paper Clamps (double Clip 2”) 13 Boxes 13 Boxes 30 Calendar Days Upon Receipt Of P.o. 153. Paper Clip, 33mm (vinyl Coated) 43 Box 43 Box 30 Calendar Days Upon Receipt Of P.o. 154. Paper Clip, 50mm (vinyl Coated) 41 Box 41 Box 30 Calendar Days Upon Receipt Of P.o. 155. Paper Trimmer/cutting Machine, Table Top 1 Unit 1 Unit 30 Calendar Days Upon Receipt Of P.o. 156. Payroll (timebook And Payroll) 4 Pads 4 Pads 30 Calendar Days Upon Receipt Of P.o. 157. Pencil #1 4 Boxes 4 Boxes 30 Calendar Days Upon Receipt Of P.o. 158. Pencil #2 15 Boxes 15 Boxes 30 Calendar Days Upon Receipt Of P.o. 159. Pencil Sharpener Machine 2 Pcs. 2 Pcs. 30 Calendar Days Upon Receipt Of P.o. 160. Pentel Pen Ink, Black 2 Pcs. 2 Pcs. 30 Calendar Days Upon Receipt Of P.o. 161. Pentel Pen, Black, Broad 46 Pcs. 46 Pcs. 30 Calendar Days Upon Receipt Of P.o. 162. Pentel Pen, Black, Fine 13 Pcs. 13 Pcs. 30 Calendar Days Upon Receipt Of P.o. 163. Photo Paper A3, 50's 2 Packs 2 Packs 30 Calendar Days Upon Receipt Of P.o. 164. Photo Paper A4, 20's 33 Packs 33 Packs 30 Calendar Days Upon Receipt Of P.o. 165. Photo Sensitive Stamp Ink (black), 10ml 1 Bots. 1 Bots. 30 Calendar Days Upon Receipt Of P.o. 166. Plastic Envelop W/ Zipper & Handle, Long 7 Pcs. 7 Pcs. 30 Calendar Days Upon Receipt Of P.o. 167. Plastic Envelop W/ Zipper & Handle, Short 5 Pcs. 5 Pcs. 30 Calendar Days Upon Receipt Of P.o. 168. Post It Sign Here 5 Pads 5 Pads 30 Calendar Days Upon Receipt Of P.o. 169. Post It Sticker (3"x3" Assorted) 31 Packs 31 Packs 30 Calendar Days Upon Receipt Of P.o. 170. Puncher, Heavy Duty (75xl) 1 Pcs. 1 Pcs. 30 Calendar Days Upon Receipt Of P.o. 171. Push Pins,100's 4 Boxes 4 Boxes 30 Calendar Days Upon Receipt Of P.o. 172. Rack Organizer Sturdy 4 Sections Plastic Office File/ Document Desk Organizer 5 Unit 5 Unit 30 Calendar Days Upon Receipt Of P.o. 173. Record Book 300pp 38 Book 38 Book 30 Calendar Days Upon Receipt Of P.o. 174. Record Book 500pp 39 Book 39 Book 30 Calendar Days Upon Receipt Of P.o. 175. Red Padding Glue 500g 1 Btls. 1 Btls. 30 Calendar Days Upon Receipt Of P.o. 176. Ring Binder 1" 6 Pcs. 6 Pcs. 30 Calendar Days Upon Receipt Of P.o. 177. Ring Binder 1/2" 11 Pcs. 11 Pcs. 30 Calendar Days Upon Receipt Of P.o. 178. Ring Binder 3/4" 6 Pcs. 6 Pcs. 30 Calendar Days Upon Receipt Of P.o. 179. Ring Binder 1/4" 6 Pcs. 6 Pcs. 30 Calendar Days Upon Receipt Of P.o. 180. Rubber Band, Giant 9 Boxes 9 Boxes 30 Calendar Days Upon Receipt Of P.o. 181. Rubber Band, Small 7 Boxes 7 Boxes 30 Calendar Days Upon Receipt Of P.o. 182. Rubbing Alcohol 500ml 86 Bots. 86 Bots. 30 Calendar Days Upon Receipt Of P.o. 183. Ruler 12” 27 Pcs. 27 Pcs. 30 Calendar Days Upon Receipt Of P.o. 184. Sako Bag (big) 15 Pcs. 15 Pcs. 30 Calendar Days Upon Receipt Of P.o. 185. Scissor 10" (big) 18 Pcs. 18 Pcs. 30 Calendar Days Upon Receipt Of P.o. 186. Scotch Tape 1" 33 Rolls 33 Rolls 30 Calendar Days Upon Receipt Of P.o. 187. Scotch Tape 2" 19 Rolls 19 Rolls 30 Calendar Days Upon Receipt Of P.o. 188. Sign Pen, 0.5, Black 180 Pcs. 180 Pcs. 30 Calendar Days Upon Receipt Of P.o. 189. Sign Pen, 0.5, Blue 157 Pcs. 157 Pcs. 30 Calendar Days Upon Receipt Of P.o. 190. Signature Folder 1 Pcs. 1 Pcs. 30 Calendar Days Upon Receipt Of P.o. 191. Specialty Paper, A4 10's, Crème 7 Packs 7 Packs 30 Calendar Days Upon Receipt Of P.o. 192. Specialty Paper, A4 10's, Green 3 Packs 3 Packs 30 Calendar Days Upon Receipt Of P.o. 193. Specialty Paper, Long 12's (8 1/2 X 13"), Crème 50 Packs 50 Packs 30 Calendar Days Upon Receipt Of P.o. 194. Specialty Paper, Long 12's (8 1/2 X 13"), Green 13 Packs 13 Packs 30 