Oxygen Tenders

ILOCOS SUR MEDICAL CENTER CANDON CITY, ILOCOS SUR Tender

Healthcare and Medicine
Philippines
Closing Date14 Mar 2025
Tender AmountPHP 999.7 K (USD 17.1 K)
Details: Description "republic Of The Philippines Department Of Health Ilocos Sur Medical Center Heroes Bypass Road, Brgy. Parioc Primero, Candon City, Ilocos Sur" Request For Quotation Company Name: Quotation No. 25-03-0028-01 Company Address: Date: Please Quote Your Best Price On The Item/s Listed Below, Subject To The General Terms And Conditions. Submit Your Quotation Duly Signed By An Authorized Company Representative Not Later Than Until 3:00 Pm Only , Sealed And Enclosed In The Provided Return Envelope To The Procurement Unit Or Via Electronic Mail At Ismcbackupprocu @gmail.com Quotations Submitted Beyond The Deadline Will No Longer Be Accepted And Are Deemed Disqualified. Karla Mae A. Briones, Md, Dpps Bac Chairperson General Terms And Conditions: 1. All Entries Must Be Written Legibly And In Complete Details. Interlineations, Erasures, Or Overwritings Are Only Valid If Signed By An Authorized Company Representative. 2. The Conditions Of The Offer, Other Than What Is Required By This Request For Quotation Must Be Properly Indicated. Otherwise, Ismc Shall Assume That The Offer Automatically Complies With All The Requirements Of This Request For Quotation. 3. Do Not Leave A Section Blank. Write "no Bid" For The Items Not Applicable. 4. Bidders Shall Submit Brochures With Specification/s Of The Product/s Being Offered, If Necessary. 5. "for Drugs, Medicines, Vaccines And Medical Supplies/devices, The Following Documents Must Be Attached Along With This Quotation: (1) Certificate Of Product Registration; (2) Valid License To Operate; (3) Duly Notarized Dealership Agreements, Distributorship Agreements Or Any Notarized Document Authorizing The Bidder To Sell The Product; (4) Batch Notification For Antibiotics Issued By The Food And Drug Administration (fda) To The Marketing Authorization Holder (mah); And, (5) Lot Release Certificate For Vaccines Issued By The Fda To The Mah." 6. Unless Otherwise Indicated, The Evaluation And Award Must Be Made On A Per Item Basis. 7. Contract Must Be Awarded To The Bidder With The Lowest Calculated Responsive Bid (for Goods And Infrastructure) Or, The Highest-rated Offer For Consulting Services). 8. "for New Bidders/suppliers, The Following Documentary Requirements Must Be Submitted Along With This Quotation As Prescribed By ""annex H"" Of The 2016 Revised Irr Of R.a. 9184: (1) Mayor's/business Permit; (2) Professional License/curriculum Vitae (for Consulting Services); (3) Certificate Of Philgeps Registration; (4) Pcab License (for Infra.); (5) Nfcc (for Infra.); And, (6) Income/business Tax Return (if Applicable)" 9. Notarized Omnibus Sworn Statement (oss) Is Required For Transactions With Abc Above P50k As Prescribed By "annex H" Of The 2016 Revised Irr Of R.a. 9184. 