Medicine Tenders

Medicine Tenders

City Government Iligan Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through Special Educational Fund Intend To Apply The Sum Of P 4,830,913.32 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Three-storey Guidance And Counselling Building, Iligan City National High School (icnhs), Brgy. Mahayahay, Iligan City With Project No. Cb(b)-24-130 (ceo-infra) Re-bid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Three-storey Guidance And Counselling Building, Iligan City National High School (icnhs), Brgy. Mahayahay, Iligan City •general Requirements -pennits & Clearances; -installation Of Project Billboard,2 Sets; -occupational Safety & Health Program; •clearing & Grubbing -cutting Of Trees; •earthworks -excavation For Foundation, Tie Beam, Wall-footing , Zocalo, Septic Vault, Concrete Storage, Stairs Foundation & Grease Trap; -backfilling & Compaction For The Slab On Grade; -gravel Bedding For Foundation , Tie Beam, Wall-footing , Slab On Grade, Zocalo, Septic Vault , Concrete Storage, Stairs Foundation & Catch Basin; •concrete Works, Forms & Scaffoldings -concrete Pouring For Foundation , Columns, Tie Beam, 2nd & 3rd Floor Beams, Suspended Slab, Roof Beams , Cantilever Beams, Slab On Grade, Wall-footing (foundation) , Zocalo (foundation) , Septic Vault Flooring (top & Bottom), Concrete Storage (foundation), & Catch Basin Flooring; •masonry Works -installation Of 4" X 8" X 16" Concrete Hollow Blocks (chb) For Wallings At Ground Floor, Balcony (2nd Floor) , Parapet,wall-footing ,septic Vault, Catch Basin, Concrete Storage & Zocalo, W/plaster Finish,& Smooth On Expose Areas; -using 10mmø X 6m Deformed Steel Bars Wf#.16 G.i Tie Wire; And Vertical Spaced @600mm O.c & For Horizontal, Every @3rd Layer; •steel Reinforcement -using 10mmø, 12mmø, 16mmø & 20mmø Deformed Steel Bars Wf#.16 G.i Tie Wire; •paint Works & Finishes; -skim Coating Only For All Wallings At Ground Floor Only; •steel Works -fabrication & Installation Of 50mm X 50mm X 6mm Thk., 38mm X 38mm X 6mm Thk., 38mm X 38mm X 4.smm Thk ., 25mm X 25mm X 4.smm Thk., 25mm X 25mm X 2mm Thk. Angle Bar,25mm X 25mm X 3/16" Thk. Angle Bar, 25mm X 3/16" Thk. Flat Bar. 2" X 4" X 1.smm Thk. C-purtins W/ 10mmø Dsb Sagrods, 12mmø Turnbuckle & Cross Brace; 10mmø Anchor Bolt,epoxy Primer; -installation Of Stainless Steel Square Tube Railings- Grade 304 For Stairs & Balcony; •tinsmithry Works -installation Of 0.4mm Thk. Colored Roof Long-span Rib Type,0.4mm Thk. Pre-fab End Flashing, 0.4mm Thk. Pre-fab Fascia Cover,& 0.30m X 2.40m X 0.4mm Thk. Pre-fab Colored Gutter Spanish Type W/complete Accessories ; •electrical Works ; -electrical Works At Ground Floor, & Provisions; •plumbing Works; -installation Of Plumbing Fixtures At Ground Floor Only; -installation Of 3"ø Pvc Pipe For Downspout W/ G.i Basket Strainer, Pvc Pipe Clip W/complete Accessories ; -provision Of Pvc & G.i Pipes For 2nd Floor & 3rd Floor Fixtures; I. Permits And Clearance (q = 1.00 Lumpsum) Includes Fire, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3)-6 Sets Of Plans. Ii. Construction Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe, First Aide Kit & Medicines. Iii. Project Billboard (q = 2.00 Set/s) Includes 4' X 8' Tarpaulin Print Billboard, 8' X 8' Tarpaulin Print Billboard, 2"x 2"x 8' Coco Lumber, 2"x 2"x 10' Coco Lumber, 2"x 2"x 14' Coco Lumber, Assorted Sizes C.w Nails. Iv.mobilization & Demobilization (q = 1.00 Lot) V.clearing And Grubbing (q = 1.00 Lot) Vi. Earthworks (q = 147.48 Cu.m) Includes Volume To Be Excavated, Volume To Be Backfilled, Pit Run Soil/earthfill (backfilling Suitable Materials), Gravel Bedding (1-1/2"ø). Vii. Concrete Works, Formworks And Scaffoldings (q = 75.99 Cu.m) Includes Portland Cement, Washed Sand, Washed Gravel, 4' X 8' X 1/4" Thk. Marine Plywood, Assorted Sized Coco Lumber, Assorted Sized C.w Nails. Viii. Masonry Works (q = 284.81 Sq.m) Includes 4" X 8" X 16" Chb, Portland Cement, Washed Sand, 10mm Dia. X 6m Dsb, #16 G.i Tie Wire. Ix.steel Reinforcements (q = 16,429.80 Kgs.) Includes 10mm Dia. X 6m Dsb, 12mm Dia. X 6m Dsb, 16mm Dia. X 6m Dsb, 20mm Dia. X 6m Dsb, #16 G.i Tie Wire. X.steel Works (q = 2,034.40 Kg/s) Includes 50mm X 50mm X 6m X 6mm Thk. Angle Bar- 16pcs, 38mm X 38mm X 6m X 4.smm Thk. Angle Bar- 20pcs, 38mm X 38mm X 6m X 6mm Thk. Angle Bar- 23pcs, 25mm X 25mm X 6m X 4.5mm Thk. Angle Bar- 24pcs, 25mm X 25mm X 6m X 2.0mm Thk. Angle Bar- 7pcs, 1" X 1" X 6m X 3/16" Thk. Angle Bar- 4pcs, 25mm X 6m X 3/16" Thk. Flat Bar- 3pcs, 50mm X 100mm X 6m X 1.5mm Thk. C-purlins- 20pcs, 12mmø X 6mm Plain Bar Cross Brace- 8pcs, 12mmø Turnbuckle, Sagrods-10mmø X 6mm Dsb- 18pcs, 10mmø Anchor Bolt (l-type), Welding Rod (6011), 2" X 3" X 6m X 1.0mm Thk. Stainless Steel Rectangular Tube- Grade 304, 2" X 2" X 6m X 1.0mm Thk. Stainless Steel Rectangular Tube- Grade 304, Stainless Welding Rod (1.60mm), Epoxy Primer, 4" Paint Brush, 4"ø Cutting Disc, 4"ø Grinding Disc, Assorted Sand Paper. Xi.tinsmithry (q = 80.73 Sq.m) Includes 0.4mm Thk. Colored Roof Long Span Rib Type, Pre-fab Colored End Flashing (0.4mm Thk. X 8'), 0.30m X 2.40m X 0.4mm Thk. Pre-fab Colored Gutter Spanish Type, Pre-fab Colored Fascia Cover (0.4mm Thk. X 8'), Sealant, Teksrew, Blind Rivets (1000pcs/box), Riveter, Aviation Metal Snip Scissor. Xii. Paint Works & Finishes (q = 388.99 Sq.m) Includes Skim Coat, Sand Paper. Xiii. Electrical Works (q = 1.00 Lot) Includes 2.0mm2 Thhn Stranded Copper Wire, 3.5mm2 Thhn Stranded Copper Wire, 8.0mm2 Thhn Stranded Copper Wire, 14.0mm2 Thhn Stranded Copper Wire, 38.0mm2 Thhn Stranded Copper Wire, Pvc Conduit 15mm, Pvc Elbow 15mm, Junction Box 4x4", Utility Box 2x4", Pvc Conduit 20mm, Pvc Elbow 20mm, Emt Conduit 32mm, Emt Coupling 32mm, Service Entrance Cap 32mm, Secondary Rack With 2 Spool, Duplex Convenience Outlet, Airconditioning Outlet, Single Gang Switch With Led Indicator 230v, Two Gang Switch With Led Indicator 230v, Three Gang Switch With Led Indicator 230v, Single Gang Three Way Switch With Led Indicator 230v, Led Panel Light Recessed Round Type 18w (230v), Led Panel Light 30x60 24w (230v Daylight), Led Panel Light 30x30 18w (230v), Circuit Breaker 2 Pole 15at (230v Plug In Type), Circuit Breaker 2 Pole 20at (230v Plug In Type), Circuit Breaker 2 Pole 60at (230v Plug In Type), Electrical Panelboard 10 Holes 8 Branches Plug In Type, Mccb 125 At 2 Pole 230v, Enclosure For 125 At Mccb, Solvent Cement 100cc, Minor Electrical Peripherals. Xiv. Plumbing Works (q = 1.00 Lot) Includes 6" Dia. X 10' Pvc Pipe S-1000, 4" Dia. X 10' Pvc Pipe S-1000, 4" Dia. Pvc Sanitary Tee (s-1000), 4" Dia. Pvc Elbow 1/4 Bend (90 Deg.), 4" Dia. Pvc Elbow 1/8 Bend (45 Deg.), 4" Dia. Pvc Coupling, 4" Dia. Pvc Clean Out W/adapter & Plug, 4" X 2" Dia. Pvc Coupling Reducer, 4" Dia. Pvc Cross Tee, 3" Dia. X 10' Pvc Pipe S-1000, 3" Dia. Pvc Elbow 1/4 Bend (90 Deg.), 3" X 2" Dia. Pvc Coupling Reducer, 3" X 2" Dia. Pvc Wye, 3" Dia. Pvc Elbow 1/8 Bend (45 Deg .), 3" Dia. Pvc Clean Out W/adapter & Plug, 3" Dia. Pvc Sanitary Tee (s-1000), Pvc Pipe Strap/clip, Bolt (54pcs), Nut (54pcs) And Washer (54pcs), 2" Dia. X 10' Pvc Pipe S-1000, 2" Dia. Pvc Tee, 2" Dia. Pvc P-trap, 2" Dia. Stainless P Trap, 2" Dia. Pvc Elbow 1/4 Bend (90 Deg.), Pvc Cement (400cc), 1/2" Dia. X 20' G.i Threaded Pipe Water Supply Line, 1/2" Diam. G.i Threaded Pipe Elbow (90deg.), 1/2" Diam. G.i Threaded Pipe Tee, 1/2" Diam. G.i Threaded Union Patente, G.i Basket Strainer, 4" X 4" Stainless Floor Drain, Water Closet W/complete Fittings/accessories-heavy Duty, Lavatory -heavy Duty, Faucet W/complete Accessories-heavy Duty, Teflon Tape (3/4" X 10m). Approved Budget For The Contract (abc): P 4,830,913.32 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Eighty (180) Calendar Days From Receipt Of Notice To Proceed. 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. Instruction To Bidders. 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”. 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. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1.issuance Of Bid Documents: December 10, 2024 – January 7, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2.pre-bid Conference: December 17, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3.submission Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4.opening Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government 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. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed) Darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: December 10, 2024 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-130 (ceo-infra)
Closing Date7 Jan 2025
Tender AmountPHP 4.8 Million (USD 83.2 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Description: Sources Sought Notice important: Read This Notice In Its Entirety Before Responding. Services Are Sporadic And No Routine Schedule Or Quantity Can Be Firmly Identified the Department Of Veterans Affairs (va), Network Contracting Office (nco) 23, On Behalf Of The Sioux Falls Sd Va Hospital, Is Seeking Information And Potential Sources For Onsite Licensed General Surgeon Gastroenterology Services. The Period Of Performance Will Be For One Year And Includes Four (4) One-year Option Periods. the Contractor Shall Provide Onsite Licensed General Surgeon Gastroenterology Services In Accordance With The Terms, Conditions, And Specifications Contained Herein To Beneficiaries Of The Department Of Veteran Affairs (va), Sioux Falls Va Health Care System (vahcs). The Total Number Of Hours Required Is 416 Hours Annually. Services May Be Required On A 24-hour Per Day, Seven Days Per Week Basis, Including Holidays And Weekends. On Call Services May Be Required. See Attached Performance Work Statement (pws) For Additional Information. the Naics For This Requirement Is 561320 Temporary Help Services, Which Has A Small Business Size Standard Of $34.0 Million. It Is The Intent Of The Va To Issue A Single Award, Firm Fixed Price Contract. this Is A Sources Sought Notice Only. This Sources Sought Notice Will Be Used To Obtain Information Regarding The Provision Of F Onsite Licensed General Surgeon Gastroenterology Services From Potential Vendors, Identify Potential Vendors That Would Be Interested And Capable Of Providing Onsite Licensed General Surgeon Gastroenterology Services Within The Requested Timeframe, And To Assist The Contracting Officer In Making A Set-aside Determination. This Source Sought Notice And Any Responses Are For Market Research Purposes Only And Shall Not Be Considered An Obligation On The Part Of The Government To Acquire Any Services. this Source Sought Notice Is Not A Solicitation, And No Contractual Arrangement Will Be Made As A Result. Vendors Are Advised That No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of A Contractor Submission To This Sources Sought Notice Or The Government's Use Of Such Information. All Costs Associated With Responding To This Sources Sought Notice Are Solely At The Responding Vendors Expense. The Government Reserves The Right To Reject, In Whole Or In Part, Any Vendor's Input Resulting From This Sources Sought Notice. Information Submitted In Response To This Sources Sought Notice Will Not Be Returned. all Submitted Information Should Be Unclassified Or Non-proprietary. Vendors Are Solely Responsible For Properly Marking And Clearly Identifying Any Proprietary Information Or Trade Secrets Contained With Its Response. The Government Will Not Be Liable For Or Suffer Any Consequential Damages For Any Proprietary Information Not Properly Marked And Clearly Identified. by Responding To This Sources Sought Notice, The Vendor Provides The Government Permission To Share Its Submitted Capabilities And Contact Information With Other Government Organizations In Relationship To Similar Requirements For Market Research Purposes. To Be Considered Complete, Responses To This Sources Sought Notice Shall Include The Information Below. provide A Brief Description Of The Company Background, Experience In Providing Onsite Licensed General Surgeon Gastroenterology Services As The Prime Contractor/subcontractor, Socioeconomic Status, Past Performance With Government Contracts, And Contractor Sam Uei Number. indicate If Subcontractors/partners Be Used For Any Part Of The Delivery Of Onsite Licensed General Surgeon Gastroenterology Services? If Yes, Specify The Duties Of The Prime Contractor And Any Subcontractors/partners. if Company Is A Veteran And/or Small Business, Indicate If Able To Comply With The Limitations On Subcontracting At 13 Cfr 125.6, Which States That For Services A Small Business Concern Must Agree That It Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Similarly Situated. include Copy Of Small Business Administration Verification At Veteran Small Business Certification (sba.gov) If Claiming Veteran-owned Small Business Or Service-disabled Veteran-owned Small Business Socioeconomic Status As Prime Contractor Or For Any Subcontractors/partners. provide A Copy Of Current Certificate Of Liability Insurance In Vendor S Name. all Interested Parties, Regardless Of Socioeconomic Status, Capable Of Providing The Required Onsite Licensed General Surgeon Gastroenterology Services Above Shall Submit A Response Via Email To The Contracting Specialist At Tina.bernad@va.gov No Later Than January 3, 2025, 11:00 A.m. Central Time. performance Work Statement onsite General Surgeon Gastroenterology Services general: services Provided: The Contractor Shall Provide Board Certified/board Eligible General Surgery Physician Services Onsite In Accordance With The Specifications Contained Herein To Beneficiaries Of The Va And The Royal C. Johnson Veterans Memorial Hospital (sioux Falls Va). place Of Performance: Contractor Shall Furnish Services At The Royal C. Johnson Veterans Memorial Hospital (sioux Falls Va), 2501 W 22nd St, Sioux Falls, Sd 57105. authority: Title 38 Usc 8153, Health Care Resources (hcr) Sharing Authority. Remember To Identify The Federal Acquisition Regulation (far) Parts Used (far 12 In Combination With 13, 15 And/or Va Acquisition Regulation (vaar) Part 873) policy/directives/handbooks. The Contractor Shall Be Subject To The Following Policies, Including Any Subsequent Updates During The Period Of Performance. The Policies Listed Below Can Be Accessed Electronically At The Following: Va Publications Vha Publications va Directive 1663: Health Care Resources (hcr) Contracting Buying Title 38 U.s.c. 8153 1.4.2. Vha Directive 1003.04: Vha Patient Advocacy vha Directive 1065: Productivity And Staffing Guidance For Specialty Provider Group Practice vha Directive 1088(1): Communicating Test Results To Providers And Patients vha Directive 1100.18: Reporting And Responding To State Licensing Boards vha Directive 1100.20: Credentialing Of Health Care Providers vha Directive 1100.21: Privileging vha Directive 1192.01: Seasonal Influenza Vaccination Program For Vha Health Care Personnel vha Directive 1220(1): Facility Procedure Complexity Designation Requirements To Perform Invasive Procedures In Any Clinical Setting vha Directive 1400.01: (not Applicable, Please Remove) vha Directive 1605.01: Privacy And Release Of Information vha Directive 1907.01: Vha Health Information Management And Health Records vha Handbook 1100.17: National Practitioner Data Bank (npdb) Reports vha Handbook 1400.04: (not Applicable, Please Remove) privacy Act Of 1974 (5 U.s.c. 552a) As Amended: Http://www.justice.gov/oip/foia_updates/vol_xvii_4/page2.htm acronyms/definitions: Terms Used In This Contract Shall Be Interpreted As Follows Unless The Context Expressly Requires A Different Construction And/or Interpretation. In Case Of A Conflict In Language Between The Definitions And Other Sections Of This Contract, The Language In This Section Shall Govern. abs: American Board Of Surgery Http://www.absurgery.org/ acgme: Accreditation Council For Graduate Medical Education acls: Advanced Cardiac Life Support ajic: American Journal For Infection Control aql: Acceptable Quality Level baa: Business Associate Agreement bba: Balanced Budget Act bls: Basic Life Support cdc: Centers For Disease Control And Prevention cdr: Contract Deficiency Report ceu: Certified Education Unit clinical Privileging: Clinical Privileging Is The Process By Which A Practitioner, Licensed For Independent Practice; E.g., Without Supervision, Direction, Required Sponsor, Preceptor, Mandatory Collaboration, Etc.; Is Permitted By Law And The Facility To Practice Independently, To Provide Specific Medical Or Other Patient Care Services Within The Scope Of The Individual S License, Based Upon The Individual S Clinical Competence As Determined By Peer References, Professional Experience, Health Status, Education, Training And Licensure. Clinical Privileges Must Be Facility-specific And Provider-specific, And Within Available Resources. cme: Continuing Medical Education cmp: Civil Monetary Penalty cms: Centers For Medicare And Medicaid Services co: Contracting Officer: The Person Executing This Contract On Behalf Of The Government With The Authority To Enter Into And Administer Contracts And Make Related Determinations And Findings. coi: Conflict Of Interest cor: Contracting Officer S Representative: A Person Appointed By The Co To Take Necessary Action To Ensure The Contractor Performs In Accordance With And Adheres To The Specifications Contained In The Contract And To Protect The Interest Of The Government. The Cor Shall Report To The Co Promptly Any Indication Of Non-compliance In Order That Appropriate Action Can Be Taken. cos: Chief Of Staff cpars: Contractor Performance Assessment Reporting System credentialing: Credentialing Is The Process Of Obtaining, Verifying, And Assessing The Qualifications Of A Health Care Provider To Provide Care Or Services In Or For The Va Health Care System. Credentials Are Documented Evidence Of Licensure, Education, Training, Experience Or Other Qualifications. dea: Drug Enforcement Agency ehr: Electronic Health Record - Electronic Health Record System Used By The Va epa: Environmental Protection Agency fapiis: Federal Awardee Performance And Integrity Information System far: Federal Acquisition Regulation foia: Freedom Of Information Act fppe: Focused Provider Practice Evaluation fsmb: Federation Of State Medical Boards fte: Full Time Equivalent: Va S Standard Definition Is For Full Time Working The Equivalent Of 80 Hours Every Two Weeks, 2080 Hours Per Year.  however, Providers May Propose Using Their Standard Fte Definition. hhs: Department Of Health And Human Services hicpac: Hospital Infection Practices Advisory Committee hipaa: Health Insurance Portability And Accountability Act igra: Interferon-gamma Release Assays iso: Information Security Officer key Personnel: The Individuals Specified In This Contract Who Are Essential To Work Performance. mri: Magnetic Resonance Imaging mst: Military Sexual Trauma npi: National Provider Identifier. Npi Is A Standard, Unique 10-digit Numeric Identifier Required By Hipaa. The Vha Must Use Npis In All Hipaa-standard Electronic Transactions For Individual (health Care Practitioners) And Organizational Entities (medical Centers). nppes: National Plan And Provider Enumeration System nso: National Surgery Office ogc: Office Of General Counsel oig: Office Of Inspector General oppe: Ongoing Provider Practice Evaluation or: Operating Room pop: Period Of Performance ppd: Purified Protein Derivative ppirs: Past Performance Information Retrieval System pws: Performance Work Statement qa/qi: Quality Assurance/quality Improvement qm/pi: Quality Management/performance Improvement qasp: Quality Assurance Surveillance Plan rfp: Request For Proposal scs: Specialty Care Services ssac: Sole Source Affiliate Contract tjc: The Joint Commission tst: Tuberculosis Skin Test usc: United States Code va: Department Of Veterans Affairs va-fsc: Va Financial Services Center vaar: Va Acquisition Regulation vetpro: Is Vha S Mandatory Credentialing Software Platform To Document The Credentialing Of Vha Health Care Providers. This System Facilitates Completion Of A Uniform, Accurate And Complete Credentials File. vha: Veterans Health Administration vista: Veterans Integrated Systems Technology Architecture qualifications: staff/facility license: The Contractor S Physician(s) Assigned By The Contractor To Perform The Services Covered By This Contract Shall Have A Current License To Practice Medicine In Any State, Territory, Or Commonwealth Of The United States Or The District Of Columbia) When Services Are Performed Onsite On Va Property. all Licenses Held By The Key Personnel Working On This Contract Shall Be Full And Unrestricted Licenses. Contractor S Physician(s) Who Have Current, Full And Unrestricted Licenses In One Or More States, But Who Have, Or Ever Had, A License Restricted, Suspended, Revoked, Voluntarily Revoked, Voluntarily Surrendered Pending Action Or Denied Upon Application Will Not Be Considered For The Purposes Of This Contract. board Certification: All Contractor S Physician(s) Shall Be Board Certified/board Eligible By The Abs Http://www.absurgery.org/, And Be Currently Certified In Bls, Acls Or Equivalency. All Continuing Education Courses Required For Maintaining Certification Must Be Kept Up To Date At All Times. Documentation Verifying Current Certification Shall Be Provided By The Contractor