Mask Tenders

Western Visayas Sanitarium Doh Tender

Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Department Of Health Western Visayas Sanitarium And General Hospital Santa Barbara, Iloilo Invitation To Bid For Procurement Of Various Office And Ict Supplies Of Wvsgh Ib No. 2025-04-008-g The Western Visayas Sanitarium, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Procurement Of Various Office And Ict Supplies Of Wvsgh Location : Western Visayas Sanitarium And General Hospital, Inangayan, Santa Barbara, Iloilo Approved Budget For : Php 4,157,561.25 The Contract (abc) Fund Source : Caf No. 2025-25-gf – Pr No. 2025.04.0126 Caf No. 2025-032-gf – Pr No. 2025.04.0127 Caf Augmentation - Caf No. 2025-24-igf Delivery Period : Within Twenty (20) Working Days After Receipt Of The Notice To Proceed Except For Those Items Marked With Asterisk (*) Wherein, 50% Of The Items Will Be Delivered On The First Delivery And The Remaining 50% Will Be Delivered After Three (3) Months From The First Delivery. Total Abc: 4,157,561.25 Lot I: Office Supplies Abc: Php 951,621.25 Item No. Unit Item Description Quantity 1 Pc 1. Adhesive Vinyl Sticker Paper, A4 Size 13 2 Pc 2. Arch File Folder, Hard Bound With 3 Ring Binder, Color Red, Legal Size 27 3 Bundle *3. Bag, Paper, Brown, #1 3 1/2"x2"x6 1/2" , 100's 200 4 Bundle *4. Bag, Paper, Brown, #3 4 4/9"x2 2/3"x8" , 100's 200 5 Bundle *5. Bag, Paper, Brown, #8 6 1/9"x3 5/8"x11 8/9" , 100's 200 6 Pack 6. Battery, Dry Cell, Size Aa, 4pcs./pack 32 7 Pack 7. Battery, Dry Cell, Size Aaa, 4pcs./pack 32 8 Pc 8. Battery, Size D 3 9 Pack 9. Battery, Rechargeable, Aa 1 10 Pack 10. Battery, Rechargeable, Aaa 1 11 Unit 11. Calculator, Mini-desk Type, Compact, Electronic, Lcd Display, 12 Digits Capacity, Two-way Power Source, (solar Or Cell) 26 12 Box 12. Carbon Paper, Long, Carbon Film, Polyethylene, Blue, Size 216mm X 330mm, (±2mm), 100 Sheets Per Box 26 13 Pc 13. Cartolina, Violet 20 14 Pc 14. Certificate Frame, Short, High Quality 20 15 Pc 15. Certicate Frame,a4, High Quality 40 16 Pc 16. Certificate Frame,long, High Quality 15 17 Pc 17. Certificate Holder, Clear Front, Hard, Long 30 18 Pc 18. Certificate Holder, Clear Front, Hard, Short 30 19 Box *19. Clip, Paper, 32mm Min. Length Of Clip, Gem Pattern Type, Plastic Coated, Assorted Colors, 100's, Small 250 20 Box *20. Clip, Paper, 48mm Min. Length Of Clip, Gem Pattern Type, Plastic Coated, Assorted Colors, 100's, Big 250 21 Box 21. Clip Backfold, 3 Inches, 12's/box (binder Clip) 32 22 Pc 22. Clip Board, With Cover, Plastic Hard With Clip, Legal 19 23 Pc 23. Clip Board, Short 4 24 Unit 24. Clock, Quartz, Wall Mounted, Analog, Aluminum, Round, 12inches, Transparent, Glass Minimalism, Battery Operated (aa), High Quality, Wall Mounted 14 25 Pc 25. Corkboard, 20"x36" , With Silver Aluminum Frame 25 26 Pc 26. Corkboard, 36"x48" , With Silver Aluminum Frame 40 27 Pc 27. Corkboard, 24"x36",with Silver Aluminum Frame 30 28 Pc 28.corkboard, 4ftx8ft, With Silver Aluminum Frame 5 29 Pc *29. Correction Tape, Disposable, Usable Length Of 6 Meters X5mm, White Opaque With Protective Cap 472 30 Pc 30. Correction Fluid, Water Based, White Opaque, No Obnoxious Odor, Min, 15ml Per Bottle 2 31 Pc 31. Correction Pen, Soft Barrel, 10ml 30 32 Pc 32. Cutter, Heavy Duty, L300, Auto Lock, Built In Snapper, Uses Bl 150 Blade 26 33 Pc 33. Electrical Universal Power Adapter 2 34 Unit 34. Electronic Calculator 2 35 Box 35. Envelope, Mailing White, With Window, 80gsm (-5%), Long Size, 500's 3 36 Pc *36. Envelope, Plastic, Long, Transparent 526 37 Pc *37. Envelope, Plastic, Short, Transparent 326 38 Pc 38. Eraser, Felt, For The Blackboard/whiteboard 8 39 Pc 39. Eraser, Rubber For Pencil/ballpen, Big 14 40 Pc 40. Extension Cord, 4 Gang, 3m, With Switch, With Ground 2 41 Pc 41. Extension Cord, 5 Gang, With Switch 6 42 Box 42. Fastener, For Paper, Metal, 50's 2 43 Pc 43. File Box, With Ring, L 15.5" X W - 5" X H - 9.5", Green 175 44 Pc 44. File Organizer, Expanding, Legal Size, Plastic, Assorted Colors 27 45 Pc 45. Folder, (expandable), Green 1000 46 Pc 46. Folder (expandable), Green, With Tabbing 274 47 Pc *47. Folder, Ordinary, White, Long 2000 48 Pc *48. Folder, Ordinary, White, Short 5427 49 Pc 49. Folder, L-shaped Transparent 0.1mm Thickness, Pvc Material 5 50 Bot 50. Glue, White, Multi-purpose, Strong Bond Type, Gross Weight, 130g, Safe & Non Toxic 45 51 Gal 51. Glue, Padding Red, 2kgs. 2 52 Pc 52. Glue Gun Stick, Clear, Big Size 60 53 Pc 53. Glue Gun Stick, Clear, Small Size 10 54 Bot 54. Ink For Self Inking Stamp, 10ml, Purple Or Violet 6 55 Bot 55. Ink For Stamp Pad, Purple Or Violet, With Applicator, 30ml 42 56 Pack 56. Laminating Film, 250 Microns, Long, 100's 5 57 Pc 57. Marker, Fluorescent , Green (highlighter) 60 58 Pc 58. Marker, Fluorescent , Orange (highlighter) 64 59 Pc 59. Marker, Permanent, Black, Double Pen Head 1.0mm And 0.4mm, Twin-nib Marker, Alcohol Based, Fine Bullet Tip 100 60 Pc 60. Multipurpose Basket Tray Organizer, Large, Red 5 61 Pc 61. Notebook, Stenographer, Spiral, 40 Leaves 10 62 Ream 62. Paper, Bond Substance 20, A4, White 500's 570 63 Ream 63. Paper, Bond Substance 20, Legal, White 500's 40 64 Ream 64. Paper, Bond, Substance 20, Long, Blue, 500's 2 65 Ream 65. Paper, Bond, Substance 20, Long, Light Blue 11 66 Ream 66. Paper, Bond, Substance 24, 80gsm, Short, Ultra White, 500's 50 67 Ream 67. Paper, Bond, Substance 24, 80gsm, Legal, Ultra White, 500's 50 68 Ream 68. Paper, Bond, Substance 24, 80gsm, A4, Ultra White, 500's 2 69 Ream 69. Paper, Colored, Short, Pink, Substance 24, 80gsm, 500's 90 70 Ream 70. Paper, Colored, Short, Green, Substance 24, 80gsm, 500's 60 71 Ream 71. Paper, Colored, Long, Yellow, Substance 24, 80gsm, 500's 60 72 Ream 72. Paper, Colored, Long, Blue, Substance 24, 80gsm, 500's 40 73 Pc 73. Paper Cutter Board, Wood 1 74 Pack 74. Paper, Glossy Sticker Paper, A4, 10's 73 75 Pack 75. Paper, Photo Paper, Size:a4, 230 Gsm, Glossy, 10's 35 76 Pc 76. Pen, Crystal Ballpoint Pen, With Removable Clip Cap, Black, 0.5 2382 77 Pc 77. Pen, Crystal Ballpoint Pen, With Removable Clip Cap, Blue, 0.5 306 78 Pc 78. Pen, Crystal Ballpoint Pen, With Removable Clip Cap, Red, 0.5 371 79 Pc 79. Pen, Gel, Knock Type, Color Black, 0.38 -0.40mm, Black 20 80 Pc 80. Pen, Gel, Knock Type, Color Black, 0.5 Mm, Black 20 81 Pc 81. Pen, Marker, Permanent, Refillable Fine Tip, Black 226 82 Pc 82. Pen, Marker, Permanent, Refillable Fine Tip, Blue 80 83 Pc 83. Pen, Marker, Permanent, Refillable Fine Tip, Red 56 84 Pc 84. Pen, Marker, Permanent, Blue, Broad 5 85 Pc 85. Pen, Marker, Permanent, Red, Broad 2 86 Pc 86. Pen, Marker ,whiteboard, Black, Felt Tip, Bullet Type, Fine Tip 222 87 Pc 87. Pen, Marker ,whiteboard, Blue, Felt Tip, Bullet Type, Fine Tip 70 88 Pc 88. Pen, Marker ,whiteboard, Red, Felt Tip, Bullet Type, Fine Tip 58 89 Pc 89. Pen, Marker, Permanent, Black Refillable, 0.3mm 20 90 Pc 90. Pen, Signature, Black, 0.5mm 300 91 Pc 91. Pen, Signature, Blue, 0.5mm 400 92 Pc 92. Pen, Signature, Red, 0.5mm 62 93 Box 93. Pin, Push, Flat Head Type, Assorted Colors, 100s 10 94 Roll 94. Plastic Cover, Multi-purpose, Thick, Gauge 5, 50m Long 13 95 Tube 95. Price Tag, 20x12mm Labeller Paper Sticker Mx5500, 700pcs/roll 4 96 Pc 96. Puncher, 2-hole, With Ruler Guide, Heavy Duty 20 97 Bot 97. Refill Ink ( Pentel Pen), Refill Ink Permanent Marker, With Dropper For Easy Refill, Black, 30ml 6 98 Pc 98. Ring Binder, A4 Size, 3 Ring, D Type, 2.5 Inches Thickness, With Label Insert On Side And Front Pocket, Product Dimensions: 13x3.8x11.4, Blue 1 99 Box 99. Rubber Band, 1.0mm Thickness, 350 Grams/box, Big, 220 Pieces/box 30 100 Pc 100. Ruler, Plastic, 300mm Or 12", Width 28mm Min., Flexible, Transparent, Thickness 0.08mm Min 12 101 Pc 101. Ruler, Plastic, 24 Inches, Transparent 13 102 Pair 102. Scissors, 9", Stainless, Heavy Duty 29 103 Pc 103. Sharpener, Manual, One Hole Guide, 9-10mm Diameter 8 104 Pack 104. Specialty Paper, A4, 10's 2 105 Pc 105. Stamp Pad, Felt Pad, Bed Dimension: 60mm X 100mm Min., Pre-inked 16 106 Box 106. Electronic Stapler Cartridge, Eh-70h 2 107 Box 107. Staple Cartridge, Clinch Electric Stapler (box Of 5000) 2 108 Pc 108. Stapler, Heavy Duty With Staple Wire Remover, Can Hold At Least 100 Sheets, Loading Capacity: 100 Staples No. 35, Hd 50f 35 109 Box *109. Staple Wire, Standard, #35mm 250 110 Roll 110.tape, Double Sided, 1" Width Or 24mm, Base Material Acrylic Solvent Base, White Paper, Usable Length 50m 15 111 Roll 111. Tape, Masking, 12mm Or 1/2", 50 Meters Length 50 112 Roll 112. Tape, Transparent, 1 Inch, 50 Meters Length 500 113 Roll 113. Tape, Packaging, 48mm At Least 80 Yards Length 35 114 Unit 114. Thermometer, Room Thermometer, Wooden Frame, Alcohol Based 2 115 Pc 115. Tray, Plastic, 4"x8" 5 116 Pc 116. Voucher Filler, Hardbound, Legal Size 100 117 Pc 117. White Board, With Frame, Wall Mounted, Size: 2.5 Meters X 2 Meters 1 Lot Ii: Other Office Supplies (customized) Abc: Php 289,540.00 Item No. Unit Item Description Quantity 1 Pc 1. Inpatient Record Book, 38cm, 300 Sheets 2 2 Pc 2. Patient Id, Yellow 150,000.00 3 Pc 3. Patient Index Card, Pink 45,000.00 4 Pc 4. Record Book, For Laboratory, Hard Bound, 300 Pages, 12x16 Inches 15 5 Pc 5. Record Book, For Ultrasound, 500 Pages, Hard Bound, Premium Grade, 15 X 10 Inches 2 6 Pc 6. Record Book, For X-ray, 500 Pages, Hard Bound, Premium Grade, 20 X 10 Inches 1 7 Pc 7. Record Book, For Ct-scan, 500 Pages, Hard Bound, Premium Grade, 20 X 10 Inches 1 8 Pc 8. Record Book, With "official Record Book", Printed On Out Cover, Laminated Chipboard, Thickness: 1mm Min, Symthe Sewn, Leaves: White Bond, Non - Blot, 55gsm (-5%), Pre-numbered, Thickness: 0.07mm Min, Pre-numbered (by Machine), Size Of Pages: 205mmx265mm Min, Margin: Top Margin: 25mm (-2mm), Bottom Margin: 8mm (±4mm)/ Left/right Margin, Manufacturer’s Standard, Number Of Spaces: 37min 10 Lot Iii: Ict Supplies Abc: Php 1,062,300.00 Item No. Unit Item Description Quantity 1 Pc 1. Bluetooth Speaker, For Video Conferencing 1 2 Unit 2. Computer Keyboard, Genuine And High Quality, Wired Usb 6 3 Pc 3. Disk, Dvd - R With Case, High Quality 5 4 Roll 4. Dot Matrix Ribbon For Epson Lq 300/310 Series Printers, Refill, 1" 150 5 Pc 5. Dot Matrix Ribbon, L310 Cartridge 20 6 Pc 6. Flash Drive, 8gb Capacity Or Higher Flash Drive (original Branded-high Quality) 8 7 Pc 7. Flash Drive, Usb, 16gb Capacity Or Better (original-branded-high Quality) 45 8 Pc 8. Flash Drive, Usb, 32gb 17 9 Pc 9. Flash Drive, 128gb Capacity, Transfer Speed Up To 130, Usb 3.0 Flash Drive 2 10 Bottle 10. Ink, Brother, Cyan, Bt5000c 150 11 Bottle 11. Ink, Brother, Magenta, Bt5000m 120 12 Bottle 12. Ink, Brother, Yellow, Bt5000y 120 13 Bottle 13. Ink, Brother, Black , Btd60bk 60 14 Bottle 14. Ink, Brother, Black , Bt6000bk 60 15 Bottle 15. Ink, Epson,003, Black, (genuine)for L1110, L1210, L1216, L1250, L1256, L3110, L3116, L3150, L3156, L3210, L3216, L3250, L3256, L3550, L5190, L5290, L5296 And L5590 Printers. 200 16 Bottle 16. Ink, Epson,003, Cyan For (genuine) For L1110, L1210, L1216, L1250, L1256, L3110, L3116, L3150, L3156, L3210, L3216, L3250, L3256, L3550, L5190, L5290, L5296 And L5590 Printers. 150 17 Bottle 17. Ink, Epson,003, Magenta (genuine) For L1110, L1210, L1216, L1250, L1256, L3110, L3116, L3150, L3156, L3210, L3216, L3250, L3256, L3550, L5190, L5290, L5296 And L5590 Printers. 150 18 Bottle 18. Ink, Epson,003, Yellow (genuine) For L1110, L1210, L1216, L1250, L1256, L3110, L3116, L3150, L3156, L3210, L3216, L3250, L3256, L3550, L5190, L5290, L5296 And L5590 Printers. 150 19 Pc 19. Mouse, Usb Type 12 20 Box 20. Toner Cartridge, Hp 26a, Original Black 36 21 Box 21. Toner Cartridge, Brother Tn 3428, Original, Black 20 22 Box 22. Toner Cartridge, Brother, Tn 2380 (genuine) 30 23 Box 23. Toner, Cartridge, Samsung, Mlt-d205l (genuine) 10 24 Pc 24. Usb Hub, 4 Port At Least 2.0 And At Least 1m Length 1 Lot Iv: Semi-expendable Office Equipment Abc: Php 461,100.00 Item No. Unit Item Description Quantity 1 Unit 1. Amplifier, Portable Sound System With Blue Tooth, Equalizer, With Usb Port, Mic Input, With Two (2) Units Wireless Microphones With Rechargeable Battery 1 2 Unit 2. Bathroom Weighing Scale, Mechanical Scale, 130kg Capacity, 1kg Accuracy, Stainless Steel Iron Material, High Quality 2 3 Pc 3. Chair, Plastic, Durable, With Armrest 6 4 Pc 4. Chair, Monobloc, White 4 5 Pc 5. Chair, Monobloc, Green 43cmx38cmx72cm, Stackable, High Quality, Heavy Duty 10 6 Unit 6. Chair, Office Chair, High Back, Gas Lift, With Arm Rest 28 7 Unit 7. Computer Table, With Drawer 1 8 Unit 8. Computer Table, Small With Printer Desk 1 9 Unit 9. Intercom, Dual- Way Talk Through Office Window Glass Counter Intercom Speaker System (with External Speaker And Charger) 2 10 Unit 10. Microphone Stand, Compatible With The 2 Microphones Of The Amplifier (#1) 1 11 Pc 11. Paper Cutter, Heavy Duty 3 12 Pc 12. Plastic High Stool/ Bar Stool, 24 Inches, Stackable 1 13 Unit 13. Shredder, Paper Shredder, 23l 1 14 Unit 14. Steel Cabinet, 2 Swing Doors, Filing Cabinet, H1850xw900xd4000mm, 4 Shelves, Adjustable Inside, Lock With 2 Keys, High Quality 1 15 Unit 15. Steel Cabinet, 4 Drawer, Vertical Filing Cabinet, H1331xw460xd620mm 2 16 Unit 16. Steel Cabinet, Steel Storage Metal File, Two Doors With 5 Layers, Size: W900xd400xh1850mm, Color: Light Grey, Material: Cold Rolled Steel Plate, Surface: Electrostatic Powder Coating, Thickness: 2.1mm As Regular Structure: Knocked Down Structure 2 17 Unit 17. Steel Locker, Gray, All Metal Body, 24 Door Storage, With Key Lock Mechanism, 900x450x1800mm (wdh), Heavy Duty, High Quality 1 18 Set 18. Table, Dining, Table 6-seater For Conference/family Counseling 1 19 Unit 19. Table, Office, Executive, With 2 Drawers At The Right Side And 1 Drawer At The Center, With Key Lock 3 20 Unit 20. Table, Office Table, With Drawers, Wood, Thickness - 3/4 Inches, Width - 18 Inches, Length - 48 Inches, Height - 36 Inches 1 21 Unit 21. Table, Office With Individual Cubicle, With Four (4) Drawers (2 Lock), Made From Laminated Particle Board, Approx.: Lwh 120x60x75cm 7 22 Unit 22. Table, Office, Ordinary, With 2 Drawers At The Right Side And 1 Drawer At The Center, With Key Lock 1 23 Unit 23. Typewriter, Manual, Standard, Pica (10 Characters Per Inch) 1 24 Unit 24. Working Table, 3x6ft., Wood, Formica Top With Drawers 1 Lot V: Various Ict Supplies (rm) Abc: Php 1,393,000.00 Item No. Unit Item Description Qty 1 Piece Computer Keyboard - New, Genuine, And High-quality Brand Interface: Wired Usb 15 2 Piece Computer Mouse - New, Genuine, And High-quality Brand Interface: Wired Usb 15 3 Piece Computer Power Supply Unit, Bronze - New, Genuine, And High-quality Brand Form Factor: Atx Power: At Least 500w 10 4 Piece Hard Drive, External - New, Genuine, And High-quality Brand Capacity: At Least 1tb Form Factor: 2.5-inch 10 5 Piece Hard Drive, Internal Hdd - New, Genuine, And High-quality Brand Capacity: At Least 1tb Interface: Sata Performance: 7200 Rpm Form Factor: 3.5-inch 10 6 Piece Hard Drive, Internal Ssd, Sata - New, Genuine, And High-quality Brand Capacity: At Least 500 Gb Interface: Sata Form Factor: 2.5-inch 25 7 Piece Hard Drive, Internal Ssd, M.2 - New, Genuine, And High-quality Brand Capacity: At Least 500 Gb Interface: M.2 25 8 Piece Hard Drive, Sas, 300gb, 12gb/s - New, Genuine, And High-quality Brand Capacity: At Least 300 Gb Interface: Sas Sata Form Factor: 2.5-inch 20 9 Piece Hard Drive, Surveillance Hdd, Sata - New, Genuine, And High-quality Brand Capacity: At Least 4 Tb 4 10 Piece Surge Protection, Ethernet - New, Genuine, And High-quality Brand Interface Connection: Rj45 Female Connectors Esd/emp Protection Absorbing Transient Current With Response To Surge Voltage: 100v/s To 1kv/µs Dc Spark-over Voltage: 90v @ 100v/s Maximum Impulse Spark-over Voltage: 700v @ 1kv/µs Discharge Current: 10ka+ Maximum Insulation Resistance: 1g Ohm @ 50v Maximum Capacitance: 1.0 Pf @ 1 Mhz Data Line Protection Rj45: 10/100/1000 Ethernet Ieee 802.3af Poe Support: Yes 10 11 Unit Lead-acid Battery, 7 Ah - Battery Voltage: 12v Battery Technology: Lead-acid 50 12 Piece Lpr Print Server, At Least Usb 2.0 - New, Genuine, And High-quality Brand Connector(s) Ports: Rj-45 Usb 2.0 Type-a (4 Pin, 480mbps) Hardware Chipset Id: Est - Est2862b Performance Maximum Data Transfer Rate: 100 Mbps Max Distance: 100m Remote Management Ability: Yes Auto Mdix: Yes, Full Duplex Support: Yes Supported Protocols: Lpr Power Power Source: Ac Adapter Included Input Voltage: 100 - 240 Ac Input Current: 0.25 Output Voltage: 5 Dc Output Current: 1a Plug Type: H Power Consumption (in Watts): 2 Software Os Compatibility: Windows® Xp, 7, 8 / Rt, 10, 11 Windows Server® 2003, 2008 R2, 2012 Mac Os® 10.6 To 10.10 20 13 Piece Random Access Memory, Ddr3 - New, Genuine, And High-quality Brand Clock Speed: 1333 Mhz Or Better Capacity: 8 Gb 15 14 Roll Utp Cable, Awg 23 -genuine And High-quality Brand Pure Copper At Least 305 Meters Or 1000 Feet At Least Cat6 15 15 Piece Wireless Lan, Pci-e Card - New, Genuine, And High-quality Brand Technology: 802.11b/g/n Interface: Pci Express Dimensions: 4.8 X 3.1 X 0.8 In Or 120.8 X 78.5 X 21.5 Mm Optional: With Low Profile Bracket 40 16 Unit Wireless Access Point, Poe - New, Genuine, And High-quality Brand. Operating System: Router Os Gain: 1.5 Dbi (2.4 Ghz) And 3 Dbi (5 Ghz) Wireless: 802.11b/g/n (2.4 Ghz) And 802.11ac (5 Ghz) 10/100/1000 Ethernet Ports: 2 Mounting: Ceiling, Wall, Or Socket Mount 20 17 Unit Smart Contact Sensor New, Genuine, And High-quality Brand Hardware Indicator Led: Yes Technical Specifications Wireless: 868 / 922 Mhz General Operating Temperature: 0~40°c Dimensions (h X W X D): 61.4 X 37.5 X 12.3 Mm Power Requirements: Cr2032 Battery Features Real-time Monitor, Instant Notification, Home Automation, Easy Installation Compatibility Tp-link Tapo App 10 18 Unit Smart Temperature And Humidity Sensor - New, Genuine, And High-quality Brand. Technical Specifications Wireless: 868 / 922 Mhz Temperature Accuracy: ±0.3°c /±0.54°f Humidity Accuracy: ±3%rh Data Refresh Speed: 2s General Operating Temperature: -20~60ºc / -4~140ºf (temperature Display Range: 0~50ºc / 32~122ºf) Operating Humidity: 0%~99%rh Dimensions (h X W X D) 62 × 62 × 24.5 Mm Display: 2.7" E-ink Power Requirements: 3.0v Dc (2 × Aaa/lr03) Features Real-time & Accurate Monitoring 2.7" E-ink Display Home Automation Instant App Notification, Free Data Storage & Visual Graphs, Flexible Installation Compatibility Tp-link Tapo App 3 19 Unit Smart Water Leak Sensor - New, Genuine, And High-quality Brand Technical Specifications Wireless: 868 Mhz (eu Version) & 922 Mhz (us Version) General Operating Temperature: 0~40ºc / 32~104ºf Operating Humidity: 0%~99%rh Dimensions (h X W X D): 84.5 × 46.5 × 30 Mm. Power Requirements: 2 Aaa Batteries (included) Compatibility Tp-link Tapo App 3 The Bidder’s Single Largest Completed Contract Similar To The Contract To Be Bid Should Have Been Completed Within 3 Years From The Date Of The Deadline Of Submission And Receipt Of Bids. Likewise, The Contract Price Of The Slcc Should Be At Least 50% Of The Sum Of The Abc Of The Lot(s) Joined. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Interested Bidders May Join The Pre-bid Conference And Opening Of Bids Virtually Via Google Meet In The Link Provided: Meeting Link 1: Meet.google.com/nwr-hssm-oqt Meeting Link 2: Meet.google.com/rhr-uzut-xip Meeting Link 3: Meet.google.com/wvk-cxrt-iqb Meeting Link 4: Meet.google.com/jak-dpkp-iig Meeting Link 5: Meet.google.com/zss-kgwk-jxb Meeting Link 6: Meet.google.com/jns-ctma-zbn Meeting Link 7: Meet.google.com/gye-jnnv-irh Meeting Link 8: Meet.google.com/dpd-rjed-trj Meeting Link 9: Meet.google.com/hjh-fope-vky Meeting Link 10: Meet.google.com/xat-wapd-orn Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. The Complete Schedule Of Activities Is As Follows: Bac Activities Schedule Availability Of Bidding Documents April 30, 2025 At 8:00 Am To 4:00 Pm And Up To Before 9:00 Am Of May 20, 2025, At The Procurement/bac Office, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Pre-bid Conference May 08, 2025 (thursday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Opening Of Bids May 20, 2025 (tuesday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Bid Documents May Be Acquired By Interested Bidders On The Dates And Address Above And Upon Payment Of Applicable Fee For The Bidding Documents In The Amount Of: Lot 1: - 1,000.00 Lot 2: - 500.00 Lot 3: - 5,000.00 Lot 4: - 500.00 Lot 5: - 5,000.00 Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac/procurement Office On Or Before 9:00 Am Of May 20, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Wvs.doh.gov.ph , Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Western Visayas Sanitarium And General Hospital Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Jessie H. Jarbadan Bac Secretariat Western Visayas Sanitarium And General Hospital Sta. Barbara, Iloilo Tel. No.: (033) 332-4778 Loc. 119 Email: Wvsbac.procurement@gmail.com Website: Wvs.doh.gov.ph Renia Grace G. Salapare, Md, Fpafp, Mpa Bac Chairperson
Closing Date20 May 2025
Tender AmountPHP 4.1 Million (USD 74.5 K)