10. Delivery Without The Presence Of An Authorized Representative Shall Not Be Allowed. Item No. Item Description Uom Qty Abc Brand/model Unit Price Total Price 1 3 Way Foley Catheter Fr 20 Pc 10 300.00 3,000.00 2 3 Way Foley Catheter Fr 22 Pc 6 300.00 1,800.00 3 3 Way Foley Catheter Fr 24 Pc 10 300.00 3,000.00 4 Adult Manual Resuscitator Set 10 2,000.00 20,000.00 5 Anesthesia Circuit Adult Set 1 1,250.00 1,250.00 6 Anesthesia Circuit Pedia Set 1 1,250.00 1,250.00 7 Anesthesia Circuit Neonate Set 1 1,250.00 1,250.00 8 Asepto Syringe Pc 70 75.00 5,250.00 9 Bacterial / Viral Filter For Ventilator Main Flow (22mm Id X 15mm Id / 22mm Od. Bacterial Efficiency 99.9992%, Viral Efficiency 99.990%. Deadspace Is 45.9ml Flow Resistance Approximately 1.8 Cmh20 At 60 Lpm. Pc 15 600.00 9,000.00 10 Bedpan ,plastic, Disposable Pc 15 120.00 1,800.00 11 Blood Transfusion Set Pc 150 120.00 18,000.00 12 Cautery Pad Long (dettachable) Pc 20 500.00 10,000.00 13 Cautery Pencil, Twin Button, Cord Length 3m Pc 10 450.00 4,500.00 14 Ctg Paper, 150x90x15mm Pc 15 650.00 9,750.00 15 Crepe Bandage 2" Pc 15 120.00 1,800.00 16 Crepe Bandage 4" Pc 15 120.00 1,800.00 17 Crepe Bandage 6" Pc 15 120.00 1,800.00 18 Cord Clamp, Umbilical Clamp Pc 200 15.00 3,000.00 19 Ctt Bottle W/ Glass Tubing, 1000ml Bot 3 320.00 960.00 20 Chromic 2-0 Round 12's Box 5 480.00 2,400.00 21 Diaper Adult Large Pc 20 200.00 4,000.00 22 Diaper Adult Medium Pc 20 200.00 4,000.00 23 Disposable Gown Non Woven Pc 100 50.00 5,000.00 24 Disposable Facemask 3-ply With Earloof 50pcs/box Box 40 75.00 3,000.00 25 Ecg Leads, 50's Pack 20 950.00 19,000.00 26 Ecg Paper 20 X 80mm Roll 15 100.00 1,500.00 27 Elastic Bandage 4" Pc 25 90.00 2,250.00 28 Elastic Bandage 6" Pc 25 140.00 3,500.00 29 Endotracheal Tube 7.5mm (non-cuffed) Pc 50 75.00 3,750.00 30 Examination Gloves, Nitrile 100/box, Small Box 50 400.00 20,000.00 31 Examination Gloves, Nitrile 100/box, Medium Box 170 400.00 68,000.00 32 Examination Gloves, Nitrile 100/box, Large Box 160 400.00 64,000.00 33 Epidural Set, Tuohy Bevel, G 18 Pc 2 1,800.00 3,600.00 34 Gastric Duodenal Tube Fr. 16 Silicone With Xray Opaque Line Pc 10 230.00 2,300.00 35 Guidel Airyway # 90mm Yellow Pc 5 70.00 350.00 36 Gastric Duodenal Tube Fr. 5 Pc 10 80.00 800.00 37 Heplock/3-way Stopcock (100's/box) Box 5 1,050.00 5,250.00 38 Hgt Strip 50's Compatible With Sinocare Box 15 480.00 7,200.00 39 Hgt Strips 25's, Code 596 (must Be Compatible W/ Partners Brand) Box 20 350.00 7,000.00 40 Heat And Moisture Exchanger Filter Pc 30 200.00 6,000.00 41 Patient Id Bracelet , White Adult (100's/box) Box 15 650.00 9,750.00 42 Patient I.d. Bracelet, Blue Pedia (100's/box) Box 5 650.00 3,250.00 43 Patient I.d. Bracelet, Pink Pedia (100's/box) Box 5 650.00 3,250.00 44 Sterilization Indicator Tape Roll 5 320.00 1,600.00 45 Iv Cannula G18, 100/box Box 2 2,800.00 5,600.00 46 Iv Cannula G20, 100/box Box 1 2,800.00 2,800.00 47 Iv Cannula G22, 100/box Box 3 2,800.00 8,400.00 48 Insulin Syringe 100's/box Box 3 1,100.00 3,300.00 49 Iv Cannula G. 26 100's Box 2 2,800.00 5,600.00 50 Jackson Pratt Drain Pc 10 850.00 8,500.00 51 Kidney Basin Plastic, Disposable Pc 25 70.00 1,750.00 52 Lap Sponge 12x12 Pc 200 150.00 30,000.00 53 Lubricating Jelly Tube 150g Tube 15 150.00 2,250.00 54 Medical Viscose Tape 4" Piece 10 930.00 9,300.00 55 Macroset, Iv Infusion Set Pc 625 40.00 25,000.00 56 Male Urinal Plastic Pc 20 80.00 1,600.00 57 Measuring Cup Pc 150 75.00 11,250.00 58 Medicine Cup,30ml Pc 100 10.00 1,000.00 59 Medical Tape 1"12/box (1x10 Yards) Box 25 820.00 20,500.00 60 Microset, Iv Infusion Set Pc 250 40.00 10,000.00 61 Nasal O2 Cannula Adult Pc 100 60.00 6,000.00 62 Nelaton Straight Catherter Fr.14 Pc 10 30.00 300.00 63 Nelaton