To The Va Cor On An Annual Basis For Each Year Of Contract Performance. credentialing And Privileging: Credentialing And Privileging Is To Be Done In Accordance With The Provisions Of Vha Directive 1100.20 And Vha Directive 1100.21 Referenced Above. The Contractor Is Responsible To Ensure That Proposed Physician(s) Possesses The Requisite Credentials Enabling The Granting Of Privileges. No Services Shall Be Provided By Any Contractor S Physician(s) Prior To Obtaining Approval By The Facility Medical Executive Board And Medical Center Director. if A Contractor S Physician(s) And/or Other Contract Provider(s) Are Not Credentialed And Privileged Or Has Credentials/privileges Suspended Or Revoked, The Contractor Shall Furnish An Acceptable Substitute Without Any Additional Cost To The Government. technical Proficiency: Contractor S Physician(s) Shall Be Technically Proficient In The Skills Necessary To Fulfill The Government S Requirements, Including The Ability To Speak, Understand, Read And Write English Fluently. Contractor Shall Provide Documents Upon Request Of The Co/cor To Verify Current And Ongoing Competency, Skills, Certification And/or Licensure Related To The Provision Of Care, Treatment And/or Services Performed. Contractor Shall Provide Verifiable Evidence Of All Educational And Training Experiences Including Any Gaps In Educational History For All Contractor S Physician(s) And Contractor S Physician(s) Shall Be Responsible For Abiding By The Facility's Medical Staff By-laws, Rules, And Regulations (referenced Herein) That Govern Medical Staff Behavior. continuing Medical Education (cme)/ Certified Education Unit (ceu) Requirements: Contractor Shall Provide The Cor Copies Of Current Cmes As Required Or Requested By The Facility. Contractor S Physician(s) Registered Or Certified By National/medical Associations Shall Continue To Meet The Minimum Standards For Cme To Remain Current. Contractor Shall Report Cme Hours To The Credentials Office For Tracking. These Documents Are Required For Both Privileging And Re-privileging. Failure To Provide Shall Result In Loss Of Privileges For Contractor S Physician(s). training (acls, Bls, Ehr And Va Mandatory): Contractor Shall Meet All Va Educational Requirements And Mandatory Course Requirements Defined Herein; All Training Must Be Completed By The Contractor S Physician(s) As Required By The Va. Other Training May Become Required. Va Will Communicate Any Changes To The Training Requirement To The Contractor. training frequency annual Hours acls/bls as Necessary To Maintain Certification. active Threat Training annually 30 Minutes blood Administration: Complication annually 30 Minutes ehr annually 2 Hours government Ethics annually 30 Minutes hospice And Palliative Care For Va Clinicians annually 30 Minutes military Sexual Trauma (mst) For Medical Providers annually 30 Minutes moderate Sedation In-service Training annually 30 Minutes pact Act 2022 Toxic Exposure Screening (tes) annually 30 Minutes patient Abuse annually 30 Minutes patient Rights annually 30 Minutes patient Safety annually 30 Minutes prevention/management Of Disruptive Behavior/violence Prevention Level I annually 30 Minutes prevention Of Workplace Harassment/no Fear Act annually 30 Minutes suicide Prevention: Suicide Risk Management Training For Clinicians annually 30 Minutes sux Infection Control And Blood Borne Pathogens annually 30 Minutes va Core Values Training (icare Recommitment) annually 30 Minutes va Privacy And Information Security Awareness And Rules Of Behavior annually 30 Minutes vha Mri Safety Training Level 1 Training (all Who Enter Mri Suites) annually 30 Minutes vha Privacy And Hipaa Focused Training annually 30 Minutes vista Imaging one Time 30 Minutes radiation Safety annually 30 Minutes standard Infection Control Measures (ppd, Immunizations, Etc.): Contractor Shall Provide Proof Of The Following For Physicians Within Five (5) Calendar Days After Contract Award And Prior To The First Duty Shift To The Cor And Co. Tests Shall Be Current Within The Past Year. tuberculosis Testing: Contractor Shall Provide Proof Of A Negative Tuberculosis Skin Test (tst) Or Interferon-gamma Release Assays (igra) For All Contractor S Physician(s) Upon Hire In Accordance With Cdc Guidance. (this Is Applicable To All Health Care Workers). A Negative Chest Radiographic Report For Active Tuberculosis Shall Be Provided In Cases Of Positive Tst Or Igra Results. measles, Mumps, & Rubella Testing: Contractors Shall Provide Proof Of Immunity For All Contractor Physicians {this Is Applicable To All Health Care Workers}. varicella: Contractors Shall Provide Proof Of Immunity For All Contractor Physicians {this Is Applicable To All Health Care Workers}. acellular Pertussis: Contractors Shall Provide Proof Of 1 Dose Of Tdap Vaccination For All Contractor Physicians {this Is Applicable To All Health Care Workers}. influenza: Contractors Shall Provide Proof That All Contractor Physicians Have Received The Annual Influenza Vaccine Unless It Is Contraindicated. If The Contractor Physician Has A Medical Contraindication To The Vaccine They Shall Be Required To Wear A Mask During The Influenza Season. {this Is Applicable To All Health Care Workers}. covid-19: Contractors Shall Comply With Vha Supplemental Contract Requirements For Combatting Covid-19 {this Is Applicable To All Health Care Workers}. See Section D Attachment. osha Regulation Concerning Occupational Exposure To Bloodborne Pathogens: Contractor Shall Provide Evidence Of Completing And Passing Generic Self-study Blood-borne Pathogen Training For All Contractor S Physician(s) {this Is Applicable To All Health Care Workers}; Provide Their Own Hepatitis B Vaccination Series And Hepatitisâ b Surface Antigen Test Resultsâ following The Hepatitis B Vaccination Series; Maintain An Exposure Determination And Control Plan; Maintain Required Records; And Ensure That Proper Follow-up Evaluation Is Provided Following An Exposure Incident. the Facility Shall Notify The Contractor Of Any Significant Communicable Disease Exposures As Appropriate. Contractor Shall Adhere To Current Cdc/hicpac Guideline For Infection Control In Health Care Personnel (as Published In American Journal For Infection Control - Ajic 1998; 26:289-354 Http://www.cdc.gov/hicpac/pdf/infectcontrol98.pdf) For Disease Control. Contractor Shall Provide Follow Up Documentation Of Clearance To Return To The Workplace Prior To Their Return. npi: Npi Is A Standard, Unique 10-digit Numeric Identifier Required By Hipaa. The Vha Must Use Npis In All Hipaa-standard Electronic Transactions For Individual (health Care Practitioners) And Organizational Entities (medical Centers). The Contractor Shall Have Or Obtain Appropriate Npi And If Pertinent The Taxonomy Code Confirmation Notice Issued By The Cms Nppes Be Provided To The Co With The Proposal. dea: Contractor Shall Provide Copy Of Current Dea Certificate. Conflict Of Interest (coi): The Contractor And All Contractor S Physician(s) Are Responsible For Identifying And Communicating To The Co And Cor Conflicts Of Interest At The Time Of Proposal And During The Entirety Of Contract Performance. At The Time Of Proposal, The Contractor Shall Provide A Statement Which Describes, In A Concise Manner, All Relevant Facts Concerning Any Past, Present, Or Currently Planned Interest (financial, Contractual, Organizational, Or Otherwise) Or Actual Or Potential Organizational Conflicts Of Interest Relating To The Services To Be Provided. The Contractor Shall Also Provide Statements Containing The Same Information For Any Identified Consultants Or Subcontractors Who Shall Provide Services. The Contractor Must Also Provide Relevant Facts That Show How It S Organizational And/or Management System Or Other Actions Would Avoid Or Mitigate Any Actual Or Potential Organizational Conflicts Of Interest. These Statements Shall Be In Response To The Vaar Provision 852.209-70 Organizational Conflicts Of Interest And Fully Outlined In Response To The Subject Attachment In Section D Of The Solicitation Document. citizenship Related Requirements: the Contractor Certifies That The Contractor Shall Comply With Any And All Legal Provisions Contained In The Immigration And Nationality Act Of 1952, As Amended; Its Related Laws And Regulations That Are Enforced By Homeland Security, Immigration And Customs Enforcement And The U.s Department Of Labor As These May Relate To Non-immigrant Foreign Nationals Working Under Contract Or Subcontract For The Contractor While Providing Services To Va Patient Referrals. while Performing Services For The Va, The Contractor Shall Not Knowingly Employ, Contract Or Subcontract With An Illegal Alien; Foreign National Non-immigrant Who Is In Violation Their Status, As A Result Of Their Failure To Maintain Or Comply With The Terms And Conditions Of Their Admission Into The United States. Additionally, The Contractor Is Required To Comply With All E-verify Requirements Consistent With Executive Order 12989 And Any Related Pertinent Amendments, As Well As Applicable Far. if The Contractor Fails To Comply With Any Requirements Outlined In The Preceding Paragraphs Or Its Agency Regulations, The Va May, At Its Discretion, Require That The Foreign National Who Failed To Maintain Their Legal Status In The United States Or Otherwise Failed To Comply With The Requirements Of The Laws Administered By Homeland Security, Immigration And Customs Enforcement And The U.s Department Of Labor, Shall Be Prohibited From Working At The Contractor S Place Of Business That Services Va Patient Referrals; Or Other Place Where The Contractor Provides Services To Veterans Who Have Been Referred By The Va; And Shall Form The Basis For Termination Of This Contract For Breach. this Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under 18 U.s.c. 1001. the Contractor Agrees To Obtain A Similar Certification From Its Subcontractors. The Certification Shall Be Made As Part Of The Offerors Response To The Rfp Using The Subject Attachment In Section D Of The Solicitation Document. annual Oig Statement: In Accordance With Hipaa And The Balanced Budget Act (bba) Of 1977, The Hhs Oig Has Established A List Of Parties And Entities Excluded From Federal Health Care Programs. Specifically, The Listed Parties And Entities May Not Receive Federal Health Care Program Payments Due To Fraud And/or Abuse Of The Medicare And Medicaid Programs. therefore, Contractor Shall Review The Hhs Oig List Of Excluded Individuals/entities On The Hhs Oig Web Site At Http://oig.hhs.gov/exclusions/index.asp To Ensure That The Proposed Contractor S Physician(s) Are Not Listed. Contractor Should Note That Any Excluded Individual Or Entity That Submits A Claim For Reimbursement To A Federal Health Care Program, Or Causes Such A Claim To Be Submitted, May Be Subject To A Civil Monetary Penalty (cmp) For Each Item Or Service Furnished During A Period That The Person Was Excluded And May Also Be Subject To Treble Damages For The Amount Claimed For Each Item Or Service. Cmp S May Also Be Imposed Against The Contractor That Employ Or Enter Into Contracts With Excluded Individuals To Provide Items Or Services To Federal Program Beneficiaries. by Submitting Their Proposal, The Contractor Certifies That The Hhs Oig List Of Excluded Individuals/entities Has Been Reviewed And That The Contractors Are And/or Firm Is Not Listed As Of The Date The Offer/bid Was Signed. clinical/professional Performance: The Qualifications Of Contractor Personnel Are Subject To Review By Facility Cos Or His/her Clinical Designee And Approval By The Medical Center Director As Provided In Vha Directive 1100.20 And Vha Directive 1100.21. Clinical/professional Performance Monitoring And Review Of All Clinical Personnel Covered By This Contract For Quality Purposes Will Be Provided By The Facility Cos And/or The Chief Of The Service Or His Designee. A Clinical Cor May Be Appointed, However, Only The Co Is Authorized To Consider Any Contract Modification Request And/or Make Changes To The Contract During The Administration Of The Resultant Contract. non Personal Healthcare Services: The Parties Agree That The Contractor And All Contractor S Physician(s) Shall Not Be Considered Va Employees For Any Purpose. indemnification: The Contractor Shall Be Liable For, And Shall Indemnify And Hold Harmless The Government Against, All Actions Or Claims For Loss Of Or Damage To Property Or The Injury Or Death Of Persons, Arising Out Of Or Resulting From The Fault, Negligence, Or Act Or Omission Of The Contractor, Its Agents, Or Employees. prohibition Against Self-referral: Contractor S Physicians Are Prohibited From Referring Va Patients To Contractor S Or Their Own Practice(s). inherent Government Functions: Contractor And Contractor S Physician(s) Shall Not Perform Inherently Governmental Functions. This Includes, But Is Not Limited To, Determination Of Agency Policy, Determination Of Federal Program Priorities For Budget Requests, Direction And Control Of Government Employees (outside A Clinical Context), Selection Or Non-selection Of Individuals For Federal Government Employment Including The Interviewing Of Individuals For Employment, Approval Of Position Descriptions And Performance Standards For Federal Employees, Approving Any Contractual Documents, Approval Of Federal Licensing Actions And Inspections, And/or Determination Of Budget Policy, Guidance, And Strategy. employee Status: The Contractor Shall Be Responsible For Protecting Contractor S Physician(s) Furnishing Services. To Carry Out This Responsibility, The Contractor Shall Provide Or Certify That The Following Is Provided For All Their Staff Providing Services Under The Resultant Contract: workers Compensation professional Liability Insurance health Examinations income Tax Withholding, And social Security Payments. tort Liability: The Federal Tort Claims Act Does Not Cover Contractor Or Contractor S Physician(s). When A Contractor Or Contractor S Physician(s) Has Been Identified As A Provider In A Tort Claim, The Contractor Shall Be Responsible For Notifying Their Legal Counsel And/or Insurance Carrier. Any Settlement Or Judgment Arising From A Contractor S (or Contractor S Physician(s)) Action Or Non-action Shall Be The Responsibility Of The Contractor And/or Insurance Carrier. key Personnel: the Va Full Time Equivalent (fte) For The Services Required Is 416 Hours = .20 Va Fte. the Minimum Number Of Board Certified/board Eligible General Surgery Physicians Required To Be Onsite Daily Is 1 To Be Onsite As Defined In Paragraph Hours Of Operation In This Section. the Contractor Shall Be Responsible For Providing Coverage To The Va During Periods Of Vacancies Of The Contractor S Personnel Due To Sick Leave, Personal Leave, Vacations And Additional Coverage As Required. In The Event A Scheduled Physician Is Unable To Complete An Assigned Shift, The Contractor Shall Provide Replacement Physician Coverage Within 2 Hours And Notify The Cor Immediately Of The Schedule Change. personnel Substitutions: During The First Ninety (90) Calendar Days Of Performance, The Contractor Shall Make No Substitutions Of Key Personnel Unless The Substitution Is Necessitated By Illness, Death Or Termination Of Employment. The Contractor Shall Notify The Co, In Writing, Within 7 Calendar Day(s) After The Occurrence Of Any Of These Events And Provide The Information Required Below. After 90 Days, The Contractor Shall Submit The Information Required Below To The Co At Least 60 Calendar Days Prior To Making Any Permanent Substitutions. the Contractor Shall Provide A Detailed Explanation Of The Circumstances Necessitating The Proposed Substitutions, Complete Resumes For The Proposed Substitutes, And Any Additional Information Requested By The Co. Proposed Substitutes Shall Have Comparable Qualifications To Those Of The Persons Being Replaced. The Co Will Notify The Contractor Within 7 Calendar Days After Receipt Of All Required Information Of The Decision On The Proposed Substitutes. The Contract Will Be Modified To Reflect Any Approved Changes Of Key Personnel. for Temporary Substitutions Where The Key Person Shall Not Be Reporting To Work For 2 Consecutive Workdays Or More, The Contractor Shall Provide A Qualified Replacement For The Key Person. The Substitute Shall Have Comparable Qualifications To The Key Person. Any Period Exceeding Two Weeks Will Require The Procedure As Stated Above. the Government Reserves The Right To Refuse Acceptance Of Any Contractor Personnel At Any Time After Performance Begins, If Personal Or Professional Conduct Jeopardizes Patient Care Or Interferes With The Regular And Ordinary Operation Of The Facility. Breaches Of Conduct Include Intoxication Or Debilitation Resulting From Drug Use, Theft, Patient Abuse, Dereliction Or Negligence In Performing Directed Tasks, Or Other Conduct Resulting In Formal Complaints By Patient Or Other Staff Members To Designated Government Representatives. Standards For Conduct Shall Mirror Those Prescribed By Current Federal Personnel Regulations. Should The Va Cos Or Designee Show Documented Clinical Problems Or Continual Unprofessional Behavior/actions With Any Contractor S Physician(s), S/he May Request, Without Cause, Immediate Replacement Of Said Contractor S Physician(s). The Co And Cor Shall Deal With Issues Raised Concerning Contractor S Physician(s) Conduct. The Final Arbiter On Questions Of Acceptability Is The Co. contingency Plan: Because Continuity Of Care Is An Essential Part Of Facility S Medical Services, The Contractor Shall Have A Contingency Plan In Place To Be Utilized If The Contractor S Physician(s) Leaves Contractor S Employment Or Is Unable To Continue Performance In Accordance With The Terms And Conditions Of The Resulting Contract. va Hours Of Operation/scheduling: va Business Hours: Va Clinc Days And Prouders Are From Monday Through Friday 7am To 3pm. clinic Or Or Schedule: Contract S Physician(s) Will Be Scheduled Tuesday S And Friday S Between The Hours Of 7am To 3pm. patients Must Be Seen By A Contractor S Physician(s) Onsite At The Sfvamc In A Timely Manner In Accordance With Va Rules And Regulations On Clinic Wait Times And Consult Completion. Contractor Shall Notify The Cor At Least Monthly About Any Obstacles To Meeting This Performance Measure. contractor S Physician(s) Shall Be Available And Present In Clinic During Normal Sfvamc Clinic Hours, Which Will Be Established, And May Be Revised, As Deemed Appropriate For Patient Care By The Cos. Currently, Normal Clinic Hours Are 7am To 3pm. federal Holidays: The Following Holidays Are Observed By The Va: new Year S Day president S Day martin Luther King S Birthday memorial Day juneteenth independence Day labor Day columbus Day veterans Day thanksgiving christmas any Day Specifically Declared To Be A National Holiday. cancellations: 45 Days Notice From Contractor, If No Provider S Are Available. contractor Responsibilities: clinical Personnel Required: The Contractor Shall Provide Contractor S Physician(s) Who Are Competent, Qualified Per This Performance Work Statement And Adequately Trained To Perform Assigned Duties. contractor S Physician(s) Shall Be Responsible For Signing In And Out When In Attendance. Time Sheets Will Be Used By The Cor To Confirm Hours/day And Services Provided Against The Contractor S Invoices. standards Of Care: The Contractor S Physician(s) Care Shall Cover The Range Of General Surgery Services As Would Be Provided In A State-of-the-art Civilian Medical Treatment Facility And The Standard Of Care Shall Be Of A Quality, Meeting Or Exceeding Currently Recognized The Joint Commission (tjc), Va And National Standards As Established By: the Abs Http://www.absurgery.org/ the Professional Standards Of Tjc: Http://www.jointcommission.org/standards_information/standards.aspx the Standards Of The American Hospital Association (aha): Http://www.hpoe.org/resources?show=100&type=8 the Requirements Contained In This Pws (not Applicable) medical Records: authorities: Contractor S Physician(s) Providing Healthcare Services To Va Patients Shall Be Considered As Part Of The Department Healthcare Activity And Shall Comply With The 5 U.s.c.552a (privacy Act), 38 U.s.c. 5701 (confidentiality Of Claimants Records), 5 U.s.c. 552 (foia), 38 U.s.c. 5705 (confidentiality Of Medical Quality Assurance Records) 38 U.s.c. 7332 (confidentiality Of Certain Medical Records), Title 5 U.s.c. § 522a (records Maintained On Individuals) As Well As 45 C.f.r. Parts 160, 162, And 164 (hipaa). hipaa: This Contract And Its Requirements Meet Exception In 45 Cfr 164.502(e), And Do Not Require A Baa In Order For Covered Entity To Disclose Protected Health Information To: A Health Care Provider For Treatment Of Va Patients. Based On This Exception, A Baa Is Not Required For This Contract. Health Records Generated By This Contract Or Provided To The Contractors By The Va Are Covered By The Va Privacy Act System Of Records Entitled Patient Medical Records-va (24va10a7). Contractor Generated Va Patient Records Are The Property Of The Va And Shall Not Be Accessed, Released, Transferred, Or Destroyed Except In Accordance With Applicable Laws And Regulations. Contractor Shall Ensure That All Records Pertaining To Medical Care And Services Provided To Va Patients Are Captured In The Va Electronic Health Record