AGRICULTURAL TRAINING INSTITUTE REGION XI Tender

Agriculture or Forestry Works
Philippines
Details: Description The Agricultural Training Institute Region Xi Invites Interested And Eligible Suppliers To Participate In The Procurement Of Training Supplies For The 1st Semester Of Fy 2025 Under The Coconut Farmers And Industry Development Plan (cfidp) And Regular Program Through Competitive Bidding. Approved Budget For The Contract (abc): Regular Program: Php 1,307,049.00 Cfidp: Php 628,600.00 Total Abc: Php 1,935,649.00 The Procurement Process Will Be Conducted In Accordance With Ra 9184 And Its Revised Implementing Rules And Regulations (irr). Pre-bid Conference: February 27, 2025, At 2:00 Pm Submission And Opening Of Bids: March 13, 2025, At 10:00 Am Eligibility Requirement: Prospective Bidders Must Have Completed A Single Largest Completed Contract (slcc) Equivalent To At Least 25% Of The Approved Budget For The Contract (abc) To Qualify For The Bidding Process. Philippine Bidding Documents Supply And Delivery Of Office And Training Supplies For The 1st Semester Of Fy 2025 Under Cfidp And The Regular Program Government Of The Republic Of The Philippines Sixth Edition July 2020 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A.all The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B.specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C.this Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D.the Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E.modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F.for Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..7 Section Ii. Instructions To Bidders…………………………………………...10 1. Scope Of Bid ………………………………………………………………………. 11 2. Funding Information………………………………………………………………. 11 3. Bidding Requirements ……………………………………………………………. 11 4. Corrupt, Fraudulent, Collusive, And Coercive Practices………………………….. 11 5. Eligible Bidders…………………………………………………………………… 11 6. Origin Of Goods ………………………………………………………………….. 12 7. Subcontracts ……………………………………………………………………… 12 8. Pre-bid Conference ………………………………………………………………. 13 9. Clarification And Amendment Of Bidding Documents …………………………… 13 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 13 11. Documents Comprising The Bid: Financial Component …………………………... 13 12. Bid Prices …………………………………………………………………………. 14 13. Bid And Payment Currencies ……………………………………………………… 14 14. Bid Security ………………………………………………………………………. 15 15. Sealing And Marking Of Bids ……………………………………………………… 15 16. Deadline For Submission Of Bids …………………………………………………. 15 17. Opening And Preliminary Examination Of Bids ………………………………….. 15 18. Domestic Preference ……………………………………………………………… 16 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 16 20. Post-qualification ………………………………………………………………… 16 21. Signing Of The Contract …………………………………………………………… 17 Section Iii. Bid Data Sheet …………………………………………………..18 Section Iv. General Conditions Of Contract ……………………...………..20 1. Scope Of Contract ………………………………………………………………… 21 2. Advance Payment And Terms Of Payment ……………………………………….. 21 3. Performance Security ……………………………………………………………. 21 4. Inspection And Tests ……………………………………………………………… 22 5. Warranty …………………………………………………………………………. 22 6. Liability Of The Supplier ………………………………………………………….. 22 Section V. Special Conditions Of Contract ………………………………….23 Section Vi. Schedule Of Requirements ……………………………………....27 Section Vii. Technical Specifications …………………………………………37 Section Viii. Checklist Of Technical And Financial Documents …………..40 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A.the Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B.the Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C.the Deadline For The Submission And Receipt Of Bids; And D.any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Supply And Delivery Of Office And Training Supplies For The 1st Semester Of Fy 2025 Under Cfidp And The Regular Program 1.the Agricultural Training Institute- Region Xi, Through The General Appropriations Act Of 2025 Intends To Apply The Sum Of One Million Nine Hundred Thirty-five Thousand Six Hundred Forty-nine Pesos Only (1,935,649.00) Being The Abc To Payments Under The Contract For Office And Training Supplies For Fy 2025 1st Semester Under Regular And Cfdip Program With Purchase Request Nos. 250240 And 250241 . Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Agricultural Training Institute- Region Xi Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A.bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4.prospective Bidders May Obtain Further Information From Agricultural Training Institute-region Xi Office And Inspect The Bidding Documents At The Address Ati-rtc-xi, Brgy. Datu Abdul, Panabo City, Davao Del Norte During Monday-friday At 8:00 Am-5:00 Pm. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 21, 2025 At 8:00 Am From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of ₱5,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Issued By The Agricultural Training Institute – Region Xi Cashier. 6.the Agricultural Training Institute- Region Xi Will Hold A Pre-bid Conference[ ] On February 27, 2025, 2:00 Pm At Agricultural Training Institute-region Xi Function Hall, Datu Abdul, Panabo City, Davao Del Norte Which Shall Be Open To Prospective Bidders. 7.bid Opening Shall Be On March 13, 2025 At 10:00 Am At The Given Address. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 8.bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address On Or Before March 13, 2025 At 8:30 Am. Late Bids Shall Not Be Accepted. 9.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10.the Agricultural Training Institute- Region Xi Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Ms. Ma. Cristin Rosan T. Besario Bids And Awards Committee Secretary Agricultural Training Institute Region Xi Datu Abdul Dadia, Panabo City, Davao Del Norte 084-217-3433, 8105 0917-321-6134 Ati11bacsec@gmail.com February 20, 2025 Lucille B. Camarines Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1.scope Of Bid The Procuring Entity, Agricultural Training Institute- Region Xi Wishes To Receive Bids For Office And Training Supplies For Fy 2025 1st Semester Under Regular And Cfidp Program With Purchase Request Nos. 250240 And 250241 The Procurement Project Is Composed Of 3 Items, The Details Of Which Are Described In Section Vii (technical Specifications). 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of One Million Nine Hundred Thirty-five Thousand Six Hundred Forty-nine Pesos Only (₱1,935,649.00). 2.2.the Source Of Funding Is: A.nga, The General Appropriations Act Or Special Appropriations. 3.bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4.corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5.eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A.for Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: I.completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And Ii.the Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7.subcontracts 7.1.the Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A.subcontracting Is Allowed. The Portions Of Project And The Maximum Percentage Allowed To Be Subcontracted Are Indicated In The Bds, Which Shall Not Exceed Twenty Percent (20%) Of The Contracted Goods. 7.2.the Bidder Must Submit Together With Its Bid The Documentary Requirements Of The Subcontractor(s) Complying With The Eligibility Criteria Stated In Itb Clause 5 In Accordance With Section 23.4 Of The 2016 Revised Irr Of Ra No. 9184 Pursuant To Section 23.1 Thereof. 7.3.the Supplier May Identify Its Subcontractor During The Contract Implementation Stage. Subcontractors Identified During The Bidding May Be Changed During The Implementation Of This Contract. Subcontractors Must Submit The Documentary Requirements Under Section 23.1 Of The 2016 Revised Irr Of Ra No. 9184 And Comply With The Eligibility Criteria Specified In Itb Clause 5 To The Implementing Or End-user Unit. 7.4.subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Supplier’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8.pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address Agricultural Training Institute- Region Xi Function Hall, Datu Abdul Dadia, Panabo City, Davao Del Norte As Indicated In Paragraph 6 Of The Ib. 9.clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2.the Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Prior To The Deadline For The Submission And Receipt Of Bids. 11.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2.if The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12.bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A.for Goods Offered From Within The Procuring Entity’s Country: I.the Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii.the Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii.the Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv.the Price Of Other (incidental) Services, If Any, Listed In The Bds. B.for Goods Offered From Abroad: I.unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii.the Price Of Other (incidental) Services, If Any, As Listed In The Bds. 13.bid And Payment Currencies 13.1.for Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2.payment Of The Contract Price Shall Be Made In: A.philippine Peso 14.bid Security 14.1.the Bidder Shall Submit A Bid Securing Declaration[.] Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2.the Bid And Bid Security Shall Be Valid Until August 10, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15.sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16.deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 8 Of The Ib. 17.opening And Preliminary Examination Of Bids 17.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18.domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. A.in The Case Of Single-year Framework Agreement, The Lowest Calculated Bid Shall Be Determined Outright After The Detailed Evaluation; 19.2.if The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3.the Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4.except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20.post-qualification 20.2. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, Or In The Case Of Multi-year Framework Agreement, That It Is One Of The Eligible Bidders Who Have Submitted Bids That Are Found To Be Technically And Financially Compliant, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21.signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. If Framework Agreement Will Be Used: 21.2. At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Framework Agreement Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 21.3. Within Ten (10) Calendar Days From Receipt Of The Notice To Execute Framework Agreement With The Procuring Entity, The Successful Bidder Or Its Duly Authorized Representative Shall Formally Enter Into A Framework Agreement With The Procuring Entity For An Amount Of One Peso To Be Paid To The Procuring Entity As A Consideration For The Option Granted By The Procuring Entity To Procure The Items In The Framework Agreement List When The Need Arises. 21.4. The Procuring Entity Shall Enter Into A Framework Agreement With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 21.5. The Following Documents Shall Form Part Of The Framework Agreement: A.framework Agreement Form; B.bidding Documents; C.call-offs; D.winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; E.performance Security Or Performance Securing Declaration, As The Case May Be; F.notice To Execute Framework Agreement; And G. Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. Section Iii. Bid Data Sheet Notes On The Bid Data Sheet The Bid Data Sheet (bds) Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information, Or Requirements Included In The Itb Found In Section Ii, Which Are Specific To Each Procurement. This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing The Bds, The Following Aspects Should Be Checked: A.information That Specifies And Complements Provisions Of The Itb Must Be Incorporated. B.amendments And/or Supplements, If Any, To Provisions Of The Itb As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A.supply And Delivery Of Commonly Used Supplies B.completed Within 5 Years Prior To The Deadline For The Submission And Receipt Of Bids, A Contract Similar To The Project. 8 The Procuring Entity Will Hold A Pre-bid Conference On February 24, 2025, 2:00 Pm At Ati-rtc Xi Function Hall, Which Shall Be Open To Prospective Bidders. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A.the Amount Of Not Less Than Thirty-eight Thousand Seven Hundred Twelve & 98/100 Pesos Only (₱38,712.98) [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B.the Amount Of Not Less Than Ninety-six Thousand Seven Hundred Eighty-two & 45/100 Pesos Only (₱96,782.45) [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 15 Each Bidder Shall Submit One (1) Original And Two (2) Duplicate Hard Copies Of The First And Second Components Of Its Bid. Bidder/s Shall Provide Ear-tag Codes Or Index Tabs On Both The Original Copy And Duplicate Copies. 16 Deadline Of Submission Of Bid Is On Or Before March 13, 2025 - 8:30 Am Only. 19.3 Not Applicable 20.2 Not Applicable 21.2 Not Applicable Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The General Conditions Of Contract (gcc) In This Section, Read In Conjunction With The Special Conditions Of Contract In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. Matters Governing Performance Of The Supplier, Payments Under The Contract, Or Matters Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Included In The Gcc And Special Conditions Of Contract. Any Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Special Conditions Of Contract. 1.scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Affectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2.advance Payment And Terms Of Payment 2.1.advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2.the Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. [include The Following Clauses If Framework Agreement Will Be Used:] 2.3.for A Single-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier In Its Bid. 2.4.for Multi-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier During Conduct Of Mini-competition. 3.performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184.{[include If Framework Agreement Will Be Used:] In The Case Of Framework Agreement, The Bidder May Opt To Furnish The Performance Security Or A Performance Securing Declaration As Defined Under The Guidelines On The Use Of Framework Agreement.} 4.inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project {[include If Framework Agreement Will Be Used:] Or Framework Agreement} Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5.warranty 5.1in Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2the Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6.liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc Found In Section Iv. The Special Conditions Of Contract (scc) Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Goods Purchased. In Preparing This Section, The Following Aspects Should Be Checked: A.information That Complements Provisions Of The Gcc Must Be Incorporated. B.amendments And/or Supplements To Provisions Of The Gcc As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of The Gcc Should Be Incorporated Herein. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: For Goods Supplied From Abroad: The Delivery Terms Applicable To The Contract Are Ddp Delivered Agricultural Training Institute- Region Xi, Datu Abdul, Panabo City, Davao Del Norte. In Accordance With Incoterms.” For Goods Supplied From Within The Philippines: The Delivery Terms Applicable To This Contract Are Delivered Agricultural Training Institute- Region Xi, Datu Abdul, Panabo City, Davao Del Norte. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Includes Ms. Ruby Jane P. Bentiroso, Mr. Ernie L. Malazarte, And Ms. Chonna Vae A. Cañete Who Serve As Inspectors. Additionally, The Project Officers Are Ms. Pauline Joy J. Reyes, Ms. Lucille B. Camarines, Ma. Cristin Rosan T. Besario, Ms. Ruby Jane P. Bentiroso, Mr. Omarbliss B. Dalam, Mr. Ariel D. Abastillas, Ms. Lynn A. Leopoldo, Ms. Ofelia A. Sanchez, Mr. Richel E. Zamora, Ms. Assel M. Mapayo, Mr. Ernie L. Malazarte, Mr. Rolls M. Rubis, Ms.chonna Vae A. Cañete, Ms. Olivia D. Gatus, Mr. Jerry C. Carpentero. Incidental Services The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A.performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And B.training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Packaging The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 The Terms Of Payment Shall Be: Progress Billing Every Month. It Shall Correspond To The Value Of Goods Delivered/rendered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. 4 The Inspections And Tests That Will Be Conducted Are: -supply And Delivery Of Office And Training Supplies For The 1st Semester Of Fy 2025 Under Cfidp Regular Program Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Office And Training Supplies For Fy 2025 1st Semester Under Regular Program Item Number Unit Description Quantity Total 1 Ream Bond Paper, A4 427 93,940.00 2 Pcs Id Card Jacket With Elastic Sling 2,613 47,034.00 3 Ream Laid Paper,a4, Creamy White, 500pcs 3 3,300.00 4 Rolls Masking Tape 1 123 2,460.00 5 Pcs Archfile Long, Black 235 39,950.00 6 Pack Construction Paper Assorted Color, A4 84 25,200.00 7 Boxes Permanent Marker, 12s, Broad, Black 111 16,650.00 8 Boxes White Board Marker, 12's, Broad, Black 121 61,710.00 9 Bottles Epson (l5290) Printer Ink (yellow) 17 6,800.00 10 Bottles Epson (l5290) Printer Ink (cyan) 17 6,800.00 11 Bottles Epson (l5290) Printer Ink (magenta) 17 6,800.00 12 Bottles Epson (l5290) Printer Ink (black) 17 6,800.00 13 Cartridge Hp Deskjet 2337 Printer Ink (680) Black 17 15,300.00 14 Cartridge Hp Deskjet 2337 Printer Ink (680) Color, Mcy) 17 15,300.00 15 Cartridge Hp Deskjet Printer Ink (682) Black 40 36,000.00 16 Cartridge Hp Deskjeyt Printer Ink (682) Color, Cmy 40 36,000.00 17 Pcs Stapler, Medium, White 3 1,800.00 18 Pcs Stapler, Heavy Duty, Large 16 20,800.00 19 Boxes Stapler Wire #35 62 2,170.00 20 Pcs Scissor, Heavy Duty 37 9,250.00 21 Pcs Ruler 3 150.00 22 Pcs Cutter, Heavy Duty 27 2,700.00 23 Pcs Cutting Map Pad 2 400.00 24 Pcs Puncher 8 1,360.00 25 Boxes Paper Clips 50mm 72 2,160.00 26 Boxes Paper Clip 2 Inch 74 2,220.00 27 Boxes Paper Binder Clip 1 Inch 39 1,170.00 28 Pcs Storage Plastic Box, 150 L 50 75,000.00 29 Pcs Paper Glue (250 Ml) 10 1,000.00 30 Packs Photo Paper, A4 24 2,400.00 31 Rolls Scotch Tape 1 Inch Width 162 2,430.00 32 Pcs Manila Paper 1,659 16,590.00 33 Pcs Logbook (100 Leaves) 135 12,150.00 34 Rolls Tissue , 2 Ply 93 3,720.00 35 Boxes Facemask 17 1,360.00 36 Pcs Hairnet 25 1,250.00 37 Pcs Alcohol, 70% Isophrophyl, 1 Liter 132 33,000.00 38 Ream Bond Paper, Long 86 19,780.00 39 Boxes Canon Laid Paper, Cream A4 17 18,700.00 40 Ream Construction Paper , Long 10 2,500.00 41 Pcs Correction Tape 40 3,200.00 42 Box Crayons (big) 72 13,320.00 43 Box Crayons (medium) 21 2,100.00 44 Pcs Elmer's Glue 30 1,200.00 45 Psc Expanding Envelope , Long 50 5,000.00 46 Set Highlighter (assorted Color) 4 1,680.00 47 Box Paper Clip 25mm 20 300.00 48 Boxes Paper Fastener 17 680.00 49 Box Pencil 52 3,640.00 50 Box Pentel Pen, Black Fine 10 1,800.00 51 Pcs Plastic Envelope Long 150 2,250.00 52 Pcs Post It Page Marker 84 3,360.00 53 Pcs Meter Stick (wood) 5 550.00 54 Boxes Sign Pen, Size 0.5 Mm Blue 31 4,650.00 55 Boxes Calculator 14 6,300.00 56 Boxes Paper Binder Clip 0.5 Inch 25 500.00 57 Box Push Pin (small) 21 630.00 58 Box Push Pin (medium) 11 550.00 59 Pcs Clearbook (legal) 5 300.00 60 Pack Aa Battery (rechargeable) 6 1,200.00 61 Pack Triple Aaa, Battery 15 3,000.00 62 Boxes Wireless Presentation Remote 10 25,000.00 63 Pcs Epson Printer Ink (3110) Black 10 3,200.00 64 Pcs Epson Printer Ink (3110)(magenta) 10 3,000.00 65 Pcs Epson Printer Ink (3110)(cyan) 10 3,000.00 66 Pcs Epson Printer Ink (3110)(yellow) 10 3,000.00 67 Boxes Book Paper , A4 6 5,850.00 68 Boxes Book Paper, Long 6 6,600.00 69 Pcs Steel Rack , 4 Layers 8 40,000.00 70 Box Ballpen (boxes) 50's 6 1,800.00 71 Boxes Bond Paper Long, Sub 20 (box) 1 1,125.00 72 Pcs Certificate Holder, A4 15 900.00 73 Pcs Epson Ink L3210, Black 20 7,000.00 74 Pcs Epson Ink L3210, Cyan 7 2,450.00 75 Pcs Epson Ink L3210, Yellow 7 2,450.00 76 Pcs Epson Ink L3210, Magenta 7 2,450.00 77 Boxes Sign Pen, Size 0.5 Mm Black 15 2,250.00 78 Pcs Double Sided Tape 1 Inch 109 3,270.00 79 Rolls Binding Tape 81 16,200.00 80 Pcs Usb Flash Drive (64gb) 2 700.00 81 Boxes Bond Paper , A4 (box), Sub 20 30 29,400.00 82 Boxes Certificate Paper, Long, Cream 4 5,200.00 83 Pcs Ink 680 Colored 30 27,000.00 84 Pcs Ink 680 Black 30 27,000.00 85 Pcs Triple Aaa, Rechargeable , With Charger 4 12,000.00 86 Pcs Storage Box , White/transparent, 60 L) 40 20,000.00 87 Pcs White Board (4x8) 2 5,000.00 88 Ream Certificate Paper, A4 Size, Cream 17 17,850.00 89 Pcs Ink Pad 5 750.00 90 Rolls Laminating Film - 250 Mic 5 1,900.00 91 Box Heavy Duty Tool Box 10 400.00 92 Pcs Room Deodizer 10 2,500.00 93 Pcs Staple With Remover 6 2,100.00 94 Pcs Binder Clip Big 10 3,400.00 95 Pack Folder Long 100's, Cream 100 48,000.00 96 Pcs Folder Long , Cream 50 1,250.00 97 Pads Sticky Note, Assorted Color (1/2 Inch) Lengthwise 30 3,900.00 98 Pads Sticky Note, Assorted Color (1/8 Size) 30 4,350.00 99 Pcs Archfile A4 Size 41 10,250.00 100 Pcs Brother Dcp-t710w, Black 5 2,250.00 101 Pcs Brother Dcp-t710w, Cyan 5 2,250.00 102 Pcs Brother Dcp-t710w, Yellow 5 2,250.00 103 Pcs Brother Dcp-t710w, Magenta 5 2,250.00 104 Ream Bond Paper Short 4 840.00 105 Boxes Sign Pen, Size 0.7, Blue 5 900.00 106 Boxes Sign Pen, Size 0.7, Black 5 900.00 107 Boxes Sign Pen, S2500, Blue, 0.5 5 750.00 108 Boxes Ballpen (red), 50's 5 1,500.00 109 Pcs Optical Mouse, Small Wireless 5 3,000.00 110 Pcs Mouse Pad, Small 5 400.00 111 Pcs Extension (wheel) Wire, 15 Mm 5 5,500.00 112 Pcs Extension Wire, 10mm 2 1,600.00 113 Pcs Extension Wire, 5mm 1 600.00 114 Pcs Extension Wire, 3mm 1 500.00 115 Pcs Extented Mouse Pad (70cmx30cm) 5 2,000.00 116 Pcs Wall Clock 1 700.00 117 Pcs External Hard Drive, 1 Tb 6 21,000.00 118 Pcs Folder , A4, Cream 50 1,000.00 119 Pcs Expanding Envelope, A4 50 750.00 120 Pcs Wet Wipes 12 1,800.00 121 Packs Sticky Note Medium 20 1,400.00 122 Pcs Epson Lq 310, Ribbon Cartridge , Black 5 3,500.00 123 Unit Transistor Radio, W/ Am/fm , Rechargeable And Battery Operated 500 175,000.00 124 Pcs Transparent Envelope, Without Handle, Short 500 5,000.00 125 Pack Vellum Board Paper, Legal, White, 90gsm, 10 Pcs Per Pack 10 600.00 126 Ream Certificate Paper, (parchment Paper, Legal, Size, White 2 2,000.00 127 Pcs Paper Cutter (metal, With Size Indicator And Paper Adjuster, Can Cut A4 And Legal Size Paper) 1 2,500.00 128 Pcs Meter Stick (metal) 10 1,500.00 Office And Training Supplies For Fy 2025 1st Semester Under Cfidp Program Item Number Unit Description Quantity Total 1 Ream Bond Paper, A4 77 16,940.00 2 Pcs Id Card Jacket With Elastic Sling 645 11,610.00 3 Ream Laid Paper,a4, Creamy White, 500pcs 7 7,700.00 4 Rolls Masking Tape 1 106 2,120.00 5 Pcs Archfile Long, Black 137 23,290.00 6 Pack Construction Paper Assorted Color, A4 29 8,700.00 7 Boxes Permanent Marker, 12s, Broad, Black 57 8,550.00 8 Boxes White Board Marker, 12's, Broad, Black 25 12,750.00 9 Pcs Stapler, Medium, White 5 3,000.00 10 Pcs Stapler, Heavy Duty, Large 3 3,900.00 11 Boxes Stapler Wire #35 45 1,575.00 12 Pcs Scissor, Heavy Duty 8 2,000.00 13 Pcs Transparent Ruler (12”) 3 150.00 14 Pcs Cutter, Heavy Duty 3 300.00 15 Pcs Cutting Map Pad 3 600.00 16 Pcs Puncher 4 680.00 17 Boxes Paper Clip 2 Inch 45 1,350.00 18 Boxes Paper Binder Clip 1 Inch 45 1,350.00 19 Pcs Storage Plastic Box, 150 L 3 4,500.00 20 Pcs Paper Glue (250 Ml) 31 3,100.00 21 Packs Photo Paper, A4 40 4,000.00 22 Pcs Manila Paper 100 1,000.00 23 Pcs Logbook (100 Leaves) 1 90.00 24 Rolls Tissue , 2 Ply 30 1,200.00 25 Pcs Alcohol, 70% Isophrophyl, 1 Liter 22 5,500.00 26 Boxes Canon Laid Paper, Cream A4 8 8,800.00 27 Ream Construction Paper , Long 10 2,500.00 28 Pcs Correction Tape 10 800.00 29 Box Crayons (big) 32 5,920.00 30 Box Crayons (medium) 20 2,000.00 31 Psc Expanding Envelope , Long 50 5,000.00 32 Set Highlighter (assorted Color) 5 2,100.00 33 Box Pentel Pen, Black Fine 10 1,800.00 34 Boxes Sign Pen, Size 0.5 Mm Blue 10 1,500.00 35 Box Push Pin (medium) 10 500.00 36 Pcs Steel Rack , 4 Layers 3 15,000.00 37 Box Ballpen (boxes) 50's 10 3,000.00 38 Packs Battery Aa, 4's 10 2,000.00 39 Boxes Bond Paper Long, Sub 20 (box) 5 5,625.00 40 Pcs Certificate Holder, A4 100 6,000.00 41 Packs Construction Paper, Short 10 2,300.00 42 Pcs Epson Ink L3210, Black 65 22,750.00 43 Pcs Epson Ink L3210, Cyan 65 22,750.00 44 Pcs Epson Ink L3210, Yellow 65 22,750.00 45 Pcs Epson Ink L3210, Magenta 65 22,750.00 46 Boxes Sign Pen, Size 0.5 Mm Black 10 1,500.00 47 Pcs Double Sided Tape 1 Inch 10 300.00 48 Pcs Clearbook (a4) 20 1,000.00 49 Pcs Storage File Box (12x16) 2 3,000.00 50 Rolls Binding Tape 5 1,000.00 51 Rolls Duct Tape 5 500.00 52 Bottles Brother (dcp-yy20w) Printer Ink (bt5000-cyan) 45 20,250.00 53 Bottles Brother (dcp-yy20w) Printer Ink (bt5000-yellow) 45 20,250.00 54 Bottles Brother (dcp-yy20w) Printer Ink (bt5000-magenta ) 45 20,250.00 55 Bottles Brother (dcp-yy20w) Printer Ink (bt5000-black ) 45 20,250.00 56 Pcs Mesh File Organizer, 4 Layers 20 20,000.00 57 Pcs Usb Flash Drive (64gb) 165 57,750.00 58 Pcs Storage Box , White/transparent, 60 L) 1 500.00 59 Pcs Archfile A4 Size 1 250.00 60 Unit Transistor Radio, W/ Am/fm , Rechargeable And Battery Operated 500 175,000.00 61 Pcs Transparent Envelope, Without Handle, Short 500 5,000.00 Section Vii. Technical Specifications Notes For Preparing The Technical Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Their Bids. In The Context Of Competitive Bidding, The Specifications (e.g. Production/delivery Schedule, Manpower Requirements, And After-sales Service/parts, Descriptions Of The Lots Or Items) Must Be Prepared To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Transparency, Equity, Efficiency, Fairness, And Economy In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation And Post-qualification Facilitated. The Specifications Should Require That All Items, Materials And Accessories To Be Included Or Incorporated In The Goods Be New, Unused, And Of The Most Recent Or Current Models, And That They Include Or Incorporate All Recent Improvements In Design And Materials Unless Otherwise Provided In The Contract. Samples Of Specifications From Previous Similar Procurements Are Useful In This Respect. The Use Of Metric Units Is Encouraged. Depending On The Complexity Of The Goods And The Repetitiveness Of The Type Of Procurement, It May Be Advantageous To Standardize The General Technical Specifications And Incorporate Them In A Separate Subsection. The General Technical Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Manufacturing Similar Goods. Deletions Or Addenda Should Then Adapt The General Technical Specifications To The Particular Procurement. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Equipment, Materials, And Workmanship, Recognized Philippine And International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Equipment, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure At Least A Substantially Equal Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Special Conditions Of Contract Or The Technical Specifications. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Technical Specifications To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished Or Tested, The Provisions Of The Latest Edition Or Revision Of The Relevant Standards And Codes Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure Substantial Equivalence To The Standards And Codes Specified Will Be Acceptable. Reference To Brand Name And Catalogue Number Should Be Avoided As Far As Possible; Where Unavoidable They Should Always Be Followed By The Words “or At Least Equivalent.” References To Brand Names Cannot Be Used When The Funding Source Is The Gop. Where Appropriate, Drawings, Including Site Plans As Required, May Be Furnished By The Procuring Entity With The Bidding Documents. Similarly, The Supplier May Be Requested To Provide Drawings Or Samples Either With Its Bid Or For Prior Review By The Procuring Entity During Contract Execution. Bidders Are Also Required, As Part Of The Technical Specifications, To Complete Their Statement Of Compliance Demonstrating How The Items Comply With The Specification. In Case Of Renewal Of Regular And Recurring Services, The Procuring Entity Must Indicate Here The Technical Requirements For The Service Provider, Which Must Include The Set Criteria In The Conduct Of Its Performance Evaluation. Technical Specifications Item Specification Statement Of Compliance 1 General Requirements: all Items Must Be Brand New, Unused, And Of High Quality. products Must Have At Least 6 Months To 1-year Warranty. the Supplier Must Be Philgeps Platinum-registered And Provide The Following: mayor’s/business Permit audited Financial Statements income/business Tax Returns omnibus Sworn Statement philgeps Certificate Of Registration And Membership [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 2 Delivery Terms: first Delivery (50%) – On Or Before 20 Calendar Days From The Notice To Proceed (ntp). final Delivery (50%) – On Or Before 40 Calendar Days From The Ntp. items Will Be Inspected And Accepted By The Designated Committee Before Final Acceptance. the Payment Shall Be Processed On A Progressive Billing Basis, Subject To The Completion Of Each Delivery And Compliance With All Documentary Requirements late Deliveries Will Be Subject To A Penalty Of 1% Per Day Of Delay, Based On The Cost Of The Undelivered Items, Up To A Maximum Of 10% Of The Contract Price. the Supplier Must Notify The Procuring Entity At Least 3 Days Before Each Delivery For Inspection Scheduling all Deliverables Shall Be Delivered To Agricultural Training Institute Region 11, Datu Abdul Dadia, Panabo City, Davao Del Norte 3 Other Conditions: the Supplier Must Have Completed A Single Largest Completed Contract (slcc) Equivalent To At Least 25% Of The Abc. the Contract Price Is Inclusive Of Delivery Costs, Taxes, And Other Charges. defective, Substandard, Or Incorrect Items Must Be Replaced Within 7 Days At No Additional Cost. Section Viii. Checklist Of Technical And Financial Documents Notes On The Checklist Of Technical And Financial Documents The Prescribed Documents In The Checklist Are Mandatory To Be Submitted In The Bid, But Shall Be Subject To The Following: A.gppb Resolution No. 09-2020 On The Efficient Procurement Measures During A State Of Calamity Or Other Similar Issuances That Shall Allow The Use Of Alternate Documents In Lieu Of The Mandated Requirements; Or B.any Subsequent Gppb Issuances Adjusting The Documentary Requirements After The Effectivity Of The Adoption Of The Pbds. The Bac Shall Be Checking The Submitted Documents Of Each Bidder Against This Checklist To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion Pursuant To Section 30 Of The 2016 Revised Irr Of Ra No. 9184. Checklist Of Technical And Financial Documents I.technical Component Envelope Class “a” Documents Legal Documents ⬜ (a)valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b)statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c)statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (d)original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (e)conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f)original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g)the Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (h)if Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii.financial Component Envelope ⬜ (i)original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (j)original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (k)[for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (l)certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Closing Date6 Mar 2025
Tender AmountPHP 1.9 Million (USD 33.3 K)

Department Of Education Region Ii Tender

Others
Corrigendum : Tender Amount Updated
Philippines
Details: Description Invitation To Bid Supply And Delivery Of Various Office And Janitorial Supplies And Equipment For Deped Region 2-republication 1. The Department Of Education Regional Office Ii, Intends To Apply The Sum Of One Million Seven Hundred Twenty Thousand Thirty-seven Pesos And 71/100 (p 1,720,037.71) Being The Abc To Payments Under The Contract For The Procurement Of Goods: Supply And Delivery Of Various Office And Janitorial Supplies And Equipment For Deped Region 2-republication. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Education Regional Office Ii Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Sixty (60) Calendar Days Per Lot. Bidders Should Have Completed, Within Five Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Education Regional Office Ii And Inspect The Bidding Documents At The Address Given Below During Office Hours. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 28 – April 21, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee Of One Thousand Five Hundred Pesos (p 1,500.00) For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person Or Through Email At Bac.region2@deped.gov.ph. For The Reference Of Interested Bidders, Payment Of Bidding Documents May Be Resorted Through Online Bank Transfer Via The Following Bank Details: A. Account Name: Deped Trust Fund B. Account Number: 3702-1011-65 C. Current Account D. Landbank Of The Philippines – Capitol Branch, Tuguegarao City 6. The Department Of Education Regional Office Ii Will Hold A Pre-bid Conference On April 4, 2025, 9:00 Am At The Main Conference Hall, Deped Tuguegarao City, Cagayan Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Main Conference Hall, Deped Regional Office No. 2, Tuguegarao City, Cagayan On Or Before April 21, 2025 At 9:29 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On April 21, 2025 At 9:30 Am Main Conference Hall, Deped Regional Office No. 2, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Procurement Of Goods: Supply And Delivery Of Various Office And Janitorial Supplies And Equipment For Deped Region Ii Shall Include The Following: No. Unit Item Description/ Book Title Quantity Unit Cost Approved Budget Of The Contract 1 Gallon Alcohol, Ethyl 70%, 1 Gallon, Fda Approved 29 392.80 11,391.17 2 Piece Eraser, Plastic/rubber 14 9.09 127.20 3 Piece Sign Pen, Extra Fine Tip, Black. 0.5mm 96 24.42 2,344.32 4 Piece Sign Pen, Medium Tip, Black 1mm 414 62.92 26,048.88 5 Piece Sign Pen, Extra Fine Tip, Blue 0.5mm 48 24.42 1,172.16 6 Piece Sign Pen, Fine Tip, Blue 0.7mm 86 49.19 4,230.51 7 Piece Sign Pen, Medium Tip, Blue, 1mm 249 62.92 15,667.08 8 Pack Battery, Dry Cell, Size Aa By 4, Super Heavy Duty 90 27.50 2,475.00 9 Pack Battery, Dry Cell, Size Aaa By 4, Super Heavy Duty 90 23.10 2,079.00 10 Piece Broom (walis Tambo), Gross Weight 500 Grams, Diameter Handle:19mm, Length Of Handle: 550 Mm 28 137.28 3,843.84 11 Piece Broom (walis Ting-ting), Standard Size, Made Up Of Matured Coconut Midribs, Grip Material Made Up Of Braided Yantok Or Nylon 21 28.60 600.60 12 Piece Cleaner, Toilet Bowl And Urinal, 900 Ml 84 45.76 3,843.84 13 Bottle Cleanser, Scouring Powder, 350 Grams 62 26.31 1,631.34 14 Pouch Detergent Powder, All Purpose, 1 Kilo 72 59.49 4,283.14 15 Can Disinfectant Spray, Aerosol, 400grms, Fda Approved 50 153.88 7,693.95 16 Bottle Hand Soap, Liquid, 500ml 56 47.25 2,645.72 17 Unit Spin Mop , 360 Degrees, Heavy Duty-big 3 1,650.00 4,950.00 18 Kilo Rags, Round 1 Kilo Per Bundle 48 76.42 3,668.02 19 Pack Scouring Pad, Made Up Of Synthetic Nylon 22 94.19 2,072.25 20 Pack Trashbag, Xxl Size 10 143.00 1,430.00 21 Pack Trashbag, Large Size 28 65.21 1,825.82 22 Pack Trashbag, Xl Size 41 101.82 4,174.46 23 Piece Wastebasket, Made Of Rigid Plastic, Square, Rectangle Or Oval, 8.5 Liters 34 48.05 1,633.63 24 Bottle Ink, For Stamp Pad, Color Violet/black 26 31.67 823.39 25 Piece Philippine National Flag 3' By 5' 20 313.32 6,266.48 26 Piece Flash Drive, 64gb 64 168.01 10,752.90 27 Piece Light-emitting Diode (led) Light Bulb, 7 Watts 40 83.17 3,326.84 28 Piece Light-emitting Diode (led) Linear Tube, 18 Watts 25 226.40 5,660.05 29 Jar Glue, All-purpose, 240 Grms. 77 68.35 5,263.26 30 Box Staple Wire, Heavy Duty (binder Type), 23/13 9 40.04 360.36 31 Piece Staple Wire, Standard 121 26.14 3,162.46 32 Roll Tape, Electrical, Made Up Of Polyvinyl Chloride, 19mm, 16 Meters 10 21.40 213.95 33 Roll Tape, Masking, 24mm, 50 Meters 71 61.25 4,348.61 34 Roll Tape, Packaging, 48 Mm, 50 Meters 54 24.60 1,328.18 35 Roll Tape, Transparent, 24mm, 50 Meters 69 19.45 1,341.91 36 Roll Twine, Plastic, 1 Kilo 15 73.28 1,099.23 37 Piece Ruler, Plastic, 450mm 29 21.92 635.77 38 Piece Blade, For General Purpose Cutter/utility Knife, Length-100m, Width-16mm, Thickness-0.40mm 17 18.01 306.12 39 Piece Binding Ring/comb, Plastic, 32 Mm 6 285.88 1,715.27 40 Box Clip, Backfold, 25mm 40 17.16 686.40 41 Box Clip, Backfold, 32mm 37 36.61 1,354.50 42 Box Clip, Backfold, 50mm 44 66.35 2,919.49 43 Piece Data File Box, Single, With Close Ends, W-12mm, H-230mm, L-400mm 34 160.48 5,456.29 44 Piece Data Folder, With Taglia Horizontal Width-75mm, Height-230mm, Length 380mm, Made Up Of Leatherette Paper 220 91.31 20,088.42 45 Piece Data Folder, With Taglia Vertical 3 Inch A4 2 Holes Metal Clip Folder For Document, Height-12.8”, Width-25” 50 148.50 7,425.00 46 Piece Dater Stamp, Frame-steel And Plastic, 4 Band Date And 12 Year Band, Self-inking Stamp Pad 1 478.45 478.45 47 Box Envelope, Documentary, Legal, 15 1,163.34 17,450.07 48 Box Envelope, Expanding, Plastic, .5mm, L-380mm, W-260mm, Expansion-30mm 31 33.54 1,039.71 49 Box Envelope, Mailing White, Long 70gsm, Front Seal Adhesive 11 475.77 5,233.49 50 Box Envelope, Mailing, With Window, Long, 70 Gsm, Window-plastic, Front Seal Adhesive 1 563.99 563.99 51 Piece Eraser, Felt, For Blackboard/whiteboard, 5" X 2" X 1-5/16" 4 15.93 63.71 52 Box Fastener, Metal .30mm 61 104.10 6,350.34 53 Bundle Folder, Fancy With Slide, A4 10 297.44 2,974.40 54 Pack Folder With Tab, A4, 100's 84 417.56 35,075.04 55 Pack Folder With Tab, Legal, 100's 43 455.31 19,578.42 56 Pack Index Tab, Self Adhesive, Transparent 5 Sets Per Box With 5 Colors-clear, Yellow, Red, Green And Blue 24 74.36 1,784.64 57 Piece Marker, Permanent, Black 89 9.10 809.63 58 Piece Marker, Permanent, Blue 39 9.10 354.78 59 Piece Marker, Permanent, Red 31 9.10 282.01 60 Piece Marker, Whiteboard, Black 68 10.62 721.82 61 Piece Marker, Whiteboard, Blue 40 10.62 424.60 62 Piece Marker, Whiteboard, Red 20 10.62 212.30 63 Piece Pencil Sharpener, Manual Table Mountable Type, With Metal Clamp 21 259.69 5,453.45 64 Piece Puncher, Paper, Heavy Duty, Standard Size 13 169.31 2,201.06 65 Piece Puncher, Two-hole Iron 837xl, Big 6 770.00 4,620.00 66 Box Rubber Band No. 18 5 148.72 743.60 67 Piece Stamp Pad, Felt- Bed Dimension: 60mmx100mm 15 43.91 658.68 68 Pair Scissors, Symmetrical/asymmetrical, Overall Length:160mm, Cutting Blade 70 Mm, Thickness Of Blade, 1.70mm, Length Of Metal Handle,35mm 58 72.07 4,180.18 69 Piece Stapler, Standard Type 66 217.36 14,345.76 70 Piece Stapler, Heavy Duty (binder) 2 762.47 1,524.93 71 Piece Staple Remover, Plier-type 37 51.16 1,892.96 72 Pack Cartolina, Assorted Colors 5 92.09 460.46 73 Pad Notepad, Stick-on, 50mm X 76mm 91 40.77 3,709.71 74 Pad Notepad, Stick-on, 76mm X 100mm 95 65.21 6,194.76 75 Pad Notepad, Stick-on, 76mm X 76mm 38 57.20 2,173.60 76 Ream Paper, Multipurpose A4, 70 Gsm 272 151.51 41,211.81 77 Ream Paper, Multipurpose Legal, 70 Gsm 128 174.80 22,374.53 78 Pad Pad Paper, Ruled, Long 2 38.30 76.60 79 Book Record Book, 300 Pages, White Bond, Non-blot. Machine Pre-numbered Pages, Weight. 55 Gsm (-5%), Thickness. 0.07 Mm 17 100.87 1,714.79 80 Book Record Book, 500 Pages, 214mm X 278mm 13 137.02 1,781.21 81 Pack Tissue, Interfolded Paper Towel 73 37.18 2,714.14 82 Bottle Hand Sanitizer, 500 Ml, Scented In Gel, Fda Approved 80 93.59 7,487.04 83 Can Insecticide, Aerosol Water Based 600ml, Fda Approved 44 282.28 12,420.41 84 Book Handbook On Philippine Government Procurement (ra 9184 And Its Irr) 1 40.93 40.93 85 Piece Ballpen, Ballpoint, 0.5, Black 382 7.70 2,941.40 86 Pack Sticker Paper , A4 11 95.04 1,045.44 87 Roll Double Sided Tape, 18mm X 10mm 16 35.20 563.20 88 Roll Duct Tape, 48mmx10m (gray) 10 92.00 920.00 89 Pack Photo Paper, A4, Glossy, Semi-gloss, Matte, Or Satin. 7 63.36 443.52 90 Bottle Bleaching Solution, 1000 Ml 7 93.50 654.50 91 Unit White Board 1.5" X 2.5" 1 825.00 825.00 92 Bottle Dishwashing Liquid, 175ml, Pouch Refill 42 104.50 4,389.00 93 Box Plastic Fastener 32 71.50 2,288.00 94 Piece Bond Paper Short, 80 Gsm 6 291.50 1,749.00 95 Pack Push Pin, 100 Pcs. 1 Inch Round Head 11 27.50 302.50 96 Piece Door Mat, Big 28 55.00 1,540.00 97 Ream Glue Stick (paste) 22 G 13 71.50 929.50 98 Pack Deodorant Cake 50 G 44 55.00 2,420.00 99 Piece Disposable Gloves Latex, Large 2 225.50 451.00 100 Piece Manila Paper, Standard Size 6 92.40 554.40 101 Piece Padlock, Heavy Duty, 2 Inches 1 495.00 495.00 102 Piece Glue Gun, Weight: 0.11kg; Length: 22 Cm; Width: 5 Cm; Height: 12 Cm 2 275.00 550.00 103 Unit Keyboard, Standard, Wired 8 385.00 3,080.00 104 Cart Ink Cartridge, Hp Cc640wa (hp680), Black With 5 Years Expiration From The Manufacturing Date 2 968.97 1,937.94 105 Cart Ink Cartridge, Hp Cc643wa (hp680), Tri-color, With 5 Years Expiration From The Manufacturing Date 2 1,152.01 2,304.02 106 Cart Ink Cartridge, Hp F6v26aa (hp60), Tri-color, With 5 Years Expiration From The Manufacturing Date 6 466.75 2,800.51 107 Cart Ink Cartridge, Hp F6v27aa (hp60), Black, With 5 Years Expiration From The Manufacturing Date 10 466.75 4,667.52 108 Bottle Epson Ink 003, Black With 5 Years Expiration From The Manufacturing Date 113 385.00 43,505.00 109 Bottle Epson Ink 003, Magenta With 5 Years Expiration From The Manufacturing Date 76 407.00 30,932.00 110 Bottle Epson Ink 003, Cyan With 5 Years Expiration From The Manufacturing Date 76 407.00 30,932.00 111 Bottle Epson Ink 003, Yellow With 5 Years Expiration From The Manufacturing Date 76 407.00 30,932.00 112 Bottle Epson Ink 103, Black With 5 Years Expiration From The Manufacturing Date 2 300.00 600.00 113 Bottle Epson Ink 103, Magenta With 5 Years Expiration From The Manufacturing Date 2 320.00 640.00 114 Bottle Epson Ink 103, Cyan With 5 Years Expiration From The Manufacturing Date 2 320.00 640.00 115 Bottle Epson Ink 103, Yellow With 5 Years Expiration From The Manufacturing Date 2 320.00 640.00 116 Bottle Epson Ink 664, Black With 5 Years Expiration From The Manufacturing Date 24 495.00 11,880.00 117 Bottle Epson Ink 664, Magenta With 5 Years Expiration From The Manufacturing Date 15 495.00 7,425.00 118 Bottle Epson Ink 664, Cyan With 5 Years Expiration From The Manufacturing Date 15 495.00 7,425.00 119 Bottle Epson Ink 664, Yellow With 5 Years Expiration From The Manufacturing Date 15 495.00 7,425.00 120 Bottle Epson Ink, 001, Black With 5 Years Expiration From The Manufacturing Date 5 308.00 1,540.00 121 Bottle Epson Ink, 001, Magenta With 5 Years Expiration From The Manufacturing Date 5 352.00 1,760.00 122 Bottle Epson Ink, 001, Cyan With 5 Years Expiration From The Manufacturing Date 5 352.00 1,760.00 123 Bottle Epson Ink, 001, Yellow With 5 Years Expiration From The Manufacturing Date 5 352.00 1,760.00 124 Bottle Brother Ink , Bt D60bk With 5 Years Expiration From The Manufacturing Date 49 550.00 26,950.00 125 Bottle Brother Ink Bt5000, Magenta With 5 Years Expiration From The Manufacturing Date 22 605.00 13,310.00 126 Bottle Brother Ink Bt5000, Cyan With 5 Years Expiration From The Manufacturing Date 22 605.00 13,310.00 127 Bottle Brother Ink Bt5000, Yellow With 5 Years Expiration From The Manufacturing Date 22 605.00 13,310.00 128 Bottle Brother Ink Bt6000, Black With 5 Years Expiration From The Manufacturing Date 2 550.00 1,100.00 129 Bottle Hp Ink Gt53 With 5 Years Expiration From The Manufacturing Date 17 330.00 5,610.00 130 Bottle Hp Ink Gt52 With 5 Years Expiration From The Manufacturing Date 7 385.00 2,695.00 131 Bottle Hp Ink Gt52 With 5 Years Expiration From The Manufacturing Date 7 385.00 2,695.00 132 Bottle Hp Ink Gt52 With 5 Years Expiration From The Manufacturing Date 7 385.00 2,695.00 133 Bottle Canon Ink 790 With 5 Years Expiration From The Manufacturing Date 7 550.00 3,850.00 134 Cart Canon Ink 790 With 5 Years Expiration From The Manufacturing Date 7 495.00 3,465.00 135 Cart Canon Ink 790 With 5 Years Expiration From The Manufacturing Date 7 495.00 3,465.00 136 Cart Canon Ink 790 With 5 Years Expiration From The Manufacturing Date 7 495.00 3,465.00 137 Bottle Epson Ink, 008 Pigment Black With 5 Years Expiration From The Manufacturing Date 2 1,320.00 2,640.00 138 Bottle Epson Ink, 008 Pigment Magenta With 5 Years Expiration From The Manufacturing Date 2 1,100.00 2,200.00 139 Bottle Epson Ink, 008 Pigment Cyan With 5 Years Expiration From The Manufacturing Date 2 1,100.00 2,200.00 140 Bottle Epson Ink, 008 Pigment Yellow With 5 Years Expiration From The Manufacturing Date 2 1,100.00 2,200.00 141 Pack Tk-4140 Toner Cartridge For Use And Compatible With Taskalfa 2020, With 2 Years Expiration From The Manufacturing Date 4 4,235.00 16,940.00 142 Pack Colored Paper (assorted), Letter Size, 10 Pcs/pack 3 150.15 450.45 143 Pack Laid Paper, Legal Color Light Green, 90 Gsm 16 71.50 1,144.00 144 Pack Laid Paper, Legal, Color Corn Field, 90 Gsm 5 71.50 357.50 145 Pack Laid Paper, A4, Cream, 90 Gsm 10 57.20 572.00 146 Piece Sign Pen, Fine Tip, Green, .70mm 150 49.50 7,425.00 147 Piece Signing Pen Bxgpn - V10 (broad/large), Blue 22 49.50 1,089.00 148 Piece Signing Pen Bxgpn - V10 (broad/large), Black 22 82.50 1,815.00 149 Pack Brother Tape Cassette, Tze-241 Tape Laminated 15 1,100.00 16,500.00 150 Piece Certificate Holder, 11 X 8 1/2 115 55.00 6,325.00 151 Piece Certificate Frame, A4 50 110.00 5,500.00 152 Piece Glue Stick For Glue Gun,1/2” Or 12mm 15 11.00 165.00 153 Pack Acetate Pvc Binding Cover 200 Microns 0.2 Mm Lct 100 Sheets, A4 10 660.00 6,600.00 154 Bottle Glass And Multi Surface Clearner, 500 Ml 3 165.00 495.00 155 Box Facial Tissue (box), 190 Pupls 2 Ply 8 121.00 968.00 156 Pair Heavy Duty Scissors, Big, Multipurpose 17cm 2 132.00 264.00 157 Piece File Rack Tray Organizer, 3 Layers 3 660.00 1,980.00 Semi-expendable It/office Equipment/furniture 158 Unit Document Scanner, Flatbed, Heavy-duty Specifications: Versatile Flatbed Scanner With Adf; Auto Duplexing, Scan Stacks Of Documents Up To 25 Ppm1; 50-page Adf, 3-year Limited Warranty3 With Advance Exchange, Seamless Integration — Twain/isis Drivers, Scan To Storage Accounts Like Dropbox And More2, And Resolution: 1200 X 1200 Dp 2 33,000.00 66,000.00 159 Unit Multifunction Printer, 3 In 1, Continuous Ink System (cis) 6 19,800.00 118,800.00 160 Unit Multimedia Projector,lumens 4000 Min, Lamp Light 4 Hours Min., 1 Hmdi Output And 1 Vga Output, 1 Audio Jack 3.5mm Mini Jack 1 18,246.80 18,246.80 161 Unit Led Widescreen Monitor, 21.5" 1 12,100.00 12,100.00 162 Unit Uninterruptible Power Supply, 1000va 7 6,050.00 42,350.00 163 Unit External Hard Drive, 1 Tb 8 5,280.00 42,240.00 164 Unit Digital Voice Recorder, Specification: 4.05 × 1.45 × 0.49" And Approximately 1.7 Ozusb, With Built-in Lithium Battery Enables Up To 22 Hours Of Mp3 Recording Time And Recharges Via Usb. A Three-minute Quick Charge Grants One Hour Of Recording Time 3 8,073.08 24,219.23 165 Unit Wireles Presenter Clicker, Specification: Class: 2 Laser Max Output: Less Than 1m W, Wave Length: 640 - 660nm (red Light), Battery Type: 2 Aaa Batteries, Battery Life (laser Pointer): 20 Hrs Maximum, Battery Life (presenter): 1050 Hrs Maximum, Wireless Technology: 2.4 Ghz Wireless Technology, Operating Distance: Approx: 10 M 1 1,760.00 1,760.00 166 Unit • Air Conditioning Unit, Split Type Inverter (dual) 1.5 Hp With Installation, Specification: Cooling Power Consumption, Rated/min(w),1130 / 200 • Heating Consumption Power Rated/min(w), N/a Hvac Type C/o, Indoor Unit Dimension: Wxhxd(mm): 837 X 308 X 189 • Indoor Unit Weight(kg), 8.0 • Indoor Unit Weight(lb.),n/a • Outdoor Unit Dimension: Wxhxd(mm) 717 X 495 X 230 • Outdoor Unit Weight(kg) 21.6, Outdoor Unit Weight(lb.) 47.6, Product Type Wall Mounted, Inverter • Rated Input Voltage (v, Hz) 230, 60, Refrigerant Type R32, Cooling Capacity Max(btu/h), 13500 • Cooling Capacity Rated(hp) 1.5, Cooling Capacity Rated/min(btu/h),12000 / 2200 2 49,500.00 99,000.00 167 Unit Air Conditioned (window Type) 1.5 Hp Inverter With Installation, Specifications: Cooling Airflow Direction Control (left & Right): Manual Airflow Direction Control (up & Down): Manual, Fan Speed: 3 Steps Energy Saving: Active Energy Control: Yes, Product Dimension W X H X D(mm): 600 X 380 X 731 Product Type: Window, Product Weight(kg): 37.0, Product Type Ii: Inverter, Rated Input Voltage(v, Hz): 230, 60, Refrigerant Type: R32, Cooling Capacity Rated(hp): 1.5 1 41,800.00 41,800.00 168 Unit • Water Dispenser, Hot, Cold And Warm, Bottom Load, Specification: Free Standing Water Dispenser, Fast Cooling, Low Noise • Heating: 500w/ Cooling: 85w • Length:31cm Width:31cm Height:104cm 1 13,200.00 13,200.00 169 Unit Paper Shredder, 12 Sheet Micro Cut 2 16,500.00 33,000.00 170 Unit Electric Fan, Stand Type 16"blade, Plastic 19 1,716.00 32,604.00 171 Unit Steel Filing Cabinet, 4 Drawer Vertical Filing Cabinet With Central Locking System, Anti-top Over Safety Feature (only One Door At A Time Opening), Powder-coated Paint Finish, With File Dividers And Duplicate Keys, Heavy Duty Commercial Grade 1 13,200.00 13,200.00 172 Unit Steel Filing Cabinet, Gray (18"x36x"72), Made Up Of Iron Steel, Made Up Of Iron Steel With 4 Layers 1 13,750.00 13,750.00 173 Unit Steel Filing Cabinet,iso Beige (18"x36x"72), Made Up Of Iron Steel With 4 Layers 1 13,750.00 13,750.00 174 Unit Swivel Chair, Executive With Massager 6 4,950.00 29,700.00 175 Unit Computer Table With 6 Layers Bond Paper Shelves 1 6,600.00 6,600.00 176 Unit Laptop Battery (hp Elitebook X360 G2) 1 2,500.00 2,500.00 177 Set Desktop Computer (complete Package/set) Desktop Computer With The Following Minimum Specifications: - Microprocessor And Board Bundle: At Least Intel Core I7 13th Generation Or Higher Or Equivalent; On Board Gpu - Network And Wireless Connectivity: Integrated/built-in Wifi, Dual Band Wireless-2.4 Ghz And 5 Ghz, Bluetooth, And Lan Connectivity - Input/ Output Ports: Integrated/ Built-in Usb 3 Type A And C (at Least 4), Rj 45 Ethernet, Hdmi In And Out, Port For Audio And Microphone - Memory: At Least 16gb Ddr4 Or Higher Or Equivalent - Storage: At Least 512gb M.2 Nvme + 512gb Ssd - Display: At Least 27” Led Widescreen Monitor - Peripherals: Wired Keyboard And Mouse (heavy-duty, Silent, Mechanical) - Software: Licensed Genuine Pre-installed Windows 11 Pro, 64-bit With Activated And Updated Windows Defender - Power Supply: At Least 700w Tru-rated (80 Plus) - Warranty: At Least 1-year On All Parts And Services, On-site Next Business Day Service Warranty. - Casing: Micro Atx With Type A And Type C Usb Front Connection - Accessories: Ups At Least 650va, Portable Dvd-rom 3 49,500.00 148,500.00 178 Unit Office Executive Swivel Chair - Ergonomic Design - Heavy Duty - High Back With Head Rest - Contoured Fabric Seat Cushion - Breathable Mesh Back With Lumbar Support - Smooth And Quiet Rolling Feature - Gas Lift For Adjustable Height - 360 Degrees Swivel - Tilt And Single Lock Mechanism - Comfortable Arm Rest - Chrome Base And Nylon Caster 3 7,000.00 21,000.00 179 Unit Split-type Air Conditioner With Remote, Dual Inverter (1 Hp) - At Least 5 Years Warranty On Compressor, Or Higher - At Least 1 Year Warranty On Parts And Labor, Or Higher - At Least 1hp, Or Higher - Digital Inverter Technology - Wireless Remote Control With Timer, Fan, Fan Speed, And Temperature Control. - Cooling Capacity: 12,600kj/h, Or Higher Or Equivalent - Speed Cooling/ Fast Cooling - Filter: Care Filter, Anti Bacteria, Self- Cleaning, Washable - Airflow Direction Control: Up And Down, Left And Right - Refrigerant: R32 (gwp 675) - Energy Efficiency Ratio: At Least 12.06 Kj/hw, Or Equivalent - Energy Efficiency Rating: At Least 5.30 Or Higher Or Equivalent - Rust And Corrosion Protected - Equipped With Several Safety Devices To Protect Its Compressor From Breakdown - Power Requirements: 220-240v/60hz/1p (will Work With Philippines Electrical System) - Installation Included 1 40,000.00 40,000.00 Janitorial Supplies 180 Piece Bathroom Soap, 90 Gms. 25 38.50 962.50 181 Piece Floor Rag, Cotton (big Sizes) 50 55.00 2,750.00 182 Bottle Glass Cleaner W/ Spray 500 Ml. 10 203.50 2,035.00 183 Piece Brim Hat, Big Sizes 5 71.50 357.50 184 Bottle Bleaching Solution 500 Ml. 20 49.50 990.00 185 Meter Tansi, Plastic (for Grasscutter) #300 2 880.00 1,760.00 186 Piece Toilet Deodorant Cake, 99%, 50 Gms. 50 71.50 3,575.00 187 Piece Waste Bin, Plastic With Cover-16 Liters 10 214.50 2,145.00 188 Piece Pail (big)-25 Liters (plastic) 4 385 1,540.00 189 Sachet Fabric Conditioner, Sachet, 8 Ml 50 13.2 660.00 190 Set Recycling Bins(3-colors) Heavy Duty With Wheel, 100 Liters 3 1650 4,950.00 191 Meters Water Hose 1" With Nozzle 50 25 1,250.00 Lighting And Fixtures 189 Piece Bulb Receptacle 10 49.5 495.00 190 Piece Starter For Fluorescent 40 12.1 484.00 191 Piece Led Bulb, 5(9watts), 5(12watts) 10 198 1,980.00 192 Piece Circular Bulb, Led 24watts 25 385 9,625.00 193 Piece Fluorescent Tube (40 Watts) Led Daylight 20 203.5 4,070.00 194 Piece Male Plugs, Rubber 10 71.50 715.00 195 Piece Extension Cord 7 Meters-3 Gang With Gound Hole And Switch, Heavy Duty 13 880.00 11,440.00 Water Maintenance Supplies And Materials 196 Piece Union Patente Pvc 1 1/2 10 93.50 935.00 197 Can Pvc Solvent Cement, 200 Ml 5 187.00 935.00 198 Box Tox , 6 Mm 1 181.50 181.50 199 Piece Goose Neck Faucet, 360 Degree Swivel Spout,stainless 10 495.00 4,950.00 200 Box Screw 1 1/2", 100 Pcs 1 715.00 715.00 201 Piece Faucet ½”, Stainless 10 176.00 1,760.00 202 Piece G.i. Pipe, 1" Dia. 5 1,320.00 6,600.00 203 Piece Tape, Teflon, 10 Meters 10 27.50 275.00 204 Kilo Tie Wire, Ga 16 Annealed 5 88.00 440.00 Grand Total P 1,720,037.71 11. The Department Of Education Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Marivic A. Somejo Bac Secretariat Chairperson Deped Ro2, Carig, Tuguegarao City 3500 Bac.region2@deped.gov.ph (078) -304-3855 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Visit Our Website At Region2.deped.gov.ph March 27, 2025 Florante E. Vergara Director Iii/assistant Region`al Director
Closing Date21 Apr 2025
Tender AmountPHP 1.7 Million (USD 30.3 K)