Straight Catherter Fr.16 Pc 10 30.00 300.00 64 Or Towel Pc 35 90.00 3,150.00 65 Oxygen Mask Adult Pc 70 80.00 5,600.00 66 Paratulle (10's/box) Box 10 350.00 3,500.00 67 Plaster Of Paris 6 " Pc 5 275.00 1,375.00 68 Povidone Iodine Betadine 10 % Gallon 1 1,400.00 1,400.00 69 Povidone Iodine Skin Cleanser 7.5 % Gallon 2 1,580.00 3,160.00 70 Polyglycolic Acid Or Polyglactin (1/2c 40mm), Atleast 90cm, Round, 0, Braided, Coated, Absorbable, 12/box (antibacterial) Box 1 3,500.00 3,500.00 71 Polyglycolic Acid Or Polyglactin (1/2c 40mm), Atleast 90cm, Round, 1-0, Braided, Coated, Absorbable, 12/box (antibacterial) Box 1 3,500.00 3,500.00 72 Polyglycolic Acid Or Polyglactin (1/2c 26mm), Atleast 70cm, Cutting, 3-0, Braided, Coated, Absorbable, 12/box (antibacterial) Box 3 5,000.00 15,000.00 73 Polyglycolic Acid Or Polyglactin (1/2c 26mm), Atleast 70cm, Round, 3-0, Braided, Coated, Absorbable, 12/box (antibacterial) Box 1 5,000.00 5,000.00 74 Polyglycolic Acid Or Polyglactin (1/2c 26mm), Atleast 70cm, Round, 4-0, Braided, Coated, Absorbable, 12/box (antibacterial) Box 2 4,800.00 9,600.00 75 Polyglycolic Acid Or Polyglactin (3/8c 19mm), Atleast 70cm, Cutting, 4-0, Braided, Coated, Absorbable, 12/box (antibacterial) Box 1 4,800.00 4,800.00 76 Polyglycolic Acid Or Polyglactin (1/2c 17mm)rb1, Atleast 70cm, Round, 4-0, Braided, Coated, Absorbable, 12/box (antibacterial) Box 2 4,800.00 9,600.00 77 Polypropylene Blue Monofilament (1/2c 26mm), Atleast 75 Cm, 2-0, Round, Double Arm, 12/box (antibacterial) Box 1 6,000.00 6,000.00 78 Polypropylene Blue Monofilament (1/2c 17 Mm), Atleast 90cm, 5-0 Round, Double Arm 12/box (antibacterial) Box 2 6,000.00 12,000.00 79 Polypropylene Blue Monofilament (3/8c 9.3 Mm), Atleast 60 Cm, 6-0 Round, Double Arm 12/box (antibacterial) Box 2 6,500.00 13,000.00 80 Polyamide Monofilament (3/8c 26mm), Atleast 45 Cm, Cutting, 2-0, 12's Box 2 7,000.00 14,000.00 81 Polyamide Monofilament (3/8c 19mm), Atleast 45 Cm, Cutting, 3-0 12's Box 2 7,000.00 14,000.00 82 Polyamide Monofilament (3/8c 19mm), Atleast 45 Cm, Cutting, 4-0 12's Box 2 7,000.00 14,000.00 83 Polypropylene Blue Monofilament (3/8c 9.3 Mm), Atleast 60 Cm, 7-0 Round, Double Arm 12/box (antibacterial) Box 2 6,500.00 13,000.00 84 Scrub Brush W/ Povidone, 30/box Box 7 2,100.00 14,700.00 85 Shoe Cover Refill Compatible For Automatic T Backle Shaped Disposable Plastic Shoe Cover Dispenser Machine Pack 6 400.00 2,400.00 86 Silk 0 Strands, 15x60 Cm, Box Of 12's Box 1 5,750.00 5,750.00 87 Silk 1-0 Strands, 15x60 Cm, Box Of 12's Box 2 5,750.00 11,500.00 88 Silk 2-0 Strands, 15x60 Cm, Box Of 12's Box 3 5,750.00 17,250.00 89 Silk 3-0 Strands, 15x60 Cm, Box Of 12's Box 2 5,750.00 11,500.00 90 Silk 4-0 Strands, 15x60 Cm, Box Of 12's Box 3 5,750.00 17,250.00 91 Silk (1/2c 40 Mm), Atleast 75cm, 1-0 Cutting, Box Of 12's Box 3 6,200.00 18,600.00 92 Silk (3/8c 30 Mm) Atleast 75 Cm, 2-0 Cutting, Box Of 12's Box 2 8,100.00 16,200.00 93 Silk (3/8c 19mm) Atleast 75 Cm, 3-0 Cutting, Box Of 12's Box 3 6,000.00 18,000.00 94 Skin Stapler Pc 25 700.00 17,500.00 95 Soluset Pc 250 200.00 50,000.00 96 Spinal Needle G 25 (25's) Box 1 2,500.00 2,500.00 97 Surgical Gloves 6.5 Box 150 45.00 6,750.00 98 Surgical Gloves 7.0 Box 150 45.00 6,750.00 99 Surgical Gloves 7.5 Box 150 45.00 6,750.00 100 Surgical Gloves 8.0 Box 150 45.00 6,750.00 101 