System As Required By Va Policy As Discussed In 4.4.4. disclosure: Contractor S Physician(s) May Have Access To Patient Medical Records For The Purpose Of Providing Medical Care And Services To Va Patients And Performing Services Under The Contract; However, Contractor Shall Obtain Permission From The Va Before Disclosing Any Patient Information Outside Va. Va Authorizes The Contractor To Discuss Patient Health Information For Coordination Of Care Within Community Health Care Providers In Compliance With Va Regulations, Hipaa And Vha Directive 1605.1, Privacy And Release Of Information. The Va Will Provide The Contractor With A Copy Of Vha Directive 1907.01, Health Information Management And Health Records And Vha Directive1605.1, Privacy And Release Of Information. The Penalties And Liabilities For The Unauthorized Disclosure Of Va Patient Information Mandated By The Statutes And Regulations Mentioned Above, Apply To The Contractor. professional Standards For Documenting Care: Care Shall Be Appropriately Documented In Medical Records In Accordance With Standard Commercial Practice And Guidelines Established By Vha Directive 1907.01 Health Information Management And Health Records: Https://www.va.gov/vhapublications/viewpublication.asp?pub_id=9235 And All Guidelines Provided By The Facility. release Of Information: The Va Shall Maintain Control Of Releasing Any Copies Of Patient Health Information Or Health Records And Will Follow Policies And Standards As Defined, But Not Limited To Privacy Act Requirements. The Contractor Will Not Release Or Disclose Copies Of Records And Will Refer All Such Requests To The Release Of Information Department At The Va Facility Where Assigned. management For Medical Records: National Archives And Records Administration Record Disposition Requirements Are Found In Rcs 10-1 Chapter 6, 6000 Series. direct Patient Care: 100% Of The Time Involved In Direct Patient Care. Contractor Shall Be Responsible For: scope Of Care: Contractor S Physician(s) Shall Be Responsible For Providing General Surgery Physician Care, Including, But Not Limited To: clinic Responsibilities: Contractor Physician(s) Shall Be Present On Time For Any Scheduled Clinics/surgeries Start Times As Documented By Physical Presence In The Clinic Or Or At The Scheduled Start Time. communication Of Test Results: Mechanisms Must Be In-place To Provide Notification Of Test Results For Patients Receiving Care In Accordance With Vha Directive 1088, Communicating Test Results To Providers And Patients. medications: Contractor S Physician(s) Shall Follow All Established Medication Policies And Procedures. No Sample Medications Shall Be Provided To Patients. discharge Education: Provide Discharge Education And Follow Up Instructions That Are Coordinated With The Next Care Setting For All General Surgery Clinical Or Surgical Patients. (not Applicable) qa/qi Documentation: The Contractor S Physician(s) Shall Complete The Appropriate Qm/pi Documentation Pertaining To All Procedures, Complications And Outcome Of Examinations. patient Safety Compliance And Reporting: Contractor S Physician(s) Shall Follow All Established Patient Safety And Infection Control Standards Of Care. Contractor S Physician(s) Shall Make Every Effort To Prevent Medication Errors, Falls, And Patient Injury Caused By Acts Of Commission Or Omission In The Delivery Of Care. All Events Related To Patient Injury, Medication Errors, And Other Breeches Of Patient Safety Shall Be Documented In The Medical Record Of Those Impacted And Disclosed To The Patient Or Surrogate. As Soon As Practicable (but Within 24 Hours) Contractors Shall Notify Cor Of Incident And Submit An Entry In The Va Patient Safety Reporting System, Following Up With Cor As Required Or Requested. performance Standards, Quality Assurance (qa) And Quality Improvement(qi): quality Management/quality Assurance Surveillance: Contract Personnel Shall Be Subject To Quality Management Measures, Such As Patient Satisfaction Surveys, Timely Completion Of Medical Records, And Peer Reviews. Methods Of Surveillance: Focused Provider Practice Evaluation (fppe) And Ongoing Provider Practice Evaluation (oppe). Contractor Performance Will Be Monitored By The Government Using The Standards As Outlined In This Pws And Methods Of Surveillance Detailed In The Qasp. The Qasp Shall Be Attached To The Resultant Contract And Shall Define The Methods And Frequency Of Surveillance Conducted. patient Complaints: The Co Will Resolve Complaints Concerning Contractor Relations With The Government Employees Or Patients. The Co Is Final Authority On Validating Complaints. If The Contractor Is Involved And Named In A Validated Patient Complaint, The Government Reserves The Right To Refuse Acceptance Of The Services Of Such Personnel. This Does Not Preclude Refusal In The Event Of Incidents Involving Physical Or Verbal Abuse. the Government Reserves The Right To Refuse Acceptance Of Any Contractor Personnel At Any Time After Performance Begins, If Personal Or Professional Conduct Jeopardizes Patient Care Or Interferes With The Regular And Ordinary Operation Of The Facility. Breaches Of Conduct Include Intoxication Or Debilitation Resulting From Drug Use, Theft, Patient Abuse, Dereliction Or Negligence In Performing Directed Tasks, Or Other Conduct Resulting In Formal Complaints By Patient Or Other Staff Members To Designated Government Representatives. Standards For Conduct Shall Mirror Those Prescribed By Current Federal Personnel Regulations. The Co And Cor Shall Deal With Issues Raised Concerning Contractor S Conduct. The Final Arbiter On Questions Of Acceptability Is The Co. performance Standards: measure: Provider Quality Performance performance Requirement: All Contractor S Physician(s) Shall Perform In Accordance With Clinical Standards standard: Oppe Documentation For All (100%) Staff Providing Services Under The Contract. All Staff (100%) Meet Standards aql: 100% Meet Standards surveillance Method: Oppe Data Pertinent To Care Performed For Each Provider Working Under This Contract. Oppe Data Will Review The Following Elements: patient Care Performance medical/clinical Knowledge practiced Based Learning And Improvement interpersonal And Communication Skills professionalism system Based Practice frequency: Annual measure: Qualifications Of Key Personnel performance Requirement: All Contractor S Physician(s) Shall Be Board Certified/board Eligible Accordance With Abs Standards For General Surgery standard: All (100%) Contractor S Physician(s) Are Board Certified/board Eligible aql: 100% surveillance Method: Periodic Inspection Of Qualification Documents frequency: Bi-annually measure: Scope Of Practice/privileging performance Requirement: Contractor S Physician(s) Perform Within Their Individual Scopes Of Practice/privileging standard: All (100%) Contractor S Physician(s) Perform Within Their Scope Of Practice/privileges 100% Of The Time aql: 100% Contractor S Physician(s) Perform Within Their Scope Of Practice/privileges 100% Of The Time surveillance Method: Random Sampling Of Records frequency: Every 6 Months measure: Patient Access performance Requirement: The Contractor Shall Provide Contractor S Physician(s) In Accordance With The Operating Hours And Va Clinical Schedule Outlined In This Pws standard: All (100%) Contractor S Physician(s) Are On Time And Available To Perform Services aql: Contractor S Physician(s) Is On-time And Available To Perform Services 95% Of The Time surveillance Method: Periodic Inspection Of Time And Attendance Sheets frequency: Daily measure: Patient Safety performance Requirement: Patient Safety Incidents Shall Be Reported Using Va Patient Safety Reporting System. All Incidents Reported Immediately (within 24 Hours.) standard: All (100%) Of Patient Safety Incidents Are Reported Using Va Patient Safety Reporting System Within 24 Hours Of Incident aql: 100% Of Patient Safety Incidents Are Reported Using Va Patient Safety Reporting System Within 24 Hours Of Incident surveillance Method: Periodic Inspection frequency: Daily measure: Maintains Licensing, Registration, And Certification performance Requirement: Updated Licensing, Registration And Certification Shall Be Provided As They Are Renewed. Licensing And Registration Information Kept Current standard: All (100%) Licensing, Registration(s) And Certification(s) For Contractor S Physician(s) Shall Be Provided As They Are Renewed. Licensing And Registration Information Kept Current aql: 100% Licensing, Registration(s) And Certification(s) For Contractor S Physician(s) Shall Be Provided As They Are Renewed. Licensing And Registration Information Kept Current. No Acceptable Deviation. surveillance Method: Periodic Inspection frequency: Annually measure: Mandatory Training performance Requirement: Contractor Shall Complete All Required Training On Time Per Facility Policy standard: All (100%) Of Required Training Is Complete On Time By Contractor S Physician(s) aql: 95% Completions surveillance Method: Periodic Inspection Or Random Sampling frequency: Annually measure: Privacy, Confidentiality And Hipaa performance Requirement: Contractor Is Aware Of All Laws, Regulations, Policies And Procedures Relating To Privacy, Confidentiality And Hipaa And Complies With All Standards Zero Breaches Of Privacy Or Confidentiality standard: All (100%) Contractor S Physician(s) Comply With All Laws, Regulations, Policies And Procedures Relating To Privacy, Confidentiality And Hipaa aql: 100% Compliance surveillance Method: Periodic Inspection; Contractor Shall Provide Evidence Of Annual Training Required By The Facility, Reports Violations Per Va Handbook 6500.6 frequency: Annually registration With Contractor Performance Assessment Reporting System as Prescribed In Far Part 42.15, The Va Evaluates Contractor Past Performance On All Contracts That Exceed The Simplified Acquisition Threshold And Shares Those Evaluations With Other Federal Government Contract Specialists And Procurement Officials. The Far Requires That The Contractor Be Provided An Opportunity To Comment On Past Performance Evaluations Prior To Each Report Closing. To Fulfill This Requirement Va Uses An Online Database, Cpars, Which Is Maintained By The Naval Sea Logistics Center In Portsmouth, New Hampshire. Cpars Has Connectivity With The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies. Ppirs Is The System Used To Collect And Retrieve Performance Assessment Reports Used In Source Selection Determinations And Completed Cpars Report Cards Transferred To Ppirs. Cpars Also Includes Access To The Federal Awardee Performance And Integrity Information System (fapiis). Fapiis Is A Web-enabled Application Accessed Via Cpars For Contractor Responsibility Determination Information. each Contractor Whose Contract Award Is Estimated To Exceed The Simplified Acquisition Threshold Requires A Cpars Evaluation. A Government Focal Point Will Register Your Contract Within Thirty Days After Contract Award And, At That Time, You Will Receive An Email Message With A User Id (to Be Used When Reviewing Evaluations). Additional Information Regarding The Evaluation Process Can Be Found At Www.cpars.gov Or If You Have Any Questions, You May Contact The Customer Support Desk @ Dsn: 684-1690 Or Comm: 207-438-1690. for Contracts With A Period Of One Year Or Less, The Co Will Perform A Single Evaluation When The Contract Is Complete. For Contracts Exceeding One Year, The Co Will Evaluate The Contractor S Performance Annually. Interim Reports Will Be Filed Each Year Until The Last Year Of The Contract, When The Final Report Will Be Completed. The Report Shall Be Assigned In Cpars To The Contractor S Designated Representative For Comment. The Contractor Representative Will Have Sixty (60) Days To Submit Any Comments And Re-assign The Report To The Co. failure For The Contractor S Representative To Respond To The Evaluation Within Those Sixty (60) Days, Will Result In The Government S Evaluation Being Placed On File In The Database With A Statement That The Contractor Failed To Respond; The Contractor S Representative Will Be Locked Out Of The Evaluation And May No Longer Send Comments. government Responsibilities: va Support Personnel, Services Or Equipment: Not Needed contract Administration/performance Monitoring: After Award Of Contract, All Inquiries And Correspondence Relative To The Administration Of The Contract Shall Be Addressed To: (enter Contract Administration If Not Already Listed In Another Area- List The Title (not Name) And Contact Information For Cor, Clinical Point Of Contact, And Any Other Relevant Personnel Involved). co Responsibilities: the Co Is The Only Person Authorized To Approve Changes Or Modify Any Of The Requirements Of This Contract. The Contractor Shall Communicate With The Co On All Matters Pertaining To Contract Administration. Only The Co Is Authorized To Make Commitments Or Issue Any Modification To Include (but Not Limited To) Terms Affecting Price, Quantity Or Quality Of Performance Of This Contract. the Co Shall Resolve Complaints Concerning Contractor Relations With The Government Employees Or Patients. The Co Is Final Authority On Validating Complaints. In The Event The Contractor Effects Any Such Change At The Direction Of Any Person Other Than The Co Without Authority, No Adjustment Shall Be Made In The Contract Price To Cover An Increase In Costs Incurred As A Result Thereof. in The Event That Contracted Services Do Not Meet Quality And/or Safety Expectations, The Best Remedy Will Be Implemented, To Include But Not Limited To A Targeted And Time Limited Performance Improvement Plan; Increased Monitoring Of The Contracted Services; Consultation Or Training For Contractor Personnel To Be Provided By The Va; Replacement Of The Contract Personnel And/or Renegotiation Of The Contract Terms Or Termination Of The Contract. cor Responsibilities: the Cor Shall Be The Va Official Responsible For Verifying Contract Compliance. After Contract Award, Any Incidents Of Contractor Noncompliance As Evidenced By The Monitoring Procedures Shall Be Forwarded Immediately To The Co. the Cor Will Be Responsible For Monitoring The Contractor S Performance To Ensure All Specifications And Requirements Are Fulfilled. Quality Improvement Data That Will Be Collected For Ongoing Monitoring Includes But Is Not Limited To: Enter Data That May Be Collected. the Cor Will Maintain A Record-keeping System Of Services By Electronical Fileinvoice Payment Process System (ipps). The Cor Will Review This Data Monthly When Invoices Are Received And Certify All Invoices For Payment By Comparing The Hours Documented On The Va Record-keeping System And Those On The Invoices. Any Evidence Of The Contractor's Non-compliance As Evidenced By The Monitoring Procedures Shall Be Forwarded Immediately To The Co. the Cor Will Review And Certify Monthly Invoices For Payment. If In The Event The Contractor Fails To Provide The Services In This Contract, Payments Will Be Adjusted To Compensate The Government For The Difference. all Contract Administration Functions Will Be Retained By The Va. special Contract Requirements: reports/deliverables: The Contractor Shall Be Responsible For Complying With All Reporting Requirements Established By The Contract. Contractor Shall Be Responsible For Assuring The Accuracy And Completeness Of All Reports And Other Documents As Well As The Timely Submission Of Each. Contractor Shall Comply With Contract Requirements Regarding The Appropriate Reporting Formats, Instructions, Submission Timetables, And Technical Assistance As Required. the Following Are Brief Descriptions Of Required Documents That Must Be Submitted By Contractor: Upon Award; Weekly; Monthly; Quarterly ; Annually, Etc. Identified Throughout The Pws And Is Provided Here As A Guide For Contractor Convenience. If An Item Is Within The Pws And Not Listed Here, The Contractor Remains Responsible For The Delivery Of The Item. note To Contracting: These Items Must Be Described In 52.212-1 Addendum To Instructions To Offerors what submit As Noted submit To quality Control Plan: Description And Reporting Reflecting The Contractor S Plan For Meeting Of Contract Requirements And Performance Standards upon Proposal And As Frequently As Indicated In The Performance Standards co other Than Cost And Price Information Supporting Proposed Physician Rate (required For Affiliate Onsite Hourly- Remove If It Does Not Apply) upon Proposal, To Submit Epa Request, Upon Change In Key Personnel co copy Of Subcontracting Plan Is Required For All Large Businesses. Copy Of Contractor Certification Statement If No Subcontracting Possibilities Exist upon Proposal And As Updated co copies Of Any And All Licenses, Board Certifications, Npi, To Include Primary Source Verification Of All Licensed And Certified Staff upon Proposal And Upon Renewal Of Licenses And Upon Renewal Of Option Periods Or Change Of Key Personnel co With Proposal; Renewal Submitted To Vetpro System certification That Staff List Has Been Compared To Oig List upon Proposal And Upon New Hires co proof Of Indemnification And Medical Liability Insurance upon Proposal And Upon Renewals co certificates Of Completion For Cyber Security And Patient Privacy Training Courses before Receiving An Account On Va Network And Annual Training And New Hires. co acls/bls Certification upon Award And Every Two Years After Award cor contingency Plan For Replacing Key Personnel To Maintain Services As Required Under The Terms Of The Contract upon Proposal And As Updated cor billing: invoice Requirements And Supporting Documentation: Supporting Documentation And Invoice Must Be Submitted No Later Than The Last Workday Of The Month. Subsequent Changes Or Corrections Shall Be Submitted By Separate Invoice. In Addition To Information Required For Submission Of A Proper Invoice In Accordance With Far 52.212-4 (g), All Invoices Must Include: name And Address Of Contractor invoice Date And Invoice Number contract Number And Purchase/task Order Number date Of Service contractor S Physician(s) (name Of Contractor S Employee) hourly Rate quantity Of Hours Worked total Price vendor Electronic Invoice Submission Methods: invoices Will Be Electronically Submitted To The Tungsten Website At Https://www.tungstenautomation.com/. Tungsten Automation Direct Vendor Support Number Is 877-489-6135 For Va Contracts. The Va-fsc Pays All Associated Transaction Fees For Va Orders. During Implementation (technical Set-up) Tungsten Automation Will Confirm Your Taxpayer Id Number With The Va-fsc. This Process Can Take Up To 5 Business Days To Complete To Ensure Your Invoice Is Automatically Routed To Your Certifying Official For Approval And Payment. To Successfully Submit An Invoice To Va-fsc Please Review How To Create An Invoice Within The How To Guides. All Invoices Submitted Through Tungsten Automation To The Va-fsc Should Mirror The Current Submission Of Invoice. Clarification Of Additional Requirements Should Be Confirmed With Your Certifying Official (your Co Or Buyer). Payment Will Only Be Made For Actual Services Rendered. Payments Shall Be Made Monthly In Arrears. The Va-fsc Requires Specific Information In Compliance With The Prompt Pay Act And Business Requirements. The Contractor Shall Be Reimbursed Upon Receipt Of A Proper Invoice. For Additional Information, Please Contact: tungsten Support phone: 1-877-489-6135 website: Https://www.tungstenautomation.com/ department Of Veterans Affairs Financial Service Center https://www.fsc.va.gov/einvoice.asp â  reduction In Services: This Is A Fixed Quantity Contract For A Specified Number Of Hours. If, At The End Of The Pop, The Government Has Not Utilized The Total Number Of Hours Required Under This Contract Because Of A Change In Its Requirements, The Parties Agree That They Will Attempt To Negotiate In Good Faith A Contract Modification Reducing The Scope Of The Contract With A Corresponding Adjustment In The Total Contract Price. In No Event Will The Va Pay For Hours That Exceed The Total Number Of Hours Specified In The Contract For The Pop. payments In Full/no Billing Va Beneficiaries: The Contractor Shall Accept Payment For Services Rendered Under This Contract As Payment In Full. Va Beneficiaries Shall Not Under Any Circumstances Be Charged Nor Their Insurance Companies Charged For Services Rendered By The Contractor, Even If Va Does Not Pay For Those Services. This Provision Shall Survive The Termination Or Ending Of The Contract. to The Extent That The Veteran Desires Services Which Are Not A Va Benefit Or Covered Under The Terms Of This Contract, The Contractor Must Notify The Veteran That There Will Be A Charge For Such Service And That The Va Will Not Be Responsible For Payment. the Contractor Shall Not Bill, Charge, Collect A Deposit From, Seek Compensation, Remuneration, Or Reimbursement From, Or Have Any Recourse Against, Any Person Or Entity Other Than Va For Services Provided Pursuant To This Contract. It Shall Be Considered Fraudulent For The Contractor To Bill Other Third-party Insurance Sources (including Medicare) For Services Rendered To Veteran Enrollees Under This Contract. contractor Security Requirements (va Handbook 6500.6): Pulled From Ecms, Team Should Select Language From Each Section As Applicable.
Closing Date3 Jan 2025
Tender AmountRefer Documents 