Calendar Days Upon Receipt Of P.o. 195. Specialty Paper, Long 12's (8 1/2 X 11"), Green 1 Packs 1 Packs 30 Calendar Days Upon Receipt Of P.o. 196. Specialty Paper, Long 12's (8 1/2 X 11"), Crème 1 Packs 1 Packs 30 Calendar Days Upon Receipt Of P.o. 197. Specialty Paper, Short 20's (8 1/2 X 11") 23 Packs 23 Packs 30 Calendar Days Upon Receipt Of P.o. 198. Specialty Paper, Long 20's (8 1/2 X 13") 6 Packs 6 Packs 30 Calendar Days Upon Receipt Of P.o. 199. Specialty Paper, Short 12's (8 1/2 X 11") 3 Packs 3 Packs 30 Calendar Days Upon Receipt Of P.o. 200. Specialty Paper, Long 12's (8 1/2 X 13") 3 Packs 3 Packs 30 Calendar Days Upon Receipt Of P.o. 201. Stamping Pad Ink, Black 2 Pcs. 2 Pcs. 30 Calendar Days Upon Receipt Of P.o. 202. Stamping Pad Ink, Purple 8 Pcs. 8 Pcs. 30 Calendar Days Upon Receipt Of P.o. 203. Stamping Pad, 103 X 70mm 3 Pcs. 3 Pcs. 30 Calendar Days Upon Receipt Of P.o. 204. Stamping Pad, 118 X 81mm 7 Pcs. 7 Pcs. 30 Calendar Days Upon Receipt Of P.o. 205. Staple Wire #10, 12's 5 Boxes 5 Boxes 30 Calendar Days Upon Receipt Of P.o. 206. Staple Wire #35 63 Boxes 63 Boxes 30 Calendar Days Upon Receipt Of P.o. 207. Staple Wire No. 23/8 5 Boxes 5 Boxes 30 Calendar Days Upon Receipt Of P.o. 208. Staple Wire Remover 5 Boxes 5 Boxes 30 Calendar Days Upon Receipt Of P.o. 209. Staple Cartridge For Eh-70f 1 Box 1 Box 30 Calendar Days Upon Receipt Of P.o. 210. Stapler, #10 3 Boxes 3 Boxes 30 Calendar Days Upon Receipt Of P.o. 211. Stapler, #35 Hd – 50/50 R W/ Remover 14 Boxes 14 Boxes 30 Calendar Days Upon Receipt Of P.o. 212. Stick Glue (small) 16 Pcs. 16 Pcs. 30 Calendar Days Upon Receipt Of P.o. 213. Sticker Paper White, 20's (8 1/2 X 11) 14 Packs 14 Packs 30 Calendar Days Upon Receipt Of P.o. 214. Sticky Note 25x75mm 3 Pads Neon Color (assorted) 55 Pads 55 Pads 30 Calendar Days Upon Receipt Of P.o. 215. Subsidiary Ledger 500 Pcs. 500 Pcs. 30 Calendar Days Upon Receipt Of P.o. 216. Tape Dispenser, Big 1 Unit 1 Unit 30 Calendar Days Upon Receipt Of P.o. 217. Thumbtacks 7 Boxes 7 Boxes 30 Calendar Days Upon Receipt Of P.o. 218. Toilet Tissue Paper, 2 Ply (12's) 6 Pack 6 Pack 30 Calendar Days Upon Receipt Of P.o. 219. Trashbin, Swing Type, 11l 1 Pcs. 1 Pcs. 30 Calendar Days Upon Receipt Of P.o. 220. Typewritter Ribbon, Black 3 Pcs. 3 Pcs. 30 Calendar Days Upon Receipt Of P.o. 221. Vellum Board 8 1/2 X 13, Size 10's 3 Packs 3 Packs 30 Calendar Days Upon Receipt Of P.o. 222. Wall Clock (big) 1 Pcs. 1 Pcs. 30 Calendar Days Upon Receipt Of P.o. 223. White Board 2' X 3' 1 Pcs. 1 Pcs. 30 Calendar Days Upon Receipt Of P.o. 224. White Board Eraser 4 Boxes 4 Boxes 30 Calendar Days Upon Receipt Of P.o. 225. White Board Pen, Black 19 Boxes 19 Boxes 30 Calendar Days Upon Receipt Of P.o. 226. Yellow Pad 9 Pads 9 Pads 30 Calendar Days Upon Receipt Of P.o. Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ___________________________ Date: ____________________________________ Section Vii. Technical Specifications Note: In The Statement Of Compliance Column, 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 Goods Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidders Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Provisions Of Itb Clause 3.1(a)(ii) And/or Gcc Clause 2.1(a)(ii). Item No. Specifications Statement Of Compliance Cross Reference 1. Air Freshener, Big (320ml) 2. Air Freshener, Big (70g) 3. Alcohol, Ethyl, 1 Gallon 4. Alcohol, Ethyl, 500ml 5. Soft Broom 6. Ballpen, Black (0.5) 7. Ballpen, Blue (0.5) 8. Ballpen, Red (0.5) 9. Battery, Aa 10. Battery, Aaa 11. Binding Stapler (40 Sheets) 12. Bondpaper A3, Sub 