Syringe 3cc 100/box Box 26 700.00 18,200.00 102 Syringe 10cc 100's /box Box 5 800.00 4,000.00 103 Tongue Depressor ( 100/box) Box 1 95.00 95.00 104 Torniquet Box 2 1,400.00 2,800.00 105 Underpad, 10's Pack 25 250.00 6,250.00 106 Ventilator Circuit Adult (bicolored Corrugated Tubing, Allows Identification Of Either The Inspiratory Or The Expiratory Limb. Standard Connectors To Fit With Most Ventilators And Humidifiers. Flexible And Lightweight. Separate Water Traps (2),with Available Options To Accommodate Different Patient Requirement. 1.8 Meter Breathing Circuit Adult Manifold). Set 15 2,000.00 30,000.00 107 Wee Bag 100's (urine Collector) Box 3 700.00 2,100.00 108 Yankauer Suction Set Piece 136 350.00 47,600.00 "please Attach The Following: (if Applicable) 1. Certificate For Medical Device Notification (cmdn) For Class A Equipment 2. Certificate For Medical Device Registration (cmdr)/certificate Of Product Registration (cpr) 3. Compliance Certification To Applicable And Relevant Iso Or National And International Technical Standard Depending On Device Class And Required Regulatory Control. 4. Brochure 5. Authorized Distributorship" Total Approved Budget For Contract (abc) 999,790.00 Total Offer #ref! For Any Inquiries Regarding This Request For Quotation, Please Call Us At 09538832343 Or Email Us At Ismcbackupprocu @gmail.com Delivery Period: 30 Calendar Days Upon Receipt Of Purchase Order/notice To Proceed After Having Carefully Read And Understood Your General Terms And Conditions, I Quote You On The Item/s At Price/s Noted Above. Price Validity: Purchase Request No: 25-02-0046 Dated February 08, 2025 Rbac Resolution No: 001 S. 2025 Small Value Procurement Purpose: Medical Supplies Essentials For Patients Of Ismc Signature Over Printed Name Of Authorized Company Representative Position/designation Contact No./e-mail Address Rommel G. Gacula Signature Over Printed Name Of Designated Canvasser Date Accomplished

Province Of Ifugao Tender

Healthcare and Medicine
Philippines
Closing Date15 May 2025
Tender AmountPHP 5.8 Million (USD 100.4 K)
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee 3rd Floor Peo Bldg., Capitol Compound Lagawe, Ifugao Email Ad.: Bacgoodsifugao13@gmail.com Invitation To Bid Publication No. 10-2025-g (first Publication) For Medical Equipment 1. The Provincial Government Of Ifugao, Through The General Fund Intends To Apply The Sum Of Five Million Eight Hundred Fifty Thousand Pesos Only (php5,850,000.00) Being The Abc To Payments Under The Contract For Publication No. 10-2025-g. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. (please See Attached “annex 1” For The Item/s To Be Bidded). 2. The Provincial Government Of Ifugao Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Thirty (30) Calendar Days From Receipt By The Winning Bidder Of The Purchase Order. Bidders Should Have Completed, Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao And Inspect The Bidding Documents At The Address Given Below During 8:00 O’clock Am To 5:00 O’clock Pm. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao On April 15, 2025 To May 15, 2025 Upon Presenting A Proof Of Payment In Person, Of A Non-refundable Bidding Fee Of Ten Thousand Pesos (php 10,000.00). 