Caraga Regional Hospital Tender

Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2024-01-15 (114) Supply And Delivery Of Various Cartridges And Filtering Materials For Hemodialysis Under Single-year Framework Agreement ( Early Procurement Activity ) Approved Budget For The Contract: Php 6,166,500.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2025 Raf / Gaa Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Six Million One Hundred Sixty Six Thousand Five Hundred Pesos Only ( Php 6,166,500.00 ) As To Payment Under The Contract For Supply And Delivery Of Medicines And Fluids For Hemodialysis Under Single-year Framework Agreement (early Procurement Activity). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding As Framework Agreement List. This Is A Lot Bid. Item No Description Qty Unit Of Measure Unit Cost Total Cost Lot 1 Hemodialysis Supplies 1 Bicarbonate Cartridge 12,000 Pcs 324 ₱3,888,000.00 650gm 36 Months Shelf Compatible For B-bruan Machine Total ₱3,888,000.00 Lot 2 Ro Supplies 2.1 Ro Membrane 4021 10 Pcs 15,000.00 ₱150,000.00 Size (approximate): 4" Dia. X 21"l Flow Rate: 900 Gpd (3.41 M³/d) Applied Pressure: 225 Psig (15.5 Bar) Stabilized Salt Rejection: 99.5% Active Surface Area: 36 Sq. Ft. Single Element Recovery: 8% Exterior: Tape-wrapped Membrane Type: Polyamide Thin-film Composite Maximum Operating Temperature: 113°f (45°c) Maximum Operating Pressure:600 Psig (41 Bar) Maximum Pressure Drop:13 Psig (0.9 Bar) Maximum Feed Flow Rate:14 Gpm (3.2m³/h) Ph Range, Continuous Operation*:2-11 Ph Range, Short-term Cleaning**:1-13 Maximum Feed Silt Density Index:5 Fere Clorine Tolerance***: <0.1ppm 2.2 Ro Membrane 4040 10 Pcs 15,000.00 ₱150,000.00 Size 100*100*1000mm Membrane Type: T.f.c Effctive Membrane Area: 7.2m2 Test Pressure: 15.5bar Capacity 2500gpd Part Number Dry (wet) 356603 / (356602) Feed Spacer Thickness (mil) 28 Active Area – Ft2 (m2) 94 (8.7) Permeate Flow Rate Gpd (m3/d) 2500 (9.5) Min. Salt Rejection (%) 99.1 Stabilized Salt Rejection (%) 99.2 2.3 Uv Lamp 2gpm 10 Pcs 4,000 ₱40,000.00 2gpm Approximate Flow Rate: 453 Liters / Hour. Input / Output: 1/2 “npt Male. Maximum Pressure: 8,61 Bar. Average Life Of Use: 8,000 Hours Or 1 Year. Material: Stainless Steel Aisi-304. Includes Transformer 220-240v 50/60 Hz 0.13a. 2.4 Uv Lamp 12gpm 10 Pcs 6,000 ₱60,000.00 12gmp Dimension 3"x40" Flow Rate (gpm) 12 Electrical 110-130v/50-60 Hz Maximum Operating Pressure 125 Psi Lamp Life 9000 Hrs ( Approx. 1 Year Of Use) Audible Lamp Failure Yes Led "power-on" Indicator Yes 2.5 Industrial Salt 250 Sack 600 ₱150,000.00 Moisture 0.6-1.5 % Purity (nacl) Min. 98.5-99 % Water Insoluble Matter 0.33 % So4 0.23 % Ca 0.06 % Mg 0.11 % Cu 0.01 % K 0.02 % Caso4 0.2 % Mgso4 0.11 % Mgcl2 0.36 % 5-6mm Max. 3 % 3-5mm 20-40 % 1-3mm 20-40 % +0.8mm 10-15 % -0.8mm Max. 3 % Yps Anti-caking Agent 80-100 Ppm Granulation 0-3, 0-5, 3-12, 0-12mm 2.6 Sediment Filter Sl 10” 1 Micron 200 Pcs 264 ₱52,800.00 Material: Food-grade Polypropylene Fibers Size: 10sl Filter Fineness 1mm Length 10" Width: 2.7cm 2.7 Sediment Filter Sl 10” 5.0 Micron 200 Pcs 216 ₱43,200.00 Filter Micron: 10 Material: Polypropylene (pp) Length: 10" (25.4 Cm) Diameter: 2.35" (6 Cm) 2.8 Sediment Filter 5 Micron Bb20 200 Pcs 660 ₱132,000.00 Dia:4.5inch Height: 20inch 2.9 Sediment Filter 1 Micron Sl20 200 Pcs 660 ₱132,000.00 Filter Micron: 1 Material: Polypropylene (pp) Length: 20" Diameter: 2.5 2.10 Sediment Filter 0.2 Micron Sl20 200 Pcs 660 ₱132,000.00 Filter Micron: 0.2 Material: Polypropylene (pp) Length: 20" Diameter: 2.5 2.11 Carbon Block Filter Cartridge Sl20 200 Pcs 1,740.00 ₱348,000.00 Filter Media:100 % Coconut Shell Carbon Dimensions: Standard Type: 28 X 1 Mm Id, 67 X 1.5 Mm Od:20” L 2.12 Water Softener Cartridge Sl20 200 Pcs 1,740.00 ₱348,000.00 Reduced By Ion Exchange Water Hardness Scale Removal Make Hard Water Into Soft Water To Avoid Drinking Hard Water Body With Stones Material: Resin Size: 20” 2.13 Absolute Filter Sl 10 0.2 Micron 200 Pcs 1,620.00 ₱324,000.00 0.2 Micron Absolute Pleated Filter Cartridge To Fit All Sl10 Standard-size Housing (2.5" X 10") Total ₱1,390,000.00 Lot 3 Hemoperf Cartridge 3.1 Hemoperfusion Cartridge Ha 130 30 Pcs 8,950.00 ₱268,500.00 Ha130 Disposable Hemoperfusion Cartridge Adsorbentvolume(ml) : 130 Biocompatibility : Tested Required In Iso10993 Adsorbent Material: Double Cross-linked Styrene-divinylbenzene Compolymers Housing Material: Polycarbonate Sterilization Method: Lrradiation Sterilization Unit Package: 195+2mm(l)*110+2mm(w)*110.5+2mm(h) 3,2 Hemoperfusion Cartridge Ha 230 5 Pcs 22,000.00 ₱110,000.00 Ha230 Disposable Hemoperfusion Cartridge Adsorbentvolume(ml) : 130 Biocompatibility : Tested Required In Iso10993 Adsorbent Material: Double Cross-linked Styrene-divinylbenzene Compolymers Housing Material: Polycarbonate Sterilization Method: Lrradiation Sterilization Unit Package: 232+2mm(l)*114+2mm(w)*114+2mm(h) 3.3 Hemoperfusion Cartridge Ha 330 15 Pcs 34,000.00 ₱510,000.00 Ha330 Disposable Hemoperfusion Cartridge Adsorbentvolume(ml) : 130 Biocompatibility : Tested Required In Iso10993 Adsorbent Material: Double Cross-linked Styrene-divinylbenzene Compolymers Housing Material: Polycarbonate Sterilization Method: Lrradiation Sterilization Unit Package: 285+2mm(l)*117+2mm(w)*108+2mm(h) Total ₱888,500.00 Grand Total ₱6,166,500.00 Terms Of Reference Bidders Must Submit The Following During Post-qualification: 1 Samples If Offered Item Is Not Previously Procured Or If Required By The Procuring Entity 2 Brochures Indicating Specification 3 Terms Of Delivery: 15 Calendar Days Upon Receipt Of Call-off 4 Delivery Schedule: Upon Call Off 5 This Procurement Is Under Framework Agreement -single Year Framework Agreement 6 Terms Of Payment. Payment Shall Be Made Upon Complete Delivery Per Call – Off. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. 7 This Procurement Is Lot Bid – Single Lot And Awarded In One Contract. Bidder Shall Bid All The Items In A Lot. 8 Product Expiration Date Must Be At Least 6 Months To 1 Year From Date Of Delivery 9 Validity Of The Contract / Contract Termination 10 Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: 11 A. When The Total Quantity Specified In The Contract Has Been Exhausted Within A Single Year 12 B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. 13 Repeat Order: 14 1. No Repeat Order For An Item In Contract Being Awarded Shall Be Allowed Until After The Procuring Entity Has Exhausted The Estimated Quantity For The Same Item Specified Therein Or After The Contract Has Expired, Whichever Comes First, And Subject To The Conditions Provided In Section 51 Of Ra 9184 And Its Irr. For This Purpose, The Repeat Order Shall Be Availed Of Only Within Six (6) Months From The Date Of The Last Of Final Delivery Order Contract For A Specific Item Where The Estimated Quantity Has Been Exhausted, Or The Expiration Of The Contract. 15 2. In Case Repeat Order Is Allowed And Resorted To, The Twenty-five (25%) Maximum Allowable Quantity Shall Be Based On The Aggregate Quantity Of Actual Items Ordered And Delivered. 16 General Conditions 17 All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specification And Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Section 23.4.1.3.(ra 9184). The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent ( 25% ) Of The Abc. Slcc Must Be Within 2 Years From The Submission Of Bids. (based On The Completion Date). The Single Largest Completed Contract (slcc) Must Pertain To Hemodialysis Supplies Or Medical Supplies Or A Similar In Nature, As Determined And Defined By The Bids And Awards Committee ( Bac ). 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: A. 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 B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “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. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On November 29, 2024 To January 15. 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference December 9, 2024 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/86588532546?pwd=z6l92bxp5um395pdgzmejhiz1thly9.1 Meeting Id: 865 8853 2546 Passcode: 188233 Deadline Of Submission Of Bids January 15, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids January 15, 2025 At 2:00 P.m. Via Zoom Platform Join Zoom Meeting Https://us06web.zoom.us/j/82209192664?pwd=ofzrjrf2nipkrnbna9ziqj6xqjea6l.1 Meeting Id: 822 0919 2664 Passcode: 481797 Complete Philippine Bidding Documents Please Click The Link Below: Https://drive.google.com/drive/folders/1pt6urjgywj9uetpvfbbyig7x0stk0sxl?usp=sharing Amount Of Bidding Documents: Lot 1: Php 5,000.00 Lot 2: Php 5, 000.00 Lot 3: Php 1,000.00 This Bidding Document Fee Is Only Applicable If A Bidder Will Only Bid One Lot. However, Bidder Who May Participate All The Lots, Bidding Documents Is Amounting To Php 10,000.00. Payment Of The Bidding Documents Is Non-refundable 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 Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps And All Form And Part Of This Invitation To Bid, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents E. Framework Agreement Guidelines F. Framework Agreement Lists G. Other Documents Essential Documents Required By This Procuring Entity And Ra 9184 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before January 15, 2025 At 10:00 O’clock In The Morning. 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 January 15, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 9. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link : Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 Direct Line: (086) 826-9058 Mobile Nos. 09850508783 (smart/tnt) 09539212832 (globe/tm) E-mail Address: Crhprocurement.bac@gmail.com Approved By: (sgd) Atty. Ma. Flordelin T. Ensomo, Cpa Attorney Iv Chairman, Bids And Awards Committee
Closing Date22 Jan 2025
Tender AmountPHP 6.1 Million (USD 105.2 K)