DEPARTMENT OF EDUCATION GENERAL SANTOS CITY Tender

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

Western Philippines University Tender

Education And Training Services
Philippines
Details: Description 1 1 Copy Advanced Marketing Management/abante, Etc/2024 2 1 Copy Advanced Local Government And Regional Administration Development/abante, Etc/2024 3 1 Copy Advanced Production And Operation Management/abante, Etc/2024 4 1 Copy Advanced Public Fiscal Management, Finance And /abante, Etc/2024 5 1 Copy Assessment Of Learning 1/manas/2024 6 1 Copy Banking And Financial Institutions/bairan/2024 7 1 Copy Capital Markets/bairan/2024 8 1 Copy Charater Formation 1-patrotism And Nationalism/adra, Etc/2024 9 1 Copy Character Formation 2-leadership Making , Management And Administration/adra, Etc/2024 10 1 Copy Character Formation 1- Patriotism And Nationalism 3rd Ed./rondina, Etc/2024 11 1 Copy Character Formation 2-leadership Making , Management And Administration 3rd Ed./literfal, Etc/2024 12 1 Copy Comparative Model In Policing 4th Ed./castillo, Jr./2024 13 1 Copy Comparative Models Of Policing And Philippine National Police Policing ( Based On Prc Tos)/depayso/2024 14 1 Copy Criminological Research 2nd Ed./chavez, Etc/2024 15 1 Copy Criminological Research A Self Study Guide/depayso/2024 16 1 Copy Dispute Resolutions And Crises/incident Management/cano, Etc/2024 17 1 Copy Essentials Of Risk Management/banaag/2024 18 1 Copy Evidence/gabao/2024 19 1 Copy Facilitating Student-centered Teaching & Learning/larioque. Etc/2024 20 1 Copy Financial Analysis And Reporting/bairan/2024 21 1 Copy Financial Markets/bairan/2024 22 1 Copy Forensic Examination On Questioned Documents 5th Ed./alvarez/2024 23 1 Copy Forensic Photography 6th Ed./bulan/magadia/2024 24 1 Copy Fundamentals Of Criminal Investigation And Intelligence/tad-awan/2024 25 1 Copy Handbook In Juvenile Deliquency And Violence Againts Women And Their Children/barican/dausan/abordo/2024 26 1 Copy Human Behavior And Victimology /depayso/2024 27 1 Copy Human Development-understanding Criminal Behavior And Victimology/togana/2024 28 1 Copy Inclusive Education In Early Childhood Settings/boholona, Et Al./2024 29 1 Copy Income & Business Taxation/bairan/2024 30 1 Copy Introduction To Consumer Behavior/pasahol/2024 31 1 Copy Introduction To Criminology /caballero/barican/2024 32 1 Copy Introduction To Criminology/cabrillas, Et Al/2024 33 1 Copy Introduction To Cybercrime & Basic Digital Investigative Analysis 3rd Ed/lagumen/lagumen/2024 34 1 Copy Introduction To Cybercrime Investigation And Environmental Laws And Protection/detran,et Al/2024 35 1 Copy Introduction To Industrial Security Concepts /depayso/2024 36 1 Copy Introduction To Industrial Security Concepts 4th Ed/bobier/2024 37 1 Copy Juvenile Delinquency And Juvenile Justice System 2nd Ed./detran/literal/2024 38 1 Copy Law Enforcement Operationss And Planning With Crime Mapping/tancangco/2024 39 1 Copy Non- Institutional Corrections 3rd Ed/chavez Et Al./2024 40 1 Copy Practical Methods On Roads-bridge & Drainage Structures Construction/porte/2024 41 1 Copy Retail And Wholesale Enterprises/bairan/2024 42 1 Copy Special Crime Investigation With Interview And Interrogation Protocols/domingo/2024 43 1 Copy Special Education Book 1/reyes, Pascual/2024 44 1 Copy Strategic Operations Management 2nd Ed./serrano/2024 45 1 Copy Survey Of Afro-asian Literature/escalada-cordova,uytico/2024 46 1 Copy Principles Of Total Quality Management/pasahol, Etc/2024 47 1 Copy The Contemporary World/mananay,etc/2024 48 1 Copy The Teacher And The School Curriculum/gallardo/ Mañas/ 2024 49 1 Copy Theories Of Crime Causation/salamanca, Et Al/2024 50 1 Copy Teaching And Assessment Of Grammar/manas/2024 51 1 Copy Therapeutic Modalities 3rd Ed./balares Et Al./2024 52 1 Copy The Teaching Profession In The 21st Century/sarandi, Babao/2024 53 1 Copy The Teaching Profession/fernando,et Al/2024 54 1 Copy Traffic Management & Accident Investigation With Driving 2nd Ed./apela, Et Al./2024 55 1 Copy Understanding Marketing Research/mutya/2024 56 1 Copy Vice And Drug Education And Control 4th Ed/cejes/libres/ 2024 57 1 Copy Vice And Drug Education And Control /tad-awan,et Al./2024 58 1 Copy Advance Management Information System/abante,et Al./2023 59 1 Copy Computer Fundamentals/revano/2023 60 1 Copy Data Analytics & Business Intelligence/abante,et Al/2023 61 1 Copy Dispute Resolution And Incident Management/capdos/lud-ayen/2023 62 1 Copy Information Management/cortez/2023 63 1 Copy Franchising/stevens/2024 64 1 Copy Advanced Management Information Management System (mis)/abante,et.al/2023 65 1 Copy Introduction To Application Development And Emerging Technologies/pomperada/2023 66 1 Copy Principles Of Foundation Engineering Based On The National Structural Code Of The Phils. 2015/castro/2023 67 1 Copy Simplified Steel Design Asd & Lrfd Based On Nscp 2015 & Aisc's Steel Construction And Manual 14e/2023/castro 68 2 Copy Teaching Science In The Elementary Grades Vol. 2: Physics, Earth And Space Obe- & Ppst Based/bilbao, Etc/2024 69 2 Copy The Teacher And The School Curriculum Obe Approach/otiner-gallardo/2024 70 2 Copy Theoretical And Practical Textbook On Lesson Planning/ Sanchez/2024 71 2 Copy Ang Bisa Ng Pag Uulit Sa Katutubong Panitikan/yapan, Alvin B./2023 98 2 Copy Introduksiyon Sa Pananaliksik Sa Wika At Panitikan (luzon)/alvarado Et Al/2022 99 2 Copy Introduksiyon Sa Pananaliksik Sa Wika At Panitikan (vizmin)/arbasto Et Al/2022 100 2 Copy Sangguniang Aklat Ng Gramatika At Pagbuo Ng Mapa/alvarado Et Al/2023 101 2 Copy Sinesosyedad: Panunuri Ng Piling Pelikulang Panlipunan/de Leon/2023 102 2 Copy Commissary Food Service/donray/2024 103 2 Copy Readings In Philippine History/dela Vega/2024 104 2 Copy Rizal And The Development Of Filipino Nationalism /garcia, Etc/2023 105 2 Copy Transcendence: Understanding Contemporary Global Dynamics, Issues, And Challenges/calilung And Coronacion/2024 106 1 Copy Environmental And Natural Resources Laws With Commentaries, Annotations… ( Hb)/claridades/2024 107 2 Copy Introduction To Philippine Politics & Governance ( With Basic Constitutional Provisions)/baes & Beler/2024 108 2 Copy Introduction To Philippine Government And Politics With Basic Constitutional Principles 2e/riodique/2024 109 2 Copy Mathematics In Modern World/reynoso, C./2024 110 1 Copy Indigenous Creative Arts/camboles, M./2024 111 1 Copy Understading The Self/vazquez, I./2024 112 1 Copy Understanding The Self: New Normal Edition/palean,et.al/2024 113 2 Copy Biological Chemistry Obe-based/chua,et.al/2022 114 2 Copy Earth Science: Quaternary Earth, The Age Of Humans, 2e/reyes/2023 115 1 Copy Physical Science/santos/2023 116 2 Copy Gender And Society/bacolod, Et Al. /2024 117 2 Copy The Revised Penal Code Book I - Understanding Criminal Law 2nd Edition/tulalian/2024 118 2 Copy Fundamentals Of Criminal Law - Revised Penal Code Book 1/abastillas /manlusoc/2023 119 2 Copy The Revised Penal Code Book Ii, Specific Crimes And Their Elements 2nd Edition/tulalian/2024 120 2 Copy Criminal Procedure A Handbook For Criminology Students 3rd Edition/gabao/ Tulalian/2024 121 2 Copy Basic Criminal Procedure/tulalian/2022 122 2 Copy Introduction To Criminology/magtaan/ Cabrillas/2024 123 2 Copy Introduction To Criminology - A Guidebook For Criminology Instructors And Students/caballero/ Barican/2024 124 2 Copy Introduction To Criminology/rectin/2023 125 2 Copy Theories Of Crime Causation - An Instruction And Learning Guide/caballero/ Barican/2024 126 2 Copy Human Behavior And Victimology/depayso/2024 127 2 Copy Human Development - Understanding Criminal Behavior And Victimology/togana/2024 128 2 Copy Handbook In Human Behavior And Victimology/dausan Et Al/2023 129 2 Copy Professional Conduct & Ethical Standards/lud-ayen/2023 130 2 Copy Police Professional Conduct And Ethical Standards With Police Community Relations/dascil /santos/2022 131 2 Copy Handbook In Juvenile Delinquency And Violence Against Women And Their Children/barican /dausan/ Abordo/2024 132 2 Copy Dispute Resolutions And Crises / Incident Management/caño/2024 133 2 Copy Dispute Resolution And Incident Management/capdos/ Lud-ayen/2023 134 2 Copy The Research Recipe - A Guide To Writing Research Proposals In Criminal Justice (first Serving)/donato/2024 135 2 Copy Criminological Research - A Self Study Guide/depayso/2024 136 2 Copy Criminological Research 2 - A Textbook For Criminology Students/caño/2023 137 2 Copy Comparative Models Of Policing And Philippine National Police Policing (based On Prc Tos 2022)/depayso/2024 138 2 Copy Comparative Models In Policing/moyao/2023 139 2 Copy Introduction To Industrial Security Concepts/depayso/2024 140 2 Copy Law Enforcement Operations And Planning With Crime Mapping/tancangco/2024 141 2 Copy Law Enforcement Operations And Planning With Crime Mapping/taynan /lopez/2023 142 2 Copy Law Enforcement (police) Operations And Planning With Crime Mapping/florendo/2023 143 2 Copy Fingerprint - Uniqueness And Persistency Of Friction Ridge Skin Volume 1/rocamora/2023 144 2 Copy Forensic Science 2 - Personal Identification Laboratory Manual/badua/2023 145 2 Copy Forensic Photography/tad-awan/2023 146 2 Copy Deceptive Minds - Unmasking The Art Of Lie Detection/moyao/2024 147 2 Copy Introduction To The Forensic Sciences/taduran/2024 148 2 Copy Fundamentals Of Criminal Investigation And Intelligence/ Lopez/ Taynan Jr./2024 149 2 Copy Fundamentals Of Criminal Investigation And Intelligence/tad-awan/2024 150 2 Copy Essentials In Criminal Investigation/tamayo/2023 151 2 Copy Fundamentals Of Criminal Investigation With Intelligence 2nd Edition/florendo/2023 152 1 Copy Specialized Crime Investigation With Legal Medicine/dascil /santos/2023 153 1 Copy Special Crime Investigation With Interview And Interrogation Protocols/domingo/2024 154 1 Copy Vice And Drug Education And Control/tad-awan/ Lud-ayen/2024 155 2 Copy Introduction To Cybercrime And Environmental Laws/tad-awan/2024 156 2 Copy Introduction To Cybercrime And Environmental Laws/caño/2023 157 2 Copy Institutional Correction For Criminology Students/villaluz/2024 158 2 Copy Institutional Correction (new Curriculum And Cle Tos Compliant)/tumitit/ Estoque/2023 159 1 Copy Non-institutional Correction (community-based Correction In The Philippines) For Criminology Students/villaluz/2023 160 1 Copy Non-institutional Corrections/danglosi/2023 161 1 Copy Therapeutic Community Modality 1/foronda/2023 162 1 Copy Moral Philosophy And Ethics/bacuyag/2024 163 1 Copy Guiness World Records 2024 164 1 Copy Introduction To Ethics/umali,et Al/2023 165 1 Copy Leisure And Recreation Management For Tourism And Hospitality Industry/cornell/2023 166 1 Copy Living In The Information Technology Era/abante/2023 167 1 Copy Management Science ( Quantitative Methods For Business Operations Research)/sirug/2023 168 1 Copy Methods Of Research In Business Education 2nd Edition/flores/2023 169 1 Copy Professional Conduct And Ethical Standards 2nd Ed./nabe/2023 170 1 Copy Professional Salesmanship/camillar-serrano/2023 Ppc Library 171 1 Copy Criminal Justice System The Philippine Context/atty. Tutalian, V./ 2022 172 1 Copy Introduction To Criminology - A Guidebook For Criminology Instructors And Students/caballero/ Barican/ 2024 173 1 Copy Introduction To Criminology And Psychology Of Crimes/leyaley/2021 174 1 Copy Comprehensive Correctional Administration Handbook With Therapeutic Modalities/apela/2019 175 1 Copy Crime Theories, Causes & Prevention/domingo, C./2023 176 1 Copy Law Enforcement Administration 3rd Edition/manwong / 2021 177 1 Copy Law Enforcement Organization And Administration Inter-agency Approach / Taynan /lopez / 2021 178 1 Copy Comparative Models In Policing/moyao/2021 179 1 Copy Comparative Models Of Policing And Philippine National Police Policing (based On Prc Tos 2022)/2024/depayso 180 1 Copy Comparative Models In Policing 3rd Ed./ Castillo / 2023 181 1 Copy Institutional Correction For Criminology Students/ Villaluz/2024 182 1 Copy Introduction To Industrial Security Concepts/ Depayso / 2024 183 1 Copy Introduction To Industrial Security Concepts 3rd Ed. D. Bobier/2023 184 2 Copy Special Crime Investigation 1 With Legal Medicine Instructional Modules/ Rogo, A./2022 185 2 Copy Special Crime Investigation With Interview And Interrogation Protocols/ Domnigo/ 2024 186 2 Copy Special Crime Investigation With Legal Medicine 2nd Ed./2023/pltcol Sabino-diangson 187 2 Copy Character Formation 2 - Leadership, Decision Making, Management And Administration 2nd Ed/b. Literal .et.al/2023 188 2 Copy Character Formation 1 Nationalism And Patriotism 2nd Edition/caballero/ Barican/2023 189 2 Copy Forensic Photography For Criminology Students And Practitioners With Laboratory Manual 3rd Edition/2022/villarba 190 2 Copy Forensic Photography 5th Ed./m.e. Bulan/m.e. Magadia/2023 191 2 Copy Fingerprint Uniqueness Abd Persistency Of Friction Ridge Skin Vol. 1/rocamora/ 2023 192 2 Copy Fingerprint Identification (do Fingerprints Lie?)/ Leyaley/2021 193 2 Copy Human Rights Education 2nd Ed. /l.c. Rondina/m. Seguido/2023 194 2 Copy Human Rights Education A Textbook Fro Criminal Justice Education Students And Law Enforcers/tantangco And Orlain, Jr./2022 195 2 Copy Police Professional Conduct And Ethical Standards With Police Community Relations/dascil & Santos/2022 196 2 Copy Technical English 1 & 2 (legal Forms) For Criminology Students/balares/2023 197 2 Copy Technical English ( Investigative Report Writing) For Criminology Students/zaspa & Manlangit/2022 198 2 Copy Therapeutic Community Modality 1/2023/foronda 199 1 Copy Compendium Of Laws On Taxation Revised Ed, Year 2023/dascil, R./2023 200 1 Copy Basic Approach To Income Taxation/ Dimaapao/2021 201 2 Copy Income & Business Taxation/ Basiran/2024 202 1 Copy Income Taxation Laws Principles And Applications 2023-2024 Edition. Banggawan/2023 203 1 Copy Introduction To Special Civil Action/tulalian, V.t./2021 204 2 Copy Introduction To Public Administration 2e/bihasa, Cr./2022 205 2 Copy Pricing Strategy Obe Approach/agustin-acierto, M/2022 206 2 Copy Administrative And Office Management 1e/ Magno, R./2024 207 2 Copy Basic Financial Management In The Philippine Setting Obe Approach/martin, M/2022 208 2 Copy Business Laws And Regulations /dela Cruz-cada/2021 209 2 Copy The Law On Obligations And Contracts/de Leon, H./2021 210 2 Copy Essentials Of Administrative Office Management/sergote/2022 211 2 Copy Executive Leadership Advisory & Development: A Comprehensive Guide For Graduate Program Students/2024 212 1 Copy Ethics In Public Service ( Hb)/ Aquino/2023 213 1 Copy Public Fiscal Policy And Administration (hb)/gupta, S./2023 214 1 Copy Destination Management & Marketing/arenas/2022 215 1 Copy Macro Perspective Of Tourism And Hospitality/yeung/2023 216 1 Copy Marketing For Tourism And Hospitality Obe Approach/camilar-serrano, A./2020 217 1 Copy Micro Perspective Of Tourism And Hospitality/bajao Et.al/2022 218 1 Copy Kitchen Essentials & Basic Food Preparation/remaneses, Et.al/2023 219 1 Copy Kitchen Essenttials And Basic Food Preparation 2e/velasquez/2024 220 1 Copy Cost Control In Hospitality Industry/fababaer,et.al/2020 221 1 Copy Strategic Management In Tourism And Hospitality Industry W/ Total Quality Mgt./vizconde Et. Al/2021 222 1 Copy Supply Chain Management In Hospitality Industry 2e/de Castro, K/2024 223 1 Copy Ergonomics And Facilities Planning For The Hospitality Industry 2e/ Mendoza/2024 224 1 Copy International Business & Trade /lopez-mariano, N/2023 225 1 Copy International Business & Trade Obe Approach/martin, M./2021 226 1 Copy Synergizing E-commerce, Social Media, And Dropshipping: Navigating The Path To Success & Customer Satisfaction Obe Approach/garcia,et.al/2023 227 1 Copy Total Quality Management Obe Approach 2e/camilar-serrano, A./2023 228 1 Copy Banking And Financial Institutions/ Bairan/2024 229 1 Copy Personal Finance 2022 Edition/cabrera/2022 230 1 Copy Financial Management 1e/yu/2024 231 1 Copy Foundations Of Special And Inclusive Education/aligada-halal,et.al/2020 232 1 Copy Transformissional Values Education/2020 233 1 Copy Rural Development (administration And Planning)/ 9789350147801/ Gautam/2024 234 1 Copy Encyclopedia Of Science And Technology/chandra/ 2023/ 9781774693872 235 1 Copy Public Administration: Partnerships In Public Service/edwards/2024/9781639878246 236 1 Copy Microeconomics/mcconnell/23rd/9781266107887 237 1 Copy Education, Social Reform And Philosophical Development: Evidence From The Past, Principles For The Future/pring/2022 238 1 Copy Government Budgeting/kumar/2022/9789394137134 239 1 Copy Entrepreneurship And Innovation/kaur/9789392407918 240 1 Copy Attitude Of Moral Values/balakrishnan/2022 241 1 Copy Fieldwork Training In Social Work/parkash/2022 Busuanga Library 242 2 Copy Risk Management W/ Haccp As Applied To Safety, Security And Sanitation 2nd Edition/mylene Yeung/2025 243 2 Copy Macro Perspective Of Tourism And Hospitality 2nd Edition/mylene Yeung/2025 244 2 Copy Micro Perspective Of Tourism And Hospitality 2nd Edition/mylene Yeung/2025 245 2 Copy Philippine Culture And Tourism Geography 3rd Edition/mylene Yeung/2025 246 2 Copy Quality Service Management In Tourism And Hospitality 3rd Edition/chester Arenas/2024 247 2 Copy Tourism And Hospitality Marketing 2nd Edition/chester Arenas/2025 248 2 Copy Professional Development And Applied Ethics /chester Arenas/2022 249 2 Copy Legal Aspect In Tourism And Hospitality 2nd Edition/melinda Bascos/2024 250 2 Copy Entrepreneurship In Tourism And Hospitality /chester Arenas/2022 251 2 Copy Multicultural Diversity In Workplace 2nd Edition/mylene Yeung/2025 252 2 Copy Introduction To Meetings, Incentives Conferences And Events Management/chester Arenas/2025 253 2 Copy Applied Business Tools And Technologies 3rd Ed/james Saycip/2025 254 2 Copy Supply Chain Management In Hospitality Industry 2nd Ed/ Kyla De Castro/2024 255 2 Copy Medical And Wellness Tourism/porbile/2024 256 2 Copy Fundamentals Of Culinary Arts/santillan/2024 257 2 Copy Bread And Pastry/portman/2025 258 2 Copy Cookery Ncii/villasis/2025 259 2 Copy Human Resource Management In Hospitality And Tourism Industry/escobar/2024 260 2 Copy Trends And Issues In The Hospitality Industry/2026 261 2 Copy Ergonomics And Facilities Planning For The Hospitality Industry 2nd Ed/lolita Mendoza/2024 262 2 Copy Global Culture And Tourism Geography 3rd Edition/marie Angeles/2025 263 2 Copy Tour And Travel Management 3rd Edition/sarah-po/2025 264 2 Copy Transportation Management 2nd Edition/james Saycip/2025 265 2 Copy Fundamentals In Food Service Operations/bryan D. Baliste/2023 266 2 Copy Fundamentals In Lodging Operations 3rd Edition/arenas/baliste/2025 267 2 Copy Sustainable Tourism 3rd Edition/marie Angeles/2025 268 2 Copy Tourism Policy Planning And Development/ Dino Et. Al/2022 269 2 Copy Research In Tourism And Hospitality 2nd Edition/lolita Mendoza/2025 270 2 Copy Foreign Language (french And Japanese)/karol Aquino/2025 271 2 Copy Strategic Management W/ Tqm In Tourism And Hospitality Industry/vizconde Et. Al/2023 272 2 Copy Operations Management For Tourism And Hospitality Industry 2nd Ed/vizconde Et. Al/2025 273 2 Copy Heritage Tourism/vizconde Et. Al/2023 274 2 Copy Tour Guiding/vizconde Et. Al/2022 275 2 Copy Cruise Tourism/vizconde Et. Al/2021 276 2 Copy Food And Beverage Labor Cost Control 2nd Edition/lyndsey Velasquez/2024 277 2 Copy Bread And Pastry/karol Aquino/2022 278 2 Copy Meat And Poultry Fabrication 2nd Ed/lolita Mendoza/2024 279 2 Copy Food Processing 2nd Edition/jamille Jaravata/2024 280 2 Copy Tourism Information Management/lyndsey Velasquez/2021 281 2 Copy Culinary Nutrition/ Lolita Mendoza/2023 282 2 Copy Asian Cuisine/jam Melchor/2022 283 2 Copy Philippine Regional Cuisine/jam Melchor/2024 284 2 Copy Gastronomic Tourism/vizconde Et. Al/2021 285 2 Copy Food And Beverage Services/vizconde Et. Al/2025 286 2 Copy Housekeeping Operations 2nd Edition/vizconde Et. Al/2024 287 2 Copy Bar And Beverage Management/vizconde Et. Al/2024 288 2 Copy Room Division Cost Control/arenas/2022 289 2 Copy Menu Design And Revenue Management 2nd Edition/chester Arenas/2024 290 2 Copy Destination Management And Marketing 2nd Edition/chester Arenas/2025 291 2 Copy Quantity Food Production: A Guide For Commercial Cooking Nc Iii/entrata Et. Al/2022 292 2 Copy Banquet And Catering Management/vizconde Et. Al/2025 293 2 Copy Front Desk Operations/vizconde Et. Al/2022 294 2 Copy Tourism Product Development/vizconde/2025 295 2 Copy Recreation And Leisure Management/etrata Et. Al/2022 296 2 Copy International Cuisine/victoriano Et.al/2022 297 2 Copy Food Styling And Design/etrata Et. Al/2025 298 2 Copy Cookery/etrata Et. Al/2022 299 2 Copy Travel Writing And Photography/vizconde Et. Al/2024 300 2 Copy Crowd And Crisis Management/vizconde Et. Al/2022 301 2 Copy Environmental Conservation In Tourism/vizconde Et. Al/2022 302 2 Copy Trends And Issues In Hospitality Industry/etrata Et. Al /2022 303 2 Copy Quick Food Service Operations/etrata/2022 304 2 Copy Culinary Mathematics/santiago/2023 305 2 Copy Data Analytics In Hospitality/jaravata/2024 306 2 Copy Fundamentals Of Food Science And Technology/valle/2024 307 2 Copy Butchery And Fish Mongerie/valle/2024 308 2 Copy Garde Manger/bonfor/2024 309 2 Copy Classical French Cuisine/caridad/2024 310 2 Copy Specialty Cuisine/rabor/2024 311 2 Copy Halal Cookery/marinez/2024 312 2 Copy Gastronomy (food And Culture)/alba/2024 313 2 Copy Oenology (making Of Wine And Spirits)/antomio/2024 314 2 Copy Revenue Management/isla/2024 315 2 Copy Franchising /stevens/2024 316 2 Copy Commissary Food Service/donray/2024 317 2 Copy Accommodation Operations And Management/medalye/2024 318 2 Copy Hospitality And Tourism Facilities Management And Design/gutang/2024 319 2 Copy Agritourism/medalye/2024 320 2 Copy Tourism Property Management And Development/victoria/2024 321 2 Copy Tourism Estate And Integrated Resort Industry/manzano/2024 322 1 Copy Events Management, 2nd Ed./dela Cruz/2024 323 1 Copy Essentials Of Risk Management/banaag/2024 324 1 Copy Facilities Planning & Management, 2nd Ed./serrano/2024 325 1 Copy Front Office System And Procedures, Rev. Ed./lago,lim/2024 326 1 Copy Introduction To Research/sergote/2024 327 1 Copy Learning Research The Easy Way Rev.ed/uriarte/2024 328 1 Copy Mastering Modern Supply Chain For Tourism And Hospitality Industry/maranan,et Al./2024 329 1 Copy Principles Of Total Quality Management/pasahol Et Al./2024 330 1 Copy Productivity And Quality Management 2nd Ed./serrano/2024 331 1 Copy Spanish For Beginners, 2nd Ed./perez,ramonito/2024 332 1 Copy Strategic Management/austria, Etc/2024 333 1 Copy Strategic Management In Tourism And Hospitality Industry/buenaventura,gutierrez/2024 334 1 Copy Strategic Operations Management 2nd Ed./serrano/2024 335 1 Copy Sustanable Tourism: A Comprehensive Guide To Promoting Responsible Travel/maranan, Etc/2024 336 1 Copy The Evolving Landscape Of Strategic Management And Leadership/perida, Arcadio/2024 337 1 Copy Bar And Beverage Management-a Book Of Drinks 2nd Ed./bajao/osorno/2023 338 1 Copy Boarding House/jaileen F. Jimeno/2023 339 1 Copy Ergonomics And Facilities Planning For The Hospitality Industry /buenaventura/2023 340 1 Copy Fundamentals In Lodging Operations/sarah Monson-po/2023 341 1 Copy Fundamentals Of Lodging Operations With Housekeeping Laboratory Manual/bajao/osorno/2023 342 1 Copy Kitchen Essentials And Basic Food Preparation/remaneses, Et Al./2023 343 1 Copy Operations Management In Tourism And Hospitality/buenaventura, Et Al./2023 344 1 Copy Practicum Manual For Tourism And Hospitality Management/taoing,cabugon/2023 345 1 Copy Professional Development And Applied Ethics/cabulay/2023 346 1 Copy Quality Service Management In Tourism And Hospitality/buslon/osorno/2023 347 1 Copy Professional Conduct & Ethical Standards/lud-ayen/moyao/2023 348 1 Copy Quantity Cookery And Catering Management ( A Guide To Students,leading To Commercial Cooking Nc Iii)/prades/2023 349 1 Copy Risk Management As Applied To Safety Security And Sanitation 2nd Ed/somoray/2023 350 1 Copy Sustainable Tourism/bajao/osorno/2023 351 1 Copy Sustainable Tourism/santos/2023 352 1 Copy Applied Business Tools And Technologies In Hotel And Restaurant Management (hrm)/gonzalo, Etc/2023 353 1 Copy Foreign Language I (basic French For Hospitality Management And Tourism I)/ Tomas/2022 354 1 Copy Foreign Language Ii (basic French For Hospitality Management And Tourism I)/tomas/2022 355 1 Copy Tourism Policy Planning And Development/cruz/2022 356 1 Copy Fundamentals In Food Service Operations/yao/2022 357 1 Copy Supply Chain Management In Hospitality Industry/baluyot/2022 358 1 Copy Assessment Of Learning 1/manas/2024 359 1 Copy Charater Formation 1-patrotism And Nationalism/adra/2024 360 1 Copy Character Formation 2-leadership Making , Management And Administration /adra/2024 361 1 Copy Character Formation 1- Patriotism And Nationalism 3rd Ed./rondina/2024 362 1 Copy Character Formation 2-leadership Making , Management And Administration 3rd Ed./literal/2024 363 1 Copy Entrepreneurial Behavior Growth Mindset And Fixed Mindset/pasahol/2024 364 1 Copy Entrepreneurial Management/ybanez/2024 365 1 Copy Facilitating Student-centered Teaching & Learning/larioque,et Al./2024 366 1 Copy First Aid, Rescue And Water Safety: A Self-regulated Learning Module /dogui-is/2024 367 1 Copy Gender And Society/bacolod, Et, Al./2024 368 1 Copy Inclusive Education In Early Childhood Settings/boholona, Et Al./2024 369 1 Copy Introduction To Criminology /caballero/barican/2024 370 1 Copy Introduction To Criminology/cabrillas, Et Al/2024 371 1 Copy Introduction To Research/sergote/2024 372 1 Copy Learning Research The Easy Way Rev.ed/uriarte/2024 373 1 Copy Moral Philosophy And Ethics/bacuyag/2024 374 1 Copy (path-fit 2) Physical Activity Towards Health And Fitness Rhytmic Dance And Social Activities/punzalan,habana/2024 375 1 Copy Promoting Community Change Through Civic Welfare Training Service 2/corpuz/2021 376 1 Copy Special Education Book 1/reyes,pascual/2024 377 1 Copy The Contemporary World/mananay/2024 378 1 Copy The Teacher And The School Curriculum/gallardo/mañas/2024 379 1 Copy Theories Of Crime Causation/salamanca, Et Al/2024 380 1 Copy Therapeutic Modalities 3rd Ed./balares Et Al./2024 381 1 Copy The Teaching Profession In The 21st Century/sarandi, Babao/2024 382 1 Copy The Teaching Profession/fernando,et Al/2024 383 1 Copy Understanding Society And Culture/riodique Iii/2024 384 1 Copy Upscaling Oral Communicationskills In The 21st Century Global Space/gutierrez, Et Al/2024 385 1 Copy Microeconomics Theories And Applications/marcelo/2023 386 1 Copy "technology For Teaching And Learning 1/ronato S. Ballado Marlo D. Alvarez, Alejandro L. Giray Jr./ 2023" 387 1 Copy Code Of Ethics Of Professional Teachers/estrada/2023 388 1 Copy A Course Module For Science In Early Childhood Education/joel Bernal Faustino , Eden Joy Pastor Alata, Antonnette Pawilen/2024 389 1 Copy A Course Module For Science In Early Childhood Education 1e/faustino/2024 390 2 Copy Fundamentals Of Criminal Investigation And Intelligence/tad-awan/2024 391 1 Copy Handbook In Juvenile Deliquency And Violence Againts Women And Their Children/barican/2024 392 1 Copy Human Behavior And Victimology /depayso/2024 393 2 Copy Human Development-understanding Criminal Behavior And Victimology/togana/2024 394 1 Copy Intelligent Leadership Resilience/perida/2024 395 1 Copy Introduction To Cybercrime & Basic Digital Investigative Analysis 3rd Ed/detrane/2024 396 1 Copy Introduction To Industrial Security Concepts /depayso//2024 397 1 Copy Introduction To Industrial Security Concepts 4th Ed/bobier/2024 398 1 Copy Introduction To Philippine Government & Politics With Basic Constitutional Provisions/baes/2024 399 1 Copy Juvenile Delinquency And Juvenile Justice System 2nd Ed./detran/2024 400 1 Copy Law Enforcement Operationss And Planning With Crime Mapping/tancangco/2024 401 1 Copy Learn And Enjoy Intermediate Statisitcs The Easy Way-advanced Volume 2 Rev. Ed/uriarte/2024 402 1 Copy Learn And Enjoy Statisitcs The Easy Way-basic Volume 1 Rev. Ed/uriarte/2024 403 1 Copy Microeconomics Numerical And Computational Approach/paurom/2024 404 1 Copy Non- Institutional Corrections 3rd Ed/chavez/2024 El Nido Library 405 1 Copy Introduction To Criminology/caballero/barican/2024 406 1 Copy Introduction To Criminology / Cabrillas, Et. Al/2024 407 1 Copy Facilities Planning & Management, 2nd Ed./serrano/2024 408 1 Copy Events Management, 2nd Ed./dela Cruz/2024 409 1 Copy Concepts And Approaches In Inventory Management And Control/banaag, Et.al/2024 410 1 Copy Entrepreneurial Behavior Growth Mindset And Fixed Mindset/pasahol, Et.al/2024 411 1 Copy Essentials Of Risk Management/banaag/2024 412 1 Copy Front Office System And Procedures, Rev. Ed./lago, Lim/2024 413 1 Copy Handbook In Juvenile Deliquency And Violence Againts Women And Their Children/boholona, Et. Al/2024 414 1 Copy Moral Philosophy And Ethics/bacuyag/2024 415 1 Copy Multicultural Diversity In The Tourism Hospitality Workplace: A Comprehensive Guide For Professionals/maranan, Et.al/2024 416 1 Copy (path-fit 2) Physical Activity Towards Health And Fitness Rhytmic Dance And Social Activities/punzalan, Habana/2024 417 1 Copy Promoting Community Change Through Civic Welfare Training Service 2/briones, Et.al/2024 418 1 Copy Strategic Management In Tourism And Hospitality Industry/buenaventura,gutierrez/2024 419 1 Copy Sustanable Tourism: A Comprehensive Guide To Promoting Responsible Travel/maranan, Et.al/2024 420 1 Copy The Teaching Profession In The 21st Century/sarandi, Babao/2024 421 1 Copy Teaching And Assessment Of Grammar/manas/2024 422 1 Copy Understanding Society And Culture/riodique Iii/2024 423 1 Copy Vice And Drug Education And Control /tad-awan,et Al./2024 424 1 Copy Juvenile Delinquency And Juvenile Justice System 2nd Ed./detran/2024 425 1 Copy Introduction To Philippine Government & Politics With Basic Constitutional Provisions/baes/2024 426 1 Copy Human Development-understanding Criminal Behavior And Victimology/togana/2024 Canique Library 427 1 Copy Entrepreneurial Behavior Growth Mindset And Fixed Mindset/pasahol, Et.al/2024 428 1 Copy An Eye For Art Appreciation: Perception And Expression,2nd Ed./sonsona, Et.al/2024 429 1 Copy Gender And Society/bacolod, Et.al/2024 430 1 Copy Introduction To Philippine Government & Politics With Basic Constitutional Provisions/baes/2024 431 1 Copy The Life And Works Of Rizal/sanchez, Et.al/2024 432 1 Copy The Contemporary World//mananay, Et.al/2024 433 1 Copy Understanding Society And Culture/riodique Iii/2024 434 1 Copy Upscaling Oral Communicationskills In The 21st Century Global Space/gutierrez, Et Al/2024 435 1 Copy Organic Farming/loreto/2021 436 1 Copy Organic Fungicides/loreto/2021 437 1 Copy Organic Gardening/loreto/2021 438 1 Copy Mathematics In Modern World/reynoso, C./2024 439 1 Copy Nstp 1 Guide In Civic Welfare Training Service/lonez/2023 440 1 Copy Physical Activity Towards Health & Fitness 1 (path-fit 1) Health & Wellness, Movement Education And Exercise Program/punzalan,et Al/2023 441 1 Copy Physical Activities Towards Health And Fitness( Pathfit 2) Combative Sports & Outdoor Recreational Activities/bulatao, Et Al/2023 442 1 Copy Biological Chemistry Obe-based/chua,et.al/2023 Culion Library 443 1 Copy Understanding Society And Culture/riodique Iii/2024 444 2 Copy Upscaling Oral Communicationskills In The 21st Century Global Space/gutierrez, Et Al/2024 445 1 Copy Organic Farming/loreto/2021 446 1 Copy Organic Fungicides/loreto/2021 447 1 Copy Organic Gardening/loreto/2021 448 1 Copy Mathematics In Modern World/reynoso, C./2024 449 1 Copy Nstp 1 Guide In Civic Welfare Training Service/lonez/2023 450 1 Copy Physical Activity Towards Health & Fitness 1 (path-fit 1) Health & Wellness, Movement Education And Exercise Program/punzalan,et Al/2023 451 1 Copy Physical Activities Towards Health And Fitness( Pathfit 2) Combative Sports & Outdoor Recreational Activities/bulatao, Et Al/2023 452 1 Copy Biological Chemistry Obe-based/chua,et.al/2023 453 1 Copy Entrepreneurial Behavior Growth Mindset And Fixed Mindset/pasahol, Et.al/2024 454 1 Copy An Eye For Art Appreciation: Perception And Expression,2nd Ed./sonsona, Et.al/2024 455 1 Copy Gender And Society/bacolod, Et.al/2024 456 1 Copy Introduction To Philippine Government & Politics With Basic Constitutional Provisions/baes/2024 457 1 Copy The Life And Works Of Rizal/sanchez, Et.al/2024 458 1 Copy The Contemporary World//mananay, Et.al/2024 Rio Tuba Library 459 1 Copy Mathematics In Modern World/reynoso, C./2024 460 1 Copy Art Appreciation 2e/sanchez,et.al/2023 461 1 Copy Art Appreciation For College Students/leano/2018 462 1 Copy Ethics/mondares,r/2024 463 1 Copy Understading The Self/vazquez, I./2024 464 1 Copy Environmental Science For All/cobar, L./2022 465 1 Copy Environmental Science/calimlim/2021 466 1 Copy Nstp 1 Guide In Civic Welfare Training Service/lonez/2023 467 1 Copy Physical Activity Towards Health & Fitness 1 (path-fit 1) Health & Wellness, Movement Education And Exercise Program/punzalan,et Al/2023 468 1 Copy Physical Activities Towards Health And Fitness( Pathfit 2) Combative Sports & Outdoor Recreational Activities/bulatao, Et Al/2023 469 2 Copy Physical Activities Towards Health And Fitness Pathfit 2( Exercise-based Fitness Activities/ballecer,et Al/2023 470 2 Copy Physical Activity Towards Health And Fitness 3 (path-fit 3 )menu Of Dance/punzalan, Et Al./2023 471 2 Copy Physical Activity Towards Health And Fitness ( Path-fit 4 Sports)individual/dual And Team Sports/bulatao, Et Al/2023
Closing Date7 Feb 2025
Tender AmountPHP 430 K (USD 7.3 K)