20 13. Bondpaper A4, Sub 20 14. Bondpaper, Sub 16, Long (8 1/2 X 13) 15. Bondpaper, Sub 16, Short (8 1/2 X 11) 16. Bondpaper, Sub 20, Long (8 1/2 X 13) 17. Bondpaper, Sub 20, Short (8 1/2 X 11) 18. Broom (walis Tambo) 19. Broom (walis Ting-ting) 20. Brown Envelop, Long 21. Brown Envelop, Short 22. Brown Kraft Paper Bag With Twine (small) 23. Brown Kraft Paper Bag With Twine (medium) 24. Brown Kraft Paper Bag With Twine (large) 25. Calculator Scientific 26. Calculator, 12 Digits 27. Cash Book, Cash In Treasury 28. Cellophane Tape 1/2' 29. Cellophane Tape 2” 30. Cellophane Tape 1” 31. Certificate Holder, Long (8 1/2 X 13) 32. Certificate Holder, Short (8 1/2 X 11) 33. Certificate Holder 8.5 X 11 34. Certificate Frame (8 1/2 X 11) 35. Cleaner, Toilet And Urinal 36. Clear File Folder (refillable), Long 37. Clearbook, Legal 38. Clip, Backfold, 25mm 39. Clip, Backfold, 50mm 40. Computer Ink Hp680, Black 41. Computer Ink Hp680, Colored 42. Computer Ink Hp704, Black 43. Computer Ink Hp704, Colored 44. Computer Ink, 001, Black 45. Computer Ink, 001, Cyan 46. Computer Ink, 001, Magenta 47. Computer Ink, 001, Yellow 48. Computer Ink, 003, Black 49. Computer Ink, 003, Cyan 50. Computer Ink, 003, Magenta 51. Computer Ink, 003, Yellow 52. Computer Ink, Bt 5000, Cyan 53. Computer Ink, Bt 5000, Magenta 54. Computer Ink, Bt 5000, Yellow 55. Computer Ink, Bt D60, Black 56. Computer Ink, Gt51, Black 57. Computer Ink, Gt52, Cyan 58. Computer Ink, Gt53, Magenta 59. Computer Ink, Gt54, Yellow 60. Computer Ink, T6641 (black) 61. Computer Ink, T6642 (cyan) 62. Computer Ink, T6643 (magenta) 63. Computer Ink, T6644 (yellow) 64. Computer Ink, 790 (black) 65. Computer Ink, 790 (cyan) 66. Computer Ink, 790 (yellow) 67. Computer Ink, 790 (magenta) 68. Computer Keyboard 69. Computer Mouse 70. Computer Mouse And Keyboard (wireless) 71. Cork Board 4' X 4' 72. Correction Fluid Pen 73. Correction Tape 74. Corrugated Legal Size Fil Ing Box 75. Cotton Zipper Envelop, Long 76. Colored Paper, A4 (yellow) 100's 77. Colored Paper, A4 (green) 100's 78. Colored Paper, A4 (pink) 100's 79. Colored Paper, A4 (blue) 100's 80. Cutter ( Plastic), Small 81. Cutter (heavy Duty, Metal), Big 82. Cutter Blade, Big, 12s 83. Data Folder 84. Detergent Powder, All-purpose (500grams) 85. Disinfectant Spray 170g 86. Disinfectant Spray, Aerosol, 400g (min) 87. Door Mat (rubber) 88. Double Adhesive Tape 89. Double Sided Tape 90. Double Sided Tape 1/2" 91. Double Sided Tape 3/4" 92. Duct Tape 93. Dust Pan (plastic) 94. Electrical Tape, Small 95. Envelop Plastic, Long 96. Envelop Plastic, Short 97. Envelop, Expanding, Plastic 98. Eraser, Big 99. Eraser, Rubber, Small 100. Expanded Envelop, Brown, Long 101. Expanded Envelop, Long 102. Expanded Folder Transparent, Long With Slide 103. Expanded Folder Transparent, Short With Slide 104. Expanded Folder, Long, Thick Green 105. External Hard Disc 1 Tb 106. Fastener, Metal 107. Fastener, Plastic 108. Feather Duster 109. Filing Box, Long With Cover 110. Filing Tray, 3 Layer 111. Fi Ling Box, 4" 112. Filing Folder, Long (green) 113. Filing Folder, Long (white) 114. Filing Folder, Short 115. Flash Drive (usb) 16gb 116. Flash Drive (usb) 32gb 117. Flash Drive (usb) 64gb 118. Flash Drive (usb) 8gb 119. Flat File Clip/ Fastener 120. Folder, Board, Long 121. Furniture Spray 320ml 122. Garbage Bag, (100's), Xl 123. Glass Cleaner 500ml 124. Glass Wiper 125. Glue Gun (small) 126. Glue Stick (small) 127. Glue, Multi-purpose 100g 128. Hand Soap, Liquid, 500ml 129. Insect Spray 320ml 130. Laminating Film (100pcs.) 131. Mailing Envelop, 6 3/4 (500's) 