Apayao State College Tender

Education And Training Services
Philippines
Details: Description 1 9798891611009 - Animal Physiology/2024/armstrong, A. Copy 1 2 9786218035027 - Campus Journalism Within Your Reach/2016*/bulusan, F. Copy 1 3 9789392333811 - Introduction To Kinesiology (hb)/2023/rathor, M. Copy 1 4 9786214092376 - 9786214092376 - Basic Of Arnis De Mano: A Handbook For Teachers And Students/2023/anajao Et Al. Copy 2 5 9789351119746 - Agricultural Land Drainage- Hb/2017/anand, A. Copy 1 6 9789719655145 - Physical Education And Health: Aquatic (basic Swimming) And Mountaineering Revised Edition 2023/latorre Copy 1 7 9786214510351 - Let Comprehensive Reviewer General Education/2023/corpuz, B. Et Al. Copy 1 8 9786214510368 - Let Rev. Professional Education/2023/corpuz Et. Al. Copy 1 9 9789719655688 - English For Purposive Communication (a Modular Approach)/2023/gutierrez-ang, J. Copy 1 10 9789719655282 - Purposive Communication (revised Edition)/2023/zoleta Copy 1 11 9786214092079 - Essentials Of Purposive Communication/2023/caudilla Copy 1 12 9786214092246 - Understanding The Self:new Normal Edition/2024/palean Et Al. Copy 1 13 9786214060450 - Understanding Society And Culture: A Sociological And Anthropological Approach/2016/ Riodique Iii, F.c. Et Al. Copy 1 14 9786214091935 - Introduction To Ethics/2023/umali, Et Al Copy 1 15 9789719655527 - Science, Technology And Society/2023/tabotabo, C. Copy 1 16 9786214271634-ethics/2023/bacolod, Et, Copy 1 17 9786214092277 - Art Of Self Discovery, The: An Understand The Self Workbook-textbook 2023/villanueva; Egargo Copy 1 18 9786214271641 - Readings In Philippine History/2023/bacolod, Et, Copy 1 19 9786214063550 - Life And Works Of Dr. Jose P. Rizal Revised Edition/2024/pangilinan Copy 1 20 9786214510405 - The Contemporary World/2024/mananay, Sanchez Copy 1 21 9786214510375 - Inclusive Education In Early Childhood Settings/2024/boholano,menoria Copy 1 22 9786214510443 - Interactive And Innovative Teaching Strategies: A Compendium/2024/milagros L. Copy 2 23 9786214510320 - Let Rev. Prof.ed Assessment In Learning/2023/corpuz, B. Copy 1 24 9786214091690f - Facilitating Student-centered Teaching & Learning/2023/larioque, Et Copy 1 25 9786214271726 - Gender And Society/2024/bacolod, Et, Copy 1 26 9786214460069 - Physical Education 101 For College Students/2022/enrique Copy 1 27 9789393274137 - Marketing Research/2020/chanda Copy 1 28 9786214161256 - Strategic Management - Concepts And Application/2022/ Cabrera, E. & Cabrera, G. Copy 1 29 9786214063482 - Mastering Pricing And Costing: Strategies For Profitable Business Growth/2024/pasahol Et Al Copy 1 30 9789719655800 - Foundations Of Operations Management: A Practical Guide For Higher Learning/2024/perida, Arcadio Copy 1 31 9786214271481 - Understanding Marketing Research/2024/mutya Copy 1 32 9789719655978 - Entrepreneurial Behavior Growth Mindset And Fixed Mindset/2024/pasahol Et Al Copy 1 33 9789390674206 - Social Media Marketing (hb)/2021/barman, R.d. Copy 1 34 9789350301685 - The Era Of Commerce And E-commerce /2022/ Zaveri, N. Et Copy 1 35 9781984678928 - Agricultural Implements And Machinery/2023/3g E-learning Copy 1 36 9789391972066 - Scientific Poultry Production And Nutrition/ 2022/ Pandey, D. Copy 1 37 9789350305645 - Nutrition And Disease Management In Poultry/2020/lewis, G. Copy 1 38 9789391096632 - Principles And Methods Of Sampling In Animal Diseases Surveys/ 2022/singh, S. K Copy 1 39 9789352220328 - Animal Physiology (hb)/2022/eyeson, S.r. Copy 1 40 9781912859030 - Environmental Pollution Research (hb)/2023/adams, K. Copy 1 41 9781799600794 - Forest Biodiversity And Its Conservation Practices/reprinted 2024/ezra Altenwerth Copy 1 42 9789710391448 - Cordillera Games/ 2009/flores, J. Copy 1 43 9786214092239 - The Teaching Profession/2024/fernando Copy 1 44 9789389740660 - Humour In Classroom/2021/k.s. Bhardwaj Copy 1 45 9786214092369 - An Eye For Art Appreciation Perception And Expression/2024/sonsana, Et. Al. Copy 2 46 9789395546966 - Research In Physical Education And Sports Science (hb) 2023/ Kumar, R. Copy 1 47 9789719655404 - The Teaching Profession In The 21st Century/2024/ Sarandi & Babao Copy 2 48 9789392516191 - Sociological Aspects In Physical Education/2023/bhoj Ram Copy 1 49 9789719655145 - Physical Education And Health: Aquatic (basic Swimming) And Mountaineering Revised Edition/2023/latorre Copy 1 50 9789391972400 - Poultry Feed Technology (hb)/2022/pandey, D. Copy 1 51 9789391096960 - Poultry Farming And Feed Formulations (hb)/2022/lewis, G. D Copy 1 52 9798891612655 - Animal Breeding And Genetics/2024/matthews, K Copy 1 53 9786214091706 - Art Appreciation 2nd Edition/2023/etm Copy 1 54 9786214063475 - Reading Visual Arts/2024/zoleta Copy 1 55 9786214061105 - Physical Education And Health 4 For Shs/2018/gonzalvo, R. Copy 1 56 9789719655855 - (path Fit 4 Sports) Menu Of Sports/2024/punzalan Et Al. Copy 1 57 9789719655503 - Physical Activity Towards Health And Fitness (path-fit 4 Sports) Individual/dual And Team Sports/2023/medina-bulatao, M.g. Et. Al. Copy 1 58 9798891612341 - Agricultural Entomology/2024/watkins, R. Copy 1 59 9789719656210 - Research Fundamentals From Concept To Output: A Guide For Researchers & Thesis Writers/ 2016/ Almeida, Et Al. Copy 1 60 9789710391622 - Effective Classroom Management/2010/patron, Ida Copy 1 61 9716858143 - Let Comprehensive Reviewer Based On The Ncbts And Tos Professional Education Beed & Bsed Volume 2/2016/bautista, Et Al. Copy 1 62 9786214092062 - Physical Activities Towards Health And Fitness Pathfit 2: Exercise-based Fitness Activities/2023/ Ballecer, M. Copy 15 63 9786214460069 - Physical Education 101 For College Students/2022/enrique, W. Dc Copy 2 64 9786214092239 - The Teaching Profession/2024/fernando, Et Al. Copy 1 65 9789352692293 - Psychological Aspects In Physical Education And Sport/ 2019/ Singh, S. Copy 1 66 9789392333927 - Motor Control And Human Movement (hb)/2023/bissu, A. Copy 1 67 9789392333927 - Motor Control And Human Movement (hb)/2023/bissu, A. Copy 1 68 9789710391448 - Cordillera Games/2009/flores, J. Copy 1 69 9789392516160 - Physical Education And Psychology/2023/bhoj Ram Rawte Copy 1 70 9789395337083 - Sports And Exercise Psychology (hb)/2023/kaswan, S.s. Copy 1 71 9789357510745 - Biomechanical Evaluation Of Movement In Sport & Exercise/2024/roshan Sinha/ John Michael Aquino Copy 1 72 9789395431804 - Tourism As An Industry (hb)/2023/rajpal, N. Copy 1 73 9786214510351 - Let Comprehensive Reviewer General Education/ 2023/ Corpuz, B. Et Al. Copy 1 74 2244-4734 - Licensure Examination For Teachers (let) Reviewer 2024 Updated Edition/2024/jose-pangan, M. / Duque-novales, M. Copy 1 75 9786214063659 - (path Fit 1) Physical Activity Towards Health And Fitness 1 Movement Compentency Revised Ed./2024/bulatao Et Al Copy 1 76 9789719655565 - Physical Activity Towards Health & Fitness 1 (path-fit 1) Health & Wellness, Movement Education And Exercise Program/2023/ Punzalan, M.d, Et. Al. Copy 1 77 9786214062669 - Physical Education 2 Rhythmic Dance And Social Activities/ 2020/punzalan & Habana Copy 1 78 9786214092062 - Physical Activities Towards Health And Fitness Pathfit 2: Exercise-based Fitness Activities/2023/ Ballecer, M. Copy 1 79 9786214510368 - Let Rev. Professional Education/2023/corpuz Et. Al. Copy 1 80 9786214510320 - Let Rev. Prof.ed Assessment In Learning/2023/corpuz, B. And Cuartel, I. Copy 5 81 9786214510450 - Let Reviewer Filipino/2024/elmer B. De Leon Copy 5 82 9786214510368 - Let Rev. Professional Education /2023/corpuz Et. Al. Copy 5 83 9786214510351 - Let Comprehensive Reviewer General Education/2023/corpuz, B. Et Al. Copy 5 84 9789719647744 - Technical English 1 (investigative Report Writing And Presentation)/2023/alvarez, J. Copy 1 85 9789719647751 - Technical English 2 (legal Forms)/2023/alvarez, J. Copy 1 86 9786214880041 - Criminological Research 2nd Ed./2024/beit-chavez Copy 1 87 9786214880300 - Law Enforcement Organization And Administration 2nd Edition/2025/detran, A. Et. Al. Copy 1 88 9786214880270 - Therapeutic Modalities/2024/bayog, M. Et. Al. Copy 1 89 9789719647874 - Fire Protection And Arson Investigation/ 2023/ Tello, W/cejes, L Copy 1 90 9786214880034 - Forensic Photography 6th Ed./2024/ma.elena Magadia/ Ma. Elizabeth Bulan Copy 1 91 9789395080521 - Auto Mechanic A Career Guide/2024/josef Carter Copy 1 92 9789395080538 - Automotive Mechanic Advanced/2024/josef Carter Copy 1 93 9789395080729 - Electrical Installation And Maintenance Basic And Intermediate/2024/laxman Singh Copy 1 94 9781984685551 - Basic Knowledge Of Electrical Technology/2024/3g E-learning Copy 1 95 9786214510207 - Simplified Ojt Methods (on-job-training) On Building Construction For Engineers & Architects/2022/virgilio N. Porte Copy 4 96 9798891612075 - Introduction To Linguistics/2024/fletcher, H. Copy 1 97 9781639876686 - Educational Psychology/2023/richards, S. Copy 1 98 9786214180455 - Licensure Examination For Criminologist (review Orientation Module) 2018 Millennial Edition/2018/peckley, M. F. Copy 1 99 9786214510481 - Reviewer For Civil Service Examination/2024/corpuz, Borabo, Cuartel Copy 6 100 2244-4734 - Licensure Examination For Teachers (let) Reviewer 2024 Updated Edition/2024/jose-pangan, M. / Duque-novales, M. Copy 3 101 9786214880102 - Security Officer Manual On Leadership And Management/2024/dino B. Bobier Copy 1 102 9781916784574 - Technological Assessment Of Poultry Production And Management/2024/yani Taylor Copy 1 103 9786210612189 - Duck Egg Production And Processing Principple And Practices In The Philippine Context/2024/anglel L. Lambio Copy 1 104 9798891612310 - Soil Fertitlity And Fertilizers/2024/mcmahon, N. Copy 1 105 9798891612341 - Agricultural Entomology/2024/watkins, R. Copy 1 106 9798891611009 - Animal Physiology/2024/armstrong, A. Copy 1 107 9798891612662 - Animal Nutrition And Feeding/2024/matthews, K. Copy 1 108 9789389740172 - Educational Philosophy/2020/nibedita Guru / Binaya Bhusan Mohapatra Ganesh Panda / Sujatha M. Copy 1 109 9789395577199 - Digital Electronics/2024/kumar, S. Copy 1 110 9789395577205 - Basic Electronics/2024/kumar, S. Copy 1 111 9798891612266 - Introduction To Agribusiness Management And Entrepreneurship/2024/mitchell, F. Copy 1 112 9781641722070 - Crop Production: Techniques And Technology/2023/ Ingram, L. Copy 1 113 9781984636850 - Computer Aided Drawing And Drafting/2020/3g E-learning Copy 1 114 9798891612440 - Introduction To Forensic Science/2024/hodges, M. Copy 1 115 9786214880287 - Special Crime Investigation 2 With Interview And Interrogation/2024/astilla, A. Et. Al. Copy 1 116 9789350306666 - Encyclopaedia Of Crime, Criminology And Forensic Science (2 Vols.)/2021/kumar, A./yadav, R.k. Copy 1 117 9781984680242 - 3g Handy Guide: Construction Operations And Supervision - 2nd Ed./3g E-learning/2023, Pb Copy 1 118 9789391383299 - A Glossary Of Soil Science/khambalkar/2023, Hb Copy 1 119 9798887153407 - Agribusiness Management/gilbert/2024, Hb Copy 1 120 9781774699010 - Apiculture/ Wafullah/ 2024, Hb Copy 2 121 9789388387682 - Applied Plant Anatomy And Plant Breeding/pragati/2024, Hb Copy 1 122 9780357766620 - Automotive Maintenance & Light Repair - 3rd Ed./thompson/2024, Pb Copy 1 123 9781119730996 - Barry's Introduction To Construction Of Buildings - 5th Ed./emmitt/2024, Pb Copy 1 124 9781984680402 - Basic Calculus - 3rd Ed./3g E-learning/2023, Pb Copy 1 125 9798887150871 - Biotechnology Of Plant Tissues/burnett/2023, Hb Copy 1 126 9798887153377 - Bridge Engineering/billington/2024, Hb Copy 1 127 9781119772408 - Building Codes Illustrated: A Guide To Understanding The 2021 International Building Code - 7th Ed./ching/2022, Pb Copy 1 128 9781119772514 - Building Codes Illustrated: The Basics/ching/2023, Pb Copy 1 129 9798887153391 - Civil Engineering: Construction Design And Management/maison/2024, Hb Copy 1 130 9781119895305 - Continuous Cover Forestry: Theories, Concepts And Implementation/pommerening/2024, Hb Copy 1 131 9781984688699 - Core Concepts In Engineering: Civil Engineering - 2nd Edition/arduman/2024, Pb Copy 1 132 9781984688675 - Core Concepts In Mathematics: Differential Equations - 2nd Edition/mashoko/2024, Pb Copy 1 133 9781984688644 - Core Concepts In Mathematics: Geometry - 2nd Edition/leo/2024, Pb Copy 1 134 9781984688682 - Core Concepts In Mathematics: Trigonometry - 2nd Edition/alwazeer/2024, Pb Copy 1 135 9798214031958 - Differential Equations With Boundary-vatue Problems - Metric Version 10th Edition/zill/2024, Pb Copy 1 136 9781984680464 - Disaster Readiness And Risk Reduction - 4th Edition/3g E-learning/2023, Pb Copy 1 137 9781119890904 - Ecological Silvicultural Systems: Exemplary Models For Sustainable Forest Management/palik/2024, Pb Copy 1 138 9781984688439 - Electrical Engineering Drawing - 2nd Edition/nollen/2024, Pb Copy 1 139 9780357618707 - Electricity For Refrigeration, Heating And Air Conditioning - 11th Edition/smith/2023, Hb Copy 1 140 9781266262494 - Engineering Circuit Analysis - 10th Edition/hayt, Jr./2024, Pb Copy 1 141 9780357684429 - Engineering Fundamentals: An Introduction To Engineering - 7th Si Edition/moaveni/2024, Pb Copy 1 142 9789395763028 - Entrepreneurship Development In Specialty Agriculture/kachroo/2023, Hb Copy 1 143 9781119476085 - Forest Ecology - 5th Edition/kashian/2023, Pb Copy 1 144 9781641167259 - Forest Ecology And Conservation: An Interdisciplinary Perspective/erickson/2024, Pb Copy 1 145 9798887150727 - Handbook Of Forests And Forestry/kumar/2023, Hb Copy 1 146 9781666868036 - Handbook Of Useful Fungi In Agriculture Sustainability/blackburn/2024, Hb Copy 1 147 9781984688149 - Illustrated Dictionary Of Algebra - 3rd Edition/harvey/2024, Pb Copy 1 148 9781641167178 - Introduction To Botany/ Sawyer/2023, Pb Copy 1 149 9781260598025 - Introduction To Environmental Engineering/davis/2023, 6th, Pb Copy 1 150 9781641730242 - Introduction To Renewable Energy/carter/2024, Pb Copy 1 151 9789358871289 - Mastering Agricultural Extension Education/jarial/2024, Pb Copy 1 152 9789395431712 - Mechanical Machine Design/singh/2023, Hb Copy 1 153 9781337904919 - Modern Hydronic Heating & Cooling: For Residential And Light Commercial Buildings - 4th Edition/siegenthaler/2023, Hb Copy 1 154 9798887153094 - Pest Management: Principles And Practices/ Kingston/ 2024, Hb Copy 1 155 9789395319263 - Pests Of Vegetables - 2nd Fully Revised And Enlarged Edition/laskar/2023, Hb Copy 1 156 9788119920259 - Plane Surveying/young/2024, Hb Copy 1 157 9780357543726 - Plant & Soil Science: Fundamentals And Applications - 2nd Edition/parker/2023, Hb Copy 1 158 9798887153117 - Plant Cell And Tissue Culture/marshall/2024, Hb Copy 1 159 9781647404505 - Plant Pathology And Plant Pathogens/bennett/2024, Pb Copy 1 160 9781266281624 - Plants And Society - 9th Edition/levetin/2024, Pb Copy 1 161 9780357026328 - Plumbing 101 - 7th Edition/phcc Ef/2025, Pb Copy 1 162 9780357684672 - Principles Of Foundation Engineering - 10th Si Edition/das/2024, Pb Copy 1 163 9781639896783 - Principles Of Soil Microbiology/silva/2023, Hb Copy 1 164 9781071818107 - Qualitative Research Writing: Credible And Trustworthy Writing From Beginning To End/salmona/2024, Pb Copy 1 165 9789394490789 - Seed Production Of Field Crops - 2nd Fully Revised And Enlarged Edition/mondal/2023, Hb Copy 1 166 9781264441389 - Teach Yourself Electricity And Electronics - 7th Edition/gibilisco/2022, Pb Copy 1 167 9780357766385 - Today's Technician: Automotive Electricity & Electronics (2 Books) - 8th Edition/hollembeak/2024, Pb Copy 1 168 9781337567336 - Today's Technician: Automotive Suspension & Steering Systems (2 Books) - 7th Edition/schnubel/2020, Pb Copy 1 169 9781799601470 - Veterinary Anatomy Of Domestic Mammals/sanderson/2023, Hb Copy 1 170 9789352691265 - Principles & Concepts Criminology/sharma/2019 Copy 1 171 9781835352533 - Investigation Of Crime Scene Techniques/wiltshira/2025 Copy 1 172 9789362245946 - Organized Crime Investigation/strohmeier/2025 Copy 1 173 9781774698600 - Fundamentals Of Forensic Linguistics/singla/2024 Copy 1 174 9781666888720 - Forensic Dna Technology/snow/2022 Copy 1 175 9781835350355 - Study Of Computer Crime And Forensics/blaylock E.c/2025 Copy 1 176 9781835352052 - Forensic Science Encyclopedia/m. Nelson/2025 Copy 1 177 9789352691524 - Criminology & Penology, Theories On Crime & Punishment/sharma/2019 Copy 1 178 9781835353479 - Technology Of Forensic Dna/geradts/2024 Copy 1 179 9781835353004 - Principles Of Fingerprint/simon A./2025 Copy 1 180 9781666888782 - The Science Examination Of Questioned Documents/bender/2022 Copy 1 181 Forensic Dna Analysis Made Simple/bagasra/2024 Copy 1 182 9789357510394 - Comparative Models And Policing/pandey/2023 Copy 1 183 9781912859733 - Automotive Engineering: Atomotive Transmissions And Transaxles/salas/2023 Copy 1 184 9781984681065 - 3ge Collection On Engineering: Hybrid Electric Vehicles3g E-learning/2023 Copy 1 185 9781984689238 - Core Concepts In Chemistry: Physical Chemistry (2nd Edition) (with Access Code)/tanaka/2024 Copy 1 186 9781984688446 - Electric Circuits (2nd Edition) (with Access Code)/tryon/2024 Copy 1 187 9781774697320 - Services Marketing And Customer Relationship Management/kumar/2024 Copy 1 188 9781984680235 - 3g Handy Guide: Retail Manager 2nd Ed W/ Dvd/3g E-learning/2023 Copy 1 189 9781774697276 - Production And Operations Management/sharma/2024 Copy 1 190 621-418-330-2 - The Blue Book - Reviewer For Board Licensure Examination For Criminologists Volume 1: Professional Courses/garcia/2024, Bp Copy 1 191 621-418-356-2 - The Blue Book - Reviewer For Board Licensure Examination For Criminologists: Volume 2: Area 2 A-c Major Courses/garcia/2024, Bp Copy 1 192 621-418-358-6 - The Blue Book - Reviewer For Board Licensure Examination For Criminologists Volume 3: Area 2 D-e Major Courses + Area 3 Special Courses/garcia/2024, Bp Copy 1 193 621-418-175-9 - Forensic Reviewer A Comprehensive Forensic And Criminalistics Reviewer/domingo/2021, Bp Copy 1 194 621-418-244-2 - Victimology A Comprehensive Guide To Practitioners/depayso/2022, Bp Copy 1 195 621-418-375-3 - Juvenile Delinquency & Juvenile Justice (ra 11131 & Blec Tos Compliance)/mariano Et Al/2024, Bp Copy 1 196 621-418-334-0 - Special Crime Investigation With Interview And Interrogation Protocols/domingo/2024, Bp Copy 1 197 621-418-346-3 - Introduction To The Forensic Sciences/taduran/2024, Bp Copy 1 198 621-418-303-6 - Specialized Crime Investigation With Legal Medicine/dascil /santos/2023, Bp Copy 1 199 621-418-327-2 - Dispute Resolutions And Crises / Incident Management/caño/2024, Bp Copy 1 200 621-418-302-9 - Fire Behavior & Arson Investigations, 4th Edition/bustria/2023, Bp Copy 1 201 621-418-374-6 - Criminology Criminal Sociology - A Comprehensive Reviewer/domingo Et Al/2024, Bp Copy 1 202 621-418-249-7 - Fingerprint - Uniqueness And Persistency Of Friction Ridge Skin Volume 1/rocamora/2023, Bp Copy 1 203 621-418-368-5 - Forensic Handwriting Examination - A Student Guide With Laboratory Activities/immatong/2024, Bp Copy 1 204 9780357676189 - Power System Analysis And Design Copy 1 205 9781292440996 - Introduction To Materials Science For Engineers Copy 1 206 9789811270154 - Handbook Of Accelerator Physics And Engineering Copy 1 207 9780357684429 - Engineering Fundamentals An Introduction To Engineering Copy 1 208 9781292725734 - Mechanics Of Materials (si) Copy 1 209 9788119205691 - Machine Elements Copy 1 210 9781266968365 - Fluid Mechanics: Fundamentals And Applications Copy 1 211 9781484289884 - Industrial Robotics Control: Mathematical Models Copy 1 212 9781119897743 - Sketchup For Interior Design: 3d Visualizing Copy 1 213 9789815097306 - The Nature Of Mathematics Copy 1 214 9781266152115 - Thermodynamics: An Engineering Approach Copy 1 215 9781266115837 - Statistics For Engineers And Scientists Copy 1 216 9789813313545 - Stern's Introductory Plant Biology Copy 3 217 9781266929892 - Shigley's Mechanical Engineering Design: 2024 Release Copy 1 218 9789814839815 - Advanced Engineering Mathematics, Metric Edit Copy 1 219 9789814846189 - Differential Equations With Boundary Value Problems Copy 1 220 9789814846493 - Engineering Fundamentals: An Introduction To Engineering Copy 1 221 9789814866262 - Engineering Mechanics: Dynamics Copy 1 222 9789719814474 - Engineering Drawing And Design: Solid Mensuration Copy 5 223 9789719820239 - Essential Mathematics For The Modern World Copy 1 224 9789815161120 - Calculus International Metric Edition Copy 1 225 9781394183869 - Chemistry: Core Concepts (print And Interactive Copy 1 226 9780357684429 - Engineering Fundamentals An Introduction To Engineering Copy 1 227 9781760427122 - Automotive Mechanics, Revised Edition Copy 1 228 9789719811152 - Principles And Reactions: Chemistry For Engineering Students Copy 2 229 9781107160002 - Mechanics Of Wave-seabed-structure Interact Copy 1 230 9789814846127 - Physics For Scientists And Engineers With Modern Physics Copy 1 231 9789719818106 - Mathematics In The Modem World: Outcomes-based Module Copy 1 232 9781292438221 - Physics For Scientists And Engineers: A Strategic Approach With Modern Physics, Global Edition, 5th Edition Copy 1 233 9781292725734 - Mechanics Of Materials (si) Copy 1 234 9780357684672 - Si Principles Of Foundation Engineering Copy 1 235 9788119677283 - Steel And Timber Design Copy 1 236 9781799601227 - Soil Microbiology Copy 1 237 9781292460208 - Statics And Mechanics Of Materials, Si Units Copy 1 238 9781119911906 - Automotive Handbook Copy 1 239 9780367758776 - Earthquake Science And Engineering Copy 1 240 9781266091797 - Engineering Economy Copy 2 241 9780357684429 - Engineering Fundamentals An Introduction To Engineering Copy 1 242 9780357766248 - Automotive Engines: Diagnosis, Repair, And Rebuilding Copy 1 243 9781760427122 - Automotive Mechanics, Revised Edition Copy 1 244 9780357766965 - Electrical Wiring Residential Copy 1 245 9780357908426 - Calculus: Earty Transcendental Functions, International Metric Edition Copy 1 246 9781292451930 - Engineering Mechanics: Dynamics, Si Units Copy 1 247 9781484296448 - Build Autonomous Mobile Robot From Scratch Using Ros Copy 1 248 9781071884607 - Transforming Schools For Multilingual Leamers Copy 1 249 9781266152115 - Thermodynamics: An Engineering Approach Copy 1 250 9780357766392 - Today's Technician: Automotive Electricity And Electronics Classroom Manual Copy 1 251 9781266277474 - Technology Of Machine Tools Copy 1 252 9789719817253 - Technopreneurship Tech To Go: A Student's Guide To Bringing Technology To The Market Copy 1 253 9781260547887 - Statistics For Engineers And Scientists Copy 1 254 9781266152115 - Thermodynamics: An Engineering Approach Copy 1 255 9780357766392 - Today's Technician: Automotive Electricity And Electronics Classroom Manual Copy 1 256 9788119365098 - Workshop Theory And Practice Copy 1 257 9781266277474 - Technology Of Machine Tools Copy 1 258 9781266929892 - Shigley's Mechanical Engineering Design: 2024 Release Copy 1 259 9781394199501 - Power Systems: Fundamental Concepts And The Transition To Sustainability Copy 1 260 9781394177820 - Willis's Elements Of Quantity Surveying Copy 1 261 9781032137995 - Bioenergy Engineering Copy 1 262 9780128211793 - Chemical Engineering Design: Principles, Practice And Economics Of Plant And Process Design Copy 1 263 9781119718932 - Electron Flow In Organic Chemistry: A Decision-based Guide To Organic Mechanisms Copy 1 264 9780357760451 - Differential Equations With Boundary - Value Problems Copy 1 265 9780357719428 - Energy: It's Use And The Environment Copy 1 266 9780357766248 - Automotive Engines: Diagnosis, Repair, And Rebuilding Copy 1 267 9780357908426 - 9780357908426 - Calculus: Earty Transcendental Functions, International Metric Edition Copy 1 268 9783030793777 - Electronic Circuit Design And Application Copy 1 269 9783031296840 - Education And Research For The Future: Engineering As An Illustrative Case Copy 1 270 9789719820031 - Mathematics In The Modem World Copy 1 271 9780357675854 - Environmental Engineering And Sustainable Design Copy 1 272 9781292440996 - Introduction To Materials Science For Engineers Copy 1 273 9781292444048 - Engineering Mechanics: Statics, Si Units (book) Copy 1 274 9789719820239 - Essential Mathematics For The Modern World Copy 1 275 9789813351684 - Engineering Mechanics: Statics & Dynamics Copy 1 276 9789719822530 - Foundation Of Social Studies Copy 1 277 9781666871357 - Matlab: An Introduction Mathematical Computation Copy 1 278 9781266968365 - Fluid Mechanics: Fundamentals And Applications Copy 1 279 9781484289884 - Industrial Robotics Control: Mathematical Models Copy 1 280 9781266159244 - Organic Chemistry Copy 1 281 9783031134357 - Introduction To Intelligent Construction Technology Copy 1 282 9780357684672 - Si Principles Of Foundation Engineering Copy 1 283 9781799600794 - Forest Biodiversity And Its Conservation Practice Copy 1 284 9781799600817 - Forest Genetics And Tree Breeding Copy 1 285 9781799600824 - Forest Management And Sustainable Development Copy 1 286 9780357766712 - Illustrated Guide To The National Electrical Code Copy 1 287 9780357026328 - Plumbing 101 Copy 1 288 9781292440996 - Introduction To Materials Science For Engineers Copy 1 289 9789811270154 - Handbook Of Accelerator Physics And Engineering Copy 1 290 9780357684429 - Engineering Fundamentals An Introduction To Engineering Copy 1 291 9781292725734 - Mechanics Of Materials (si) Copy 1 292 9781266968365 - Fluid Mechanics: Fundamentals And Applications Copy 1 293 9781484289884 - Industrial Robotics Control: Mathematical Models Copy 1 294 9781119897743 - Sketchup For Interior Design: 3d Visualizing Copy 1 295 9789719820437 - The Contemporary World Copy 10 296 9789815097306 - The Nature Of Mathematics Copy 1 297 9781266152115 - Thermodynamics: An Engineering Approach Copy 1 298 9781266115837 - Statistics For Engineers And Scientists Copy 1 299 9789813313545 - Stern's Introductory Plant Biology Copy 3 300 9781266929892 - Shigley's Mechanical Engineering Design: 2024 Release Copy 1 301 9789814839815 - Advanced Engineering Mathematics, Metric Edit Copy 3 302 9789814846189 - Differential Equations With Boundary Value Problems Copy 3 303 9789814846493 - Engineering Fundamentals: An Introduction To Engineering Copy 3 304 9789814866262 - Engineering Mechanics: Dynamics Copy 3 305 9789719814474 - Engineering Drawing And Design: Solid Mensuration Copy 5 306 9789719820239 - Essential Mathematics For The Modern World Copy 10 307 9789815161120 - Calculus International Metric Edition Copy 3 308 9781394183869 - Chemistry: Core Concepts (print And Interactive Copy 1 309 9780357684429 - Engineering Fundamentals An Introduction To Engineering Copy 1 310 9781760427122 - Automotive Mechanics, Revised Edition Copy 1 311 9789719811152 - Principles And Reactions: Chemistry For Engineering Students Copy 3 312 9789814846127 - Physics For Scientists And Engineers With Modern Physics Copy 3 313 9789719818106 - Mathematics In The Modem World: Outcomes-based Module Copy 10 314 9781292438221 - Physics For Scientists And Engineers: A Strategic Approach With Modern Physics, Global Edition, 5th Edition Copy 1 315 9781292725734 - Mechanics Of Materials (si) Copy 1 316 9780357684672 - Si Principles Of Foundation Engineering Copy 1 317 9788119677283 - Steel And Timber Design Copy 2 318 9781799601227 - Soil Microbiology Copy 1 319 9781292460208 - Statics And Mechanics Of Materials, Si Units Copy 1 320 9781119911906 - Automotive Handbook Copy 1 321 9780367758776 - Earthquake Science And Engineering Copy 1 322 9781266091797 - Engineering Economy Copy 3 323 9780357684429 - Engineering Fundamentals An Introduction To Engineering Copy 1 324 9780357766248 - Automotive Engines: Diagnosis, Repair, And Rebuilding Copy 1 325 9781760427122 - Automotive Mechanics, Revised Edition Copy 1 326 9780357766965 - Electrical Wiring Residential Copy 1 327 9780357908426 - Calculus: Earty Transcendental Functions, International Metric Edition Copy 1 328 9781292451930 - Engineering Mechanics: Dynamics, Si Units Copy 1 329 9781484296448 - Build Autonomous Mobile Robot From Scratch Using Ros Copy 1 330 9781071884607 - Transforming Schools For Multilingual Leamers Copy 1 331 9781266152115 - Thermodynamics: An Engineering Approach Copy 1 332 9783031095917 - Traffic Engineering Copy 1 333 9780357908549 - Transportation: A Global Supply Chain Perspective Copy 1 334 9780357766392 - Today's Technician: Automotive Electricity And Electronics Classroom Manual Copy 1 335 9781266277474 - Technology Of Machine Tools Copy 1 336 9789719817253 - Technopreneurship Tech To Go: A Student's Guide To Bringing Technology To The Market Copy 10 337 9781260547887 - Statistics For Engineers And Scientists Copy 3 338 9781266152115 - Thermodynamics: An Engineering Approach Copy 1 339 9780357766392 - Today's Technician: Automotive Electricity And Electronics Classroom Manual Copy 1 340 9789719822677 - Purposive Communication In The 21st Century Copy 10 341 9788119365098 - Workshop Theory And Practice Copy 1 342 9781266277474 - Technology Of Machine Tools Copy 1 343 9781266929892 - Shigley's Mechanical Engineering Design: 2024 Release Copy 1 344 9781394199501 - Power Systems: Fundamental Concepts And The Transition To Sustainability Copy 1 345 9781394177820 - Willis's Elements Of Quantity Surveying Copy 1 346 9781284272383 - Ems Safety Course Manual Copy 1 347 9780357760451 - Differential Equations With Boundary - Value Problems Copy 1 348 9780357766248 - Automotive Engines: Diagnosis, Repair, And Rebuilding Copy 1 349 9780357908426 - 9780357908426 - Calculus: Earty Transcendental Functions, International Metric Edition Copy 1 350 9783030793777 - Electronic Circuit Design And Application Copy 1 351 9789719820031 - Mathematics In The Modem World Copy 10 352 9780357675854 - Environmental Engineering And Sustainable Design Copy 1 353 9781292440996 - Introduction To Materials Science For Engineers Copy 2 354 9781292444048 - Engineering Mechanics: Statics, Si Units (book) Copy 1 355 9789719820239 - Essential Mathematics For The Modern World Copy 10 356 9789813351684 - Engineering Mechanics: Statics & Dynamics Copy 3 357 9781119883302 - Highway Engineering Copy 1 358 9781119879435 - Ethics, Technology, And Engineering - An Introduction Copy 1 359 9789719822530 - Foundation Of Social Studies Copy 3 360 9781666871357 - Matlab: An Introduction Mathematical Computation Copy 1 361 9781266968365 - Fluid Mechanics: Fundamentals And Applications Copy 2 362 9781484289884 - Industrial Robotics Control: Mathematical Models Copy 2 363 9789719820505 - Science, Technology And Society: An Evidence-driven Outcomes-based Module Copy 10 364 9781266159244 - Organic Chemistry Copy 1 365 9781394175710 - Planning For Community Copy 1 366 9783031134357 - Introduction To Intelligent Construction Technology Copy 1 367 9780357684672 - Si Principles Of Foundation Engineering Copy 1 368 9780357766712 - Illustrated Guide To The National Electrical Code Copy 1 369 9780357026328 - Plumbing 101 Copy 1 370 Filipino Sa Iba't Ibang Disiplina/billy/2024 Copy 5 371 Sangguniang Aklat Ng Gramatika At Pagbuo Ng Mapa Sa Wika/alvarado/2023 Copy 5 372 Panimulang Lingwistika Pandalubhasaan/lonez/2021 Copy 5 373 Intoduksyon Sa Pananaliksik Sa Wika At Panitikan/alvarado/2022 Copy 5 374 Intoduksyon Sa Pag-aaral Ng Wika Pandalubhasaan/balawan/2021 Copy 5 375 Panitikang Panlipunan/acopra/2020 Copy 5 376 Introduction To Discreet Mathematics/2023/sirug Copy 10 377 Jose Rizal: The Man And The Hero/pasigui/2024 Copy 10 378 Life And Works Of Dr. Jose Rizal/2024/pangilinan Copy 10 379 Readings In Philippine History/baes/2025 Copy 10
Closing Date4 Mar 2025
Tender AmountPHP 1.9 Million (USD 32.9 K)