CITY OF CARCAR, CEBU Tender

Healthcare and Medicine
Philippines
Details: Description Item No. Item Description Qty. Unit Unit Price Total Price Purchase Of Medical Equipment 1 X-ray Machine 1 Unit Specifications: "technical Specification A. Detectors " Name Conversion Screen Communication Focus 35c Deposited Csi (tl) Wireless Only With Charging Focus 43c Deposited Csi (tl) Wireless Only With Charging Focus Hd 35 Deposited Csi (tl) Wireless Only With Charging Focus Hd 43 Deposited Csi (tl) Wireless Only With Charging Drx-plus 3543c Deposited Csi (tl) Wireless/tethered Drx-plus 4343c Deposited Csi (tl) Wireless/tethered Drx-plus 2530c Deposited Csi (tl) Wireless (tabletop Application Only) Lux 35 Deposited Csi (tl) Wireless/tethered B. Tube Positioning Device (overhead Tube Crane) (floor Mount) Type "• 5 Axes Of Motion • Manual Movement In All 5 Axes Of Motion, • Motorized Movement Standard: Vertical • Motorized Movement Optional: Alpha Rotation / Longitude / Transverse • Motorized Movements Support Auto Tracking, Auto Centering. • All Motion Can Be Tube Rotation Around The Vertical Axis " "• 6 Axes Of Motion • Manual Movement In All 6 Axes Of Motion, • Motorized Movement Optional: Vertical / Alpha Rotation • Motorized Movements Support Auto Tracking, Auto Centering. • All Motion Can Be Locked At Any Position " Range Of Movement "• Tube Rotation Around The Horizontal Axis Relative To Zero (collimator Pointing Down) Is +175 Degrees To –175 Degrees • Tube Rotation Around The Vertical Axis Relative To Zero Is + 170degrees To – 155 Degrees • Range Of Telescope (vertical Travel) Is 150 Cm (59 In.) • Longitudinal Rail:-- Length = Standard 4 M (13.1 Ft), 1m (3.3 Ft) Extension Rail Option Available -- Movement Range: Standard 3.1 M (10.2 Ft) (manualmovement). • Transverse Bridge Rail: -- Length = 3.2 M (10.5 Ft) / 2.8 M (9.2 Ft)-- Movement Range: 2.2 M (7.2 Ft) / 1.8 M (5.9 Ft) (manual Movement). " "• Tube Rotation Around The Horizontal Axis Relative To Zero(collimator Pointing Down) Is +140 Degrees To –140degrees • Tube Rotation Around The Vertical Axis Relative To Zero Is+ 180 Degrees To – 180 Degrees • Vertical Travel: 154 Cm (60.6 In.) • Longitudinal Travel:-- 10 Ft. Track: 242cm (95.4 In.)-- 12 Ft. Track: 303cm (119.5in.) • Transverse Travel: ± 120 Mm (± 4.7in.) • Trunnion Mount: +45° To –20° Tube Rotation " Controls "• Single Handle Control And Individual Controls Of Longitudinal,transversal, Vertical, And Rotational Directions; Auto-centering And Auto-tracking Controls " "• Single Handle Control And Individual Controls Of Longitudinal, Transversal, Vertical, And Rotational Directions; Auto-centering And Auto-tracking Controls " Display "• Type: Lcd Touch-screen • Size: 10.1 Inch • Resolution:1280 X 800 • Color Depth:24 Bit • Display Contents: Sid, Tube Rotation Angle Mirror Screen Of The Console Software And Allow Same Operations As The Console Side Software. " "• Type: Lcd Touch-screen • Size: 10.1 Inch • Resolution:1280 X 800 • Color Depth:24 Bit • Display Contents: Sid, Tube Rotation Angle Mirror Screen Of The Console Software And Allow Same Operations As The Console Side Software. " Weight • 300 Kg (661 Lb) • 318 Kg (701 Lb) Optional Accessories • Ir Remote • Ir Remote, Table Bucky Tracker, Floor Rail Sid Feedback Auto Movements "• Automatic Tracking Of The Overhead Tube Assembly (x-ray Beam Axis) To Follow The Table Bucky Or Wall Stand Bucky Position • Automatic Centering And Perpendicular Alignment Of The Overhead Tube Assembly (x-ray Beam Axis) To The Table Bucky Or The Wall Stand Bucky Position. (fully Automated Only) • Automatic Positioning In 3 Pre-defined Position (fully Automated Only) • Accuracy: +/- 5 Mm " "• Automatic Tracking Of The Tube Assembly (x-ray Beam Axis) To Follow The Table Bucky Or Wall Stand Bucky Height • Automatic Centering(limited) And Perpendicular Alignment Of The Tube Assembly (x-ray Beam Axis) To The Wall Stand Bucky Or The Table Bucky Position. (limited, Manual Movement In Transverse And Longitudinal Rail) • Accuracy: +/- 5 Mm " Anti-collision • ⍰ Yes For Motorized Movements • ⍰yes For Motorized Movements "c. Generators – Three Phase Input Power Dimensions: Cgf-*: Width 650 Mm (25.6 In.), Depth 343 Mm (13.5 In.), Height 618 Mm (24.3 In.) / Stored Energy 650mm(25.6 In.),516mm(20.3 In.),995mm(39.2 In.) Cgn-*: Width 650 Mm (25.6 In.), Depth 343 Mm (13.5 In.), Height 428 Mm (16.9in.) " D. Tables – Fixed Position Type Elevating, Four-way Float Top Non-elevating, Four-way Float Top Table Height "raised 825 Mm ± 5 Mm Lowered 550 Mm ± 5 Mm " 725 Mm ± 5 Mm Table Weight 226.8 Kg (500 Lb) 158.5 Kg (350 Lb) Max Patient Weight 295 Kg (650 Lb) 295 Kg (650 Lb) Tabletop Size "length X Width: 2200 X 900 ± 40 Mm " "length X Width: 2200 X 900 ± 40 Mm " Imaging Area "length X Width: 1575 X 725 Mm ± 25 Mm " "length X Width: 1575 X 725 Mm ± 25 Mm " Tabletop Movement "longitudinal 770 Mm ± 5 % Transverse ± 152.5 Mm ± 5 % " "longitudinal 770 Mm ± 5 % Transverse ± 152.5 Mm ± 5 % " Tabletop Material Fiber Resin (phenolic) Fiber Resin (phenolic) Tabletop X-ray Density: < 1.2 Mm Al < 1.2 Mm Al Motion Controls "foot Pedal Up And Down Foot Pedal Float (2x) Auto Center / Auto Tracking Button Option – Control Handles Assembled On Tabletop (2 Types) All Motion Can Be Locked At Any Position " "foot Pedal Float Auto Center / Auto Tracking Button Option – Control Handles Assembled On Tabletop (2 Types) All Motion Can Be Locked At Any Position " Grids "one Grid Provided; Additional Grids Optional: • 10:1, 44 Lines Per Cm, Center Focus100cm, Interspace Material: Aluminum • 10:1, 40 Lines Per Cm, Center Focus100cm, Interspace Material: Aluminum • 12:1, 44 Lines Per Cm, Center Focus100cm, Interspace Material: Aluminum " "one Grid Provided; Additional Grids Optional: • 10:1, 44 Lines Per Cm, Center Focus100cm, Interspace Material: Aluminum • 10:1, 40 Lines Per Cm, Center Focus100cm, Interspace Material: Aluminum • 12:1, 44 Lines Per Cm, Center Focus100cm, Interspace Material: Aluminum" Bucky "• The Grid Is Stationary • The Grid Is Removable • Grid Present Information Provided To The Console • Detector Present Information Provided To The Console • Detector Orientation Information Provided To The Console • Detector Assembly Moves Out Of Table For Extremity Views Without Tabletop.* (* Grid Remains In The Table) • Support Analog " "• The Grid Is Stationary • The Grid Is Removable • Grid Present Information Provided To The Console • Detector Present Information Provided To The Console • Detector Orientation Information Provided To The Console • Detector Assembly Moves Out Of Table For Extremity Views Without Tabletop.* (* Grid Remains In The Table) • Support Analog " "tabletop-to-detector Plane Distance " 80 Mm (3.2 In.) 80 Mm (3.2 In.) Optional Accessories "• Aec 3-cell Ion Chamber • Patient Hand Grips • Control Handles • Compression Strap • Lateral Cassette Holder " "• Aec 3-cell Ion Chamber • Patient Hand Grips • Control Handles • Compression Strap • Lateral Cassette Holder " "auto Tracking X-ray Tube Tracks Bucky Up/down And Longitudinal Manual Movement. " Support Support Obstruction Sensors Yes Yes E. Wall Stands (no Tilting) (manual Tilting) Range Of Movement Up And Down: 1690 Mm "up And Down: 1690 Mm (bucky Horizontal Status) 1475 Mm (bucky Vertical Staus) Bucky Tilting: +90 To 0 To -20 Degrees " "bukcy Lowest Position (center Line) " 340 Mm "bucky Vertical: 320 Mm Bucky Horizontal: 480 Mm (top Sufurce Of The Bucky Cover) " Bucky Tilt No Yes "motorization (optional) " "motorized Motion For Vertical Support Automatic Lli " "motorized Motion For Vertical Support Automatic Lli " Weight Approx. 90.7 Kg (200 Lb) Approx. 188 Kg (415 Lb) "surface-to-detector Plane Distance " 43 Mm (1.7 In.) 43 Mm (1.7 In.) Motion Controls "vertical Lock Release Button Vertical Motorized Moving Buttons (optional) Auto Center / Auto Tracking Button All Motion Can Be Locked At Any Position " "vertical Lock Release Button Vertical Motorized Moving Buttons (optional) Tilt Lock Release Handle Auto Center / Auto Tracking Button All Motion Can Be Locked At Any Position Except The Bucky Tilt " Front Cover Density < 1.0 Mm Al < 1.0 Mm Al "receptor Front Cover Material " Fiber Resin (phenolic) Fiber Resin (phenolic) Bucky "• The Grid Is Stationary • The Grid Is Removable • Grid Present Information Provided To The Console • Detector Present Information Provided To The Console • Detector Orientation Information Provided To The Console • Support Analog " "• The Grid Is Stationary • The Grid Is Removable • Grid Present Information Provided To The Console • Detector Present Information Provided To The Console • Detector Orientation Information Provided To The Console • Support Analog " "grids (see Specs For Grids) " "one Grid Provided; Additional Grids Optional: (grid Line Direction = Landscape) • General Purpose:10:1, 44 Lines Per Cm, Center Focus130cm, Interspace Material: Aluminum10:1, 40 Lines Per Cm, Center Focus130cm, Interspace Material: Aluminum 12:1, 44 Lines Per Cm, Center Focus130cm, Interspace Material: Aluminum • Near:10:1, 44 Lines Per Cm, Center Focus100cm, Interspace Material: Aluminum 10:1, 40 Lines Per Cm, Center Focus100cm, Interspace Material: Aluminum 12:1, 44 Lines Per Cm, Center Focus100cm, Interspace Material: Aluminum • Far & Lli: 12:1, 44 Lines Per Cm, Center Focus180cm, Interspace Material: Aluminum " "one Grid Provided; Additional Grids Optional: (grid Line Direction = Landscape) • General Purpose: 10:1, 44 Lines Per Cm, Center Focus130cm, Interspace Material: Aluminum 10:1, 40 Lines Per Cm, Center Focus130cm, Interspace Material: Aluminum 12:1, 44 Lines Per Cm, Center Focus130cm, Interspace Material: Aluminum • Near: 10:1, 44 Lines Per Cm, Center Focus100cm, Interspace Material: Aluminum 10:1, 40 Lines Per Cm, Center Focus100cm, Interspace Material: Aluminum 12:1, 44 Lines Per Cm, Center Focus100cm, Interspace Material: Aluminum • Far & Lli: 12:1, 44 Lines Per Cm, Center Focus180cm, Interspace Material: Aluminum " Optional Accessories "• Aec 3 Field Chamber • Patient “side Mounted” Handgrips • Patient “overhead” Handgrip " "• Aec 3 Field Chamber • Patient “side Mounted” Handgrips • Patient “overhead” Handgrip " "auto Tracking X-ray Tube Tracks Wall Stand Up/down Manual Movement. " Support Support Anti-collision Yes For Motorized Movements Yes For Motorized Movements F. Collimators Type Manual Shutter Control Manual Shutter Control Automatic Shutter Control Light Output > 160 Lux At 100 Cm > 160 Lux At 100 Cm > 160 Lux At 100 Cm Lamp Type Led Led Led Inherent Filtration 2.0 Mm Aluminum Equivalent At 75 Kv 2.0 Mm Aluminum Equivalent At 75 Kv 2.0 Mm Aluminum Equivalent At 75 Kv Added Special Filtration "internal: • No Filtration • 0.1 Mm Cu + 1 Mm Al (al Eq. 2.8 Mm) • 0.2 Mm Cu + 1 Mm Al (al Eq. 5.6 Mm) • 2 Mm Al (these Filtration Options Can Be Selected By The Integrated Filterwheel) " "external: • 0.1 Mm Cu + 1 Mm Al • 0.2 Mm Cu + 1 Mm Al • 1 Mm Al (these Filtration Options Can Be Added To The Rail Of The Collimator) " "internal: • No Filtration • 0.1 Mm Cu + 1 Mm Al (al Eq. 2.8 Mm) • 0.2 Mm Cu + 1 Mm Al (al Eq. 5.6 Mm) • 1 Mm Al + 1 Mm Al Support (these Filtration Options Appear With Each Press Of The Special Filtration Button) " Max Rating 150 Kvp 150 Kvp 150 Kvp X-ray Proofing < 30 Mr/h With X-ray Beam = 150 Kvp/4 Ma. En 60601-1-3 Par. 29.204.3 "< 30 Mr/h With X-ray Beam = 150 Kvp/4 Ma. En 60601-1-3 Par. 29.204.3 " "< 30 Mr/h With X-ray Beam = 150 Kvp/4 Ma. En 60601-1-3 Par. 29.204.3 " Pbl N/a N/a Support Optional Accessories "• Filter Rail • Embedded Filter • Blade Feedback " • Filter Rail "• Filter Rail • Blade Feedback " G. Grids 40l/cm(103l/inch) 10:1 44l/cm 10:1 44l/cm 12:1 200l/inch 10:1 Table Wall Stand Table Wall Stand Table Wall Stand Table Wall Stand Focus Range, Sid 34 - 44 In. 40 - 72 In. 100 Cm 130 Cm 100 Cm 180 Cm 34 - 44 In. 40 - 72 In. "nominal Focal Distance " 100 Cm 130 Cm 100 Cm 130 Cm 100 Cm 180 Cm 100 Cm 130 Cm "resolution, Lines/cm [l/in] " 40 [102] 40 [102] 44 [112] 44 [112] "44 [112] Or Landscape " 44 [112] 80 [203] 80 [203] Ratio 10:01 10:01 10:01 10:01 12:01 12:01 10:01 10:01 Interspacer Material Aluminum Aluminum Aluminum Aluminum Aluminum Aluminum Aluminum Aluminum Cover Material Aluminum Aluminum Aluminum Aluminum Aluminum Aluminum Aluminum Aluminum H. Imaging Workstation "the Single Operator Console Integrates Generator Settings, Detector Controls, And Image Delivery And Includes A Touch Screen Interface Plus Keyboard, Mouse And Barcode Reader. It Is Powered By Sophisticated Workflow And Image Processing Software. " I. Console Pc Hardware "• Hp Engage Flex Pro With Intel Core I3-8100 3.6 Ghz • Memory 16 Gb • Hard Drive 1tb Or More; • 10/100/1000 Base Network Interface • Dvd-rw Drives • Microsoft Windows Embedded Standard 10 " Data Input Barcode Scanner For Patient Registration And Wireless Detector Enable/disable Patient Data Entry "touch-screen Monitor; Keyboard, Bar Code Or Dicom Work List Through His/ris (optional) Procedure Code Mapping Software To Automatically Map Ris Codes To Specific Views For Each Examination " Image Storage Capacity "• At Least 10000 Images Can Be Saved For Retransmission Or Reprocessing. Images Can Be Protected; Otherwise They Are Reclaimed On A Fifo (first In, First Out) Basis. Images Can Be Saved To Removable Media On A Dvd-rw Drive. " Dicom 3.0 Compliance "dicom Store: Comply; Dicom Print: Comply; Dicom Modality Performed Procedure Step (option); Dicom Store Commit: Comply " Image Data Output 12-bit Log, 14.6 Mb Software Included "• Evp-plus Image Processing • Cd/dvd Image Burning • Dicom Modality Worklist • Ihe Scheduled Workflow And Patient Information Reconciliation " Image Processing "• High-order, Multi-frequency Image Processing; High-contrast And Low-contrast Visualization Of Bone And Soft Tissue • Consistent Fixed-look Body Part Processing And Improved Image Processing Of Un-known Body Parts • Choice Of Adaptive Image Processing “looks” • Simple Orthogonal Reprocessing Controls • Grid Detection And Suppression Software Automatically Detects And Suppresses Gridline Artifacts • Low Exposure Optimization Reduces Quantum Noise In Areas Of Low Exposure To Preserve Detail • Image Manipulations For Flip. Rotate, Pan, Zoom, Invert Grayscale, Brightness, Latitude, And Detail Contrast • Automated And Manually Adjusted Black Masking Eliminates Flare For Better Viewing • Tube&picc (optional) Use Optimized Image Processing Parameters To Increase The Contrast And Edge Enhancement Of The Chest Image And Make It Easier To Determine If The End Points Of Tube Or Picc Lines Are Properly Placed • Pneumothorax (optional) Optimizes The Image Processing Of A Chest Image So That It Is Easier To Detect A Pneumothorax. • Bone Suppression (optional) Allows The User To View An Image That Minimizes The Evidence Of Posterior Ribs And Clavicles, Allowing A Clearer View Of Chest Organs Such As The Lungs. It Reduces The Need For A Second X-ray Or A Ct Scan, With A Lesser Dose To The Patient As A Result. • Smart Grid (optional) The Radiologic Technologist May At Times Encounter Situations That Prevent The Use Of An Anti-scatter Grid. It Is For Situations Like This, That Smart Grid Can Help To Clean Up The Scatter Radiation In The Image • Auto Image Stitching Function For Long-length Imaging (optional) " Software Features "• Pediatric Workflow Optimization (optional) The System Can Be Configured For Pediatric Use, You Can Also Define The Age Ranges For Pediatric Patient Sizes In System Setting • Administrative And Analysis Software (optional) • Soft Dap (optional) • Smart Positioning, Smart Technique, Smart Imaging Quality Check (optional) • Annotations Including Text, Distance Measurements, Angles, Cobb Angle,comments, Electronic Markers, • Ihe Consistent Presentation Of Images For Consistent Presentation Of Images At Pacs Destinations • Mpps Color-scheme Status For Scheduled, Started, Completed, Arrived. • Security Audit Log Supports Privacy Regulation Requirements • Symantec Critical System Protection (csp) Monitors For Evidence Of Malicious Software; Provides Threat Protection And Mitigation • Repeat/reject Analysis And Exposure Data Monitors Staff Performance, Productivity, And Patient Care • Configurable Anonymous Emergency/trauma Defaults • Pre-configured Snomed Codes For Multi-accession Procedure Mapping, Hanging Protocols, And Patient Orientation • Exam Tutor Displays Positioning Icons As Visual Coach For Each Unexposed View In An Exam• Preview Image Displayed For Each Acquisition; Configurable For “auto-accept”and Ready For Next Exposure. • Dicom Image Transmission Configurable As Dx Or Cr Modality • Image Re-assignment For Patient/study/view Reconciliation/correction • Configurable High/low Watermarks For Image Retention, With Continuing Retention Of Patient Demographics " Others "acquisition And Distribution Of Data • Operator Input: Log On/log Off; Patient Demographics (add / Edit Patients);patient Accession Number, Study Selection; Search By Patient Name, Id, Or Visit Number; Output Setup Selection (workstations, Archives, Printers); Ris Interface To Acquire Patient Demographic And Exam Data (optional); And Auto Transmission Of Patient/exam/image Data. Exposure And Image Capture • Detector Portable Focus, Drx- Plus Preview Image Is Available In <4 Seconds; Total Cycle Time (processing Speed) Is 20 Seconds. • Detector Tethered Drx-plus Preview Image Is Available In <4 Seconds; Total Cycle Time (processing Speed) Is 11 Seconds. • Patient Holding Time For Auto Image Stitching Function For Long-length Imaging: 3 Images: 10 Seconds 5 Images: 19 Seconds • Exposure Factors For Each Exam View (programmed Default Factors With Manual Overrides; Small/medium/large Patient Size Selection; Manual Technique Selection; Tube Warm-up Capability; Detector Calibration). • Automatic Exposure Control (aec) (ion Chamber Selection; Manual Control, Aec • On/off); Exam Tutor; Detector Array; Detector Rotation Indicator (for Wall Stand Only); Exposure Button (prep/exposure Control Button; Audible/visible Exposure Indicator); And Generator On/off. Acquire And Process Digital Images • Optimize Grayscale Display And Apply Examination Specific Nonlinear Edge Enhancement With Built-in Perceptual Tone-scale Processing (pts). • Optional Evp (enhanced Visualization Image Processing) Software Is Available. • Display Preview Image (apply Image Cropping; Apply Image Multi-formatting; Add Image Markers, Flip And Rotate Image, Enter Technologist Comments; Accept/reject Image). Administrative • System Administrative (create/modify User Logon And Password; Create/modify Output Printer Configurations; Manage Image Output Queue; Re-send Image Output; Manage Local Database [view/delete Patient Image Files]; Protect Selected Patient/image Files From Reclamation; Create/modify Technologist Comments; Perform Detector Array Calibration; Generate Test Pattern Images For Output Device Qc). • Remote Diagnostic Service Capability Via Internet Connection. " J. Monitor Type "• 23” Wide Multi-touch Screen Display • Wide-screen All-in-one Display Presents The Dr Operator Interface Combined With The Full-featured Generator Console " Viewable Image Area 58.42 Cm (23 In) Wide Screen Diagonally Measured Display Resolution 1920 X 1080, 60 Hz Viewing Angles Typical 178° Horizontal And Vertical Monitor Footprint "with Stand 59.93 X 6.95 X 40.92 Cm (23.6 X 2.7 X 16.1 In) Head Only 59.93 X 4.05 X 50.7 Cm (23.6 X 1.6 X 16.1 In) " "k. X-ray Accessories 1) One (1) Pair X-ray Protective Gloves 2) One (1) Set X-ray Protective Gonadal Shield (3 Pieces) 3) One (1) Piece X-ray Lead Apron 4) One (1) Piece Chest Thickness Caliper 5) One (1) Piece X-ray Protective Thyroid Shield 6) Lead Glass (12x12 Inches) 7) One (1) Piece Abdominal Shield " 2 Stretcher 2 Unit Specifications: "*both Of The Platform And Side Rails Are Made Of Abs Material Shaped Once For All. *backrest Is Controlled By Hydraulic Auxiliary Gas Spring. *height Adjustable Is Operated By Crank. *dia.150mm Castors With Central Locking System. *to Be Equipped With Steering Castor. Technical Features: *outer Dimensions (side Rails Up): L1970*w660mm(±10mm) *mattress Platform: L1930*w610mm(±10mm) *bed Height: H580-870m(±10mm) *maximum Backrest Angle: ≥70° Maximum Thigh Rest: ≥25° *height Of Side Rails(above Mattress Platform): 380mm(±10mm) *safe Working Load: 200kgs " 3 Electrocardiogram (ecg) Machine 1 Unit Specifications: • Built In Rechargeable Battery. "•auto Power Off Function Automatically Turns Off Power In Battery Operation If The Device Was Left For More Than 5 Minutes. •quick Print Function Shortens The Printing Time Of Waveforms In Auto Mode. •internal Simulator Is Available. •auto Id Number Function Automatically Counts Id Number One By One After Recording In Auto Mode. •the Thickness Of The Waveform Baseline Can Be Selected As Either 2 Or 3 Dots •1-3 Recording Channel. •analysis In Arrhythmia Check Recording • Automatic Nervous Function. 12 Lead Simultaneous Data Acquisition. Interpretation Feature • Arrhythmia Classification: Vpb, Svpb, Rate, Drop, Late, R-r, Irregular. • R-r Analysis: Total R-r, Mean Rate, Mean R-r, Maximum R-r, Standard Deviation Or R-r, Coefficient Of Variation Of R-r. • The Fme Ecg Diagnostic Program Has 173 Interpretation Codes Including 135 Codes For Adult And 38 Codes For Child. •svpb Waveform Recording Prints The Vpb Waveform For 7 Seconds From The Previous 2 Heart Beats For All Svpb Waveform In Arrhythmia Check Recording. •the Diagnostic Criteria Of Left Ventricular Hypertrophy In Fme Analysis Code 0310, 0330,0340,0311, 0312 Can Be Change In Adult Resting Ecg. •arrhythmia Diagnostic Criteria Can Be Change In Child Resting Ecg. •acute Infraction Diagnosis Executes In Adult Resting Ecg. " 4 Hospital Bed 3 Piece Specifications: "● Abs (acrylonitrile Butadiene Styrene) Head & Foot Boards Can Be Removable. ● Aluminum Alloy Side Rail, 6-staff, Collapsed Type With Safe Lock. ● Bed Sheet Top Made From Perforated Steel, Epoxy Powder Coated And Baked Finish. ● Bed Framework Made From Mild Steel Erw Rectangular Tubes. ● Covered Casters Dia125mm With Brake. ● Dimension: 2080*970*500mm ● 3 Functions Adjusted By Hand Crank: Backrest Lifting Angle: 80°±5° Knee Rest Lifting Angle: 45°±5° Height Adjustment (without Mattress): 500-750mm ● With Telescopic Ss Iv Pole And Previsions. ● Bed Frame: 40*80*1.6mm ● Bed Surface Use One-step Molding Technology. ● Bed Surface Thickness: 1.5mm ● Dimension: 2080*980*500mm " 5 Exam Table 1 Unit Specifications: "features: • Powder-coated Steel Frame • 3 Panel Padded Foam Mattress • Pullout Foot Stool • Easy To Clean, Stain Resistant Upholstery • Four Front Storage Drawers. • Large Drawer • Elevating Backrest • One Pair Of Stirrup • Adjustable Leg Rest • Manual, Hamilton Type" "specifications: • Backrest Angle: 0 ~ 80 Degrees • Legrest Angle: 270 ~ 360 Degrees • Max Capacity: 300lbs • Foam Thickness: 4 Inches • Foam Thickness For Head: 7 Inches • Total Mattress Length: 178cm • Foot Stool Size: 29 X 18 X 2 Cm • Product Size: 141 X 51 X 87cm" 6 Exam & Ob (ob Gyn) Table W/foot Stool 1 Piece Specifications: "examination Table, Gynae, Cabinet & Drawers Description • 2 Section Examination Table Fitted With 50mm Mattress Covered With Washable Vinyl Fabric. • Frame Made Form M.s. Square Section Pipe And Crca Sheet. • Main Body Fitted With 3 Drawers And 3 Utility Cabinets. • Fitted With An Adjustable Tray On The Side For A B.p. Apparatus. • Perineal Cut Provided At The Foot Section. • Back-rest Adjustable By Pneumatic Pump. • All Metal Components Pre-treated And Epoxy Powder Coated. • Legs Fitted With Pvc / Rubber Stumps. • Provided With2 Adjustable Knee Crutches. (a) A Recessible Footstep For Patient’s Convenience. Dimensions: • Approx. 1870 X 560 X 810mm (l X W X H). " 7 Emergency Cart (hospital Emergency Treatment Trolley) 1 Unit "specifications Emergency Treatment Trolley 1 Material: (acrylonitrile Butadiene Styrene) 2 One Drawer 3 Stainless Steel Guardrail 4 Four Castors, Two With Brakes Features: 1. One-piece Abs Plastic Top Board With Arc Handle And Raised-edge Design , Covered Transparent Soft Plastic Glass 2. Stainless Steel Guard Rail 3. Dust Basket, Utility Container, Needle Disposal Holder ,sliding Side Shelf 4. Iv Pole, Defibrillator Shelf, C.p.r Board (cardiac Massage Table), Power Outlet &hooks, Oxygen Cylinder Holder. 5. Centralized Lock 6. Four Luxurious Noiseless Casters, Two With Brakes 7. High-quality Aluminum Columns 8. Label Cards For Drawers Must Have A Technical Support Team For Installation Of The Equipment " 8 Diagnostic Integrated Wall System 1 Set Specifications: "medical Diagnostic Tools You Need To Maximize Productivity As You Capture Patient In-take And Vital Signs Are Within Arm's Reach. Configure To Meet Your Facility Needs With Options For A Thermometer, A Blood Pressure Gauge, Otoscopes, And Ophthalmoscopes. The Coaxial Ophthalmoscope Enables Easier Entry Into The Eye, A Larger Field Of View, And Reduced Glare Compared To Standard Ophthalmoscopes. It Has 18 Unique Aperture/filter Combinations, And 28 Focusing Lenses With A Range Of -25 To +40 Diopters The Panoptic Basic Ophthalmoscope Has A 20x Larger Viewing Area Than Standard Ophthalmoscopes And A Long-lasting Led That Reduces The Need For Lamp Replacement. Compatible With 3.5 V Power Sources. The Panoptic Plus Ophthalmoscope Features Quick Eye Alignment Lights On The Patient's Side To Help Direct The Patient's Gaze And Works Optically Or Digitally With The Iexaminer Pro App. Mount A Smartphone On The Back Of The Tool And Digitally View The Patient's Retina On A Screen. Compatible With 3.5 V Power Sources. The Macroview Basic Otoscope Offers A 3x Larger Viewing Area For Ear Exams When Compared To Views Through A Standard Or Pocket Otoscope. The Led Illumination Lasts Longer Than Standard Bulbs Reducing The Need For Lamp Replacement. Compatible With 3.5 V Power Sources. The Lumiview Clear Single-use Ear Specula Dispenser For Otoscopes Gives An 8x Brighter View When Compared To A Black Ear Speculum. " "provides Certified Accuracy To Reduce Errors And Improve Patient Care With A Recessed, Laser-engraved Dial Face And A High-contrast Pointer. Reduce The Cost Of Ownership With A Lifetime Calibration Warranty. Includes Size-11 Flexiport Reusable Blood Pressure Cuff The Suretemp Plus Thermometer Features Technology That Sets The Standard For Speed And Accuracy. The Large Lcd Displays Fahrenheit Or Celsius, The Shelf Stores 25 Probe Covers, And The Recall Button Shows The Last Temperature Recorded. Captures Oral Readings In Approximately 4-6 Seconds And Pediatric/adult Axillary And Rectal Readings In 10-15 Seconds. " 9 Laryngoscope Set 1 Set "the Laryngoscope Set With Fiber Optic E-macintosh Blades And Led Lamps Has Been Redesigned To Be Lighter, Brighter, And More Durable. Features • E-macintosh Laryngoscope Blades O Improved Lifting Mechanics O Increased Length To Assist Intubation In Patients With An Anterior Larynx O Reduced Height For Easier Intubation In Patients With Limited Oral Access • Innovative Design Reduces Weight For Improved Balance And Maneuverability • Durable Single-piece Stainless Steel Blade Ensures Integrity And Minimizes Corrosion • Removable Light Pipe And Smooth Surface Design • Knurled Finish Ensure Durability And A Secure Grip • Led Lamps Are 3x Brighter And Stay On 3x Longer (guaranteed 7 Years) • Two Lightweight Handles Included (aa & C Battery Handles) • Transport And Organize Handles With Set Case What's In The Box • Fiber Optic E-macintosh Blade Size 1 • Fiber Optic E-macintosh Blade Size 2 • Fiber Optic E-macintosh Blade Size 3 • Fiber Optic E-macintosh Blade Size 4 • C Size Handle • Aa Size Handle • Case" 10 Microscope 2 Unit Item Specification Optical System Infinity Correction Optical System Illumination "built In 0.5 W Led Illumination System 5-6 V 0.5 A Ac Adapter:100-240 V 50/60 Hz 0.4 A Power Consumption: 1.7 W " Focusing Mechanism "stage Height Adjustment Mechanism Movement Distance Per Scale Of Fine Adjustment Knob: 25 Μm Movement Distance Per Round Of Fine Adjustment Knob: 0.3 Mm Total Movement Range: 15mm Pre-focusing Knob Provided, Tension Of The Coarse Adjustment Knob Adjustable " Revolving Nosepiece 4 Holes Revolving Nosepiece (fixed Backward) Binocular Observation Tube Field Number 20 Tube Tilting Angle 30⁰ Interpupillary Distance Adjustment Range 48 To 87 Mm Stage Size 120 X 132 Mm (with Mechanical Stage) Movement Range X Direction: 76 Mm X Y Direction:30mm Specimen Holder Holds A Single Specimen Condenser Type Abbe Condenser N.a. 1.25 (when Immersed In Oil) Aperture Iris Diaphragm Built In Dimensions And Weight 198 (w) X 258 (d) X 384 (h) Mm / Approx. 5.8 Kg Operating Environment "indoor Use Altitude: Max 2,000 Meters Ambient Temperature: 5 To 40 ⁰c (41 To 104 ⁰f) Humidity: Max 80% (31⁰c Or Less) (without Condensation) In Case Of Over 31 ⁰c (88⁰f), The Humidity In Operating Environment Is Decreased Linearly Through 70% At 34 ⁰c (93⁰f) 60% At 37 ⁰c (99⁰f) To 50% At 40 ⁰c 104 ⁰f Supply Voltage Fluctuation ±10% Pollution Degree: 2 (in Accordance With Iec 60664-1) Installation/overvoltage Category: Ii (in Accordance With Iec 60664-1) " Transportation/storage Environment "temperature: Min -25⁰c, Max 65⁰c Humidity: Min 0%, Max 90% Without Condensation " 12 Microprocessor Centrifuge 1 Unit Technical Specification "speed: 600-4000 Rpm Timer: 0-30 Min. Digital Timer Motor: Dc Brushless Motor Rotor Type Swing Out Capacity: 16x(5-7) Ml, 12 (10-15)ml, 4x50ml Power Supply: Ac 100-240 V 50/60 Hz • Dc Brushless Motor Is Durable And Maintenance Free • 9 Sets Program Memory Function • Self Diagnostic Function Which Can Detect The Errors For Unbalance, Over Heat, Over Current, Over Voltage, Over Speed, Lid Opening • Auto Balancing System Can Extend Motor Life And Reduce Noise • With Safety Interlock, It Can Prevent The Lid From Being Opened During Operation • Forced Fan Air Convection Prevents The Motor From Overheating • Precision Digital Timer Can Be Set To 30 Minutes With 1 Second Increment • Can Offer Short Runs By Pushing The Function Key • Lcd Digital Display Enables Users To Monitor The Present Speed Value And The Remaining Time • Automatic Brake System Can Offer Rapid Deceleration • Features A See-through Window • The Lid Will Be Opened Automatically Once The Rotor Stops Spinning" 13 Infrared Lamp 1 Unit Specifications: "variable Intensity And Timer Gooseneck Type Standby Model With 250w Bulb " 14 Parallel Bars 1 Unit "specifications: - Made Of Stainless-steel Bars - Steel Base - Height Adjusts 20”- 32” - Adjustable Width (12” To 24”) - Length Adjust (6 Ft To 10 Ft) " 15 Therapy Rolls 1 Unit "specifications: Integral Waterproof Polyurethane Coating That Is Washable Dimension: 24” X 4” " 16 Therapy Rolls 1 Unit "specifications: Integral Waterproof Polyurethane Coating That Is Washable Dimension: 36” X 8” " 17 Therapy Wedges 1 Piece "specifications: Integral Waterproof Polyurethane Coating That Is Washable Lxwxh: 22” X 20” X 4” Inclination 11° " 18 Dynamic Movement Intervention Therapy Kit 2 Set "a Specialized Therapy Tool Used In Pediatric Rehabilitation And Physical Therapy To Help Children With Neuromotor Impairments Improve Movement, Strength, And Coordination Technical Specifications: Material: 15mm High-quality European Birch B/bb Grade Plywood Other: Pencil-routed Or Rounded Edges And Sanded For Safety Includes: 2 X Large Boxes 2 X Large Slotted Boxes (double-sided) 2 X Small Boxes 1 X Square Board 2 X Long Board Or Balance Beams 2 X Cubes Connectors 1 X Large Round 1 X Small Square 1 X Short Board 1 X Assembly Kit That Contains: -assembly Instructions -wood Glue -screws " 18 Refrigerators For Vaccine 1 Unit "gross Volume: 249 Liters Vaccine Net Storage Capacity: 240 Liters Lockable And Sealable Cold Life Without Power Supply At + 43°c Up To 77.3 Hours Characteristics ⚫ Rotomoulded With Polyethylene ⚫ 1 Lockable Lid With 2 Catches ⚫ Silicon Gasket Ensures Tight Sealing ⚫ 4 Heavy Duty Rollers For Easy Transport ⚫ New Cold Chain Controller ⚫ Automatic Drain Water Evaporation ⚫ Green Technology Technical Data Outer Dimensions: 915 X 1625 X 780 Mm (h X W X D) Net Weight: 148 Kg Shipping Dimensions: 1040 X 1660 X 805 Mm (h X W X D) Shipping Weight: 192 Kg Outer Material: Polyethylene Insulation: Polyurethane Interior Material: Polyethylene Insulation Thickness: 100 Mm Temperature Class: +5°c To +43°c Ambient Temperature (hot Zone Appliance) Voltage: 220-240 V / 50-60 Hz Or 115 V / 60 Hz Power: 140 W Energy Consumption At +43°c: 0.85 Kwh / 24h (stable Running) (220-240v) 1.24 Kwh / 24h (cool Down) Refrigerant: R600a (60 Gr.) Ice Lining: 25 L (ice Packs Act As Ice Bank During Power Cuts) Accessories: 6 Pc. Wire Baskets For An Optimum Storage 2 Pc. Keys 1 Pc. Brush Documentation Option: Cold Chain Data Logger- For Remote Monitoring. All Ac/dc Units Are Supplied With Preparation For Cold Chain Data Logger (= Logger Prepared Unit)* Characteristics: • Real Time Monitoring Of Temperature(s), Lid Openings & Gps Position • Includes A Sim Chip With A 10 Years’ Subscription On Communication • Crucial For The Quality Surveillance Of The Cold Chain And Monitoring Of Vaccines • Alarm For Preventive And Corrective Maintenance • Rechargeable Battery • Worldwide Remote Monitoring & Data Access Over Web • Only Gsm Network Coverage Is Necessary To Operate • Google Maps Positioning Using Integrated Gps Module • Alarms Include Temperature Deviations And Lid Openings • Alarms Are Send By Text Messages Or Emails • Works On Both Sdd And Ac Installations " 19 Whole-body Vibration Machine 1 Unit "a Specialized Therapy Tool Used In Pediatric Rehabilitation And Physical Therapy By Causing Local Or Entire Body Muscles To Vibrate, The Vibration Stimulation Can Increase The Activation Degree Of The Muscle Spindle, Cause High Frequency Discharge And Recruit More Motor Units, Thus Promoting Muscle Contraction Technical Specifications: Frequency Range: 5-25 Hz Amplitude: 8mm G-force Range: 0.1g-10g Platform Movement: Pivotal Platform Size: 655mm (w) X 395 Mm (d) Machine Size:655mm (w) X 395 Mm (d) X 150 Mm (h) " "terms: =one (1) Year Standard Warranty On Parts And Labor Service Under Normal Working Condition. Two (2x) Preventive Maintenance With Calibration. =delivery Period: Within Fifteen (45) Days Upon Receipt Of Purchase Order =delivery Place: Carcar City Super Health Center And Diagnostic Center Conditions: =equipments/machines Shall Undergo Test Run Within One (1) Month Before Acceptance =valid License To Operate As Wholesaler, Manufacturer Or Distributor =the Supplier Must Provide Training, Orientation And Product Demonstration For End-users =certificate Of Training Shall Be Issued By The Supplier/bidder And Must Be Noted By The City Health Officer. To Be Submitted After Training =certification From The Bidder That It Has The Capability For Corrective And Preventive Maintenance Of The Equipment =any Manufacturing Defect Or Damaged During Delivery Shall Be Replaced Within Fifteen (15) Calendar Days From The Time That The Supplier Is Notified " Note: Partial Bid Is Allowed Total
Closing Date21 Apr 2025
Tender AmountPHP 13.2 Million (USD 233.1 K)