132. Mailing Envelop, 9 1/2 (500's) 133. Marker (pink, Yellow, Green) 134. Marker, Permanent, Black 135. Marker, Whiteboard, Black 136. Masking Tape 1” 137. Masking Tape 2” 138. Memo Sticky Note (1/2") 139. Mop Bucket, Heavy Duty, Hard Plastic 140. Mop With Spinner 141. Morocco Board, 8 1/2 X 13, Red, 100's 142. Morocco Board, 8 1/2 X 11, White, 100's 143. Morocco Board, 8 1/2 X 13, White, 100's 144. Morocco Board, A4, Red, 100's 145. Mouse Pad 146. Multi-colored Paper, A4 (100's) 147. Note Pad,stick On, 3" X 3" 148. Packing Tape 1", Transparent 149. Packing Tape 2” 150. Packing Tape 2”, Transparent 151. Paper Clamps (double Clip 1”) 152. Paper Clamps (double Clip 2”) 153. Paper Clip, 33mm (vinyl Coated) 154. Paper Clip, 50mm (vinyl Coated) 155. Paper Trimmer/cutting Machine, Table Top 156. Payroll (timebook And Payroll) 157. Pencil #1 158. Pencil #2 159. Pencil Sharpener Machine 160. Pentel Pen Ink, Black 161. Pentel Pen, Black, Broad 162. Pentel Pen, Black, Fine 163. Photo Paper A3, 50's 164. Photo Paper A4, 20's 165. Photo Sensitive Stamp Ink (black), 10ml 166. Plastic Envelop W/ Zipper & Handle, Long 167. Plastic Envelop W/ Zipper & Handle, Short 168. Post It Sign Here 169. Post It Sticker (3"x3" Assorted) 170. Puncher, Heavy Duty (75xl) 171. Push Pins,100's 172. Rack Organizer Sturdy 4 Sections Plastic Office File/ Document Desk Organizer 173. Record Book 300pp 174. Record Book 500pp 175. Red Padding Glue 500g 176. Ring Binder 1" 177. Ring Binder 1/2" 178. Ring Binder 3/4" 179. Ring Binder 1/4" 180. Rubber Band, Giant 181. Rubber Band, Small 182. Rubbing Alcohol 500ml 183. Ruler 12” 184. Sako Bag (big) 185. Scissor 10" (big) 186. Scotch Tape 1" 187. Scotch Tape 2" 188. Sign Pen, 0.5, Black 189. Sign Pen, 0.5, Blue 190. Signature Folder 191. Specialty Paper, A4 10's, Crème 192. Specialty Paper, A4 10's, Green 193. Specialty Paper, Long 12's (8 1/2 X 13"), Crème 194. Specialty Paper, Long 12's (8 1/2 X 13"), Green 195. Specialty Paper, Long 12's (8 1/2 X 11"), Green 196. Specialty Paper, Long 12's (8 1/2 X 11"), Crème 197. Specialty Paper, Short 20's (8 1/2 X 11") 198. Specialty Paper, Long 20's (8 1/2 X 13") 199. Specialty Paper, Short 12's (8 1/2 X 11") 200. Specialty Paper, Long 12's (8 1/2 X 13") 201. Stamping Pad Ink, Black 202. Stamping Pad Ink, Purple 203. Stamping Pad, 103 X 70mm 204. Stamping Pad, 118 X 81mm 205. Staple Wire #10, 12's 206. Staple Wire #35 207. Staple Wire No. 23/8 208. Staple Wire Remover 209. Staple Cartridge For Eh-70f 210. Stapler, #10 211. Stapler, #35 Hd – 50/50 R W/ Remover 212. Stick Glue (small) 213. Sticker Paper White, 20's (8 1/2 X 11) 214. Sticky Note 25x75mm 3 Pads Neon Color (assorted) 215. Subsidiary Ledger 216. Tape Dispenser, Big 217. Thumbtacks 218. Toilet Tissue Paper, 2 Ply (12's) 219. Trashbin, Swing Type, 11l 220. Typewritter Ribbon, Black 221. Vellum Board 8 1/2 X 13, Size 10's 222. Wall Clock (big) 223. White Board 2' X 3' 224. White Board Eraser 225. White Board Pen, Black 226. Yellow Pad Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ___________________________ Date: ____________________________________ Section Viii. Bidding Forms Bid Form Date: Project Identification No.: To: [name And Address Of Procuring Entity] Gentlemen And/or Ladies: Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To [supply/deliver/perform] [description Of The Goods] In Conformity With The Said Pbds For The Sum Of [total Bid Amount In Words And Figures] Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein Or In The Price Schedules. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In Bds Provision For Itb Clause 18.2 And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid, Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per Itb Clause 5 Of The Bidding Documents. We Likewise Certify/ Confirm That The Undersigned, [ For Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter's Behalf For The [name Of Project] Of The [name Of Procuring Entity] [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter's Behalf For [name Of Project] Of The [name Of The Procuring Entity]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 20______. Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ___________________________ Date: ____________________________________ For Goods Offered From Within The Philippines Name Of Bidder ____________________________ Project Identification No. __. Page Of . All Entries Must Be Computerized Or Typewritten 1 2 3 4 5 6 7 8 9 10 Item No. Description Country Of Origin Quantity Unit Unit Price Exw Per Item Transportation And Insurance And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price Per Unit (col 5 + 6 + 7 + 8) Total Price Delivered Final Destination (col. 9) X (col. 4) 1. Air Freshener, Big (320ml) 73 Bots. 2. Air Freshener, Big (70g) 64 Cans. 3. Alcohol, Ethyl, 1 Gallon 1 Gallon 4. Alcohol, Ethyl, 500ml 50 Bottle 5. Soft Broom 6 Pcs. 6. Ballpen, Black (0.5) 749 Pcs. 7. Ballpen, Blue (0.5) 331 Pcs. 8. Ballpen, Red (0.5) 109 Pcs. 9. Battery, Aa 80 Pcs. 10. Battery, Aaa 73 Pcs. 11. Binding Stapler (40 Sheets) 1 Unit 12. Bondpaper A3, Sub 20 11 Reams 13. Bondpaper A4, Sub 20 150 Reams 14. Bondpaper, Sub 16, Long (8 1/2 X 13) 31 Reams 15. Bondpaper, Sub 16, Short (8 1/2 X 11) 30 Reams 16. Bondpaper, Sub 20, Long (8 1/2 X 13) 518 Reams 17. Bondpaper, Sub 20, Short (8 1/2 X 11) 433 Reams 18. Broom (walis Tambo) 4 Pcs. 19. Broom (walis Ting-ting) 6 Pcs. 20. Brown Envelop, Long 527 Pcs. 21. Brown Envelop, Short 607 Pcs. 22. Brown Kraft Paper Bag With Twine (small) 50 Pcs. 23. Brown Kraft Paper Bag With Twine (medium) 50 Pcs. 24. Brown Kraft Paper Bag With Twine (large) 50 Pcs. 25. Calculator Scientific 1 Unit 26. Calculator, 12 Digits 17 Unit 27. Cash Book, Cash In Treasury 4 Pcs. 28. Cellophane Tape 1/2' 3 Rolls 29. Cellophane Tape 2” 9 Rolls 30. Cellophane Tape 1” 7 Rolls 31. Certificate Holder, Long (8 1/2 X 13) 45 Pcs. 32. Certificate Holder, Short (8 1/2 X 11) 55 Pcs. 33. Certificate Holder 8.5 X 11 10 Pcs. 34. Certificate Frame (8 1/2 X 11) 10 Pcs. 35. Cleaner, Toilet And Urinal 1 Bottle 36. Clear File Folder (refillable), Long 3 Pcs. 37. Clearbook, Legal 10 Pcs. 38. Clip, Backfold, 25mm 1 Box 39. Clip, Backfold, 50mm 2 Box 40. Computer Ink Hp680, Black 3 Bots. 41. Computer Ink Hp680, Colored 3 Bots. 42. Computer Ink Hp704, Black 1 Bots. 43. Computer Ink Hp704, Colored 1 Bots. 44. Computer Ink, 001, Black 6 Bots. 45. Computer Ink, 001, Cyan 3 Bots. 46. Computer Ink, 001, Magenta 3 Bots. 47. Computer Ink, 001, Yellow 3 Bots. 48. Computer Ink, 003, Black 90 Bots. 49. Computer Ink, 003, Cyan 42 Bots. 50. Computer Ink, 003, Magenta 42 Bots. 51. Computer Ink, 003, Yellow 42 Bots. 52. Computer Ink, Bt 5000, Cyan 9 Bots. 53. Computer Ink, Bt 5000, Magenta 9 Bots. 54. Computer Ink, Bt 5000, Yellow 9 Bots. 55. Computer Ink, Bt D60, Black 14 Bots. 56. Computer Ink, Gt51, Black 1 Bots. 57. Computer Ink, Gt52, Cyan 2 Bots. 58. Computer Ink, Gt53, Magenta 2 Bots. 59. Computer Ink, Gt54, Yellow 2 Bots. 60. Computer Ink, T6641 (black) 60 Bots. 61. Computer Ink, T6642 (cyan) 11 Bots. 62. Computer Ink, T6643 (magenta) 11 Bots. 63. Computer Ink, T6644 (yellow) 11 Bots. 