Establishments And Organizations Of Higher Education, Research And Innovation Tender

Others...+2Civil And Construction, Housekeeping Services
France
Details: The purpose of this contract is the preventive and curative maintenance and the management works of: • Gate (exterior pedestrian) • Sliding door (pedestrian entrance/exit of building) • Metal grille or curtain • Rising barrier • Sectional or swinging garage door < 3 meters high • Industrial door height >= 3 meters high (sectional or swinging) • Double swinging or single swinging gate • Suspended or ground sliding gate • Retractable bollard • Turnstile (non-motorized) • Fast corridor The consultation includes the following lots: Lot 1: City of Aix and Marseille (site: St Jérôme, IUT Susini and Château Gombert) as well as other municipalities (site: La Ciotat, Avignon, Salon, and Arles). Lot 2: City of Marseille (Central and Southern district) as well as the North Medicine component. Lot 3: Sites of the Alps (Digne and Gap) This Lot Is Not Part of This Consultation. In accordance with Article R. 2123-1 of the Public Procurement Code, the University Has Decided to Implement an Adapted Procedure for Lot 3 "Sites of the Alps (Digne and Gap)" in 2026 (this Lot Includes a Maximum Annual Threshold Strictly Less Than €10,000 Excl. Tax). Each Lot Constitutes a Contract. Unless Specially Specified, the Contract Is Referred to Interchangeably in the Consultation Documents as "Contract" Regardless of the Lot Concerned. Unless Specially Specified, All Provisions Mentioned in the Consultation Documents Apply to All Lots. The Description of the Services Is Described in the CCP and Its Appendices. Limitation on the Number of Lots That May Be Awarded to the Same Economic Operator == > Economic Operators May Submit Bids to All Lots, But Only One Lot Will Be Awarded Per Candidate. For Further Details: See Article 8.3 of the Consultation Regulations Rc.
Closing Date3 Mar 2025
Tender AmountRefer Documents 

Helmholtz Zentrum Hereon GmbH Tender

Civil And Construction...+2Others, Civil Works Others
Germany
Details: 1. Preamble The Helmholtz-Zentrum Hereon GmbH (hereon) is a non-profit research institution and one of the 18 member institutions of the Hermann von Helmholtz Association of German Research Centres EV. 90% of Hereon's expenses are financed by the federal government (BMBF - Federal Ministry of Education and Research) and 10% by the four consortium states (Schleswig-Holstein, Hamburg, Lower Saxony and Brandenburg). The statutory task of the society is to conduct research and development in a multidisciplinary network, particularly in the areas of materials research, coastal, climate and environmental research and regenerative medicine. Description of services - Year-round berths for the Coriolis and the Storch on a floating pontoon (independent of the tide), - Berth for the Storch in winter (drying on land), - Crane provision for laboratory container changes (20ft) from board the Ludwig Prandtl and dry-drying the Storch, - Storage options on land for laboratory containers and equipment (e.g. wave measuring buoy, multi-part measuring pole), - Storage options for equipment in halls or garages, - Provision of electricity and water, waste and hazardous waste disposal and disposal of operating materials, - Use of parking spaces for the crew and employees of Hereon, provision of emergency service passes (passage during high water), - Key for the shipyard gate, fenced-in area - Accessibility from the Hereon site, max. distance 50 km, - Use of a pier for loading expedition equipment from trucks directly onto Corio-lis, - Possibility of carrying out all emergency repairs at short notice. - Carrying out recurring maintenance work (cooperation with third-party companies is possible). - Participation in the relevant inspections by the class (bv) and the flag (bg traffic). - Accessibility to the Elbe estuary and the North and Baltic Seas. The contract is concluded for a period of 2 years with the possibility of extension for a further two years. The berthing fees are billed quarterly.
Closing Date17 Feb 2025
Tender AmountRefer Documents 