CITY OF CARCAR, CEBU Tender

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

DEPARTMENT OF EDUCATION GENERAL SANTOS CITY Tender

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

Municipality Of Mapanas, Northern Samar Tender

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

Municipality Of Mapanas, Northern Samar Tender

Others
Philippines
Details: Description Philippine Bidding Documents Procurement Of Goods Government Of The Republic Of The Philippines Third Edition October 2009 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines (gop) For Use By All Branches, Agencies, Departments, Bureaus, Offices, Or Instrumentalities Of The Government, Including Government-owned And/or -controlled Corporations (goccs), Government Financial Institutions (gfis), State Universities And Colleges (sucs), And Local Government Units (lgus). The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Gop Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (a) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract; (b) The Eligibility Requirements Of Bidders, Such As Track Record To Be Determined By The Head Of The Procuring Entity; (c) The Expected Contract Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (d) The Obligations, Duties, And/or Functions Of The Winning Bidder. In Order To Simplify The Preparation Of The Bidding Documents For Each Procurement, The Pbds Groups The Provisions That Are Intended To Be Used Unchanged In Ii. Instructions To Bidders (itb) And In Section Iv. General Conditions Of Contract (gcc). Data And Provisions Specific To Each Procurement And Contract Should Be Included In Section Iii. Bid Data Sheet (bds); Section V. Special Conditions Of Contract (scc); Section Vi. Schedule Of Requirements; And Section Vii. Technical Specifications. The Forms To Be Used Are Provided In Section Viii. Bidding Forms. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. In Addition, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents, Except For The Notes Introducing Section Viii. Bidding Forms Where The Information Is Useful For The Bidder. The Following General Directions Should Be Observed When Using The Documents: (a) All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Project. (b) Specific Details, Such As The Name Of The Procuring Entity And Address For Bid Submission, Should Be Furnished In The Itb, Bds, And Scc. The Final Documents Should Contain Neither Blank Spaces Nor Options. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bds, Scc, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. The Bidding Documents Should Contain No Footnotes Except (c) Section Viii. Bidding Forms Since These Provide Important Guidance To Bidders. (d) The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Names Of The Project, Contract, And Procuring Entity, In Addition To Date Of Issue. (e) If Modifications Must Be Made To Bidding Procedures, They Can Be Presented In The Bds. Modifications For Specific Project Or Contract Details Should Be Provided In The Scc As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bds Or Scc These Terms Shall Be Printed In Bold Type Face On Section I. Instructions To Bidders And Section Iii. General Conditions Of Contract, Respectively. Table Of Contents Section I. Invitation To Bid 6 Section Ii. Instructions To Bidders 11 Section Iii. Bid Data Sheet 38 Section Iv. General Conditions Of Contract 51 Section V. Special Conditions Of Contract 66 Section Vi. Schedule Of Requirements 79 Section Vii. Technical Specifications 84 Section Viii. Bidding Forms 87 Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Invitation To Bid Shall Be: (a) Advertised At Least Once In A Newspaper Of General Nationwide Circulation Which Has Been Regularly Published For At Least Two (2) Years Before The Date Of Issue Of The Advertisement, Subject To Sections 21.2.2 Of The Irr Of Ra 9184; (b) Posted Continuously In The Philippine Government Electronic Procurement System (philgeps) Website, The Website Of The Procuring Entity Concerned, If Available, And The Website Prescribed By The Foreign Government/foreign Or International Financing Institution, If Applicable, For A Minimum Period Of Seven (7) Calendar Days Starting On The Date Of Advertisement; And (c) Posted At Any Conspicuous Place Reserved For This Purpose In The Premises Of The Procuring Entity Concerned For A Minimum Period Of Seven (7) Calendar Days, As Certified By The Head Of The Bids And Awards Committee (bac) Secretariat Of The Procuring Entity Concerned. Apart From The Essential Items Listed In The Bidding Documents, The Invitation To Bid Should Also Indicate The Following: (a) The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Invitation To Bid Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; (b) The Place Where The Bidding Documents May Be Purchased Or The Website Where It May Be Downloaded; (c) The Deadline For The Submission And Receipt Of Bids From The Last Day Of Posting Of The Invitation To Bid; And (d) Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Invitation To Bid Should Be Incorporated Into The Bidding Documents. The Information Contained In The Invitation To Bid Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bds. Republic Of The Philippines Province Of Northern Samar Municipality Of Mapanas Invitation To Bid For Procurement Of Livelihood Supplies & Materials For Parents Of Child Laborers 1. Select One Of The Two Following Paragraphs, And Delete The Other Depending On The Funding Source: A) If The Funding Source Is Gop: The Lgu-mapanas, Through The Dole-ro8-trust Fund Of Fy 2024 Intends To Apply The Sum Of One Million One Hundred Twenty Five Thousand Four Hundred Three Pesos 20/100 Only (php1,830,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Pr No. 2025-02-030 Procurement Of Livelihood Supplies & Materials For Parents Of Child Laborers For Peso-mapanas, Northern Samar Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Lgu-mapanas Now Invites Bids For Procurement Of Livelihood Supplies & Materials For Parents Of Child Laborers For Peso -lgu Mapanas, Northern Samar . Delivery Of The Goods Is Required 20 Calendar Days From Receipt Of Ntp. Bidders Should Have Completed, Within 20 Calendar From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Select One Of The Following Two Paragraphs, And Delete The Other Depending On The Funding Source: A) If The Funding Source Is Gop: Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. In Addition, Select One Of The Two Following Paragraphs And Delete The Other Depending On The Existence Of Conditions Under Section 23.5.1.2 Of The Irr Of Ra 9184: (i) Select This Paragraph If Conditions (a), (c), And (d) Under Section 23.5.1.2 Of The Irr Of Ra 9184 Do Not Exist: Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. (ii) Select This Paragraph If Condition (a), (c), Or (d) Under Section 23.5.1.2 Of The Irr Of Ra 9184 Exists: Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. B) If The Funding Source Is A Foreign Government/foreign Or International Financing Institution: Bidding Will Be Conducted In Accordance With Relevant Procedures For Open Competitive Bidding As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”, With Some Amendments, As Stated In These Bidding Documents And Is Open To All Bidders From Eligible Source Countries As Defined In The Applicable Guidelines Of The [state The Foreign Government/foreign Or International Financing Institution Concerned (e.g. Asian Development Bank, Japan International Cooperation Agency, Or World Bank)]. 4. Interested Bidders May Obtain Further Information From [insert Name Of The Procuring Entity] And Inspect The Bidding Documents At The Address Given Below During [insert Office Hours]. 5. Select One Of The Following Two Paragraphs, And Delete The Other Depending On The Funding Source: A) If The Funding Source Is Gop: A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On April 24 To May 13, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00) It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. B) If The Funding Source Is A Foreign Government/foreign Or International Financing Institution: A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On April 24, 2025 To May 13, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00) It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), The Website Of The Procuring Entity, And Mapanasnorthernsamar.gov.ph, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Select One Of The Following Two Paragraphs, And Delete The Other: A) If The Procuring Entity Intends To Open The Pre-bid Conference To All Interested Bidders: The Lgu-mapanas Will Hold A Pre-bid Conference On May 02, 2025 At Executive Conference Room, 2nd Floor Of New Multi-purpose Building, Mapanas, Northern Samar Which Shall Be Open To All Interested Parties. B) If The Procuring Entity Intends To Limit The Pre-bid Conference To Bidders Who Have Purchased The Bidding Documents: The Lgu-mapanas Will Hold A Pre-bid Conference On May 02, 2025 At Executive Conference Room, 2nd Floor Of New Multi-purpose Building, Mapanas, Northern Samar, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before May 14, 2025 At 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On May 14, 2025 At Executive Conference Room, 2nd Floor Of New Multi-purpose Building, Mapanas, Northern Samar . Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. Lgu-mapanas, Barangay Del Norte, Mapanas, Northern Samar 9. The Lgu-mapanas Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Reno C. Salazar Head Bac Secretariat Brgy. Del Norte, Mapanas, Northern Samar 6412 Renosalazar123@yahoo.com.ph Mapanasn.samar.gov.ph Engr. Julius D. Palma Bac Chairperson Cp # 09052634575 Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section Of The Bidding Documents Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Opening, Evaluation, And Award Of Contract. Section Ii Contains Provisions That Are To Be Used Unchanged. Section Iii Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information Or Requirements Included In Section Ii Which Are Specific To Each Procurement. Matters Governing Performance Of The Bidder, Payments, Or Those Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Not Normally Included In This Section, But Rather Under Section Iv. General Conditions Of Contract, And/or Section V. Special Conditions Of Contract. If Duplication Of A Subject Is Inevitable In The Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Table Of Contents A. General 14 1. Scope Of Bid 14 2. Source Of Funds 14 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 14 4. Conflict Of Interest 15 5. Eligible Bidders 16 6. Bidder’s Responsibilities 18 7. Origin Of Goods 20 8. Subcontracts 20 B. Contents Of Bidding Documents 20 9. Pre-bid Conference 20 10. Clarification And Amendment Of Bidding Documents 21 C. Preparation Of Bids 21 11. Language Of Bid 21 12. Documents Comprising The Bid: Eligibility And Technical Components 21 13. Documents Comprising The Bid: Financial Component 23 14. Alternative Bids 23 15. Bid Prices 23 16. Bid Currencies 25 17. Bid Validity 25 18. Bid Security 26 19. Format And Signing Of Bids 27 20. Sealing And Marking Of Bids 28 D. Submission And Opening Of Bids 29 21. Deadline For Submission Of Bids 29 22. Late Bids 29 23. Modification And Withdrawal Of Bids 29 24. Opening And Preliminary Examination Of Bids 29 E. Evaluation And Comparison Of Bids 31 25. Process To Be Confidential 31 26. Clarification Of Bids 31 27. Domestic Preference 31 28. Detailed Evaluation And Comparison Of Bids 32 29. Post-qualification 33 30. Reservation Clause 34 F. Award Of Contract 35 31. Contract Award 35 32. Signing Of The Contract 36 33. Performance Security 36 34. Notice To Proceed 37 A. General 1. Scope Of Bid The Procuring Entity Named In The Bds (hereinafter Referred To As The “procuring Entity”) Wishes To Receive Bids For Supply And Delivery Of The Goods As Described In 1.1. Section Vii. Technical Specifications (hereinafter Referred To As The “goods”). 1.2. The Name, Identification, And Number Of Lots Specific To This Bidding Are Provided In The Bds. The Contracting Strategy And Basis Of Evaluation Of Lots Is Described In Itb Clause 28. 2. Source Of Funds The Procuring Entity Has A Budget Or Has Applied For Or Received Funds From The Funding Source Named In The Bds, And In The Amount Indicated In The Bds. It Intends To Apply Part Of The Funds Received For The Project, As Defined In The Bds, To Cover Eligible Payments Under The Contract. 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 3.1. The Procuring Entity As Well As The Bidders And Suppliers Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. In Pursuance Of This Policy, The Procuring Entity: (a) Defines, For Purposes Of This Provision, The Terms Set Forth Below As Follows: (i) “corrupt Practice” Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Government, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Ra 3019. (ii) “fraudulent Practice” Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition. (iii) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels. (iv) “coercive Practices” Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Affect The Execution Of A Contract; (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Any Of The Practices Mentioned In This Clause For Purposes Of Competing For The Contract. 3.2. Further, The Procuring Entity Will Seek To Impose The Maximum Civil, Administrative, And/or Criminal Penalties Available Under Applicable Laws On Individuals And Organizations Deemed To Be Involved In Any Of The Practices Mentioned In Itb Clause 3.1(a). 3.3. Furthermore, The Funding Source And The Procuring Entity Reserve The Right To Inspect And Audit Records And Accounts Of A Bidder Or Supplier In The Bidding For And Performance Of A Contract Themselves Or Through Independent Auditors As Reflected In The Gcc Clause 3. 4. Conflict Of Interest 4.1. All Bidders Found To Have Conflicting Interests Shall Be Disqualified To Participate In The Procurement At Hand, Without Prejudice To The Imposition Of Appropriate Administrative, Civil, And Criminal Sanctions. A Bidder May Be Considered To Have Conflicting Interests With Another Bidder In Any Of The Events Described In Paragraphs (a) Through (c) Below And A General Conflict Of Interest In Any Of The Circumstances Set Out In Paragraphs (d) Through (f) Below: (a) A Bidder Has Controlling Shareholders In Common With Another Bidder; (b) A Bidder Receives Or Has Received Any Direct Or Indirect Subsidy From Any Other Bidder; (c) A Bidder Has The Same Legal Representative As That Of Another Bidder For Purposes Of This Bid; (d) A Bidder Has A Relationship, Directly Or Through Third Parties, That Puts Them In A Position To Have Access To Information About Or Influence On The Bid Of Another Bidder Or Influence The Decisions Of The Procuring Entity Regarding This Bidding Process. This Will Include A Firm Or An Organization Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project If The Personnel Would Be Involved In Any Capacity On The Same Project; (e) A Bidder Submits More Than One Bid In This Bidding Process. However, This Does Not Limit The Participation Of Subcontractors In More Than One Bid; Or (f) A Bidder Who Participated As A Consultant In The Preparation Of The Design Or Technical Specifications Of The Goods And Related Services That Are The Subject Of The Bid. 4.2. In Accordance With Section 47 Of The Irr Of Ra 9184, All Bidding Documents Shall Be Accompanied By A Sworn Affidavit Of The Bidder That It Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), Members Of The Technical Working Group (twg), Members Of The Bac Secretariat, The Head Of The Project Management Office (pmo) Or The End-user Unit, And The Project Consultants, By Consanguinity Or Affinity Up To The Third Civil Degree. On The Part Of The Bidder, This Clause Shall Apply To The Following Persons: (a) If The Bidder Is An Individual Or A Sole Proprietorship, To The Bidder Himself; (b) If The Bidder Is A Partnership, To All Its Officers And Members; (c) If The Bidder Is A Corporation, To All Its Officers, Directors, And Controlling Stockholders; And (d) If The Bidder Is A Joint Venture (jv), The Provisions Of Items (a), (b), Or (c) Of This Clause Shall Correspondingly Apply To Each Of The Members Of The Said Jv, As May Be Appropriate. Relationship Of The Nature Described Above Or Failure To Comply With This Clause Will Result In The Automatic Disqualification Of A Bidder. 5. Eligible Bidders 5.1. Unless Otherwise Indicated In The Bds, The Following Persons Shall Be Eligible To Participate In This Bidding: (a) Duly Licensed Filipino Citizens/sole Proprietorships; (b) Partnerships Duly Organized Under The Laws Of The Philippines And Of Which At Least Sixty Percent (60%) Of The Interest Belongs To Citizens Of The Philippines; (c) Corporations Duly Organized Under The Laws Of The Philippines, And Of Which At Least Sixty Percent (60%) Of The Outstanding Capital Stock Belongs To Citizens Of The Philippines; (d) Cooperatives Duly Organized Under The Laws Of The Philippines, And Of Which At Least Sixty Percent (60%) Of The Interest Belongs To Citizens Of The Philippines; And (e) Persons/entities Forming Themselves Into A Jv, I.e., A Group Of Two (2) Or More Persons/entities That Intend To Be Jointly And Severally Responsible Or Liable For A Particular Contract: Provided, However, That Filipino Ownership Or Interest Of The Joint Venture Concerned Shall Be At Least Sixty Percent (60%). 5.2. Foreign Bidders May Be Eligible To Participate When Any Of The Following Circumstances Exist, As Specified In The Bds: (a) When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra 9184 And Its Irr Allow Foreign Bidders To Participate; (b) Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; (c) When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or (d) When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Government Corporate Entities May Be Eligible To Participate Only If They Can Establish That They (a) Are Legally And Financially Autonomous, (b) Operate Under Commercial Law, And (c) Are Not Dependent Agencies Of The Gop Or The Procuring Entity. 5.4. Unless Otherwise Provided In The Bds, The Bidder Must Have Completed At Least One Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The National Statistics Office Consumer Price Index, Must Be At Least Equivalent To A Percentage Of The Abc Stated In The Bds. For This Purpose, Contracts Similar To The Project Shall Be Those Described In The Bds, And Completed Within The Relevant Period Stated In The Invitation To Bid And Itb Clause 12.1(a)(iii). 5.5. Unless Otherwise Provided In The Bds, The Bidder Must Submit A Computation Of Its Net Financial Contracting Capacity (nfcc) Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Its Favor If Awarded The Contract For This Project (clc). The Nfcc, Computed Using The Following Formula, Must Be At Least Equal To The Abc To Be Bid: Nfcc = [(current Assets Minus Current Liabilities) (k)] Minus The Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project. Where: K = 10 For A Contract Duration Of One Year Or Less, 15 For A Contract Duration Of More Than One Year Up To Two Years, And 20 For A Contract Duration Of More Than Two Years. The Clc Must Be At Least Equal To Ten Percent (10%) Of The Abc For This Project. If Issued By A Foreign Bank, It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank. In The Case Of Local Government Units (lgus), The Bidder May Also Submit Clc From Other Banks Certified By The Bangko Sentral Ng Pilipinas (bsp) As Authorized To Issue Such Financial Instrument. 6. Bidder’s Responsibilities The Bidder Or Its Duly Authorized Representative Shall Submit A Sworn Statement In The Form Prescribed In 6.1. Section Viii. Bidding Forms As Required In Itb Clause 0. 6.2. The Bidder Is Responsible For The Following: (a) Having Taken Steps To Carefully Examine All Of The Bidding Documents; (b) Having Acknowledged All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; (c) Having Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; (d) Having Complied With Its Responsibility To Inquire Or Secure Supplemental/bid Bulletin(s) As Provided Under Itb Clause 10.3. (e) Ensuring That It Is Not “blacklisted” Or Barred From Bidding By The Gop Or Any Of Its Agencies, Offices, Corporations, Or Lgus, Including Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Gppb; (f) Ensuring That Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; (g) Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative/s To Verify All The Documents Submitted; (h) Ensuring That The Signatory Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The Bidder In The Bidding, With The Duly Notarized Secretary’s Certificate Attesting To Such Fact, If The Bidder Is A Corporation, Partnership, Cooperative, Or Joint Venture; (i) Complying With The Disclosure Provision Under Section 47 Of Ra 9184 In Relation To Other Provisions Of Ra 3019; And (j) Complying With Existing Labor Laws And Standards, In The Case Of Procurement Of Services. Failure To Observe Any Of The Above Responsibilities Shall Be At The Risk Of The Bidder Concerned. 6.3. The Bidder Is Expected To Examine All Instructions, Forms, Terms, And Specifications In The Bidding Documents. Unless Otherwise Indicated In The Bds, Failure To Furnish All Information Or Documentation Required In The Bidding Documents Shall Result In The Rejection Of The Bid And The Disqualification Of The Bidder. 6.4. It Shall Be The Sole Responsibility Of The Bidder To Determine And To Satisfy Itself By Such Means As It Considers Necessary Or Desirable As To All Matters Pertaining To The Contract To Be Bid, Including: (a) The Location And The Nature Of This Project; (b) Climatic Conditions; (c) Transportation Facilities; And (d) Other Factors That May Affect The Cost, Duration, And Execution Or Implementation Of This Project. 6.5. The Procuring Entity Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions By The Prospective Or Eligible Bidder Out Of The Data Furnished By The Procuring Entity. 6.6. The Bidder Shall Bear All Costs Associated With The Preparation And Submission Of His Bid, And The Procuring Entity Will In No Case Be Responsible Or Liable For Those Costs, Regardless Of The Conduct Or Outcome Of The Bidding Process. 6.7. Before Submitting Their Bids, The Bidder Is Deemed To Have Become Familiar With All Existing Laws, Decrees, Ordinances, Acts And Regulations Of The Philippines Which May Affect This Project In Any Way. 6.8. The Bidder Should Note That The Procuring Entity Will Accept Bids Only From Those That Have Paid The Nonrefundable Fee For The Bidding Documents At The Office Indicated In The Invitation To Bid. 7. Origin Of Goods Unless Otherwise Indicated In The Bds, There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The United Nations Security Council Taken Under Chapter Vii Of The Charter Of The United Nations, Subject To Itb Clause 27.1. 8. Subcontracts 8.1. Unless Otherwise Specified In The Bds, The Bidder May Subcontract Portions Of The Goods To An Extent As May Be Approved By The Procuring Entity And Stated In The Bds. However, Subcontracting Of Any Portion Shall Not Relieve The Bidder From Any Liability Or Obligation That May Arise From The Contract For This Project. 8.2. Subcontractors Must Comply With The Eligibility Criteria And The Documentary Requirements Specified In The Bds. In The Event That Any Subcontractor Is Found By The Procuring Entity To Be Ineligible, The Subcontracting Of Such Portion Of The Goods Shall Be Disallowed. 8.3. The Bidder May Identify The Subcontractor To Whom A Portion Of The Goods Will Be Subcontracted At Any Stage Of The Bidding Process Or During Contract Implementation. If The Bidder Opts To Disclose The Name Of The Subcontractor During Bid Submission, The Bidder Shall Include The Required Documents As Part Of The Technical Component Of Its Bid. B. Contents Of Bidding Documents 9. Pre-bid Conference 9.1. If So Specified In The Bds, A Pre-bid Conference Shall Be Held At The Venue And On The Date Indicated Therein, To Clarify And Address The Bidders’ Questions On The Technical And Financial Components Of This Project. 9.2. Bidders Are Encouraged To Attend The Pre-bid Conference To Ensure That They Fully Understand The Procuring Entity’s Requirements. Non-attendance Of The Bidder Will In No Way Prejudice Its Bid; However, The Bidder Is Expected To Know The Changes And/or Amendments To The Bidding Documents Discussed During The Pre-bid Conference. 9.3. Any Statement Made At The Pre-bid Conference Shall Not Modify The Terms Of The Bidding Documents Unless Such Statement Is Specifically Identified In Writing As An Amendment Thereto And Issued As A Supplemental/bid Bulletin. 10. Clarification And Amendment Of Bidding Documents 10.1. Bidders Who Have Purchased The Bidding Documents May Request For Clarifications On Any Part Of The Bidding Documents For An Interpretation. Such A Request Must Be In Writing And Submitted To The Procuring Entity At The Address Indicated In The Bds At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.2. Supplemental/bid Bulletins May Be Issued Upon The Procuring Entity’s Initiative For Purposes Of Clarifying Or Modifying Any Provision Of The Bidding Documents Not Later Than Seven (7) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. Any Modification To The Bidding Documents Shall Be Identified As An Amendment. 10.3. Any Supplemental/bid Bulletin Issued By The Bac Shall Also Be Posted On The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity Concerned, If Available. It Shall Be The Responsibility Of All Bidders Who Secure The Bidding Documents To Inquire And Secure Supplemental/bid Bulletins That May Be Issued By The Bac. However, Bidders Who Have Submitted Bids Before The Issuance Of The Supplemental/bid Bulletin Must Be Informed And Allowed To Modify Or Withdraw Their Bids In Accordance With Itb Clause 23. C. Preparation Of Bids 11. Language Of Bid The Bid, As Well As All Correspondence And Documents Relating To The Bid Exchanged By The Bidder And The Procuring Entity, Shall Be Written In English. Supporting Documents And Printed Literature Furnished By The Bidder May Be In Another Language Provided They Are Accompanied By An Accurate Translation In English Certified By The Appropriate Embassy Or Consulate In The Philippines, In Which Case The English Translation Shall Govern For Purposes Of Interpretation Of The Bid. 12. Documents Comprising The Bid: Eligibility And Technical Components 12.1. Unless Otherwise Indicated In The Bds, The First Envelope Shall Contain The Following Eligibility And Technical Documents: (a) Eligibility Documents – Class “a” Documents: (i) Registration Certificate From The Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives, Or Any Proof Of Such Registration As Stated In The Bds; (ii) Mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located; (iii) Statement Of All Its Ongoing And Completed Government And Private Contracts Within The Period Stated In The Bds, Including Contracts Awarded But Not Yet Started, If Any. The Statement Shall Include, For Each Contract, The Following: (iii.1) Name Of The Contract; (iii.2) Date Of The Contract; (iii.3) Kinds Of Goods; (iii.4) Amount Of Contract And Value Of Outstanding Contracts; (iii.5) Date Of Delivery; And (iii.6) End User’s Acceptance Or Official Receipt(s) Issued For The Contract, If Completed. (iv) Audited Financial Statements, Stamped “received” By The Bureau Of Internal Revenue (bir) Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year, Which Should Not Be Earlier Than Two (2) Years From Bid Submission; (v) Nfcc Computation Or Clc In Accordance With Itb Clause 5.5; And Class “b” Document: (vi) If Applicable, The Jva In Case The Joint Venture Is Already In Existence, Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. (b) Technical Documents – (i) Bid Security In Accordance With Itb Clause 18. If The Bidder Opts To Submit The Bid Security In The Form Of: (i.1) A Bank Draft/guarantee Or An Irrevocable Letter Of Credit Issued By A Foreign Bank, It Shall Be Accompanied By A Confirmation From A Universal Or Commercial Bank; Or (i.2) A Surety Bond, It Shall Be Accompanied By A Certification By The Insurance Commission That The Surety Or Insurance Company Is Authorized To Issue Such Instruments; (ii) Conformity With Technical Specifications, As Enumerated And Specified In Sections Vi And Vii Of The Bidding Documents; And Sworn Statement In Accordance With Section 25.2(a)(iv) Of The Irr Of Ra 9184 And Using The Form Prescribed In (iii) Section Viii. Bidding Forms. 13. Documents Comprising The Bid: Financial Component 13.1. Unless Otherwise Stated In The Bds, The Financial Component Of The Bid Shall Contain The Following: (a) Financial Bid Form, Which Includes Bid Prices And The Bill Of Quantities And The Applicable Price Schedules, In Accordance With Itb Clauses 15.1 And 15.4; (b) If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification From The Dti, Sec, Or Cda Issued In Accordance With Itb Clause 27; And (c) Any Other Document Required In The Bds. 13.2. Unless Otherwise Stated In The Bds, All Bids That Exceed The Abc Shall Not Be Accepted. 14. Alternative Bids Alternative Bids Shall Be Rejected. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 15. Bid Prices 15.1. The Bidder Shall Complete The Appropriate Price Schedules Included Herein, Stating The Unit Prices, Total Price Per Item, The Total Amount And The Expected Countries Of Origin Of The Goods To Be Supplied Under This Project. 15.2. The Bidder Shall Fill In Rates And Prices For All Items Of The Goods Described In The Bill Of Quantities. Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Government. 15.3. The Terms Ex Works (exw), Cost, Insurance And Freight (cif), Cost And Insurance Paid To (cip), Delivered Duty Paid (ddp), And Other Trade Terms Used To Describe The Obligations Of The Parties, Shall Be Governed By The Rules Prescribed In The Current Edition Of The International Commercial Terms (incoterms) Published By The International Chamber Of Commerce, Paris. 15.4. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: (a) For Goods Offered From Within The Procuring Entity’s Country: (i) The Price Of The Goods Quoted Exw (ex Works, Ex Factory, Ex Warehouse, Ex Showroom, Or Off-the-shelf, As Applicable), Including All Customs Duties And Sales And Other Taxes Already Paid Or Payable: (i.1) On The Components And Raw Material Used In The Manufacture Or Assembly Of Goods Quoted Ex Works Or Ex Factory; Or (i.2) On The Previously Imported Goods Of Foreign Origin Quoted Ex Warehouse, Ex Showroom, Or Off-the-shelf And Any Procuring Entity Country Sales And Other Taxes Which Will Be Payable On The Goods If The Contract Is Awarded. (ii) The Price For Inland Transportation, Insurance, And Other Local Costs Incidental To Delivery Of The Goods To Their Final Destination. (iii) The Price Of Other (incidental) Services, If Any, Listed In The Bds. (b) For Goods Offered From Abroad: (i) Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Ddp With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. (ii) The Price Of Other (incidental) Services, If Any, Listed In The Bds. 15.5. Prices Quoted By The Bidder Shall Be Fixed During The Bidder’s Performance Of The Contract And Not Subject To Variation Or Price Escalation On Any Account, Unless Otherwise Specified In The Bds. A Bid Submitted With An Adjustable Price Quotation Shall Be Treated As Non-responsive And Shall Be Rejected, Pursuant To Itb Clause 24. 15.6. All Bid Prices Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Indicated In The Bds And Specified In The Gcc And Its Corresponding Scc Provision. 16. Bid Currencies 16.1. Prices Shall Be Quoted In The Following Currencies: (a) For Goods That The Bidder Will Supply From Within The Philippines, The Prices Shall Be Quoted In Philippine Pesos. (b) For Goods That The Bidder Will Supply From Outside The Philippines, The Prices May Be Quoted In The Currency(ies) Stated In The Bds. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 16.2. If So Allowed In Accordance With Itb Clause 16.1, The Procuring Entity For Purposes Of Bid Evaluation And Comparing The Bid Prices Will Convert The Amounts In Various Currencies In Which The Bid Price Is Expressed To Philippine Pesos At The Foregoing Exchange Rates. 16.3. Unless Otherwise Specified In The Bds, Payment Of The Contract Price Shall Be Made In Philippine Pesos. 17. Bid Validity 17.1. Bids Shall Remain Valid For The Period Specified In The Bds Which Shall Not Exceed One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 17.2. In Exceptional Circumstances, Prior To The Expiration Of The Bid Validity Period, The Procuring Entity May Request Bidders To Extend The Period Of Validity Of Their Bids. The Request And The Responses Shall Be Made In Writing. The Bid Security Described In Itb Clause 18 Should Also Be Extended Corresponding To The Extension Of The Bid Validity Period At The Least. A Bidder May Refuse The Request Without Forfeiting Its Bid Security, But His Bid Shall No Longer Be Considered For Further Evaluation And Award. A Bidder Granting The Request Shall Not Be Required Or Permitted To Modify Its Bid. 18. Bid Security 18.1. The Bid Security, Issued In Favor Of The Procuring Entity, In The Amount Stated In The Bds Shall Be Equal To The Percentage Of The Abc In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (equal To Percentage Of The Abc) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. Two Percent (2%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) (d) Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To Total Amount Of Security For Biddings Conducted By Lgus, The Bidder May Also Submit Bid Securities In The Form Of Cashier’s/manager’s Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Such Financial Statement. 18.2. The Bid Security Should Be Valid For The Period Specified In The Bds. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 18.3. No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except To Those That Failed Or Declared As Post-disqualified, Upon Submission Of A Written Waiver Of Their Right To File A Motion For Reconsideration And/or Protest. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Bidder With The Lowest Calculated And Responsive Bid Has Signed The Contract And Furnished The Performance Security, But In No Case Later Than The Expiration Of The Bid Security Validity Period Indicated In Itb Clause 18.2. 18.4. Upon Signing And Execution Of The Contract Pursuant To Itb Clause 32, And The Posting Of The Performance Security Pursuant To Itb Clause 33, The Successful Bidder’s Bid Security Will Be Discharged, But In No Case Later Than The Bid Security Validity Period As Indicated In The Itb Clause 18.2. 18.5. The Bid Security May Be Forfeited: (a) If A Bidder: (i) Withdraws Its Bid During The Period Of Bid Validity Specified In Itb Clause 17; (ii) Does Not Accept The Correction Of Errors Pursuant To Itb Clause 28.3(b); (iii) Fails To Submit The Requirements Within The Prescribed Period Or A Finding Against Their Veracity As Stated In Itb Clause 29.2; Or (iv) Any Other Reason Stated In The Bds. (b) If The Successful Bidder: (i) Fails To Sign The Contract In Accordance With Itb Clause 32; (ii) Fails To Furnish Performance Security In Accordance With Itb Clause 33; Or (iii) Any Other Reason Stated In The Bds. 19. Format And Signing Of Bids 19.1. Bidders Shall Submit Their Bids Through Their Duly Authorized Representative Using The Appropriate Forms Provided In 19.2. 19.3. 19.4. 19.5. 19.6. 19.7. Section Viii. Bidding Forms On Or Before The Deadline Specified In The Itb Clauses 21 In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously. The First Shall Contain The Technical Component Of The Bid, Including The Eligibility Requirements Under Itb Clause 12.1, And The Second Shall Contain The Financial Component Of The Bid. 19.8. Forms As Mentioned In Itb Clause 19.1 Must Be Completed Without Any Alterations To Their Format, And No Substitute Form Shall Be Accepted. All Blank Spaces Shall Be Filled In With The Information Requested. 19.9. The Bidder Shall Prepare And Submit An Original Of The First And Second Envelopes As Described In Itb Clauses 12 And 13. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.10. The Bid, Except For Unamended Printed Literature, Shall Be Signed, And Each And Every Page Thereof Shall Be Initialed, By The Duly Authorized Representative/s Of The Bidder. 19.11. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder. 20. Sealing And Marking Of Bids 20.1. Unless Otherwise Indicated In The Bds, Bidders Shall Enclose Their Original Eligibility And Technical Documents Described In Itb Clause 12 In One Sealed Envelope Marked “original - Technical Component”, And The Original Of Their Financial Component In Another Sealed Envelope Marked “original - Financial Component”, Sealing Them All In An Outer Envelope Marked “original Bid”. 20.2. Each Copy Of The First And Second Envelopes Shall Be Similarly Sealed Duly Marking The Inner Envelopes As “copy No. ___ - Technical Component” And “copy No. ___ – Financial Component” And The Outer Envelope As “copy No. ___”, Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. 20.3. The Original And The Number Of Copies Of The Bid As Indicated In The Bds Shall Be Typed Or Written In Indelible Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. 20.4. All Envelopes Shall: (a) Contain The Name Of The Contract To Be Bid In Capital Letters; (b) Bear The Name And Address Of The Bidder In Capital Letters; (c) Be Addressed To The Procuring Entity’s Bac In Accordance With Itb Clause 0; (d) Bear The Specific Identification Of This Bidding Process Indicated In The Itb Clause 1.2; And (e) Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of Bids, In Accordance With Itb Clause 21. 20.5. If Bids Are Not Sealed And Marked As Required, The Procuring Entity Will Assume No Responsibility For The Misplacement Or Premature Opening Of The Bid. D. Submission And Opening Of Bids 21. Deadline For Submission Of Bids Bids Must Be Received By The Procuring Entity’s Bac At The Address And On Or Before The Date And Time Indicated In The Bds. 22. Late Bids Any Bid Submitted After The Deadline For Submission And Receipt Of Bids Prescribed By The Procuring Entity, Pursuant To Itb Clause 21, Shall Be Declared “late” And Shall Not Be Accepted By The Procuring Entity. 23. Modification And Withdrawal Of Bids 23.1. The Bidder May Modify Its Bid After It Has Been Submitted; Provided That The Modification Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Bidder Shall Not Be Allowed To Retrieve Its Original Bid, But Shall Be Allowed To Submit Another Bid Equally Sealed, Properly Identified, Linked To Its Original Bid Marked As “technical Modification” Or “financial Modification” And Stamped “received” By The Bac. Bid Modifications Received After The Applicable Deadline Shall Not Be Considered And Shall Be Returned To The Bidder Unopened. 23.2. A Bidder May, Through A Letter Of Withdrawal, Withdraw Its Bid After It Has Been Submitted, For Valid And Justifiable Reason; Provided That The Letter Of Withdrawal Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. 23.3. Bids Requested To Be Withdrawn In Accordance With Itb Clause 23.1 Shall Be Returned Unopened To The Bidders. A Bidder May Also Express Its Intention Not To Participate In The Bidding Through A Letter Which Should Reach And Be Stamped By The Bac Before The Deadline For Submission And Receipt Of Bids. A Bidder That Withdraws Its Bid Shall Not Be Permitted To Submit Another Bid, Directly Or Indirectly, For The Same Contract. 23.4. No Bid May Be Modified After The Deadline For Submission Of Bids. No Bid May Be Withdrawn In The Interval Between The Deadline For Submission Of Bids And The Expiration Of The Period Of Bid Validity Specified By The Bidder On The Financial Bid Form. Withdrawal Of A Bid During This Interval Shall Result In The Forfeiture Of The Bidder’s Bid Security, Pursuant To Itb Clause 18.5, And The Imposition Of Administrative, Civil And Criminal Sanctions As Prescribed By Ra 9184 And Its Irr. 24. Opening And Preliminary Examination Of Bids 24.1. The Bac Shall Open The First Bid Envelopes Of Bidders In Public As Specified In The Bds To Determine Each Bidder’s Compliance With The Documents Prescribed In Itb Clause 12. For This Purpose, The Bac Shall Check The Submitted Documents Of Each Bidder Against A Checklist Of Required Documents To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion. If A Bidder Submits The Required Document, It Shall Be Rated “passed” For That Particular Requirement. In This Regard, Bids That Fail To Include Any Requirement Or Are Incomplete Or Patently Insufficient Shall Be Considered As “failed”. Otherwise, The Bac Shall Rate The Said First Bid Envelope As “passed”. 24.2. Immediately After Determining Compliance With The Requirements In The First Envelope, The Bac Shall Forthwith Open The Second Bid Envelope Of Each Remaining Eligible Bidder Whose First Bid Envelope Was Rated “passed”. The Second Envelope Of Each Complying Bidder Shall Be Opened Within The Same Day. In Case One Or More Of The Requirements In The Second Envelope Of A Particular Bid Is Missing, Incomplete Or Patently Insufficient, And/or If The Submitted Total Bid Price Exceeds The Abc Unless Otherwise Provided In Itb Clause 13.2, The Bac Shall Rate The Bid Concerned As “failed”. Only Bids That Are Determined To Contain All The Bid Requirements For Both Components Shall Be Rated “passed” And Shall Immediately Be Considered For Evaluation And Comparison. 24.3. Letters Of Withdrawal Shall Be Read Out And Recorded During Bid Opening, And The Envelope Containing The Corresponding Withdrawn Bid Shall Be Returned To The Bidder Unopened. If The Withdrawing Bidder’s Representative Is In Attendance, The Original Bid And All Copies Thereof Shall Be Returned To The Representative During The Bid Opening. If The Representative Is Not In Attendance, The Bid Shall Be Returned Unopened By Registered Mail. The Bidder May Withdraw Its Bid Prior To The Deadline For The Submission And Receipt Of Bids, Provided That The Corresponding Letter Of Withdrawal Contains A Valid Authorization Requesting For Such Withdrawal, Subject To Appropriate Administrative Sanctions. 24.4. If A Bidder Has Previously Secured A Certification From The Procuring Entity To The Effect That It Has Previously Submitted The Above-enumerated Class “a” Documents, The Said Certification May Be Submitted In Lieu Of The Requirements Enumerated In Itb Clause 12.1(a), Items (i) To (v). 24.5. In The Case Of An Eligible Foreign Bidder As Described In Itb Clause 5, The Class “a” Documents Described In Itb Clause 12.1(a) May Be Substituted With The Appropriate Equivalent Documents, If Any, Issued By The Country Of The Foreign Bidder Concerned. 24.6. Each Partner Of A Joint Venture Agreement Shall Likewise Submit The Requirements In Itb Clauses 12.1(a)(i) And 12.1(a)(ii). Submission Of Documents Required Under Itb Clauses 12.1(a)(iii) To 12.1(a)(v) By Any Of The Joint Venture Partners Constitutes Compliance. 24.7. A Bidder Determined As “failed” Has Three (3) Calendar Days Upon Written Notice Or, If Present At The Time Of Bid Opening, Upon Verbal Notification, Within Which To File A Request Or Motion For Reconsideration With The Bac: Provided, However, That The Motion For Reconsideration Shall Not Be Granted If It Is Established That The Finding Of Failure Is Due To The Fault Of The Bidder Concerned: Provided, Further, That The Bac Shall Decide On The Request For Reconsideration Within Seven (7) Calendar Days From Receipt Thereof. If A Failed Bidder Signifies His Intent To File A Motion For Reconsideration, The Bac Shall Keep The Bid Envelopes Of The Said Failed Bidder Unopened And/or Duly Sealed Until Such Time That The Motion For Reconsideration Or Protest Has Been Resolved. 24.8. The Procuring Entity Shall Prepare The Minutes Of The Proceedings Of The Bid Opening That Shall Include, As A Minimum: (a) Names Of Bidders, Their Bid Price, Bid Security, Findings Of Preliminary Examination; And (b) Attendance Sheet. The Bac Members Shall Sign The Abstract Of Bids As Read. E. Evaluation And Comparison Of Bids 25. Process To Be Confidential 25.1. Members Of The Bac, Including Its Staff And Personnel, As Well As Its Secretariat And Twg, Are Prohibited From Making Or Accepting Any Kind Of Communication With Any Bidder Regarding The Evaluation Of Their Bids Until The Issuance Of The Notice Of Award, Unless Otherwise Allowed In The Bds Or In The Case Of Itb Clause 26. 25.2. Any Effort By A Bidder To Influence The Procuring Entity In The Procuring Entity’s Decision In Respect Of Bid Evaluation, Bid Comparison Or Contract Award Will Result In The Rejection Of The Bidder’s Bid. 26. Clarification Of Bids To Assist In The Evaluation, Comparison, And Post-qualification Of The Bids, The Procuring Entity May Ask In Writing Any Bidder For A Clarification Of Its Bid. All Responses To Requests For Clarification Shall Be In Writing. Any Clarification Submitted By A Bidder In Respect To Its Bid And That Is Not In Response To A Request By The Procuring Entity Shall Not Be Considered. 27. Domestic Preference 27.1. Unless Otherwise Stated In The Bds, The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With The Following: (a) The Preference Shall Be Applied When (i) The Lowest Foreign Bid Is Lower Than The Lowest Bid Offered By A Domestic Bidder, Or (ii) The Lowest Bid Offered By A Non-philippine National Is Lower Than The Lowest Bid Offered By A Domestic Entity. (b) For Evaluation Purposes, The Lowest Foreign Bid Or The Bid Offered By A Non-philippine National Shall Be Increased By Fifteen Percent (15%). (c) In The Event That (i) The Lowest Bid Offered By A Domestic Entity Does Not Exceed The Lowest Foreign Bid As Increased, Or (ii) The Lowest Bid Offered By A Non-philippine National As Increased, Then The Procuring Entity Shall Award The Contract To The Domestic Bidder/entity At The Amount Of The Lowest Foreign Bid Or The Bid Offered By A Non-philippine National, As The Case May Be. (d) If The Domestic Entity/bidder Refuses To Accept The Award Of Contract At The Amount Of The Foreign Bid Or Bid Offered By A Non-philippine National Within Two (2) Calendar Days From Receipt Of Written Advice From The Bac, The Procuring Entity Shall Award To The Bidder Offering The Foreign Bid Or The Non-philippine National, As The Case May Be, Subject To Post-qualification And Submission Of All The Documentary Requirements Under These Bidding Documents. 