64. Computer Ink, 790 (black) 5 Bots. 65. Computer Ink, 790 (cyan) 1 Bots. 66. Computer Ink, 790 (yellow) 1 Bots. 67. Computer Ink, 790 (magenta) 1 Bots. 68. Computer Keyboard 2 Pcs. 69. Computer Mouse 3 Pcs. 70. Computer Mouse And Keyboard (wireless) 2 Set 71. Cork Board 4' X 4' 1 Pcs. 72. Correction Fluid Pen 27 Pcs. 73. Correction Tape 158 Piece 74. Corrugated Legal Size Filling Box 10 Pc. 75. Cotton Zipper Envelop, Long 3 Pcs. 76. Colored Paper, A4 (yellow) 100's 1 Packs 77. Colored Paper, A4 (green) 100's 1 Packs 78. Colored Paper, A4 (pink) 100's 1 Packs 79. Colored Paper, A4 (blue) 100's 1 Packs 80. Cutter ( Plastic), Small 29 Pcs. 81. Cutter (heavy Duty, Metal), Big 2 Pcs. 82. Cutter Blade, Big, 12s 8 Pcs. 83. Data Folder 18 Pcs. 84. Detergent Powder, All-purpose (500grams) 11 Pouch 85. Disinfectant Spray 170g 8 Pcs. 86. Disinfectant Spray, Aerosol, 400g (min) 3 Can 87. Door Mat (rubber) 2 Pcs. 88. Double Adhesive Tape 5 Rolls 89. Double Sided Tape 13 Rolls 90. Double Sided Tape 1/2" 5 Rolls 91. Double Sided Tape 3/4" 7 Rolls 92. Duct Tape 2 Rolls 93. Dust Pan (plastic) 3 Piece 94. Electrical Tape, Small 2 Rolls 95. Envelop Plastic, Long 322 Pcs. 96. Envelop Plastic, Short 139 Pcs. 97. Envelop, Expanding, Plastic 20 Pcs. 98. Eraser, Big 39 Pcs. 99. Eraser, Rubber, Small 2 Pcs. 100. Expanded Envelop, Brown, Long 59 Pcs. 101. Expanded Envelop, Long 153 Pcs. 102. Expanded Folder Transparent, Long With Slide 60 Pcs. 103. Expanded Folder Transparent, Short With Slide 55 Pcs. 104. Expanded Folder, Long, Thick Green 250 Pcs. 105. External Hard Disc 1 Tb 1 Unit 106. Fastener, Metal 1 Box 107. Fastener, Plastic 41 Boxes 108. Feather Duster 5 Pcs. 109. Filing Box, Long With Cover 23 Pcs. 110. Filing Tray, 3 Layer 3 Pcs. 111. Filing Box, 4" 19 Pcs. 112. Filing Folder, Long (green) 45 Pcs. 113. Filing Folder, Long (white) 1455 Pcs. 114. Filing Folder, Short 353 Pcs. 115. Flash Drive (usb) 16gb 6 Pcs. 116. Flash Drive (usb) 32gb 11 Pcs. 117. Flash Drive (usb) 64gb 5 Pcs. 118. Flash Drive (usb) 8gb 4 Pcs. 119. Flat File Clip/ Fastener 6 Boxes 120. Folder, Board, Long 20 Pcs. 121. Furniture Spray 320ml 36 Can 122. Garbage Bag, (100's), Xl 14 Packs 123. Glass Cleaner 500ml 31 Pcs. 124. Glass Wiper 7 Pcs. 125. Glue Gun (small) 3 Pcs. 126. Glue Stick (small) 10 Pcs. 127. Glue, Multi-purpose 100g 20 Jar 128. Hand Soap, Liquid, 500ml 2 Bottle 129. Insect Spray 320ml 2 Can 130. Laminating Film (100pcs.) 1 Pack 131. Mailing Envelop, 6 3/4 (500's) 4 Boxes 132. Mailing Envelop, 9 1/2 (500's) 4 Boxes 133. Marker (pink, Yellow, Green) 25 Boxes 134. Marker, Permanent, Black 3 Piece 135. Marker, Whiteboard, Black 3 Piece 136. Masking Tape 1” 14 Rolls 137. Masking Tape 2” 20 Rolls 138. Memo Sticky Note (1/2") 1 Pads 139. Mop Bucket, Heavy Duty, Hard Plastic 1 Pc. 140. Mop With Spinner 1 Pc. 141. Morocco Board, 8 1/2 X 13, Red, 100's 1 Packs 142. Morocco Board, 8 1/2 X 11, White, 100's 1 Packs 143. Morocco Board, 8 1/2 X 13, White, 100's 1 Packs 144. Morocco Board, A4, Red, 100's 1 Packs 145. Mouse Pad 12 Pcs. 146. Multi-colored Paper, A4 (100's) 2 Packs 147. Note Pad,stick On, 3" X 3" 7 Pads 148. Packing Tape 1", Transparent 2 Rolls 149. Packing Tape 2” 5 Rolls 150. Packing Tape 2”, Transparent 2 Rolls 151. Paper Clamps (double Clip 1”) 17 Boxes 152. Paper Clamps (double Clip 2”) 13 Boxes 153. Paper Clip, 33mm (vinyl Coated) 43 Box 154. Paper Clip, 50mm (vinyl Coated) 41 Box 155. Paper Trimmer/cutting Machine, Table Top 1 Unit 156. Payroll (timebook And Payroll) 4 Pads 157. Pencil #1 4 Boxes 158. Pencil #2 15 Boxes 159. Pencil Sharpener Machine 