Provincial Police Headquarters In Krakow Tender

Software and IT Solutions
Poland
Details: The Inquiry Is Conducted In Pursuant to Decision No. 58/2021 of the Provincial Commander of the Police in Kraków of November 4, 2021, as amended. The Proceedings Are Conducted in Polish on the Electronic Purchasing Platform Under the Name and Case Number of the Proceeding Indicated in the Title. I. General Information: 1. The Proceedings Are Conducted in Polish In Electronic Form Through the Purchasing Platform (Hereinafter referred to as the Platform; System) At the Address: Https://malopolska-policja.eb2b.com.pl/, On Which Procurement Documents Directly Related to the Proceeding Will Be Made Available 2. Use of the Platform Is Free of Charge. 3. Communication Between the Ordering Party and Contractors, Including All Declarations, Applications, Notifications and Information, Are Transferred Through the Platform: A) Electronic Documents, Declarations or Electronic Copies of Documents or Declarations Constituting the Offer Are Submitted by the Contractor Using the "Submit an Offer" Tab During the Offer/Application Submission Stage. B) Electronic Documents, Declarations, Supplements, Electronic Copies of Documents or Declarations Submitted by the Contractor After Submitting Offers (e.g. Upon the Ordering Party's Request), Are Submitted Using the "Questions/Information" Tab. C) Any Requests for Clarification of the Content of the Specifications, Requests for an On-Site Inspection, Etc. Are Also Submitted Using the "Questions/Information" Tab. The Date of Receipt Is Considered to Be the Date of Their Uploading to the System. 4. Below are the instructions for using the Platform, i.e.: A) Submission to the Procedure requires the Contractor to log in to the System. After entering the User Data, i.e. e-mail address and password, the submission is automatically accepted by the system. B) In the "proceedings" tab, "list of open proceedings" select this procedure and using the command "register to participate in the procedure" go to the registration form - if the Contractor does not have an account on the platform or the user login panel to the system. C) After filling in the registration form, the contractor will receive an e-mail informing that he can log in to the platform for the first time. Registration of a new account is subject to verification and acceptance by the operator, which may take up to 24 hours (8 working hours). D) In the "Organizer's attachments" tab of the subject procedure, the documentation of the procedure (swz and other documents) is available. The Document is downloaded by clicking on the selected attachment and pressing the "download" command. In order to download all attachments at the same time, select the "download Package" command and then "download all Organizer's Attachments". 5. The Ordering Party Specifies the Necessary Hardware and Application Requirements Enabled to Work on the Purchasing Platform, i.e.: A) Permanent Access to the Internet with Guaranteed Throughput of No Less Than 4/1 Mb/s, B) PC or Mac Computer with the Following Configuration: RAM Min. 8 Gb, Dual-core Processor Clocked at Min. 2.4 GHz, One of the Operating Systems: MS Windows, Mac Os, Linux, With Current Technical Support from the Manufacturer, C) Any Version of Internet Browser Installed, D) Javascript Support Enabled, E) Installed Program Supporting File Formats Used by the Contractor (e.g. Acrobat Reader for Files in .pdf Format). 6. The Ordering Party recommends uploading files to the Platform in a maximum size of up to 250 Mb and in the case of documents signed with a trusted signature up to 10 Mb. 7. The Ordering Party specifies information on the encoding and time of data receipt, i.e.: A) The file attached by the Contractor on the Purchasing Platform and saved is encrypted in the system. The possibility of opening the file is available only after decryption by the Ordering Party after the deadline for submitting offers. B) The time of data receipt by the Platform is indicated by the date and exact time (hh:mm:ss) attached to the electronic document, located on the left side of the document in the "date of submission" column. 8. The offer should be prepared in accordance with this Inquiry. 9. The Offer Should Be Submitted In The Following Manner: A) The Contractor Submits The Offer By Adding In The "Attachments" Tab The Documents (attachments) Specified In This Announcement By Selecting The "Add Attachment" Command And Selecting The Target File To Be Sent; The Contractor Should Describe The Attachment With A Name That Allows Its Identification; B) The Deadline For Submitting The Offer Is Determined By The Time Of Full Processing Of The Transaction On The Platform; C) After Saving, The File Is Encrypted In The System. If The Contractor Has Posted The Incorrect File, They Can Delete It By Selecting The File And Clicking The "Delete" Command. 10. The Contractor Submits The Offer In Encrypted Form, Therefore The Offers Are Not Visible Until They Are Decrypted By The Ordering Party. 11. The Contractor May Independently Withdraw The Offer They Have Submitted. For this purpose, in the "attachments" tab, use the "delete" command, previously selected file. 12. After the deadline for submission of offers, it will not be possible to add an offer (attachments). Ii. Specification of the subject of the order 1. The subject of the order is to carry out initial and periodic medical examinations of persons performing underwater work and periodic examinations of police officers employed at the Voivodship Police Headquarters in Kraków. 2. Scope of the examinations referred to in point 1 Specifies: A) Act of 17 October 2003 on Underwater Work, B) Regulation of the Minister of Health of 17 September 2007 on Health Conditions for Underwater Work, C) Act of 27 June 1997 on Occupational Medicine Services, D) Regulation of the Minister of Health of 9 January 2017 on Periodic Examinations and Check-ups of Police Officers. E) Regulation of the Minister of Health and Social Welfare of 30 May 1996 on Conducting Medical Examinations of Employees, the Scope of Preventive Health Care for Employees and Medical Certificates Issued for the Purposes Provided for in the Labour Code. 3. Detailed definition of the Subject of the Order and the expected quantities of services are included in Annex No. 2 (Price form) and No. 3 (draft Agreement). 4. The place of performance of the Subject of the Order will be the seat of the Contractor and/or the seat of its subcontractors. 5. The basis for the performance of the Services that are the subject of the Order will be the personal referrals issued by the heads of the units and entities for which the tests are performed. 6. The tests end with the issuance of a medical certificate stating: no contraindications to work in a specific position or the existence of contraindications to work in a specific position. 7. The Contractor is obliged to take into account the medical certificates and certificates and psychological certificates of drivers that are valid in terms of the deadline and issued by authorized entities. 8. The Services Provided Will Be Performed By Medical Personnel With Appropriate Knowledge, Qualifications And Appropriate Authorizations Allowing The Independent Performance Of Activities That Are The Subject Of The Contract And Will Be Performed With Due Diligence, Based On Current Medical Knowledge While Maintaining The Principles Of Professional Ethics, While Respecting The Rights Of The Patient. 9. The Contractor Ensures That It Has The Necessary Equipment, Medical Apparatus And Medical Products For This Purpose. In Order To Ensure Continuity Of Medical Services During The Temporary Absence Of Specialist Physicians, The Contractor Is Obliged To Provide A Substitution. Iii. Description of Conditions of Participation in the Proceedings: 1. Contractors who have: 1) Medical Personnel Who Have Appropriate Authorizations to Carry Out Initial and Periodic Medical Examinations of Persons Performing Underwater Work And to Carry Out Periodic Examinations of Police Officers, i.e.: A) Has First or Second Degree Specialization or the Title of Specialist in the Field of: Maritime and Tropical Medicine, Transport Medicine, Occupational Medicine, Industrial Medicine or Aviation Medicine, and B) Has Completed Training in the Field of Adjudicating on the Fitness to Perform Underwater Work at a Research Institute Conducting Activities in the Field of Hyperbaric Medicine or a Medical University Conducting Activities in the Field of Hyperbaric Medicine or a Course in Transport Medicine or Occupational Medicine; 2) An Ophthalmologist; 3) Neurologist; 4) Otolaryngologist; 5) Orthopedist; 6) Dentist; 7) Nurse (auxiliary personnel); 8) Person Authorized to Take Blood; 9) Rooms and (specialist) Medical Equipment for Carrying Out Appropriate Tests, Meeting the Conditions Specified in the Current Regulations by the Minister Responsible for Health. 2. Persons Performing the Tasks Referred to in Paragraph 1 Must Meet the Requirements Specified in the Current Regulations. 3. The Contractor May Entrust the Execution of Part of the Order to a Subcontractor. 4. Entrusting the Execution of Part of the Order to Subcontractors Does Not Release the Contractor from Liability for the Proper Execution of This Order. Iv. Method of Preparation of the Offer: 1. The Offer Should Be Submitted By February 12, 2025, By 12:00. Please Submit Offers Through the Purchasing Platform: Https://platforma.eb2b.com.pl/ 2. Offer Validity Period: 30 Days. 3. The Offer Should Be Prepared In Accordance With The Annexes To This Request: No. 1 (Offer Form) And No. 2 (Price Form). 4. The Bidders Shall Bear All Costs Associated With The Preparation And Submission Of The Offer, Regardless Of The Result Of The Selection Of The Offer. In No Case Shall The Ordering Party Be Liable For The Costs Incurred By The Bidders In Connection With The Preparation And Submission Of The Offer. The Bidders Undertake Not To Make Any Claims In This Respect Of The Ordering Party. 5. The Bid Form (Appendix No. 1) should include the Gross Bid Price, which must specify the total valuation of the Subject of the Order. 6. The Bid Price must include all remuneration elements due to the Contractor resulting from the preparation, execution and settlement of the Subject of the Order, including all requirements of this Bid, and include all direct and indirect costs that the Contractor will incur for the correct and timely execution of the entire Subject of the Order, profit and all taxes and fees required by law. The price must also include the risk of an increase in the costs of execution of the Subject of the Order. 7. The price should be given in Polish zlotys in digital and verbal form, rounded to two decimal places. 8. The price given in the Bid Form should be a fixed price (lump sum) throughout the entire period of execution of the Subject of the Order. 9. The Price of the Service Given Must Include All Contractor's Costs, And Bidding Is Made Based on Gross Prices. 10. The Ordering Party Does Not Allow Submission of Partial Bids. The Contractor Is Obliged to Submit a Bid for the Entire Order. 11. The Contractor May Order the Performance of Some Tests to Other Entities Authorized to Perform Them. The Costs of These Orders Are Charged to the Contractor. 12. The Ordering Party Will First Evaluate the Bids, And Then Check Whether the Contractor Whose Bid Was Evaluated as the Most Advantageous Meets the Conditions for Participation in the Proceedings. 13. During the Examination and Evaluation of Bids, the Ordering Party May Request the Contractor to Provide Explanations Regarding the Content of the Bids Submitted. The Ordering Party will correct obvious clerical errors and calculation errors in the content of the Offer, taking into account the accounting consequences of the corrections made, immediately notifying the Contractor whose offer has been corrected. 14. The Ordering Party requires the Contractor to conclude a Public Procurement Agreement with it on the terms specified in the Draft Agreement constituting Annex No. 3 to this Offer. 15. The selected Contractor is obliged to contact the Ordering Party within two business days from the date of notification of the selection in order to agree on the final content of the Agreement and set the deadline for concluding the Agreement. 16. The Ordering Party reserves that the Proceedings may end with the lack of selection of the Offer in the event of exceeding the estimated funds or invalidation of the Proceedings without providing reasons. 17. Please Submit All Inquiries Through the Purchasing Platform. In the event of any problems with submitting an Offer, please contact the Eb2b Helpdesk Department - contact in the footer of the Website. V. Offer Selection Criteria: 1. The Ordering Party will award the Order to the Contractor whose Offer meets the Requirements Specified in this Inquiry and is considered the most advantageous. 2. When selecting the Offer, the Ordering Party will be guided by the following criteria, to which the following weights have been assigned: C - Gross Value of the Entire Order (Offer price): 90% N - Fulfillment of the Order by Disabled Persons Within the Meaning of the Act of 27 August 1997 on Vocational and Social Rehabilitation and Employment of Disabled Persons: 10% 3. The Offer will be assigned Points According to the Formula: P = C+n P - Total Number of Points; C – Number of Points in the Criterion “Gross value of the Total Order (Bid price)”; N – number of Points in the Criterion “fulfillment of the Order by Disabled Persons Within the Meaning of the Act of 27 August 1997 on Vocational and Social Rehabilitation and Employment of Disabled Persons”. 4. Method of Evaluating Offers in the Criterion “Gross value of the Total Order (Bid price)”: C = (lowest Price Among the Examined Offers): (price of the Examined Offer) * 90 Points The Result of the Above Operation Will Be Rounded to 2 Decimal Places. 5. Method of Evaluating the Offer in the Criterion “implementation of the Order by Disabled Persons within the Meaning of the Act of 27 August 1997 on Vocational and Social Rehabilitation and Employment of Disabled Persons”: A) Points in This Criterion Will Be Awarded Based on the Contractor’s Declaration Contained in Annex No. 1 (Offer Form). B) Offers Will Be Awarded Points in the Following Manner: · For Employing At Least One Disabled Person to Execute the Subject Order – Offer Will Receive 10 Points (n= 10 Points) · For Not Employing the Above-mentioned Person, Offer Will Receive 0 Points (n = 0 Points). 6. The Contractor is Obliged to Indicate in the "Offer Form" (Appendix No. 1) Whether He Will Employ At Least One Disabled Person to Execute the Subject Order Within the Meaning of the Act of 27 August 1997 on Vocational and Social Rehabilitation and Employment of Disabled Persons. 7. If the Contractor Does Not Indicate in the "Offer Form" (Appendix No. 1) Whether He Will Employ the Above Person, the Ordering Party Will Consider That the Contractor Will Not Execute the Order With the Participation of a Disabled Person and Will Award the Contractor 0 Points. 8. If the Contractor Proves That He Will Employ At Least One Disabled Person to Execute the Subject Order, He Will Be Obliged to Employ a Disabled Person Within a Period Not Longer Than 30 Days from the Date of Conclusion of the Agreement Continuously Throughout the Duration of the Agreement. 9. If the Contractor proves that it will employ at least one disabled person to perform the subject order, and in fact this will not happen during the term of the contract, it will be called upon by the Ordering Party to pay contractual penalties. The amount of the penalty will be specified in the contract. Vi. Payment terms: 1. The Ordering Party undertakes to pay the amounts due for the services performed within 30 days of delivery of a correctly issued invoice, by transfer to the settlement account indicated in the invoice, included in the list of taxpayers (so-called "white list"). The Ordering Party will refuse to pay for an incorrectly issued invoice. 2. The basis for issuing a VAT invoice will be the Specification of Medical Services in the scope of initial and periodic examinations of persons performing underwater works and periodic examinations of police officers carried out by authorized doctors. 3. The Contractor shall issue an invoice to the Provincial Police Headquarters in Krakow, ul. Mogilska 109, 31-571 Krakow, Tax Identification Number (NIP): 675-000-55-94, taking into account the services performed. 4. The invoice, together with the attached medical reports, referrals for examination and specification of services, should be delivered to the Human Resources Department of the Provincial Police Headquarters in Krakow, ul. Mogilska 109, 31-571 Krakow. 5. The Ordering Party reserves the right to reduce the value of the Contract in the event of a reduction in the number of services actually performed by the Contractor, while the Contractor shall not be entitled to any claims in this respect. Vii. Order Fulfillment Deadline: 1. The Ordering Party requires the conclusion of an Agreement with validity from the date of conclusion until 31.12.2025, but not longer than until the value of the concluded Agreement is used. 2. The Ordering Party is entitled to unilaterally withdraw from the Agreement in whole or in part with immediate effect in the following cases: A) Entry into force of new regulations, regulations repealing or changing the legal status in the scope of periodic and control examinations of police officers, border guards and state protection guards, periodic preventive medical examinations of firefighters of the state fire service, initial, periodic and control examinations of employees of the above-mentioned services and employees of the Ministry of Internal Affairs and Administration, concerning in particular the organization of their provision, conclusion of agreements or orders, B) In the event of introduction of changes in the organization of the provision of examinations referred to in letter A, conclusion of agreements or orders for these examinations, consisting in particular in entrusting their implementation to services established for this purpose. 3. The Ordering Party Is Entitled to Withdraw From the Contract Within 30 Days From the Date When the Circumstances Justifying Withdrawal Occur. 4. In the Event of Withdrawal From the Contract, the Contractor shall have no other claims from the Ordering Party, apart from the Claim for Remuneration Due to Him for the Performance of Part of the Contract. Viii. Contact Person for the Contractors in Substantive Scope: The persons authorized to contact the Contractors are: 1. Ms. Ewelina Półtorak, E-mail: Ewelina.poltorak@malopolska.policja.gov.pl, Tel. 47 83-54-042, 2. Ms. Barbara Harmacińska, E-mail: Barbara.harmacinska@malopolska.policja.gov.pl, Tel. 47 83-51-906, 3. Ms. Grażyna Osetek, Email: Grazyna.osetek@malopolska.policja.gov.pl, Tel. 47 83-56-610. Ix. Additional Information: Pursuant to Art. 13 Sec. 1-3 of Regulation (EU) 2016/679 of the European Parliament and of the Council of 27 April 2016 on the protection of natural persons with regard to the processing of personal data and on the free movement of such data, and repealing Directive 95/46/EC (General Data Protection Regulation) (OJ EU L 119, 4.5.2016, p. 1), hereinafter referred to as “GDPR”, I hereby inform you that: 1) the Administrator of your Personal Data is the Provincial Police Commander in Kraków, Ul. Mogilska 109, 31-571 Kraków; 2) The contact details of the Data Protection Supervisor are as follows: Mł. Asp. Robert Pasiut, Email: Iod.kwp@malopolska.policja.gov.pl, Correspondence Address: Ul. Mogilska 109, 31-571 Kraków; 3) Your Personal Data Will Be Processed Pursuant to Art. 6 Sec. 1 Letter b) of the GDPR For the Purpose Related to This Proceeding; 4) The recipients of your Personal Data will be Persons or Entities to whom the Proceeding Documentation Will be made available Based on Art. 18 and Art. 74 of the Public Procurement Act Or On the Basis of the Act of 6 September 2001 on Access to Public Information (i.e. Journal of Laws of 2022, item 902); 5) Your Personal Data Will Be Stored In Pursuant to Art. 78 Sec. 1 Pzp, For A Period of 4 Years From the Date of Completion of the Proceedings, And If The Duration of the Contract Exceeds 4 Years, The Retention Period Covers the Entire Duration of the Contract / Compliant with Archiving Regulations; 6) The obligation to provide personal data directly concerning you is a statutory requirement specified in the provisions of the Pzp Act, related to participation in the public procurement procedure; The consequences of failure to provide certain data result from the Pzp Act; 7) With respect to your personal data, decisions will not be made in an automated manner, pursuant to Art. 22 of the GDPR; 8) you have: − Pursuant to Art. 15 of the GDPR, the right to access the personal data concerning you; − Pursuant to Art. 16 of the GDPR, the right to rectify your personal data; - Under Art. 18 of the GDPR, the Right to Demand that the Controller Limit the Processing of Personal Data, Subject to the Cases Referred to in Art. 18 Sec. 2 of the GDPR; - The Right to Lodging a Complaint to the President of the Office for Personal Data Protection, If You Consider That the Processing of Personal Data Concerning You Infringes the Provisions of the GDPR; 9) You are not entitled to: - In Connection with Art. 17 Sec. 3 Letters B, D Or E of the GDPR, the Right to Have Personal Data Deleted; - The Right to Transfer Personal Data, Referred to in Art. 20 of the GDPR; - Under Art. 21 of the GDPR, the Right to Object to the Processing of Personal Data, As the Legal Basis for the Processing of your Personal Data Is Art. 6 Sec. 1 Letters CIE (ic) GDPR. 10) Your exercise of the right to rectify or supplement, referred to in Art. 16 GDPR, may not result in a change in the outcome of the procurement procedure or in a change in the provisions of the public procurement agreement to the extent inconsistent with the Act; 11) In the procurement procedure, the submission of a request to limit the processing, referred to in Art. 18 Section 1 GDPR, does not limit the processing of personal data until the completion of this procedure; 12) You have the right to lodge a complaint with the supervisory authority regarding the processing of your personal data by the administrator that is inconsistent with the GDPR. The competent authority for this complaint is the Office for Personal Data Protection, Ul. Stawki 2, 00-193 Warsaw. Attachments: Attachment No. 1: Offer Form. Appendix No. 2: Price Form. Appendix No. 3: Draft Agreement.
Closing Date12 Feb 2025
Tender AmountNA 