27.2. A Bidder May Be Granted Preference As A Domestic Entity Subject To The Certification From The Dti (in Case Of Sole Proprietorships), Sec (in Case Of Partnerships And Corporations), Or Cda (in Case Of Cooperatives) That The (a) Sole Proprietor Is A Citizen Of The Philippines Or The Partnership, Corporation, Cooperative, Or Association Is Duly Organized Under The Laws Of The Philippines With At Least Seventy Five Percent (75%) Of Its Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, (b) Habitually Established In Business And Habitually Engaged In The Manufacture Or Sale Of The Merchandise Covered By His Bid, And (c) The Business Has Been In Existence For At Least Five (5) Consecutive Years Prior To The Advertisement And/or Posting Of The Invitation To Bid For This Project. 27.3. A Bidder May Be Granted Preference As A Domestic Bidder Subject To The Certification From The Dti That The Bidder Is Offering Unmanufactured Articles, Materials Or Supplies Of The Growth Or Production Of The Philippines, Or Manufactured Articles, Materials, Or Supplies Manufactured Or To Be Manufactured In The Philippines Substantially From Articles, Materials, Or Supplies Of The Growth, Production, Or Manufacture, As The Case May Be, Of The Philippines. 28. Detailed Evaluation And Comparison Of Bids 28.1. The Procuring Entity Will Undertake The Detailed Evaluation And Comparison Of Bids Which Have Passed The Opening And Preliminary Examination Of Bids, Pursuant To Itb Clause 24, In Order To Determine The Lowest Calculated Bid. 28.2. The Lowest Calculated Bid Shall Be Determined In Two Steps: (a) The Detailed Evaluation Of The Financial Component Of The Bids, To Establish The Correct Calculated Prices Of The Bids; And (b) The Ranking Of The Total Bid Prices As So Calculated From The Lowest To The Highest. The Bid With The Lowest Price Shall Be Identified As The Lowest Calculated Bid. 28.3. The Procuring Entity's Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. Unless Otherwise Specified In The Bds, The Bac Shall Consider The Following In The Evaluation Of Bids: (a) Completeness Of The Bid. Unless The Itb Specifically Allows Partial Bids, Bids Not Addressing Or Providing All Of The Required Items In The Schedule Of Requirements Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Procuring Entity; And (b) Arithmetical Corrections. Consider Computational Errors And Omissions To Enable Proper Comparison Of All Eligible Bids. It May Also Consider Bid Modifications, If Allowed In The Bds. Any Adjustment Shall Be Calculated In Monetary Terms To Determine The Calculated Prices. 28.4. Based On The Detailed Evaluation Of Bids, Those That Comply With The Above-mentioned Requirements Shall Be Ranked In The Ascending Order Of Their Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, To Identify The Lowest Calculated Bid. Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, Which Exceed The Abc Shall Not Be Considered. 28.5. Unless Otherwise Indicated In The Bds, The Procuring Entity’s Evaluation Of Bids Shall Only Be Based On The Bid Price Quoted In The Financial Bid Form. 28.6. Bids Shall Be Evaluated On An Equal Footing To Ensure Fair Competition. For This Purpose, All Bidders Shall Be Required To Include In Their Bids The Cost Of All Taxes, Such As, But Not Limited To, Value Added Tax (vat), Income Tax, Local Taxes, And Other Fiscal Levies And Duties Which Shall Be Itemized In The Bid Form And Reflected In The Detailed Estimates. Such Bids, Including Said Taxes, Shall Be The Basis For Bid Evaluation And Comparison. 29. Post-qualification 29.1. The Procuring Entity Shall Determine To Its Satisfaction Whether The Bidder That Is Evaluated As Having Submitted The Lowest Calculated Bid (lcb) Complies With And Is Responsive To All The Requirements And Conditions Specified In Itb Clauses 5, 12, And 13. 29.2. Within A Non-extendible Period Of Three (3) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lcb, The Bidder Shall Submit The Following Documentary Requirements: (a) Tax Clearance Per Executive Order 398, Series Of 2005; (b) Latest Income And Business Tax Returns In The Form Specified In The Bds; (c) Certificate Of Philgeps Registration; And (d) Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. Failure Of The Bidder Declared As Lowest Calculated Bid To Duly Submit The Requirements Under This Clause Or A Finding Against The Veracity Of Such Shall Be Ground For Forfeiture Of The Bid Security And Disqualification Of The Bidder For Award. 29.3. The Determination Shall Be Based Upon An Examination Of The Documentary Evidence Of The Bidder’s Qualifications Submitted Pursuant To Itb Clauses 12 And 13, As Well As Other Information As The Procuring Entity Deems Necessary And Appropriate, Using A Non-discretionary “pass/fail” Criterion. 29.4. If The Bac Determines That The Bidder With The Lowest Calculated Bid Passes All The Criteria For Post-qualification, It Shall Declare The Said Bid As The Lowest Calculated Responsive Bid, And Recommend To The Head Of The Procuring Entity The Award Of Contract To The Said Bidder At Its Submitted Price Or Its Calculated Bid Price, Whichever Is Lower. 29.5. A Negative Determination Shall Result In Rejection Of The Bidder’s Bid, In Which Event The Procuring Entity Shall Proceed To The Next Lowest Calculated Bid To Make A Similar Determination Of That Bidder’s Capabilities To Perform Satisfactorily. If The Second Bidder, However, Fails The Post Qualification, The Procedure For Post Qualification Shall Be Repeated For The Bidder With The Next Lowest Calculated Bid, And So On Until The Lowest Calculated Responsive Bid Is Determined For Contract Award. 29.6. Within A Period Not Exceeding Seven (7) Calendar Days From The Date Of Receipt Of The Recommendation Of The Bac, The Head Of The Procuring Entity Shall Approve Or Disapprove The Said Recommendation. In The Case Of Goccs And Gfis, The Period Provided Herein Shall Be Fifteen (15) Calendar Days. 30. Reservation Clause 30.1. Notwithstanding The Eligibility Or Post-qualification Of A Bidder, The Procuring Entity Concerned Reserves The Right To Review Its Qualifications At Any Stage Of The Procurement Process If It Has Reasonable Grounds To Believe That A Misrepresentation Has Been Made By The Said Bidder, Or That There Has Been A Change In The Bidder’s Capability To Undertake The Project From The Time It Submitted Its Eligibility Requirements. Should Such Review Uncover Any Misrepresentation Made In The Eligibility And Bidding Requirements, Statements Or Documents, Or Any Changes In The Situation Of The Bidder Which Will Affect Its Capability To Undertake The Project So That It Fails The Preset Eligibility Or Bid Evaluation Criteria, The Procuring Entity Shall Consider The Said Bidder As Ineligible And Shall Disqualify It From Submitting A Bid Or From Obtaining An Award Or Contract. 30.2. Based On The Following Grounds, The Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding At Any Time Prior To The Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability, And Make No Assurance That A Contract Shall Be Entered Into As A Result Of The Bidding: (a) If There Is Prima Facie Evidence Of Collusion Between Appropriate Public Officers Or Employees Of The Procuring Entity, Or Between The Bac And Any Of The Bidders, Or If The Collusion Is Between Or Among The Bidders Themselves, Or Between A Bidder And A Third Party, Including Any Act Which Restricts, Suppresses Or Nullifies Or Tends To Restrict, Suppress Or Nullify Competition; (b) If The Procuring Entity’s Bac Is Found To Have Failed In Following The Prescribed Bidding Procedures; Or (c) For Any Justifiable And Reasonable Ground Where The Award Of The Contract Will Not Redound To The Benefit Of The Gop As Follows: (i) If The Physical And Economic Conditions Have Significantly Changed So As To Render The Project No Longer Economically, Financially Or Technically Feasible As Determined By The Head Of The Procuring Entity; (ii) If The Project Is No Longer Necessary As Determined By The Head Of The Procuring Entity; And (iii) If The Source Of Funds For The Project Has Been Withheld Or Reduced Through No Fault Of The Procuring Entity. 30.3. In Addition, The Procuring Entity May Likewise Declare A Failure Of Bidding When: (a) No Bids Are Received; (b) All Prospective Bidders Are Declared Ineligible; (c) All Bids Fail To Comply With All The Bid Requirements Or Fail Post-qualification; Or (d) The Bidder With The Lowest Calculated Responsive Bid (lcrb) Refuses, Without Justifiable Cause To Accept The Award Of Contract, And No Award Is Made. F. Award Of Contract 31. Contract Award 31.1. Subject To Itb Clause 29, The Procuring Entity Shall Award The Contract To The Bidder Whose Bid Has Been Determined To Be The Lcrb. 31.2. Prior To The Expiration Of The Period Of Bid Validity, The Procuring Entity Shall Notify The Successful Bidder In Writing That Its Bid Has Been Accepted, Through A Notice Of Award Received Personally Or Sent By Registered Mail Or Electronically, Receipt Of Which Must Be Confirmed In Writing Within Two (2) Days By The Bidder With The Lcrb And Submitted Personally Or Sent By Registered Mail Or Electronically To The Procuring Entity. 31.3. Notwithstanding The Issuance Of The Notice Of Award, Award Of Contract Shall Be Subject To The Following Conditions: (a) Submission Of The Valid Jva, If Applicable, Within Ten (10) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That The Bidder Has The Lcrb; (b) Posting Of The Performance Security In Accordance With Itb Clause 33; (c) Signing Of The Contract As Provided In Itb Clause 32; And (d) Approval By Higher Authority, If Required. 31.4. At The Time Of Contract Award, The Procuring Entity Shall Not Increase Or Decrease The Quantity Of Goods Originally Specified In Section Vi. Schedule Of Requirements. 32. Signing Of The Contract 32.1. At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Contract Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 32.2. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award, The Successful Bidder Shall Post The Required Performance Security And Sign And Date The Contract And Return It To The Procuring Entity. 32.3. The Procuring Entity Shall Enter Into Contract With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 32.4. The Following Documents Shall Form Part Of The Contract: (a) Contract Agreement; (b) Bidding Documents; (c) Winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted; (d) Performance Security; (e) Credit Line In Accordance With Itb Clause 5.5, If Applicable; (f) Notice Of Award Of Contract; And (g) Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. 33. Performance Security 33.1. To Guarantee The Faithful Performance By The Winning Bidder Of Its Obligations Under The Contract, It Shall Post A Performance Security Within A Maximum Period Of Ten (10) Calendar Days From The Receipt Of The Notice Of Award From The Procuring Entity And In No Case Later Than The Signing Of The Contract. 33.2. The Performance Security Shall Be Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity In An Amount Equal To The Percentage Of The Total Contract Price In Accordance With The Following Schedule: Form Of Performance Security Amount Of Performance Security (equal To Percentage Of The Total Contract Price) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. Five Percent (5%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Thirty Percent (30%) (d) Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To Total Amount Of Security 33.3. Failure Of The Successful Bidder To Comply With The Above-mentioned Requirement Shall Constitute Sufficient Ground For The Annulment Of The Award And Forfeiture Of The Bid Security, In Which Event The Procuring Entity Shall Initiate And Complete The Post Qualification Of The Second Lowest Calculated Bid. The Procedure Shall Be Repeated Until The Lcrb Is Identified And Selected For Contract Award. However If No Bidder Passed Post-qualification, The Bac Shall Declare The Bidding A Failure And Conduct A Re-bidding With Re-advertisement. 34. Notice To Proceed 34.1. Within Three (3) Calendar Days From The Date Of Approval Of The Contract By The Appropriate Government Approving Authority, The Procuring Entity Shall Issue Its Notice To Proceed To The Bidder. 34.2. The Date Of The Bidder’s Receipt Of The Notice To Proceed Will Be Regarded As The Effective Date Of The Contract, Unless Otherwise Specified In The Bds. Section Iii. Bid Data Sheet Notes On The Bid Data Sheet Section Iii Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb Included In Section Ii, And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, The Applicable Rules Regarding Bid Price And Currency, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing Section Iii, The Following Aspects Should Be Checked: (a) Information That Specifies And Complements Provisions Of Section Ii Must Be Incorporated. (b) Amendments And/or Supplements, If Any, To Provisions Of Section Ii As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 0 The Procuring Entity Is Lgu-mapanas 1.2 The Lot(s) And Reference Is/are: Procurement Of Livelihood Supplies & Materials For Parents Of Child Laborers For Peso-lgu-mapanas, Northern Samar 2 The Funding Source Is: Select One, Delete The Other: If The Funding Source Is Gop: The Government Of The Philippines (gop) Through Dole-ro8 Trust Fund For Fy-2024 In The Amount Of One Million Eight Hundred Thirty Thousand Pesos Only (php1,830,000.00). Note: In The Case Of National Government Agencies, The General Appropriations Act And/or Continuing Appropriations; In The Case Of Government-owned And/or –controlled Corporations, Government Financial Institutions, And State Universities And Colleges, The Corporate Budget For The Contract Approved By The Governing Boards; In The Case Of Local Government Units, The Budget For The Contract Approved By The Respective Sanggunian. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution: The [state The Foreign Government/foreign Or International Financing Institution, (e.g. Asian Development Bank, Japan International Cooperative Agency, Or World Bank)] Through [indicate The Loan/credit/grant No.] In The Amount Of [insert Amount Of Funds]. The Name Of The Project Is Procurement Of Livelihood Supplies & Materials For Parents Of Child Laborers For Peso-lgu Mapanas, Northern Samar. 5.1 Select One, Delete The Other. If The Funding Source Is Gop, State Here: No Further Instructions. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution: Eligible Bidders Are As Defined In The [state The Applicable Procurement Guidelines And, If Applicable, The Web Page Where It May Be Downloaded]. 5.2 Select One, Delete The Other. None Of The Circumstances Mentioned In The Itb Clause Exists In This Project. Foreign Bidders, Except Those Falling Under Itb Clause 5.2(b), May Not Participate In This Project. Or Foreign Bidders May Participate In This Project In View Of The Following Circumstance(s): [state Which Of The Circumstance(s) Mentioned In The Itb Clause Exists In The Project.] 5.4 Select One, Delete The Other. If The Funding Source Is Gop, Maintain The Itb Clause And Insert Any Of The Following: For The Procurement Of Non-expendable Supplies: The Bidder Must Have Completed, Within The Period Specified In The Invitation To Bid And Itb Clause 12.1(a)(iii), A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. Or For The Procurement Of Expendable Supplies: The Bidder Must Have Completed, Within The Period Specified In The Invitation To Bid And Itb Clause 12.1(a)(iii), A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. Or For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of The Provisions Of Section 23.5.1.3 Of The Irr Of Ra 9184 Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: In View Of The Determination By The Procuring Entity That Imposition Of The Provisions Of Section 23.5.1.3 Of The Irr Of Ra 9184 Will Likely Result To [state “failure Of Bidding” Or “monopoly That Will Defeat The Purpose Of Public Bidding”], The Bidder Should Comply With The Following Requirements: A) Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least [state “fifty Percent (50%)” In The Case Of Non-expendable Supplies Or “twenty-five Percent (25%)” In The Case Of Expendable Supplies] Of The Abc For This Project; And B) The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Maintain Itb Clause And State “no Further Instructions” Or Explain The Applicable Eligibility Criterion. For This Purpose, Similar Contracts Shall Refer To Procurement Of Grocery Items For The Supplemental Feeding “no Further Instructions”]. 5.5 Select One, Delete The Other. If The Contract Is Funded By Gop, Maintain The Itb Clause And State Here: No Further Instructions. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Retain Itb Clause Or State The Relevant Eligibility Criterion. 6.3 Select One, Delete The Rest. If The Funding Source Is Gop, Maintain The Itb Clause And State Here: No Further Instructions. If The Funding Source Is The Adb, Jica, Or Wb, State The Following: Only Those Bids That Omit The Following Documents Will Be Automatically Rejected: (a) The Bid Security In Accordance With Itb Clause 17.2; (b) Financial Proposal Submission Sheet And The Applicable Price Schedules, In Accordance With Itb Clauses 15.1 And 15.4. For All Other Omissions, The Procuring Entity Reserves The Right To Seek Clarification Of Bids In Accordance With Itb Clause 26 Or At Its Sole Discretion, To Reject The Bid If The Omission Is Regarded As A Matter Of Substance. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, List Documents The Omission Of Which Shall Result To The Outright Rejection And Disqualification Of Bids. 7 Select One, Delete The Rest. If The Funding Source Is Gop, Maintain The Itb Clause And State Here: No Further Instructions. If The Funding Source Is The Adb Using Ordinary Capital Or Special Funds Resources: Eligible Goods And Services Shall Have Their Origin In Eligible Source Countries As Described In Guidelines For Procurement Under Asian Development Bank Loans And As Described On Asian Development Bank’s Web Page Www.adb.org If The Funding Source Is The Jica: Eligible Goods And Services Shall Have Their Origin In Eligible Source Countries. In The Event That The Goods Offered By The Bidder Do Not Have Their Origin In Eligible Source Countries The Contract Will Still Be Eligible For Financing Under Jica Oda Loans If The Combined Costs Of Such Goods Are Less Than Fifty Percent (50%) Of The Price Of The Said Contract. If The Funding Source Is A Foreign Government Or A Foreign/ International Financing Institution, Maintain Itb Clause And State “no Further Instructions”, Or Indicate The List Of Eligible Source Countries As Origin Of Goods. 8.1 Select One, Delete The Other. If The Funding Source Is The Gop, State Either “subcontracting Is Not Allowed.” Or Specify The Portions Of Goods And The Maximum Percentage Allowed To Be Subcontracted. If The Funding Source Is A Foreign Government Or Another Foreign Or International Financing Institution, State Here The Maximum Percentage Of Goods Allowed To Be Subcontracted Or “no Further Instructions.” 8.2 If Subcontracting Is Allowed, Specify The Eligibility Criteria That Subcontractors Must Comply With, Including The Corresponding Documentary Requirements Therefor; Otherwise, State “not Applicable”. 9.1 The Procuring Entity Will Hold A Pre-bid Conference For This Project On May 02, 2025 At 10:00a.m At Executive Conference Room, 2nd Floor Of New Multi-purpose Building, Mapanas, Northern Samar. Note: The Pre-bid Conference Shall Be Held At Least Twelve (12) Calendar Days Before The Deadline For The Submission Of And Receipt Of Bids. If The Procuring Entity Determines That, By Reason Of The Method, Nature, Or Complexity Of The Contract To Be Bid, Or When International Participation Will Be More Advantageous To The Gop, A Longer Period For The Preparation Of Bids Is Necessary, The Pre-bid Conference Shall Be Held At Least Thirty (30) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. 10.1 The Procuring Entity’s Address Is: Barangay Del Norte, Mapanas, Northern Samar Hon. Ronn Michael L. Tejano 09151109452 M_tejano@hotmail.com 12.1 Select One, Delete The Rest. If The Funding Source Is The Gop: No Further Instructions. If The Funding Source Is Adb Or Wb: No Eligibility Check. During Bid Opening, Technical Proposals That Lack Any Of The Following Documents Shall Be Rejected And Returned To The Bidder Together With Its Unopened Price Proposal: (a) Technical Proposal Submission Sheet; (b) Evidence Of Financial, Technical, And Production Capability; (c) Audited Financial Statements; (d) Nfcc Or Credit Line Certificate; (e) Bid Security; And (f) Authority Of The Signatory. If The Funding Source Is Jbic, State The Following: No Eligibility Check. All Documents Described In Itb Clause 12.1 Shall Be Included In The Technical Proposal. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Other Than Those Mentioned Above, Maintain The Itb Clause And State “no Further Instructions” Or State The Corresponding Eligibility Requirements, If Any. 12.1(a)(i) List Any Additional Acceptable Proof Of Registration Mentioned In The Itb Clause Or State “no Other Acceptable Proof Of Registration Is Recognized.” 12.1(a)(iii) The Statement Of All Ongoing And Completed Government And Private Contracts Shall Include All Such Contracts Within [state Relevant Period As Provided In The Invitation To Bid] Prior To The Deadline For The Submission And Receipt Of Bids. 13.1 List Any Additional Requirements Or State “no Additional Requirements” 13.2 Select One, Delete The Other. If The Funding Source Is The Gop: The Abc Is [insert Amount]. Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Adopt The Provision For Gop Or State The Applicable Rule. 15.4(a)(iii) List Here The Incidental Services That Are Required As Part Of The Bidder’s Bid Cross Referencing To The Technical Specifications And Scc As Appropriate. If None, State “no Incidental Services Are Required.” 15.4(b) Maintain The Itb Clause And State Here “not Applicable”, “the Price Of The Goods Shall Be Quoted Ddp [state Place Of Destination]”, Or The Applicable Incoterm For This Project. List Here The Incidental Services That Are Required As Part Of The Bidder’s Bid Cross Referencing To The Technical Specifications And Scc As Appropriate. If None, State “no Incidental Services Are Required.” 15.5 Select One, Delete The Rest. If The Funding Source Is The Gop Or Wb: Bid Prices Shall Be Fixed. Adjustable Price Proposals Shall Be Treated As Non-responsive And Shall Be Rejected. If The Funding Source Is The Jbic Or Adb, And The Contract Is Of Over Twelve (12) Months Duration, Insert The Appropriate Special Condition Of Contract And State The Following: Adjustments Are Authorized In Accordance With The Price Adjustment Provisions Specified In The Corresponding Scc Provision Of Gcc Clause 9. If The Funding Source Is A Foreign Government Or A Foreign Or International Financing Institution, Maintain The Itb Clause And State “no Further Instructions” Or Insert The Relevant Provision(s) And The Condition(s) Thereto, If Any. 15.6 If The Funding Source Is The Gop: Extraordinary Circumstances Refer To Events That May Be Determined By The National Economic And Development Authority In Accordance With The Civil Code Of The Philippines, And Upon The Recommendation Of The Procuring Entity If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Retain The Itb Clause And State “no Further Instructions”, Otherwise, Specify The Extraordinary Circumstances Allowing Price Escalation. 16.1(b) Select One, Delete The Other: The Bid Prices For Goods Supplied From Outside Of The Philippines Shall Be Quoted In Philippine Pesos. Or The Bid Prices For Goods Supplied From Outside Of The Philippines Shall Be Quoted Either In Philippine Pesos Or United States Dollars At The Discretion Of The Bidder. 16.3 Select One, Delete The Other. If The Funding Source Is Gop, Maintain The Itb Clause And State Here: No Further Instructions. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution: Payment Shall Be Made In [insert Currency]. 17.1 Bids Will Be Valid Until 120 Calendar Days. 18.1 Select One, Delete The Rest. If The Funding Source Is The Gop Or Wb: The Bid Security Shall Be In The Following Amount: 1. 16,789.31, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. 41,973.29 If Bid Security Is In Surety Bond; Or 3. Any Combination Of The Foregoing Proportionate To The Share Of Form With Respect To Total Amount Of Security. If The Funding Source Is The Adb Or Jica: The Bid Security Shall Be In The Following Amount [insert 2.5% Of The Abc]. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Retain The Itb Clause And State “no Further Instructions”, Or State The Acceptable Form/s Of Bid Security And The Amount Thereof. 18.2 The Bid Security Shall Be Valid Until [insert Date]. 18.5(a)(iv) If The Funding Source Is Gop Or Wb, Maintain The Itb Clause And Include The Following As Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use Of One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post-qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons. If The Funding Source Is Adb, Maintain The Itb Clause And State Here: No Further Instructions. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Maintain The Itb Clause And State “no Further Instructions” Or State Additional Grounds For Forfeiture Of Bid Security. 18.5(b)(iii) Select One, Delete The Other. If The Funding Source Is Gop, Adb, Or Wb, Maintain The Itb Clause And State Here: No Further Instructions. If The Funding Source Is Jbic, State The Following: Failure To Enter Into A Jv In The Form Submitted As Part Of The Bidders Bid If The Bid Is Made By Two Or More Potential Jv Partners. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Retain Itb Clause And State “no Further Instructions”, Or List The Additional Grounds For Forfeiture Of Bid Security Of A Successful Bidder. 20.1 Select One, Delete The Other. If The Funding Source Is Gop, Maintain The Itb Clause And State Here: No Further Instructions. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Maintain The Itb Clause And State “no Further Instructions”, Or State The Applicable Procedure For The Sealing And Marking Of Bids. 20.3 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 21 The Address For Submission Of Bids Is At Bac Office, Brgy. Del Norte, Mapanas, Northern Samar. The Deadline For Submission Of Bids Is May 14, 2025 24.1 The Place Of Bid Opening Is At The Executive Conference Room, 2nd Floor Of New Multi-purpose Building, Mapanas, Northern Samar. The Date And Time Of Bid Opening Is May 14, 2025 At 10:00 A.m 25.1 Select One, Delete The Other. If The Funding Source Is Gop, Maintain The Itb Clause And State Here: No Further Instructions. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Maintain The Itb Clause And State “no Further Instructions”, Or Specify The Additional Conditions And/or Exceptions To The Rule, If Any. 27.1 Select One, Delete The Other. If The Funding Source Is The Gop, State “no Further Instructions.” If The Funding Source Is The Adb, Jbic, Or Wb: No Domestic Preference Is Applicable To National/local Competitive Bidding. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Maintain The Itb Clause And State “no Further Instructions” Or Indicate Applicability Or Inapplicability Of Domestic Preference, As The Case May Be. 28.3 Select One, Delete The Other. If The Funding Source Is Gop Or Wb, Adopt The Following Provision: Grouping And Evaluation Of Lots – Lots Should Be Formed Of Similar Items That Are Likely To Attract The Maximum Competition. A Lot Is The Quantity And Number Of Items That Will Be Included In A Single Contract. For Example: Option 1 – Each Item To Be Evaluated And Compared With Other Bids Separately And Recommended For Contract Award Separately. Option 2 - All Items To Be Grouped Together To Form One Complete Lot That Will Be Awarded To One Bidder To Form One Complete Contract. Option 3 - Similar Items, To Be Grouped Together To Form Several Lots That Shall Be Evaluated And Awarded As Separate Contracts. Select One Of The Following Paragraphs And Delete The Other: The Goods Are Grouped In A Single Lot And The Lot Shall Not Be Divided Into Sub-lots For The Purpose Of Bidding, Evaluation, And Contract Award. Or All Goods Are Grouped In Lots Listed Below. Bidders Shall Have The Option Of Submitting A Proposal On Any Or All Lots And Evaluation And Contract Award Will Be Undertaken On A Per Lot Basis. Lots Shall Not Be Divided Further Into Sub-lots For The Purpose Of Bidding, Evaluation, And Contract Award. [insert Grouping Of Lots] Note: If Funding Source Is Adb Or Jica, Adopt Only The Provision On Grouping And Evaluation Of Lots Mentioned Above And Delete The Rest. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Retain The Itb Clause And State “no Further Instructions” Or, Insert Applicable Provisions. 28.3(b) State Whether Bid Modification Is Allowed Or Not. 28.5 Select One, Delete The Other. If The Funding Source Is Gop, Maintain The Itb Clause And State Here: No Further Instructions. If The Funding Source Is Adb, Jbic, Or Wb: Select One, Delete The Other. No Additional Criteria Or In Addition To The Criteria Listed In Itb Clause 28.3 And 28.5, The Following Applicable Additional Criteria And Its Corresponding Quantification Method Specified In This Clause Will Be Used To Evaluate And Compare Bids: Delivery Schedule – If The Funding Source Is Adb Or Jica, Select One Quantification Method For This Criterion And Delete The Rest. If The Funding Source Is Wb, The Clause On This Criterion May Be Deleted If Not Applicable. The Procuring Entity Requires That The Goods Under The Invitation To Bid Shall Be Delivered (shipped) At The Time Specified In Section Vi. Schedule Of Requirements. The Estimated Time Of Arrival Of The Goods At The Project Site Will Be Calculated For Each Bid After Allowing For Reasonable International And Inland Transportation Time. Treating The Bid Resulting In The Earliest Time Of Arrival As The Base, A Delivery “adjustment” Will Be Calculated For Other Bids By Applying A [insert Percentage] Of The Exw Plus Delivery To Final Destination/ddp Price For Each Week Of Delay Beyond The Base, And This Will Be Added To The Bid Price For Evaluation. No Credit Shall Be Given To Early Delivery. Or The Goods Covered Under The Invitation To Bid Are Required To Be Delivered (shipped) Within An Acceptable Range Of Weeks Specified In The Schedule Of Requirement. No Credit Will Be Given To Earlier Deliveries, And Bids Offering Delivery Beyond This Range Will Be Treated As Non-responsive. Within This Acceptable Range, An Adjustment Per Week Of [insert Percentage] Will Be Added For Evaluation To The Bid Price Of Bids Offering Deliveries Later Than The Earliest Delivery Period Specified In Section Vi. Schedule Of Requirements. Or The Goods Covered Under The Invitation To Bid Are Required To Be Delivered (shipped) In Partial Shipments, As Specified In Section Vi. Schedule Of Requirements. Bids Offering Deliveries Earlier Or Later Than The Specified Deliveries Will Be Adjusted In The Evaluation By Adding To The Bid Price A Factor Equal To [insert Percentage] Of Deliveries Price Per Week Of Variation From The Specified Delivery Schedule. Cost Of Spare Parts – If The Funding Source Is Adb Or Jica, Select One Quantification Method For This Criterion And Delete The Rest. If The Funding Source Is Wb, The Clause On This Criterion May Be Deleted If Not Applicable. The List Of Items And Quantities Of Major Assemblies, Components, And Selected Spare Parts, Likely To Be Required During The Initial Period Of Operation For [insert Period Of Operation] Is Annexed To The Technical Specifications. The Total Cost Of These Items, At The Unit Prices Quoted In Each Bid, Will Be Added To The Bid Price. Or The Procuring Entity Will Draw Up A List Of High-usage And High-value Items Of Components And Spare Parts, Along With Estimated Quantities Of Usage In The Initial Period Of Operation For [insert Period Of Operation]. The Total Cost Of These Items And Quantities Will Be Computed From Spare Parts Unit Prices Submitted By The Bidder And Added To The Bid Price. Or The Procuring Entity Will Estimate The Cost Of Spare Parts Usage In The Initial Period Of Operation For [insert Period Of Operation] Based On The Information Furnished By Each Bidder, As Well As On Past Experience Of The Procuring Entity Or Other Procuring Entities In Similar Situations. Such Costs Shall Be Added To The Bid Price For Evaluation. Volume And Period Of Manufacture – Any Of The Paragraphs Under This Criterion May Be Deleted If Not Applicable And Retained If Otherwise. The Goods Must Have Been Manufactured For A Period Of Not Less Than [insert Number Of Years] Immediately Preceding The Date Of Bid Opening. The Minimum Number Of Units Sold In The Philippines Must Be [insert Number] And The Minimum Number Of Units Sold Worldwide Must Be [insert Number]. The Procuring Entity Shall Compare Bids On The Basis Of A Lot Or A Combination Of Lots Or As A Total Of All Lots In A Manner Most Advantageous To The Procuring Entity. 29.2(b) Specify Whether Bidders Have Option To Submit Manually Filed Tax Returns Or Tax Returns Filed Through The Electronic Filing And Payments System (efps). Note: The Latest Income And Business Tax Returns Are Those Within The Last Six Months Preceding The Date Of Bid Submission. 29.2(d) List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It. 32.4(g) List Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity. 34.2 The Effective Date Of The Contract Is [insert Date]. Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The Gcc In Section Iv, Read In Conjunction With The Scc In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. The Gcc Herein Shall Not Be Altered. Any Changes And Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Scc In Section V. Table Of Contents 1. Definitions 54 2. Corrupt, Fraudulent, Collusive, And Coercive Practices 55 3. Inspection And Audit By The Funding Source 56 4. Governing Law And Language 56 5. Notices 56 6. Scope Of Contract 56 7. Subcontracting 56 8. Procuring Entity’s Responsibilities 57 9. Prices 57 10. Payment 57 11. Advance Payment 58 12. Taxes And Duties 58 13. Performance Security 58 14. Use Of Contract Documents And Information 59 15. Standards 59 16. Inspection And Tests 59 17. Warranty 60 18. Delays In The Supplier’s Performance 61 19. Liquidated Damages 61 20. Settlement Of Disputes 62 21. Liability Of The Supplier 62 22. Force Majeure 62 23. Termination For Default 63 24. Termination For Insolvency 63 25. Termination For Convenience 64 26. Termination For Unlawful Acts 64 27. Procedures For Termination Of Contracts 65 28. Assignment Of Rights 66 29. Contract Amendment 66 30. Application 66 1. Definitions 1.1. In This Contract, The Following Terms Shall Be Interpreted As Indicated: (a) “the Contract” Means The Agreement Entered Into Between The Procuring Entity And The Supplier, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. (b) “the Contract Price” Means The Price Payable To The Supplier Under The Contract For The Full And Proper Performance Of Its Contractual Obligations. (c) “the Goods” Means All Of The Supplies, Equipment, Machinery, Spare Parts, Other Materials And/or General Support Services Which The Supplier Is Required To Provide To The Procuring Entity Under The Contract. (d) “the Services” Means Those Services Ancillary To The Supply Of The Goods, Such As Transportation And Insurance, And Any Other Incidental Services, Such As Installation, Commissioning, Provision Of Technical Assistance, Training, And Other Such Obligations Of The Supplier Covered Under The Contract. (e) “gcc” Means The General Conditions Of Contract Contained In This Section. (f) “scc” Means The Special Conditions Of Contract. (g) “the Procuring Entity” Means The Organization Purchasing The Goods, As Named In The Scc. (h) “the Procuring Entity’s Country” Is The Philippines. (i) “the Supplier” Means The Individual Contractor, Manufacturer Distributor, Or Firm Supplying/manufacturing The Goods And Services Under This Contract And Named In The Scc. (j) The “funding Source” Means The Organization Named In The Scc. (k) “the Project Site,” Where Applicable, Means The Place Or Places Named In The Scc. (l) “day” Means Calendar Day. (m) The “effective Date” Of The Contract Will Be The Date Of Receipt By The Supplier Of The Notice To Proceed Or The Date Provided In The Notice To Proceed. Performance Of All Obligations Shall Be Reckoned From The Effective Date Of The Contract. (n) “verified Report” Refers To The Report Submitted By The Implementing Unit To The Head Of The Procuring Entity Setting Forth Its Findings As To The Existence Of Grounds Or Causes For Termination And Explicitly Stating Its Recommendation For The Issuance Of A Notice To Terminate. 2. Corrupt, Fraudulent, Collusive, And Coercive Practices 2.1. The Procuring Entity As Well As The Bidders, Contractors, Or Suppliers Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of This Contract. In Pursuance Of This Policy, The Procuring Entity: (a) Defines, For The Purposes Of This Provision, The Terms Set Forth Below As Follows: (i) "corrupt Practice" Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And It Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Government, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Republic Act 3019. (ii) "fraudulent Practice" Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition. (iii) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels. (iv) “coercive Practices” Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Affect The Execution Of A Contract; (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Any Of The Practices Mentioned In This Clause For Purposes Of Competing For The Contract. 2.2. Further The Funding Source, Borrower Or Procuring Entity, As Appropriate, Will Seek To Impose The Maximum Civil, Administrative And/or Criminal Penalties Available Under The Applicable Law On Individuals And Organizations Deemed To Be Involved With Any Of The Practices Mentioned In Gcc Clause 2.1(a). 3. Inspection And Audit By The Funding Source The Supplier Shall Permit The Funding Source To Inspect The Supplier’s Accounts And Records Relating To The Performance Of The Supplier And To Have Them Audited By Auditors Appointed By The Funding Source, If So Required By The Funding Source. 4. Governing Law And Language 4.1. This Contract Shall Be Interpreted In Accordance With The Laws Of The Republic Of The Philippines. 4.2. This Contract Has Been Executed In The English Language, Which Shall Be The Binding And Controlling Language For All Matters Relating To The Meaning Or Interpretation Of This Contract. All Correspondence And Other Documents Pertaining To This Contract Exchanged By The Parties Shall Be Written In English. 5. Notices 5.1. Any Notice, Request, Or Consent Required Or Permitted To Be Given Or Made Pursuant To This Contract Shall Be In Writing. Any Such Notice, Request, Or Consent Shall Be Deemed To Have Been Given Or Made When Received By The Concerned Party, Either In Person Or Through An Authorized Representative Of The Party To Whom The Communication Is Addressed, Or When Sent By Registered Mail, Telex, Telegram, Or Facsimile To Such Party At The Address Specified In The Scc, Which Shall Be Effective When Delivered And Duly Received Or On The Notice’s Effective Date, Whichever Is Later. 5.2. A Party May Change Its Address For Notice Hereunder By Giving The Other Party Notice Of Such Change Pursuant To The Provisions Listed In The Scc For Gcc Clause 5.1. 6. Scope Of Contract 6.1. The Goods And Related Services To Be Provided Shall Be As Specified In Section Vi. Schedule Of Requirements. 6.2. This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. Any Additional Requirements For The Completion Of This Contract Shall Be Provided In The Scc. 7. Subcontracting 7.1. Subcontracting Of Any Portion Of The Goods, If Allowed In The Bds, Does Not Relieve The Supplier Of Any Liability Or Obligation Under This Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants Or Workmen As Fully As If These Were The Supplier’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants Or Workmen. 7.2. Subcontractors Disclosed And Identified During The Bidding May Be Changed During The Implementation Of This Contract, Subject To Compliance With The Required Qualifications And The Approval Of The Procuring Entity. 8. Procuring Entity’s Responsibilities 8.1. Whenever The Performance Of The Obligations In This Contract Requires That The Supplier Obtain Permits, Approvals, Import, And Other Licenses From Local Public Authorities, The Procuring Entity Shall, If So Needed By The Supplier, Make Its Best Effort To Assist The Supplier In Complying With Such Requirements In A Timely And Expeditious Manner. 8.2. The Procuring Entity Shall Pay All Costs Involved In The Performance Of Its Responsibilities In Accordance With Gcc Clause 6. 9. Prices Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under This Contract Shall Not Vary From The Prices Quoted By The Supplier In Its Bid, With The Exception Of Any Change In Price Resulting From A Change Order Issued In Accordance With Gcc Clause 29, Or If Applicable, Adjustments Authorized In Accordance With The Price Adjustment Provisions Specified In The Scc. 10. Payment 10.1. Unless Otherwise Specified In The Scc, Payments Shall Be Made Only Upon A Certification By The Head Of The Procuring Entity To The Effect That The Goods Have Been Rendered Or Delivered In Accordance With The Terms Of This Contract And Have Been Duly Inspected And Accepted. Except With The Prior Approval Of The President No Payment Shall Be Made For Services Not Yet Rendered Or For Supplies And Materials Not Yet Delivered Under This Contract. Ten Percent (10%) Of The Amount Of Each Payment Shall Be Retained By The Procuring Entity To Cover The Supplier’s Warranty Obligations Under This Contract As Described In Gcc Clause 17. 10.2. The Supplier’s Request(s) For Payment Shall Be Made To The Procuring Entity In Writing, Accompanied By An Invoice Describing, As Appropriate, The Goods Delivered And/or Services Performed, And By Documents Submitted Pursuant To The Scc Provision For Gcc Clause 6.2, And Upon Fulfillment Of Other Obligations Stipulated In This Contract. 10.3. Pursuant To Gcc Clause 10.2, Payments Shall Be Made Promptly By The Procuring Entity, But In No Case Later Than Sixty (60) Days After Submission Of An Invoice Or Claim By The Supplier. 10.4. Unless Otherwise Specified In The Scc, The Currency In Which Payment Is Made To The Supplier Under This Contract Shall Be In Philippine Pesos. 11. Advance Payment 11.1. Advance Payment Shall Be Made Only After Prior Approval Of The President, And Shall Not Exceed Fifteen Percent (15%) Of The Contract Amount, Unless Otherwise Directed By The President Or In Cases Allowed Under Annex “d” Of Ra 9184. For Goods Supplied From Abroad, Ten Percent (10%) Of The Contract Price Shall Be Paid Within Sixty (60) Calendar Days From Signing Of The Contract And Upon Submission Of A Claim And A Bank Guarantee Issued By A Licensed Bank For The Equivalent Amount Valid Until The Goods Are Delivered And In The Form Provided In 11.2. Section Viii. Bidding Forms. 11.3. All Progress Payments Shall First Be Charged Against The Advance Payment Until The Latter Has Been Fully Exhausted. 12. Taxes And Duties The Supplier, Whether Local Or Foreign, Shall Be Entirely Responsible For All The Necessary Taxes, Stamp Duties, License Fees, And Other Such Levies Imposed For The Completion Of This Contract. 13. Performance Security 13.1. Unless Otherwise Specified In The Scc, Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any The Forms Prescribed In The Itb Clause 33.2. 13.2. The Performance Security Posted In Favor Of The Procuring Entity Shall Be Forfeited In The Event It Is Established That The Winning Bidder Is In Default In Any Of Its Obligations Under The Contract. 13.3. The Performance Security Shall Remain Valid Until Issuance By The Procuring Entity Of The Certificate Of Final Acceptance. 13.4. Unless Otherwise Specified In The Scc, The Performance Security May Be Released By The Procuring Entity And Returned To The Supplier After The Issuance Of The Certificate Of Final Acceptance Subject To The Following Conditions: (a) There Are No Pending Claims Against The Supplier Or The Surety Company Filed By The Procuring Entity; (b) The Supplier Has No Pending Claims For Labor And Materials Filed Against It; And (c) Other Terms Specified In The Scc. 13.5. In Case Of A Reduction Of The Contract Value, The Procuring Entity Shall Allow A Proportional Reduction In The Original Performance Security, Provided That Any Such Reduction Is More Than Ten Percent (10%) And That The Aggregate Of Such Reductions Is Not More Than Fifty Percent (50%) Of The Original Performance Security. 14. Use Of Contract Documents And Information 14.1. The Supplier Shall Not, Except For Purposes Of Performing The Obligations In This Contract, Without The Procuring Entity’s Prior Written Consent, Disclose This Contract, Or Any Provision Thereof, Or Any Specification, Plan, Drawing, Pattern, Sample, Or Information Furnished By Or On Behalf Of The Procuring Entity. Any Such Disclosure Shall Be Made In Confidence And Shall Extend Only As Far As May Be Necessary For Purposes Of Such Performance. 14.2. Any Document, Other Than This Contract Itself, Enumerated In Gcc Clause 14.1 Shall Remain The Property Of The Procuring Entity And Shall Be Returned (all Copies) To The Procuring Entity On Completion Of The Supplier’s Performance Under This Contract If So Required By The Procuring Entity. 15. Standards The Goods Provided Under This Contract Shall Conform To The Standards Mentioned In The Section Vii. Technical Specifications; And, When No Applicable Standard Is Mentioned, To The Authoritative Standards Appropriate To The Goods’ Country Of Origin. Such Standards Shall Be The Latest Issued By The Institution Concerned. 16. Inspection And Tests 16.1. The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Contract Specifications At No Extra Cost To The Procuring Entity. The Scc And 16.2. Section Vii. Technical Specifications Shall Specify What Inspections And/or Tests The Procuring Entity Requires And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. 