2 Pcs. 160. Pentel Pen Ink, Black 2 Pcs. 161. Pentel Pen, Black, Broad 46 Pcs. 162. Pentel Pen, Black, Fine 13 Pcs. 163. Photo Paper A3, 50's 2 Packs 164. Photo Paper A4, 20's 33 Packs 165. Photo Sensitive Stamp Ink (black), 10ml 1 Bots. 166. Plastic Envelop W/ Zipper & Handle, Long 7 Pcs. 167. Plastic Envelop W/ Zipper & Handle, Short 5 Pcs. 168. Post It Sign Here 5 Pads 169. Post It Sticker (3"x3" Assorted) 31 Packs 170. Puncher, Heavy Duty (75xl) 1 Pcs. 171. Push Pins,100's 4 Boxes 172. Rack Organizer Sturdy 4 Sections Plastic Office File/ Document Desk Organizer 5 Unit 173. Record Book 300pp 38 Book 174. Record Book 500pp 39 Book 175. Red Padding Glue 500g 1 Btls. 176. Ring Binder 1" 6 Pcs. 177. Ring Binder 1/2" 11 Pcs. 178. Ring Binder 3/4" 6 Pcs. 179. Ring Binder 1/4" 6 Pcs. 180. Rubber Band, Giant 9 Boxes 181. Rubber Band, Small 7 Boxes 182. Rubbing Alcohol 500ml 86 Bots. 183. Ruler 12” 27 Pcs. 184. Sako Bag (big) 15 Pcs. 185. Scissor 10" (big) 18 Pcs. 186. Scotch Tape 1" 33 Rolls 187. Scotch Tape 2" 19 Rolls 188. Sign Pen, 0.5, Black 180 Pcs. 189. Sign Pen, 0.5, Blue 157 Pcs. 190. Signature Folder 1 Pcs. 191. Specialty Paper, A4 10's, Crème 7 Packs 192. Specialty Paper, A4 10's, Green 3 Packs 193. Specialty Paper, Long 12's (8 1/2 X 13"), Crème 50 Packs 194. Specialty Paper, Long 12's (8 1/2 X 13"), Green 13 Packs 195. Specialty Paper, Long 12's (8 1/2 X 11"), Green 1 Packs 196. Specialty Paper, Long 12's (8 1/2 X 11"), Crème 1 Packs 197. Specialty Paper, Short 20's (8 1/2 X 11") 23 Packs 198. Specialty Paper, Long 20's (8 1/2 X 13") 6 Packs 199. Specialty Paper, Short 12's (8 1/2 X 11") 3 Packs 200. Specialty Paper, Long 12's (8 1/2 X 13") 3 Packs 201. Stamping Pad Ink, Black 2 Pcs. 202. Stamping Pad Ink, Purple 8 Pcs. 203. Stamping Pad, 103 X 70mm 3 Pcs. 204. Stamping Pad, 118 X 81mm 7 Pcs. 205. Staple Wire #10, 12's 5 Boxes 206. Staple Wire #35 63 Boxes 207. Staple Wire No. 23/8 5 Boxes 208. Staple Wire Remover 5 Boxes 209. Staple Cartridge For Eh-70f 1 Box 210. Stapler, #10 3 Boxes 211. Stapler, #35 Hd – 50/50 R W/ Remover 14 Boxes 212. Stick Glue (small) 16 Pcs. 213. Sticker Paper White, 20's (8 1/2 X 11) 14 Packs 214. Sticky Note 25x75mm 3 Pads Neon Color (assorted) 55 Pads 215. Subsidiary Ledger 500 Pcs. 216. Tape Dispenser, Big 1 Unit 217. Thumbtacks 7 Boxes 218. Toilet Tissue Paper, 2 Ply (12's) 6 Pack 219. Trashbin, Swing Type, 11l 1 Pcs. 220. Typewritter Ribbon, Black 3 Pcs. 221. Vellum Board 8 1/2 X 13, Size 10's 3 Packs 222. Wall Clock (big) 1 Pcs. 223. White Board 2' X 3' 1 Pcs. 224. White Board Eraser 4 Boxes 225. White Board Pen, Black 19 Boxes 226. Yellow Pad 9 Pads Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ___________________________ Omnibus Sworn Statement Republic Of The Philippines ) Iloilocity ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Bidding For [name Of The Project] Of The [name Of The Procuring Entity]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The [name Of Bidder] In The Bidding As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: I Am Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S, 1930, As Amended, Or The Revised Penal Code, In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ___________________________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [jurat] Checklist Of Bid Requirements First Envelope Eligibility Documents Class “a” Documents Legal Documents: 1 Certificate Of Philgeps Registration (platinum Membership) And Membership With Annex A In Accordance With Section 8.5.2 Of The Revised Irr. Technical Documents: 2 Statement