Province Of Iloilo Tender

Automobiles and Auto Parts
Philippines
Details: Description Bids And Awards Committee Iloilo Provincial Government Procurement Of Multi-purpose Vehicle Bid No. Acc-24-1846-b(rebid) Philippine Bidding Documents Sixth Edition July 2020 Table Of Contents Section I. Invitation To Bid……………………………………………………..3 Section Ii. Instructions To Bidders………………………………………..…...5 1. Scope Of Bid ………………………………………………………………………. 5 2. Funding Information………………………………………………………………. 5 3. Bidding Requirements ……………………………………………………………. 5 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 5 5. Eligible Bidders…………………………………………………………………… 5 6. Origin Of Goods ………………………………………………………………….. 6 7. Subcontracts ……………………………………………………………………… 6 8. Pre-bid Conference ………………………………………………………………. 7 9. Clarification And Amendment Of Bidding Documents …………………………… 7 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 7 11. Documents Comprising The Bid: Financial Component …………………………... 7 12. Bid Prices …………………………………………………………………………. 8 13. Bid And Payment Currencies ……………………………………………………… 8 14. Bid Security ………………………………………………………………………. 8 15. Sealing And Marking Of Bids ……………………………………………………… 9 16. Deadline For Submission Of Bids …………………………………………………. 9 17. Opening And Preliminary Examination Of Bids ………………………………….. 9 18. Domestic Preference ……………………………………………………………… 9 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 9 20. Post-qualification ………………………………………………………………… 10 21. Signing Of The Contract …………………………………………………………… 10 Section Iii. Bid Data Sheet …………………………………………………..11 Section Iv. General Conditions Of Contract ……………………...………..12 1. Scope Of Contract ………………………………………………………………… 12 2. Advance Payment And Terms Of Payment ……………………………………….. 12 3. Performance Security ……………………………………………………………. 12 4. Inspection And Tests ……………………………………………………………… 12 5. Warranty …………………………………………………………………………. 13 6. Liability Of The Supplier ………………………………………………………….. 13 Section V. Special Conditions Of Contract ………………………………….14 Section Vi. Schedule Of Requirements ……………………………………....16 Section Vii. Technical Specifications …………………………………………17 Section Viii. Checklist Of Technical And Financial Documents …………..19 Section I. Invitation To Bid Purchase Of Multi-purpose Vehicle Bid No. Acc-24-1846-b(rebid) 1. The Iloilo Provincial Government Through The Supplemental Budget No.1 Cy 2024 Capital Outlay Intends To Apply The Sum Of One Million Nine Hundred Thousand Pesos (php 1,900,000.00) Being The Abc To Payments Under The Contract For The Purchase Of Multi-purpose Vehicle Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 30 Calendar Days Upon Receipt Of The Notice To Proceed (ntp). Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat Of The Iloilo Provincial Government And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 3, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php5000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On February 10, 2025 At The 5th Floor Bac Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City And/or Through Video Conferencing Or Webcasting, Upon Request At Least Three (3) Days Before The Pre-bid Conference, Via Zoom Or Other Videoconferencing Portals, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 5th Floor Bac Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before February 27, 2025 At 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 27, 2025 At 9:01 A.m. At The 5th Floor Bac Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. A. The Participating Bidder/supplier Or Its Authorized Representative Must Indicate In Any Of The Eligibility Documents, An Email Address Or A Working Fax Number. The Absence Of Which Shall Be A Ground For Disqualification. Notice To The Bidder/supplier Through The Use Of Either Of These Means (email/fax) Is Considered Sufficient Notice. The Date Of Filing Of Reconsideration And All Communications With The Bac Shall Be Its (bac) Date Of Receipt. B. The Bidder(s)/awardee(s) Or Its Authorized Representative Must Conform To The Notice Of Award Within Three (3) Calendar Days From Receipt Of Such Notice And The Winning Bidder Shall Post The Required Performance Security And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award In Accordance With Section 37.2.1 Of The Revised Irr Of R.a. No. 9184. C. The Bidder/supplier Must Have No Pending Unaccepted Notice To Proceed Three (3) Days From The Date Of Acceptance And Signing Of The Purchase Order. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. D. The Bidder/supplier Must Have No Notice Of Award Pending Its Conformity Three (3) Days From The Date Of Its Receipt Of The Notice Of Award. Otherwise, It Shall Be Aground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. E. The Bidder/supplier Shall Submit A List Of All Its Ongoing And Completed Projects With The Iloilo Provincial Government Indicating The Delivery Periods And Accomplishments Of Such Projects. F. The Bidder/supplier At The Time Of The Bidding Must Have No Pending Unposted Performance Or Warranty Security, As The Case May Be, Beyond The Period Allowed In The Notice Of Award. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. G. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 11. The Iloilo Provincial Government 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: Atty. Raemman M. Lagrada Bac Secretariat Head 5th Floor, Bids And Awards Committee Iloilo Provincial Capitol Email Address: Ipg_bacs@yahoo.com Website: Iloilo.gov.ph Telephone Number: (033) 336-0736 13. You May Visit The Following Websites For Downloading Of Bidding Documents: Ipg.gov.ph And/or Philgeps.com January 29, 2025 Atty. Dennis T. Ventilacion Chairman, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Wishes To Receive Bids For The Purchase Of Multi-purpose Vehicle With Bid No. Acc-24-1846-b (rebid) The Procurement Project (referred To Herein As “project”) Is Composed Of One(1) Item, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2024 In The Amount Of One Million Nine Hundred Thousand Pesos (php 1,900,000.00) The Source Of Funding Is: Gunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. C. 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: [select Either Failure Or Monopoly Of Bidding Based On Market Research Conducted] 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: Subcontracting Is Not Allowed. 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 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 Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. 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 Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Days. 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. 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 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Complete Bid - One Project Having Several Items That Shall Be Awarded As One Contract In Case Of Complete Bid. Line Bidding/partial Bidding - One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Refers To The Contracts To Be Bid Or The Object Of The Contract; B. Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Price Of The Goods Shall Be Quoted Ddp Office Of The Provincial Accountant Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than 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 Five Percent (5%) Of Abc, If Bid Security Is In Surety Bond. 15 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.3 No Further Instructions. 20.2 For The Procurement Of Drugs And Medicines And Medical Equipment/supplies, The Bidder Shall Submit The Following: A. Certificate Of Product Registration From Food And Drug Administration (fda) For Easy Validation During The Post-qualification; B. Certificate If Good Manufacturing Practice From Fda, For Easy Validation During The Post-qualification; C. Batch Release Certificate From Fda, For Easy Validation During The Post-qualification; D. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/ Dealer Of The Products / Items For Easy Validation During The Post-qualification; E. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license: S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer); F. License To Operate (lto) Issued By Fda, If Applicable; G. After-sales Services/parts, If Applicable; H. Manpower Requirements, If Applicable. 21.2 No Further Instructions. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (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 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract 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 Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered To Office Of The Provincial Accountant. 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 Is The Authorized Employee/official Of The Iloilo Provincial Government. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; 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 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. 2.2 Partial Payment Is Not Allowed. 4 The Inspections And Tests That Will Be Conducted Are Through Physical Inspection. Item Number Description Quantity Total Delivered, Weeks/months 1 Multi-purpose Vehicle 1 1 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. _______________________ Signature Over Printed Name Section Vii. Technical Specifications Bid No.: Acc-24-1846-b(rebid) Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Multi-purpose Vehicle With The Following Specifications: Seating Capacity: Maximum Of 8 Seats Engine: In-line 4-cylinder, 16 Valve Double Overhead Camshaft With Intercooler Turbo Charger Or Its Equivalent Displacement: ( 2,700- 2800) Cc Max Output: 174 Ps (minimum) Max Torque: 360 Nm (minimum) Transmission: 6 Speed Automatic (minimum) Suspension (front/rear): Independent, Double Wishbone With Coil Spring/4-link With Coil Spring Brakes(front/rear):ventilated Discs/leading-trailing Drum Tires/wheels: 205/65 R16 Alloy Other Features: Air-conditioning And Audio System, Speed Sensing Door Locks, Power Windows, Keyless Entry, Light Control System Safety Features: Anti-lock Brakes System, Vehicle Stability Control, Seat Belts, Airbags, Emergency Brake Signal, Reverse Camera And Clearance And Back Sonar Fuel: Diesel Fed Terms And Conditions 1. The Vehicle Shall Be Delivered To Iloilo Provincial Capitol, Iloilo City Thirty (30) Calendar Days After Receipt Of Notice To Proceed. 2. Warranty Period Shall Be 36 Months After Acceptance, Or A Milleage Of One Hundred Thousand (100,000) Kilometers, Whichever Comes First. 3. The Bidder Shall Have A Service Center In Iloilo City Or An Agreement With A Service Center In Iloilo City To Do After Sales Which May Be Submitted During Post-qualification. 4. The Dealer Shall Install Stickers Of Iloilo Provincial Government Official Logo And The Word " For Official Use Only" On Both Sides Of The Front Door. 5. The Dealer Shall Shoulder The First Three (3) Years Lto Registration And One (1) Year Gsis Comprehensive Insurance. 6. The Dealer Should Provide For Car Matting, Window Tint, And Seat Cover. _______________________ Signature Over Printed Name Section Viii. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages);or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (e) 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 ⬜ (f) 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 ⬜ (g) 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 ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) 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 ⬜ (j) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (k) 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 ⬜ (l) 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 ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (o) [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. ⬜ (p) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Closing Date27 Feb 2025
Tender AmountPHP 1.9 Million (USD 32.8 K)

Province Of Iloilo Tender

Others
Philippines
Details: Description Price Schedule / Bid Tender Name Of Bidder: _____________________________________________ Bid No.: Spo-25-33-b Complete Bid Partial Bid 1 2 3 4 5 6 7 8 9 10 11 12 Item Description Quantity Unit Estimated Unit Cost Brand Name (indicate Model Number If Equipment) (indicate N/a If No Brand) Unit Price Per Item Transportation And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Unit Price (col 7+8+9+10) Total Price Delivered Final Destination (col 11) X (col 3) 1 Publication Of Resolution No. 2024-913, Resolution Embodying Provincial Ordinance No. 2024-329, “an Ordinance Updating The Schedule Of Market Values Of Real Properties And Other Improvements Relative To The General Revision Of Real Property Assessments Of The Province Of Iloilo.’’ Terms & Condition: 1. Ten (10) Pages Per Issue; 2. Three (3) Consecutive Issues; And In A 3. Newspaper Of Daily Publication For Three (3) Consecutive Days 3 Issue 100,000.00 2 Abc: Three Hundred Thousand Pesos(₱300,000.00) _______________________________________________ Name Of Establishment ______________________________________________ Signature Over Printed Name Of Proprietor Or Authorized Representative Bids And Awards Committee Iloilo Provincial Government Publication Of Provincial Ordinance On Market Values Bid No. Spo-25-33-b Philippine Bidding Documents Sixth Edition July 2020 Table Of Contents Section I. Invitation To Bid……………………………………………………..2 Section Ii. Instructions To Bidders………………………………………..…...2 1. Scope Of Bid ………………………………………………………………………. 2 2. Funding Information………………………………………………………………. 2 3. Bidding Requirements ……………………………………………………………. 2 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 2 5. Eligible Bidders…………………………………………………………………… 2 6. Origin Of Goods ………………………………………………………………….. 2 7. Subcontracts ……………………………………………………………………… 2 8. Pre-bid Conference ………………………………………………………………. 2 9. Clarification And Amendment Of Bidding Documents …………………………… 2 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 2 11. Documents Comprising The Bid: Financial Component …………………………... 2 12. Bid Prices …………………………………………………………………………. 2 13. Bid And Payment Currencies ……………………………………………………… 2 14. Bid Security ………………………………………………………………………. 2 15. Sealing And Marking Of Bids ……………………………………………………… 2 16. Deadline For Submission Of Bids …………………………………………………. 2 17. Opening And Preliminary Examination Of Bids ………………………………….. 2 18. Domestic Preference ……………………………………………………………… 2 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 2 20. Post-qualification ………………………………………………………………… 2 21. Signing Of The Contract …………………………………………………………… 2 Section Iii. Bid Data Sheet …………………………………………………..2 Section Iv. General Conditions Of Contract……….……………...………..2 1. Scope Of Contract ………………………………………………………………… 2 2. Advance Payment And Terms Of Payment ……………………………………….. 2 3. Performance Security ……………………………………………………………. 2 4. Inspection And Tests ……………………………………………………………… 2 5. Warranty …………………………………………………………………………. 2 6. Liability Of The Supplier ………………………………………………………….. 2 Section V. Special Conditions Of Contract ………………………………….2 Section Vi. Schedule Of Requirements ……………………………………....2 Section Vii. Technical Specifications …………………………………………2 Section Viii. Checklist Of Technical And Financial Documents …………..2 Section I. Invitation To Bid Publication Of Provincial Ordinance Bid No. Spo-25-33-b 1. The Iloilo Provincial Government Through The 2025 Ppmp Intends To Apply The Sum Of Three Hundred Thousand Pesos (₱300,000.00) Being The Abc To Payments Under The Contract For The Publication Of Provincial Ordinance. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 14 Days Upon Receipt Of The Notice To Proceed (ntp). Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat Of The Iloilo Provincial Government And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 6, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (₱500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On N/a And/or Through Video Conferencing Or Webcasting, Upon Request At Least Three (3) Days Before The Pre-bid Conference, Via Zoom Or Other Videoconferencing Portals, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 5/f, Bac Secretariat Office, Iloilo Provincial Capitol On Or Before February 13, 2025 At 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 13, 2025 At 9:01 A.m. At The 5/f, Bac Secretariat Office, Iloilo Provincial Capitol. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. A. The Participating Bidder/supplier Or Its Authorized Representative Must Indicate In Any Of The Eligibility Documents, An Email Address Or A Working Fax Number. The Absence Of Which Shall Be A Ground For Disqualification. Notice To The Bidder/supplier Through The Use Of Either Of These Means (email/fax) Is Considered Sufficient Notice. The Date Of Filing Of Reconsideration And All Communications With The Bac Shall Be Its (bac) Date Of Receipt. B. The Bidder(s)/awardee(s) Or Its Authorized Representative Must Conform To The Notice Of Award Within Three (3) Calendar Days From Receipt Of Such Notice And The Winning Bidder Shall Post The Required Performance Security And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award In Accordance With Section 37.2.1 Of The Revised Irr Of R.a. No. 9184. C. The Bidder/supplier Must Have No Pending Unaccepted Notice To Proceed Three (3) Days From The Date Of Acceptance And Signing Of The Purchase Order. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. D. The Bidder/supplier Must Have No Notice Of Award Pending Its Conformity Three (3) Days From The Date Of Its Receipt Of The Notice Of Award. Otherwise, It Shall Be Aground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. E. The Bidder/supplier Shall Submit A List Of All Its Ongoing And Completed Projects With The Iloilo Provincial Government Indicating The Delivery Periods And Accomplishments Of Such Projects. F. The Bidder/supplier At The Time Of The Bidding Must Have No Pending Unposted Performance Or Warranty Security, As The Case May Be, Beyond The Period Allowed In The Notice Of Award. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. G. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 11. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Bac Secretariat Head 5/f, Bids And Awards Committee Iloilo Provincial Capitol Email Address: Ipg_bacs@yahoo.com Website: Iloilo.gov.ph Telephone Number: (033) 336-0736 13. You May Visit The Following Websites For Downloading Of Bidding Documents: Ipg.gov.ph And/or Philgeps.com Atty. Dennis T. Ventilacion Chairman, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Wishes To Receive Bids For The Publication Of Provincial Ordinance With Bid No. Spo-25-33-b. The Procurement Project (referred To Herein As “project”) Is Composed Of One(1) Item, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 Ppmp In The Amount Of Three Hundred Thousand Pesos(₱300,000.00). 2.2. The Source Of Funding Is: Lgus, The Annual Or Supplemental Budget As Approved By The Sanggunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. C. 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: [select Either Failure Or Monopoly Of Bidding Based On Market Research Conducted] 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: Subcontracting Is Not Allowed. 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 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 Clause5.3 Should Have Been Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. 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 Section Vii (technical Specifications). 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: Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Days. 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. 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 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Complete Bid - One Project Having Several Items That Shall Be Awarded As One Contract In Case Of Complete Bid. Line Bidding/partial Bidding - One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Refers To The Contracts To Be Bid Or The Object Of The Contract; B. Completed Within Three(3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Price Of The Goods Shall Be Quoted Ddp [state Place Of Destination] Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than 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 Five Percent (5%) Of Abc, If Bid Security Is In Surety Bond. 15 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.3 No Further Instructions. 20.2 For The Procurement Of Drugs And Medicines And Medical Equipment/supplies, The Bidder Shall Submit The Following: A. Certificate Of Product Registration From Food And Drug Administration (fda) For Easy Validation During The Post-qualification; B. Certificate If Good Manufacturing Practice From Fda, For Easy Validation During The Post-qualification; C. Batch Release Certificate From Fda, For Easy Validation During The Post-qualification; D. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/ Dealer Of The Products / Items For Easy Validation During The Post-qualification; E. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license: S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer); F. License To Operate (lto) Issued By Fda, If Applicable; G. After-sales Services/parts, If Applicable; H. Manpower Requirements, If Applicable. 21.2 No Further Instructions. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (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 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract 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 Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered To The Province Of Iloilo. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Authorized Employee/official Of The Iloilo Provincial Government. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; 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 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. 2.2 Partial Payment Is Not Allowed. 4 The Inspections And Tests That Will Be Conducted Are Through Physical Inspection. Item Number Description Quantity Total Delivered, Weeks/months 1 Publication Of Resolution No. 2024-913, Resolution Embodying Provincial Ordinance No. 2024-329, “an Ordinance Updating The Schedule Of Market Values Of Real Properties And Other Improvements Relative To The General Revision Of Real Property Assessments Of The Province Of Iloilo. Terms & Condition: 1. Ten (10) Pages Per Issue; 2. Three (3) Consecutive Issues; And In A 3. Newspaper Of Daily Publication For Three (3) Consecutive Days 3 2 3 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. ___________________________________ Signature Over Printed Name Section Vii. Technical Specifications Bid No. Spo-25-33-b Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Publication Of Resolution No. 2024-913, Resolution Embodying Provincial Ordinance No. 2024-329, ‘’an Ordinance Updating The Schedule Of Market Values Of Real Properties And Other Improvements Relative To The General Revision Of Real Property Assessments Of The Province Of Iloilo. Terms & Condition: 1. Ten (10) Pages Per Issue; 2. Three (3) Consecutive Issues; And In A 3. Newspaper Of Daily Publication For Three (3) Consecutive Days 2 3 4 ___________________________________ Signature Over Printed Name Section Viii. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (e) 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 ⬜ (f) 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 ⬜ (g) 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 ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) 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 ⬜ (j) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (k) 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 ⬜ (l) 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 ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (o) [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. ⬜ (p) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Closing Date13 Feb 2025
Tender AmountPHP 300 K (USD 5.1 K)

Ministry Of Science, Research And Culture Tender

Other Consultancy Services...+1Consultancy Services
Germany
Details: Preparation of a draft act of entrustment under EU state aid law by the state of Brandenburg to the Medical University of Lausitz - Carl Thiem. As of July 1, 2024, the state of Brandenburg has established the Medical University of Lausitz - Carl Thiem (mul-ct) as a legal entity under public law with the legal and organizational integration of the university hospital in accordance with Section 1 Paragraph 1 Sentence 1 of the Brandenburg University Medicine Act (bbgunimedg). The state is the guarantor of the Mul-ct in accordance with Section 8 Paragraph 13 Bbgunimedg. The Mul-ct falls within the portfolio of the Ministry of Science, Research and Culture of the State of Brandenburg (mwfk). The Mul-ct's integrated university hospital is a hospital of the highest level of care and has clinics with a total of around 1,200 planned beds. The Mul-ct is the sole shareholder of four subsidiaries and the majority shareholder of a subsidiary that serve the operation of the Mul-ct. Including its subsidiaries, around 3,200 people are employed at the university hospital. According to Section 2, Paragraph 4, Sentence 1 of the Bbgunimedg, the tasks of the Mul-ct in healthcare include in particular public healthcare, with the city of Cottbus/chósebuz being exempted from its obligation to provide healthcare under Section 1 of the Brandenburg Hospital Development Act (bbgkheg). According to Section 2, Paragraph 4, Sentence 2 of the Bbgunimedg, healthcare serves to fulfil the tasks of the Mul-ct in research, teaching, and system and future tasks. According to Section 6, Paragraph 1 of the Bbgunimedg, the Mul-ct identifies the needs in healthcare required to fulfil its tasks in research, teaching, and system and future tasks and how these are covered by the Mul-ct in its university hospital planning. According to Section 6 Paragraph 3 Bbgunimedg, the Mwfk determines the university clinic planning by written notice (determination notice). The determination notice establishes the care mandate of the Mul-ct. Until this determination notice is issued for the first time, the determination notice according to Section 14 Paragraph 1 Bbgkheg remains valid for inclusion in the hospital plan in the currently applicable version. Due to the short period of time since the Mul-ct was established on July 1, 2024, there is still no university clinic planning for the Mul-ct. According to Section 12 Paragraph 6 Bbgkheg, the university clinic planning and the state's hospital planning must be coordinated with one another. The care mandate of the Mul-ct in accordance with the university clinic planning determined in accordance with Section 6 Bbgunimedg is to be taken into account in hospital planning as specified with an effect that covers needs. The MWFK intends to issue an entrustment act on behalf of the state of Brandenburg to MUL-CT and possibly its subsidiaries with regard to public services in health care on the basis of the so-called DAWI exemption decision of the EU Commission (OJ EU L 7/3 of 11 January 2012). The aim is to create a legal basis for the granting of compensation by the state to MUL-CT and its subsidiaries in accordance with EU state aid law and other relevant legal provisions. In preparation for the decree, a contractor is to prepare a draft of a corresponding entrustment act, examining the relevant legal issues.
Closing Date23 Jan 2025
Tender AmountRefer Documents 
9841-9850 of 9853 archived Tenders