16.3. If Applicable, The Inspections And Tests May Be Conducted On The Premises Of The Supplier Or Its Subcontractor(s), At Point Of Delivery, And/or At The Goods’ Final Destination. If Conducted On The Premises Of The Supplier Or Its Subcontractor(s), All Reasonable Facilities And Assistance, Including Access To Drawings And Production Data, Shall Be Furnished To The Inspectors At No Charge To The Procuring Entity. 16.4. The Procuring Entity Or Its Designated Representative Shall Be Entitled To Attend The Tests And/or Inspections Referred To In This Clause Provided That The Procuring Entity Shall Bear All Of Its Own Costs And Expenses Incurred In Connection With Such Attendance Including, But Not Limited To, All Traveling And Board And Lodging Expenses. 16.5. The Procuring Entity May Reject Any Goods Or Any Part Thereof That Fail To Pass Any Test And/or Inspection Or Do Not Conform To The Specifications. The Supplier Shall Either Rectify Or Replace Such Rejected Goods Or Parts Thereof Or Make Alterations Necessary To Meet The Specifications At No Cost To The Procuring Entity, And Shall Repeat The Test And/or Inspection, At No Cost To The Procuring Entity, Upon Giving A Notice Pursuant To Gcc Clause 5. 16.6. The Supplier Agrees That Neither The Execution Of A Test And/or Inspection Of The Goods Or Any Part Thereof, Nor The Attendance By The Procuring Entity Or Its Representative, Shall Release The Supplier From Any Warranties Or Other Obligations Under This Contract. 17. Warranty 17.1. The Supplier Warrants That The Goods Supplied Under The Contract Are New, Unused, Of The Most Recent Or Current Models, And That They Incorporate All Recent Improvements In Design And Materials, Except When The Technical Specifications Required By The Procuring Entity Provides Otherwise. 17.2. The Supplier Further Warrants That All Goods Supplied Under This Contract Shall Have No Defect, Arising From Design, Materials, Or Workmanship Or From Any Act Or Omission Of The Supplier That May Develop Under Normal Use Of The Supplied Goods In The Conditions Prevailing In The Country Of Final Destination. 17.3. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier For A Minimum Period Specified In The Scc. The Obligation For The Warranty Shall Be Covered By, At The Supplier’s Option, Either Retention Money In An Amount Equivalent To At Least Ten Percent (10%) Of Every Progress Payment, Or A Special Bank Guarantee Equivalent To At Least Ten Percent (10%) Of The Contract Price Or Other Such Amount If So Specified In The Scc. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Specified In The Scc; Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under This Contract Have Been Fully Met. 17.4. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Within The Period Specified In The Scc And With All Reasonable Speed, Repair Or Replace The Defective Goods Or Parts Thereof, Without Cost To The Procuring Entity. 17.5. If The Supplier, Having Been Notified, Fails To Remedy The Defect(s) Within The Period Specified In Gcc Clause 17.4, The Procuring Entity May Proceed To Take Such Remedial Action As May Be Necessary, At The Supplier’s Risk And Expense And Without Prejudice To Any Other Rights Which The Procuring Entity May Have Against The Supplier Under The Contract And Under The Applicable Law. 18. Delays In The Supplier’s Performance 18.1. Delivery Of The Goods And/or Performance Of Services Shall Be Made By The Supplier In Accordance With The Time Schedule Prescribed By The Procuring Entity In Section Vi. Schedule Of Requirements. 18.2. If At Any Time During The Performance Of This Contract, The Supplier Or Its Subcontractor(s) Should Encounter Conditions Impeding Timely Delivery Of The Goods And/or Performance Of Services, The Supplier Shall Promptly Notify The Procuring Entity In Writing Of The Fact Of The Delay, Its Likely Duration And Its Cause(s). As Soon As Practicable After Receipt Of The Supplier’s Notice, And Upon Causes Provided For Under Gcc Clause 22, The Procuring Entity Shall Evaluate The Situation And May Extend The Supplier’s Time For Performance, In Which Case The Extension Shall Be Ratified By The Parties By Amendment Of Contract. 18.3. Except As Provided Under Gcc Clause 22, A Delay By The Supplier In The Performance Of Its Obligations Shall Render The Supplier Liable To The Imposition Of Liquidated Damages Pursuant To Gcc Clause 19, Unless An Extension Of Time Is Agreed Upon Pursuant To Gcc Clause 29 Without The Application Of Liquidated Damages. 19. Liquidated Damages Subject To Gcc Clauses 18 And 22, If The Supplier Fails To Satisfactorily Deliver Any Or All Of The Goods And/or To Perform The Services Within The Period(s) Specified In This Contract Inclusive Of Duly Granted Time Extensions If Any, The Procuring Entity Shall, Without Prejudice To Its Other Remedies Under This Contract And Under The Applicable Law, Deduct From The Contract Price, As Liquidated Damages, A Sum Equivalent To The Percentage Specified In The Scc Of The Delivered Price Of The Delayed Goods Or Unperformed Services For Each Week Or Part Thereof Of Delay Until Actual Delivery Or Performance, Up To A Maximum Deduction Of The Percentage Specified In The Scc. Once The Maximum Is Reached, The Procuring Entity Shall Rescind The Contract Pursuant To Gcc Clause 23, Without Prejudice To Other Courses Of Action And Remedies Open To It. 20. Settlement Of Disputes 20.1. If Any Dispute Or Difference Of Any Kind Whatsoever Shall Arise Between The Procuring Entity And The Supplier In Connection With Or Arising Out Of This Contract, The Parties Shall Make Every Effort To Resolve Amicably Such Dispute Or Difference By Mutual Consultation. 20.2. If After Thirty (30) Days, The Parties Have Failed To Resolve Their Dispute Or Difference By Such Mutual Consultation, Then Either The Procuring Entity Or The Supplier May Give Notice To The Other Party Of Its Intention To Commence Arbitration, As Hereinafter Provided, As To The Matter In Dispute, And No Arbitration In Respect Of This Matter May Be Commenced Unless Such Notice Is Given. 20.3. Any Dispute Or Difference In Respect Of Which A Notice Of Intention To Commence Arbitration Has Been Given In Accordance With This Clause Shall Be Settled By Arbitration. Arbitration May Be Commenced Prior To Or After Delivery Of The Goods Under This Contract. 20.4. Arbitration Proceedings Shall Be Conducted In Accordance With The Rules Of Procedure Specified In The Scc. 20.5. Notwithstanding Any Reference To Arbitration Herein, The Parties Shall Continue To Perform Their Respective Obligations Under The Contract Unless They Otherwise Agree; And The Procuring Entity Shall Pay The Supplier Any Monies Due The Supplier. 21. Liability Of The Supplier 21.1. Subject To Additional Provisions, If Any, Set Forth In The Scc, The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. 21.2. Except In Cases Of Criminal Negligence Or Willful Misconduct, And In The Case Of Infringement Of Patent Rights, If Applicable, The Aggregate Liability Of The Supplier To The Procuring Entity Shall Not Exceed The Total Contract Price, Provided That This Limitation Shall Not Apply To The Cost Of Repairing Or Replacing Defective Equipment. 22. Force Majeure 22.1. The Supplier Shall Not Be Liable For Forfeiture Of Its Performance Security, Liquidated Damages, Or Termination For Default If And To The Extent That Its Delay In Performance Or Other Failure To Perform Its Obligations Under The Contract Is The Result Of A Force Majeure. 22.2. For Purposes Of This Contract The Terms “force Majeure” And “fortuitous Event” May Be Used Interchangeably. In This Regard, A Fortuitous Event Or Force Majeure Shall Be Interpreted To Mean An Event Which The Contractor Could Not Have Foreseen, Or Which Though Foreseen, Was Inevitable. It Shall Not Include Ordinary Unfavorable Weather Conditions; And Any Other Cause The Effects Of Which Could Have Been Avoided With The Exercise Of Reasonable Diligence By The Contractor. 22.3. If A Force Majeure Situation Arises, The Supplier Shall Promptly Notify The Procuring Entity In Writing Of Such Condition And The Cause Thereof. Unless Otherwise Directed By The Procuring Entity In Writing, The Supplier Shall Continue To Perform Its Obligations Under The Contract As Far As Is Reasonably Practical, And Shall Seek All Reasonable Alternative Means For Performance Not Prevented By The Force Majeure. 23. Termination For Default 23.1. The Procuring Entity Shall Terminate This Contract For Default When Any Of The Following Conditions Attends Its Implementation: (a) Outside Of Force Majeure, The Supplier Fails To Deliver Or Perform Any Or All Of The Goods Within The Period(s) Specified In The Contract, Or Within Any Extension Thereof Granted By The Procuring Entity Pursuant To A Request Made By The Supplier Prior To The Delay, And Such Failure Amounts To At Least Ten Percent (10%) Of The Contact Price; (b) As A Result Of Force Majeure, The Supplier Is Unable To Deliver Or Perform Any Or All Of The Goods, Amounting To At Least Ten Percent (10%) Of The Contract Price, For A Period Of Not Less Than Sixty (60) Calendar Days After Receipt Of The Notice From The Procuring Entity Stating That The Circumstance Of Force Majeure Is Deemed To Have Ceased; Or (c) The Supplier Fails To Perform Any Other Obligation Under The Contract. 23.2. In The Event The Procuring Entity Terminates This Contract In Whole Or In Part, For Any Of The Reasons Provided Under Gcc Clauses 23 To 26, The Procuring Entity May Procure, Upon Such Terms And In Such Manner As It Deems Appropriate, Goods Or Services Similar To Those Undelivered, And The Supplier Shall Be Liable To The Procuring Entity For Any Excess Costs For Such Similar Goods Or Services. However, The Supplier Shall Continue Performance Of This Contract To The Extent Not Terminated. 23.3. In Case The Delay In The Delivery Of The Goods And/or Performance Of The Services Exceeds A Time Duration Equivalent To Ten Percent (10%) Of The Specified Contract Time Plus Any Time Extension Duly Granted To The Supplier, The Procuring Entity May Terminate This Contract, Forfeit The Supplier's Performance Security And Award The Same To A Qualified Supplier. 24. Termination For Insolvency The Procuring Entity Shall Terminate This Contract If The Supplier Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. In This Event, Termination Will Be Without Compensation To The Supplier, Provided That Such Termination Will Not Prejudice Or Affect Any Right Of Action Or Remedy Which Has Accrued Or Will Accrue Thereafter To The Procuring Entity And/or The Supplier. 25. Termination For Convenience 25.1. The Procuring Entity May Terminate This Contract, In Whole Or In Part, At Any Time For Its Convenience. The Head Of The Procuring Entity May Terminate A Contract For The Convenience Of The Government If He Has Determined The Existence Of Conditions That Make Project Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event(s) Or Changes In Law And National Government Policies. 25.2. The Goods That Have Been Delivered And/or Performed Or Are Ready For Delivery Or Performance Within Thirty (30) Calendar Days After The Supplier’s Receipt Of Notice To Terminate Shall Be Accepted By The Procuring Entity At The Contract Terms And Prices. For Goods Not Yet Performed And/or Ready For Delivery, The Procuring Entity May Elect: (a) To Have Any Portion Delivered And/or Performed And Paid At The Contract Terms And Prices; And/or (b) To Cancel The Remainder And Pay To The Supplier An Agreed Amount For Partially Completed And/or Performed Goods And For Materials And Parts Previously Procured By The Supplier. 25.3. If The Supplier Suffers Loss In Its Initial Performance Of The Terminated Contract, Such As Purchase Of Raw Materials For Goods Specially Manufactured For The Procuring Entity Which Cannot Be Sold In Open Market, It Shall Be Allowed To Recover Partially From This Contract, On A Quantum Meruit Basis. Before Recovery May Be Made, The Fact Of Loss Must Be Established Under Oath By The Supplier To The Satisfaction Of The Procuring Entity Before Recovery May Be Made. 26. Termination For Unlawful Acts 26.1. The Procuring Entity May Terminate This Contract In Case It Is Determined Prima Facie That The Supplier Has Engaged, Before Or During The Implementation Of This Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation. Unlawful Acts Include, But Are Not Limited To, The Following: (a) Corrupt, Fraudulent, And Coercive Practices As Defined In Itb Clause 3.1(a); (b) Drawing Up Or Using Forged Documents; (c) Using Adulterated Materials, Means Or Methods, Or Engaging In Production Contrary To Rules Of Science Or The Trade; And (d) Any Other Act Analogous To The Foregoing. 27. Procedures For Termination Of Contracts 27.1. The Following Provisions Shall Govern The Procedures For Termination Of This Contract: (a) Upon Receipt Of A Written Report Of Acts Or Causes Which May Constitute Ground(s) For Termination As Aforementioned, Or Upon Its Own Initiative, The Implementing Unit Shall, Within A Period Of Seven (7) Calendar Days, Verify The Existence Of Such Ground(s) And Cause The Execution Of A Verified Report, With All Relevant Evidence Attached; (b) Upon Recommendation By The Implementing Unit, The Head Of The Procuring Entity Shall Terminate This Contract Only By A Written Notice To The Supplier Conveying The Termination Of This Contract. The Notice Shall State: (i) That This Contract Is Being Terminated For Any Of The Ground(s) Afore-mentioned, And A Statement Of The Acts That Constitute The Ground(s) Constituting The Same; (ii) The Extent Of Termination, Whether In Whole Or In Part; (iii) An Instruction To The Supplier To Show Cause As To Why This Contract Should Not Be Terminated; And (iv) Special Instructions Of The Procuring Entity, If Any. (c) The Notice To Terminate Shall Be Accompanied By A Copy Of The Verified Report; (d) Within A Period Of Seven (7) Calendar Days From Receipt Of The Notice Of Termination, The Supplier Shall Submit To The Head Of The Procuring Entity A Verified Position Paper Stating Why This Contract Should Not Be Terminated. If The Supplier Fails To Show Cause After The Lapse Of The Seven (7) Day Period, Either By Inaction Or By Default, The Head Of The Procuring Entity Shall Issue An Order Terminating This Contract; (e) The Procuring Entity May, At Anytime Before Receipt Of The Supplier’s Verified Position Paper To Withdraw The Notice To Terminate If It Is Determined That Certain Items Or Works Subject Of The Notice Had Been Completed, Delivered, Or Performed Before The Supplier’s Receipt Of The Notice; (f) Within A Non-extendible Period Of Ten (10) Calendar Days From Receipt Of The Verified Position Paper, The Head Of The Procuring Entity Shall Decide Whether Or Not To Terminate This Contract. It Shall Serve A Written Notice To The Supplier Of Its Decision And, Unless Otherwise Provided, This Contract Is Deemed Terminated From Receipt Of The Supplier Of The Notice Of Decision. The Termination Shall Only Be Based On The Ground(s) Stated In The Notice To Terminate; (g) The Head Of The Procuring Entity May Create A Contract Termination Review Committee (ctrc) To Assist Him In The Discharge Of This Function. All Decisions Recommended By The Ctrc Shall Be Subject To The Approval Of The Head Of The Procuring Entity; And (h) The Supplier Must Serve A Written Notice To The Procuring Entity Of Its Intention To Terminate The Contract At Least Thirty (30) Calendar Days Before Its Intended Termination. The Contract Is Deemed Terminated If It Is Not Resumed In Thirty (30) Calendar Days After The Receipt Of Such Notice By The Procuring Entity. 28. Assignment Of Rights The Supplier Shall Not Assign His Rights Or Obligations Under This Contract, In Whole Or In Part, Except With The Procuring Entity’s Prior Written Consent. 29. Contract Amendment Subject To Applicable Laws, No Variation In Or Modification Of The Terms Of This Contract Shall Be Made Except By Written Amendment Signed By The Parties. 30. Application These General Conditions Shall Apply To The Extent That They Are Not Superseded By Provisions Of Other Parts Of This Contract. Section V. Special Conditions Of Contract Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc. The Provisions Of This Section Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Goods Purchased. In Preparing This Section, The Following Aspects Should Be Checked: (a) Information That Complements Provisions Of Section Iv Must Be Incorporated. (b) Amendments And/or Supplements To Provisions Of Section Iv, As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of Section Iv Should Be Incorporated Herein. Special Conditions Of Contract Gcc Clause 1.1(g) The Procuring Entity Is Lgu-mapanas 1.1(i) The Supplier Is [to Be Inserted At The Time Of Contract Award]. 1.1(j) The Funding Source Is: Dole-ro8-trust Fund 2025 Select One Of The Following, Delete The Other: If The Funding Source Is The Gop: The Government Of The Philippines (gop) Through [indicate Source Of Funding And Year] In The Amount Of [insert Amount Of Funds]. Note: In The Case Of National Government Agencies, The General Appropriations Act And/or Continuing Appropriations; In The Case Of Government-owned And/or –controlled Corporations, Government Financial Institutions, And State Universities And Colleges, The Corporate Budget For The Contract Approved By The Governing Boards; In The Case Of Local Government Units, The Budget For The Contract Approved By The Respective Sanggunian. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution: The [indicate The Name Of The Foreign Government/foreign Or International Financing Institution] Through [indicate The Loan/credit/grant No.] In The Amount Of [insert Amount Of Funds]. 1.1(k) The Project Site Is Lgu-mapanas, Barangay Del Norte, Mapanas, Northern Samar. For Multiple Sites State “the Project Sites Are Defined In Section Vi. Schedule Of Requirements”] 5.1 The Procuring Entity’s Address For Notices Is: Barangay Del Norte, Mapanas, Northern Samar Reno C. Salazar, Head Bac Secretariat Cp # 09459852914 The Supplier’s Address For Notices Is: [insert Address Including, Name Of Contact, Fax And Telephone Number] 6.2 List Here Any Additional Requirements For The Completion Of This Contract. The Following Requirements And The Corresponding Provisions May Be Deleted, Amended, Or Retained Depending On Its Applicability To This Contract: Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: For Foreign Suppliers, State “the Delivery Terms Applicable To The Contract Are Ddp Delivered [insert Place Of Destination]. In Accordance With Incoterms.” For Domestic Suppliers, State “the Delivery Terms Applicable To This Contract Are Delivered [insert Place Of Destination]. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi. Schedule Of Requirements. The Details Of Shipping And/or Other Documents To Be Furnished By The Supplier Are As Follows: For Goods Supplied From Within The Philippines Or By Domestic Suppliers: Upon Delivery Of The Goods To The Project Site, The Supplier Shall Notify The Procuring Entity And Present The Following Documents To The Procuring Entity: (i) Original And Four Copies Of The Supplier’s Invoice Showing Goods’ Description, Quantity, Unit Price, And Total Amount; (ii) Original And Four Copies Delivery Receipt/note, Railway Receipt, Or Truck Receipt; (iii) Original Supplier’s Factory Inspection Report; (iv) Original And Four Copies Of The Manufacturer’s And/or Supplier’s Warranty Certificate; (v) Original And Four Copies Of The Certificate Of Origin (for Imported Goods); (vi) Delivery Receipt Detailing Number And Description Of Items Received Signed By The Authorized Receiving Personnel; (vii) Certificate Of Acceptance/inspection Report Signed By The Procuring Entity’s Representative At The Project Site; And (viii) Four Copies Of The Invoice Receipt For Property Signed By The Procuring Entity’s Representative At The Project Site. For Goods Supplied From Abroad (excluding Domestic Suppliers): Upon Shipment, The Supplier Shall Notify The Procuring Entity And The Insurance Company By Cable The Full Details Of The Shipment, Including Contract Number, Description Of The Goods, Quantity, Vessel, Bill Of Lading Number And Date, Port Of Loading, Date Of Shipment, Port Of Discharge Etc. Upon Delivery To The Project Site, The Supplier Shall Notify The Procuring Entity And Present The Following Documents As Applicable With The Documentary Requirements Of Any Letter Of Credit Issued Taking Precedence: (i) Original And Four Copies Of The Supplier’s Invoice Showing Goods’ Description, Quantity, Unit Price, And Total Amount; (ii) Original And Four Copies Of The Negotiable, Clean Shipped On Board Bill Of Lading Marked “freight Pre-paid” And Five Copies Of The Non-negotiable Bill Of Lading ; (iii) Original Supplier’s Factory Inspection Report; (iv) Original And Four Copies Of The Manufacturer’s And/or Supplier’s Warranty Certificate; (v) Original And Four Copies Of The Certificate Of Origin (for Imported Goods); (vi) Delivery Receipt Detailing Number And Description Of Items Received Signed By The Procuring Entity’s Representative At The Project Site; (vii) Certificate Of Acceptance/inspection Report Signed By The Procuring Entity’s Representative At The Project Site; And (viii) Four Copies Of The Invoice Receipt For Property Signed By The Procuring Entity’s Representative At The Project Site. For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is [insert Name(s)]. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: Select Appropriate Requirements And Delete The Rest. (a) Performance Or Supervision Of On-site Assembly And/or Start Up Of The Supplied Goods; (b) Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; (c) Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; (d) Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And (e) Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: Select Appropriate Requirements And Delete The Rest. (a) Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And (b) In The Event Of Termination Of Production Of The Spare Parts: I. Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii. Following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts Required Are Listed In Section Vi. Schedule Of Requirements And The Cost Thereof Are Included In The Contract Price The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spares For The Goods For A Period Of [insert Here The Time Period Specified. If Not Used Insert Time Period Of Three Times The Warranty Period]. Other Spare Parts And Components Shall Be Supplied As Promptly As Possible, But In Any Case Within 25 Calendar Days Months Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Insurance – The Goods Supplied Under This Contract Shall Be Fully Insured By The Supplier In A Freely Convertible Currency Against Loss Or Damage Incidental To Manufacture Or Acquisition, Transportation, Storage, And Delivery. The Goods Remain At The Risk And Title Of The Supplier Until Their Final Acceptance By The Procuring Entity. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure In Accordance With Gcc Clause 22. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Patent Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third Party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 9 Select One, Delete The Other. If The Funding Source Is The Gop Or Wb, State The Following: For The Given Scope Of Work In This Contract As Awarded, All Bid Prices Are Considered Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances And Upon Prior Approval Of The Gppb In Accordance With Section 61 Of R.a. 9184 And Its Irr-a. For Contracts Of More Than Twelve (12) Months Duration Funded By The Adb Or The Jbic, State The Following: Prices Payable To The Supplier, As Stated In The Contract, Shall Be Subject To Adjustment During Performance Of The Contract To Reflect Changes In The Cost Of Labor And Material Components In Accordance With The Following Formula, To Be Computed Starting The Thirteenth (13th) Month: In Which: Δp = Adjustment Amount Payable To The Supplier. P0 = Contract Price (base Price). A = Fixed Element Representing Profits And Overheads Included In The Contract Price And Generally In The Range Of Five (5) To Fifteen (15) Percent. B = Estimated Percentage Of Labor Component In The Contract Price. C = Estimated Percentage Of Material Component In The Contract Price. L0, L1 = Labor Indices Applicable To The Appropriate Industry In The Country Of Origin On The Base Date And Date For Adjustment, Respectively. M0, M1 = Material Indices For The Major Raw Material On The Base Date And Date For Adjustment, Respectively, In The Country Of Origin. The Coefficients A, B, And C Shall Be Specified By The Procuring Entity In The Bidding Documents. The Sum Of The Three Coefficients Should Be One (1) In Every Application Of The Formula. The Bidder Shall Indicate The Source Of The Indices And The Base Date Indices In Its Bid. Base Date = Start Of The Thirteenth Month. Date Of Adjustment = Weeks Prior To Date Of Shipment (representing The Mid-point Of The Period Of Manufacture). The Above Price Adjustment Formula Shall Be Invoked By Either Party Subject To The Following Further Conditions: (a) Price Adjustment Will Be Applied Only If The Resulting Increase Or Decrease Is More Than ____ Percent Of The Contract Price. [two Percent (2%) Would Be An Acceptable Percentage.] (b) No Price Adjustment Shall Be Allowed Beyond The Original Delivery Dates Unless Specifically Stated In The Extension Letter. As A Rule, No Price Adjustment Shall Be Allowed For Periods Of Delay For Which The Supplier Is Entirely Responsible. The Procuring Entity Will However Be Entitled To Any Decrease In The Prices Of The Goods And Services Subject To Adjustment. (c) The Total Adjustment Under This Clause Shall Be Subject To A Ceiling Of Plus Or Minus Percent Of The Contract Price. [ten Percent (10%) Would Be An Acceptable Percentage.] (d) If The Currency In Which The Contract Price (p0) Is Expressed Is Different From The Currency Of Origin Of The Labor And Material Indices, A Correction Factor Will Be Applied To Avoid Incorrect Adjustments Of The Contract Price. The Correction Factor Shall Correspond To The Ratio Of Exchange Rates Between The Two Currencies On The Base Date And The Date For Adjustment As Defined Above. (e) No Price Adjustment Shall Be Payable On The Portion Of The Contract Price Paid To The Supplier As Advance Payment. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Maintain The Gcc Clause And State “no Further Instructions,” Or Specify The Conditions For Price Adjustment And The Corresponding Provisions Therefor, If Any. 10.1 Select One And Delete The Other. If The Funding Source Is Gop, Maintain The Gcc Clause And State Here: No Further Instructions. If The Funding Source Is Adb, Jbic, Or Wb, Use The Following Clause: For Goods Supplied From Abroad: I. On Contract Signature: Ten Percent (10%) Of The Contract Price Shall Be Paid Within Sixty (60) Days From Signing Of The Contract And Upon Submission Of A Claim And A Bank Guarantee For The Equivalent Amount Valid Until The Goods Are Delivered And In The Form Provided In The Bidding Documents. Ii. On Delivery: Seventy Percent (70%) Of The Contract Price Shall Be Paid To The Supplier Within Sixty (60) Days After The Date Of Receipt Of The Goods And Upon Submission Of The Documents (i) Through (vi) Specified In The Scc Provision On Delivery And Documents. Iii. On Acceptance: The Remaining Twenty Percent (20%) Of The Contract Price Shall Be Paid To The Supplier Within Sixty (60) Days After The Date Of Submission Of The Acceptance And Inspection Certificate For The Respective Delivery Issued By The Procuring Entity’s Authorized Representative. In The Event That No Inspection Or Acceptance Certificate Is Issued By The Procuring Entity’s Authorized Representative Within Forty Five (45) Days Of The Date Shown On The Delivery Receipt The Supplier Shall Have The Right To Claim Payment Of The Remaining Twenty Percent (20%) Subject To The Procuring Entity’s Own Verification Of The Reason(s) For The Failure To Issue Documents (vii) And (viii) As Described In The Scc Provision On Delivery And Documents. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Retain The Gcc Clause And State “no Further Instructions”, Or Specify The Requirements Or Conditions Necessary Prior To Payment Of Contract. 10.4 Select One And Delete The Other. If The Funding Source Is Gop, Maintain The Gcc Clause And State Here: No Further Instructions. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, State The Following: The Currency(ies) Of Payment Shall Be [insert Currencies Of Payment]. 13.1 Select One, Delete The Other. If The Funding Source Is Gop, Maintain The Gcc Clause And State Here: No Further Instructions. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution, Maintain The Gcc Clause And State “no Further Instructions,” Otherwise, Specify The Acceptable Form(s) With The Corresponding Amount(s) Of The Performance Security. 13.4 Select One, Delete The Other. If The Funding Source Is Gop, Maintain The Gcc Clause And State Here: No Further Instructions. If The Funding Source Is Adb, Use The Following Clause: After Delivery And Acceptance Of The Goods, The Performance Security Shall Be Reduced To Two Percent (2%) Of The Contract Price To Cover The Supplier’s Warranty Obligations In Accordance With Gcc Clause 1. 13.4(c) Specify Additional Conditions, If Any, That Must Be Met Prior To The Release Of The Performance Security, Otherwise, State “no Further Instructions”. 16.1 The Inspections And Tests That Will Be Conducted Are: [insert The Applicable Inspections And Tests, If None, State “none”]. 17.3 Select One, Delete The Other. If The Funding Source Is Gop And The Goods Pertain To Expendable Supplies: Three (3) Months After Acceptance By The Procuring Entity Of The Delivered Goods Or After The Goods Are Consumed, Whichever Is Earlier. If The Funding Source Is Gop And The Goods Pertain To Non-expendable Supplies: One (1) Year After Acceptance By The Procuring Entity Of The Delivered Goods. If A Warranty Period Of Longer Than One Year Is Required And The Funding Source Is The Adb, Jbic, Or Wb, Insert The Following: In Partial Modification Of The Provisions, The Warranty Period Shall _____ Months From Date Of Acceptance Of The Goods Or (_____) Months From The Date Of Shipment, Whichever Occurs Earlier. 17.4 And 17.5 The Period For Correction Of Defects In The Warranty Period Is [insert Number Of Days]. 0 The Applicable Rate Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 20.4 In The Case Of A Dispute Between The Procuring Entity And The Supplier, The Dispute Shall Be Resolved In Accordance With Republic Act 9285 (“r.a. 9285”), Otherwise Known As The “alternative Dispute Resolution Act Of 2004.” If The Funding Is Adb Delete The Above Paragraph And Insert The Following: All Disputes Arising In Connection With The Present Contract Shall Be Finally Settled Under The Rules Of Conciliation And Arbitration Of The International Chamber Of Commerce By One Or More Arbitrators Appointed In Accordance With Said Rules. If The Funding Source Is A Foreign Government/foreign Or International Financing Institution State The Applicable Rule On Dispute Settlement. 21.1 State Here “no Additional Provision.” Or, If The Consultant Is A Joint Venture, “all Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity.” Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. The Delivery Of Livelihood Supplies & Materials For Parents Of Child Laborers Is 20 Calendar Days From The Receipt Of The Ntp. Item No. Qty. Unit Description Unit Description 01 28 Box Face Mask 02 7 Pc. Apron 03 7 Pc. Woode Rollin Pin 04 140 Unit Pandesal Tray (8x12) 05 7 Unit Gas Stove Double Burner 06 7 Unit Oven, 2 Layer 07 7 Unit Stainless Steel Baking Tray Rack (15 Layers) 08 28 Pcs. Stainless Palanggana (big) 09 2 Pc. Barber Chair 10 2 Pc. Mirror Wall 11 2 Pc. Barber Trolly (5 Layers) 12 2 Set Hair Razor With Cupper Set 13 4 Set Hair Scissors One Set 14 3 Pcs. Barbers Apron 15 3 Set Hair Pins/barbers Hair Cup Set 16 2 Set Hair Comb Set 17 2 Sets Hair Brush 18 3 Pcs. Barber Blade Razor 19 3 Pcs. Powder (250 Grams) 20 3 Pcs. Spray Bottle 21 3 Pcs. Tissue Roll 22 4 Unit Sewing Machine 23 8 Bundle Geena Cloth 24 4 Pc. Tape Measure 25 4 Pc. Ruler, 12 Inches Long 26 40 Pack Needle : # 16, # 18 27 4 Unit Hand Needle 28 4 Unit Thread 29 16 Pcs. Machine Oil 30 8 Pcs. Cutter 31 8 Pcs. Scissors 32 40 Pcs. Bobing Cone 33 120 Pcs. Zipper; 16 Inches , 18 Inches 34 236 Meters Pelon; Thin & Thick 35 3 Unit Grass Cutter 36 3 Unit Hand Garden Tools 37 3 Unit Fertlizer Applicator(abuno) 38 6 Sacks Palay Seeds 39 15 Pack Fertlizer Urea 1 Kg. 40 9 Pc. Bolo 41 6 Pc. Steel Rake 42 6 Pc. Garden Pruning Shears 43 12 Pack Hand Gloves 44 15 Pack Seeds Sitao 45 15 Pack Seeds Pechay 46 15 Pack Seeds Eggplant 47 15 Pack Seeds Ampalaya 48 15 Pack Seeds Okra 49 15 Pack Seeds Squash 50 15 Pack Seeds Kamatis 51 15 Pack Seeds Pipino 52 15 Pack Seeds Upo 53 3 Unit Sprayer (heavy Duty Knapsack Sprayer) 304 Stainless 54 3 Pc. Herbicides 1 Gallon 55 2 Unit Monofilament Net (lambat) Size: 0-20x 8 X 100 Mtrs. 56 2 Unit Size: 0-15x 8 X 100 Mtrs. 57 2 Sacks Size: 0-20x 15 X 100 Mtrs. 58 2 Pack Size: 0-15x 15 X 100 Mtrs. 59 2 Pc. Fishing Nylon; Size: No. 60 60 2 Pc. Size: No. 70 61 2 Pc. Size: No. 80 62 2 Pc. Size: No. 90 63 2 Pc. Size: No. 100 64 2 Box Fishing Hook # 556 65 2 Box # 559 66 2 Box # 562 67 2 Box # 565 68 2 Box # 567 69 1 Roll Skyline Rope # 16 (10mm) 70 10 Pc. Fishing Lure Big Red 71 10 Pc. Pink 72 10 Pc. Blue 73 2 Pcs. Styro Foam 39 1/2 X17 3/4 X13 74 18 Unit Lpg Tank With Gas 75 18 Unit Stove 76 18 Unit Water Dispenser 77 18 Piece Food Glass Display 78 36 Set Frying Pan Double Handle 79 18 Pc. Cauldron/kaldero (medium) 80 18 Sack Rice, Local 81 18 Contr. Cooking Oil 82 18 Piece Plastic Table (monoblock) 83 90 Piece Plastic Chair 84 18 Set Knife (set Diff. Sizes) 85 18 Piece Cutting Board 86 36 Dozen Plastic Plate 87 36 Dozen Spoon 88 18 Dozen Fork 89 18 Dozen Cups, Glass 90 18 Box Vinegar 91 18 Box Soy Sauce 92 6 Pcs. Steamer 2 Layer (big) 93 2 Unit Gas Stove, Double Burner 94 2 Pcs. Lpg Gas Tank 95 20 Kls. Malagkit (white) 96 2 Sack Sugar , White 97 2 Sack Sugar, Brown 98 300 Pcs. Plastic Puto Molder 99 2 Sack Harena/flour 100 8 Piece Palanggana (small & Big) 101 2 Box Evaporated Milk 102 2 Box Condense Milk 103 4 Unit Hand Mixer 104 2 Unit Food Display 105 8 Pcs. Apron 106 4 Pcs. Cutting Board 107 20 Pcs. Piglets 108 5 Sack Pre-starter B-meg/pigrplac 109 5 Sack Starter B-meg/pigrolac 110 5 Sack Hog Growers 111 5 Sack Tiki-tiki, Local Pormulation 112 3 Bottle Hcetone/polish Remover 100 Ml. 113 2 Pc. Nail Brush 114 2 Pc. Cuticle Pusher 115 2 Unit Original Nippers 116 3 Pc. Nail File 8/emery Board 8 117 5 Pack Cotton Balls 118 4 Bottle Cuticle Oil 119 20 Pc. Chronia Nail Polish, Assorted 120 3 Unit Footspa Machine 4 In 1 121 5 Pc. Astringent Foot Sour 122 5 Pc. Cooling Foot Sour 123 5 Pc. Expoliating Foot Scrub 124 3 Pc. Toe Separator8 125 3 Pc. Double Side Foot Brush Dead Skiu 126 2 Pc. Nail Polish Organizer 127 3 Pc. Martaiolet 128 3 Pc. Moisturizer Lotion 129 1 Pc. Manicure/pedicure 130 2 Pc. Gel Uy Led Nail Polish Lamp 131 1 Set Pipe Threader (2 1/2 " Talim Mano Mano) 132 1 Pc. Electric Impact Drill 133 2 Pcs Pipe Wrench (12") 134 5 Pcs Pvc Pipe Cutter 135 1 Set Ppr Fusion Machine 136 1 Pc. 3 N 1 Portable Welding Machine 137 5 Pcs Pipe Threader (1 1/4") 138 5 Pcs Pipe Threader (1") 139 1 Pc. Adjustable Double Ended Wrench 140 1 Pc Heavy Duty Vice Grip Wrench (pipe Cutter/crimping Fliers) 141 100 Pcs. Day Old Chicks Broiler 142 6 Pcs. 100 Watts Yellow Bulb Heater 143 4 Pcs. 1.5 Kg. Chicken Drinker 144 4 Pcs. 1 Ltr. Chicken Drinker (25 Kg. Broiler Starter Feeds) 145 4 Sacks Grower Integra (1000) 146 4 Sacks Starter Integra (2,000) 147 4 Sacks Finisher Integra (3,000) 148 1 Pcs. Weighing Scale (timbangan) 149 2 Unit Motorized Banka , 7 1/2 (makina) 150 1 Unit Tractor Without Engine 151 4 Pcs. Stainless Insulted Covered Cylindrical Buckets 10l-50l. 152 18 Boxes Soya Beans Calcium 153 4,000 Pcs. Disposable Glass 154 18 Kls. Sugar, Brown 155 20 Kls. Sagu, Small 156 4 Pcs. Kaldero 157 2 Unit Air Compressor ( Wes Pro) 158 2 Unit Tire Changer 159 2 Unit Hydrolic Crocodile Jack 160 2 Unit Item Description 161 2 Unit Heavy Duty Electric Vulcanizer 162 4 Pcs. Air Pressure Guage 163 10 Pcs. Vulcanizing Gum 55 Inches X4.3 Ffx 25mm 164 2 Unit Tool Box Multifunction 165 4 Pcs. Tire (size 250x17) 166 20 Pcs. Hammer, Stainless 167 20 Boxes Cross Cut Saw 168 20 Pcs. Long Tape Measure(50meters) 169 10 Pcs. Nevel 170 20 Boxes Pencil 171 20 Pcs. L-square 172 20 Pcs. Tool Box 173 10 Pcs. Bag 174 10 Pcs. Maso 175 10 Pcs. Crow Bar 176 20 Pcs. Level Hose 177 20 Pcs. Flies 178 20 Pcs. Screw Driver 179 100 Pcs. Sand Paper 180 40 Pcs. Camisa De Chino, Colored 181 2 Pcs. Shovel Section Vii. Technical Specifications Notes For Preparing The Technical Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Their Bids. In The Context Of Competitive Bidding, The Specifications (e.g. Production/delivery Schedule, Manpower Requirements, And After-sales Service/parts) Must Be Prepared To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured.. Only If This Is Done Will The Objectives Of Transparency, Equity, Efficiency, Fairness And Economy In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation And Post-qualification Facilitated. The Specifications Should Require That All Items, Materials And Accessories To Be Included Or Incorporated In The Goods Be New, Unused, And Of The Most Recent Or Current Models, And That They Include Or Incorporate All Recent Improvements In Design And Materials Unless Otherwise Provided In The Contract. Samples Of Specifications From Previous Similar Procurements Are Useful In This Respect. The Use Of Metric Units Is Encouraged. Depending On The Complexity Of The Goods And The Repetitiveness Of The Type Of Procurement, It May Be Advantageous To Standardize The General Technical Specifications And Incorporate Them In A Separate Subsection. The General Technical Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Manufacturing Similar Goods. Deletions Or Addenda Should Then Adapt The General Technical Specifications To The Particular Procurement. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Equipment, Materials, And Workmanship, Recognized Philippine And International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Equipment, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure At Least A Substantially Equal Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Special Conditions Of Contract Or The Technical Specifications. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Technical Specifications To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished Or Tested, The Provisions Of The Latest Edition Or Revision Of The Relevant Standards And Codes Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure Substantial Equivalence To The Standards And Codes Specified Will Be Acceptable. Reference To Brand Name And Catalogue Number Should Be Avoided As Far As Possible; Where Unavoidable They Should Always Be Followed By The Words “or At Least Equivalent.” References To Brand Names Cannot Be Used When The Funding Source Is The Gop. Where Appropriate, Drawings, Including Site Plans As Required, May Be Furnished By The Procuring Entity With The Bidding Documents. Similarly, The Supplier May Be Requested To Provide Drawings Or Samples Either With Its Bid Or For Prior Review By The Procuring Entity During Contract Execution. Bidders Are Also Required, As Part Of The Technical Specifications, To Complete Their Statement Of Compliance Demonstrating How The Items Comply With The Specification. Technical Specifications Item Specification Statement Of Compliance Bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidders Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Provisions Of Itb Clause 3.1(a)(ii) And/or Gcc Clause 2.1(a)(ii). Section Viii. Bidding Forms Notes On The Bidding Forms The Bidder Shall Complete And Submit With Its Bid The Bid Form And Price Schedules In Accordance With Itb Clause 15 With The Requirements Of The Bidding Documents And The Format Set Out In This Section. When Requested In The Bds, The Bidder Should Provide The Bid Security, Either In The Form Included Hereafter Or In Another Form Acceptable To The Entity, Pursuant To Itb Clause 18.1. The Contract Agreement Form, When It Is Finalized At The Time Of Contract Award, Should Incorporate Any Corrections Or Modifications To The Accepted Bid Resulting From Price Corrections. The Price Schedule And Schedule Of Requirements Deemed To Form Part Of The Contract Should Be Modified Accordingly. The Performance Security Form And Bank Guarantee Form For Advance Payment Should Not Be Completed By The Bidders At The Time Of Their Bid Preparation. Only The Successful Bidder Will Be Required To Provide Performance Security And Bank Guarantee For Advance Payment In Accordance With One Of The Forms Indicated Herein Or In Another Form Acceptable To The Procuring Entity And Pursuant To Gcc Clause 13 And Its Corresponding Scc Provision. The Sworn Affidavit Must Be Completed By All Bidders In Accordance With Itb Clause 4.2 Failure To Do So And Submit It With The Bid Shall Result In The Rejection Of The Bid And The Bidder’s Disqualification. Table Of Contents Bid Form 89 Contract Agreement Form 93 Omnibus Sworn Statement 94 Bank Guarantee Form For Advance Payment 96 Bid Form Date: Invitation To Bid No: To: Lgu-mapanas, Northern Samar Barangay Del Norte, Mapanas, Northern Samar Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To [supply/deliver/perform] [description Of The Goods] In Conformity With The Said Bidding Documents For The Sum Of [total Bid Amount In Words And Figures] Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In Bds Provision For Itb Clause 18.2 And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per Itb Clause 5 Of The Bidding Documents. Dated This ________________ Day Of ________________ 20______. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ For Goods Offered From Abroad Name Of Bidder . Invitation To Bid Number __. Page Of . 1 2 3 4 5 6 7 8 9 Item Description Country Of Origin Quantity Unit Price Cif Port Of Entry (specify Port) Or Cip Named Place (specify Border Point Or Place Of Destination) Total Cif Or Cip Price Per Item (col. 4 X 5) Unit Price Delivered Duty Unpaid (ddu) Unit Price Delivered Duty Paid (ddp) Total Price Delivered Ddp (col 4 X 8) For Goods Offered From Within The Philippines Name Of Bidder . Invitation To Bid Number . Page Of . 1 2 3 4 5 6 7 8 9 10 Item Description Country Of Origin Quantity Unit Price Exw Per Item Cost Of Local Labor, Raw Material, And Component2 Total Price Exw Per Item (cols. 4 X 5) Unit Prices Per Item Final Destination And Unit Price Of Other Incidental Services Sales And Other Taxes Payable Per Item If Contract Is Awarded Total Price Delivered Final Destination (col 8 + 9) X 4 Contract Agreement Form This Agreement Made The _____ Day Of __________ 20_____ Between [name Of Procuring Entity] Of The Philippines (hereinafter Called “the Entity”) Of The One Part And [name Of Supplier] Of [city And Country Of Supplier] (hereinafter Called “the Supplier”) Of The Other Part: Whereas The Entity Invited Bids For Certain Goods And Ancillary Services, Viz., [brief Description Of Goods And Services] And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of [contract Price In Words And Figures] (hereinafter Called “the Contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Referred To. 2. The Following Documents Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: (a) The Bid Form And The Price Schedule Submitted By The Bidder; (b) The Schedule Of Requirements; (c) The Technical Specifications; (d) The General Conditions Of Contract; (e) The Special Conditions Of Contract; And (f) The Entity’s Notification Of Award. 3. In Consideration Of The Payments To Be Made By The Entity To The Supplier As Hereinafter Mentioned, The Supplier Hereby Covenants With The Entity To Provide The Goods And Services And To Remedy Defects Therein In Conformity In All Respects With The Provisions Of The Contract 4. The Entity Hereby Covenants To Pay The Supplier In Consideration Of The Provision Of The Goods And Services And The Remedying Of Defects Therein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of The Contract At The Time And In The Manner Prescribed By The Contract. In Witness Whereof The Parties Hereto Have Caused This Agreement To Be Executed In Accordance With The Laws Of The Republic Of The Philippines On The Day And Year First Above Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Supplier). Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Bidding For [name Of The Project] Of The [name Of The Procuring Entity]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The [name Of Bidder] In The Bidding As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: I Am Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [jurat] Bank Guarantee Form For Advance Payment To: [name And Address Of Procuring Entity] [name Of Contract] Gentlemen And/or Ladies: In Accordance With The Payment Provision Included In The Special Conditions Of Contract, Which Amends Clause 10 Of The General Conditions Of Contract To Provide For Advance Payment, [name And Address Of Supplier] (hereinafter Called The “supplier”) Shall Deposit With The Procuring Entity A Bank Guarantee To Guarantee Its Proper And Faithful Performance Under The Said Clause Of The Contract In An Amount Of [amount Of Guarantee In Figures And Words]. We, The [bank Or Financial Institution], As Instructed By The Supplier, Agree Unconditionally And Irrevocably To Guarantee As Primary Obligator And Not As Surety Merely, The Payment To The Procuring Entity On Its First Demand Without Whatsoever Right Of Objection On Our Part And Without Its First Claim To The Supplier, In The Amount Not Exceeding [amount Of Guarantee In Figures And Words]. We Further Agree That No Change Or Addition To Or Other Modification Of The Terms Of The Contract To Be Performed Thereunder Or Of Any Of The Contract Documents Which May Be Made Between The Procuring Entity And The Supplier, Shall In Any Way Release Us From Any Liability Under This Guarantee, And We Hereby Waive Notice Of Any Such Change, Addition, Or Modification. This Guarantee Shall Remain Valid And In Full Effect From The Date Of The Advance Payment Received By The Supplier Under The Contract Until [date]. Yours Truly, Signature And Seal Of The Guarantors [name Of Bank Or Financial Institution] [address] [date]
Closing Date14 May 2025
Tender AmountPHP 1.8 Million (USD 32.8 K)
8511-8520 of 8524 archived Tenders