Of All Its On-going Government And Private Contracts Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids, Including Contracts Awarded But Not Yet Started, If Any, Which Are Similar In Nature And Complexity To The Contract To Be Bid. The Statement Shall Include, For Each Contract, The Following: (a) Name Of The Contract; (b) Date Of The Contract, (c) Kind Of Goods, (d) Amount Of And Value Of Outstanding Contracts, (e) Date Of Delivery, And (f) Notice Of Award, Notice To Proceed, Contract Of Agreements, Purchase Orders And Certificate Of Accomplishments Issued By The Owner. (latest) 3 Statement Of Its Single Largest Completed Contract (slcc) Which Includes Its Government And Private Contracts Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids, Which Are Similar In Nature And Complexity To The Contract To Be Bid. The Statement Shall Include, For Each Contract, The Following: (a) Name Of The Contract; (b) Date Of The Contract, (c) Kind Of Goods, (d) Amount Of And Value Of Awarded And Completed Contracts, (e) Date Of Delivery, (f) End User’s Acceptance And Or Official Receipt(s) Issued For The Contract Supported By Notice Of Award, Notice To Proceed, Contract/ Purchase Order, Certificate Of Completion And Certificate Of Acceptance.(latest) Financial Documents 4 The Prospective Bidder’s Latest Computation For Its Net Financial Contracting Capacity (nfcc) Which Must Be At Least Equal To The Abc To Be Bid. (latest) Or A Committed Line Of Credit From Universal Or Commercial Bank (not Applicable To Procurement Of Infrastructure Projects). Class “b” Documents 5 If Applicable, A Valid Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence, Or, In Lieu Thereof, A Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful Shall Be Included In The Bid . (latest) Technical Documents 1 2 Bid Security In The Prescribed Form, Amount And Validity Period And In Accordance With Itb Clause 18. Statement Of Compliance To The Schedule Of Requirements 3 4 Statement Of Compliance To Technical Specifications Taking Into Consideration The Notations Stated In Section Vii Of The Bidding Documents. Authority Of The Signatory 5 Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative In Accordance With Section 25.2(b)(iv) Of The Revised Irr Of Ra 9184 And As Indicated In The Omnibus Sworn Statement Of The Bidding Documents Using The Prescribed Form Issued By The Gppb. (latest) Note: Any Missing Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid Second Envelope Financial Documents 1 Financial Bid Form Which Includes Bid Prices And The Bill Of Quantities And The Applicable Price Schedules, In Accordance With Itb Clauses 15.1 And 15.4 And The Issued Form In Section Viii Of The Bidding Documents. 2 If A Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti (if A Bidder Is A Sole Proprietor), By Sec (if Bidder Is A Partnership, Or A Corporation); And Cda (if Bidder Is A Cooperative)issued In Accordance With Itb Clause 27, If Applicable, That: A) Sole Proprietor Is A Citizen Of The Philippines, Corporation, Cooperative, Or Association Is A Duly Organized Under The Laws Of The Philippines With At Least Seventy Five (75%) Of Its Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines; B) Habitually Established In Business And Habitually Engaged In The Manufacturing Or Sale Of The Merchandise Covered By His Bid, And C) The Business Has Been In Existence For At Least Five (5) Consecutive Years Prior To The Advertisement And/or The Invitation To Bid.
Closing Date24 Mar 2025
Tender AmountPHP 806.7 K (USD 14.1 K)
8481-8490 of 8518 archived Tenders