6. The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao Will Hold A Pre-bid Conference On April 24, 2025 At 1:30 P.m. At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao On Or Before 1:30 P.m. Basing On The Bac Office - Wall Clock Of May 15, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On May 15, 2025 At 2:00 In The Afternoon At The Address Stated Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Ifugao Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: The Secretariat On Goods Bids And Awards Committee Bacgoodsifugao13@gmail.com 0926-937-1170 Date Of Posting: April 15, 2025 Carmelita B. Buyuccan Bac Chairperson "annex 1" Item No. Item Description Qty. Unit Of Issue Unit Cost Total Cost Viii. Medical Equipment 1 Digital Radiography, Heavy Duty, Branded 1 Unit Scintillator: Csl Active Area: 42.7x42.7cm Pixel Number 3072x3072-3073x3073 Pixelpitch: 139um-150um Limiting Resolution: 3.6-5.6 Ip/mm Adc: 16bit-24bit Sensitivity( Lsb/ugy): 500-700 Minimum Triggering Dose(mgy): 900-1000 Data Interlace: Wireless And Ethernet Drop Test: 1cm-5cm Dust And Water Proof: Ipx1 Load: (distributed): 150kg-200kg Dimension: 460x460x15.1mm Wieght: Not More Than 4.6kg Battery Operation Time: 4-5hrs Battery Charge Time: 2-3hrs Other Requirements: 1. Detector Can Be Use As Wired And Wireless 2. With 2 Workstation (radtech And Doctor) Radtech Specs: Intel I5-i7 6gb-8gb Ram 256-512ssd 500gb-1tb Hdd Full Hd Monitor With Avr/ups Doctor Waorkstation: Intel I5-intel I7 6gb-8gb Ram 256-512 Ssd 500gb-1tb Hdd Full Hd Monitor With Avr/ups With Mini Pacs System 3. Free Clabiration Of X-ray: Bidder Must Have Calibration Tools For Traceability. 4. With Built In Memory Of At Least 200-300 Images *documentary Requirements: Certificate Of Distributorship From The Manufacturer Fda Certificate 1 Year Warranty For Parts 2 Years For Services/pms 2 Defibrillator With Paddles, Fully Automated External,zero Button Portable, Us Made/branded 2 Set Screen: 7-10 Inches(17.7cm) Diagonally,tft Display Energy Selection: 0,3,5,7,10,20,30,50,100,200,300,360 Joule Charging Time: Maximum 8-10 Sec. Ecg: I,ii, Iii, A Vr, A Vl, A Vf, V1-v6 Pilse Rate: Pulse Range: 0-300bpm Pulse Accuracy: 2bpm Nibp: Method: Automatic Oscillation Working Mode: Manual/automatic Measure:adult: 10-250mmhg Ement: Pediatric: 10-200mmhg Rage:neonatal: 10-135mmhg Temp: Measurement Range:20-45 Celsius Spo2: Spo2 Value,pulse Histogram,waveform, Pulse Power Supply: Ac:100-240,50-60hz Dc:chargable,ni-mh Battery,12-15v Dimensions:320-325mmx250-255mmx410-415mm 3 Automated External Defibrillator 1 Set Operation Mode: Automatic, Heavy Duty, Branded Patient Type: Adult; Pediatric Pads Included: Adult Aed Pads Included Electrode Types: Cpr-d-pads Waveform: Rectilinear Biphasic Energy Selection: 50 J, 70 J, 85 J, 120 J, 150 J, 200 J Battery Type: 123a Lithium Charging Time-maximum: 10 Sec Shelf Life: 5 Yr. Features: Cpr Compression Depth Bar Gauge, Ecg, Elapsed Time, Shock Count 4 Eent Set Diagnostic Set With Opthalmoscope And Otoscope (branded) 2 Set 1 Battery Handle, 1 Otoscope Head, 1 Ophthalmoscope Head, 1 Set Of 3 Ear Specula (2,3,4m) 1 Nasal Speculum And 2 Laryngeal Mirrors (20 And 22mm) 1 Lamp Holder, 1 Tongue Blade Holder 5 Ecg Machine, Heavy Duty, Branded 1 Set 3.5-4 Lcd Display Power Supply: Ac:100-240,50/60hz, Dc 7.4,3700 Mah Rechargable Lithium Battery Frequency Response: 0.05hz-150hz(-3 Db-0.4db) Cmrr: >60 Db,>100db (add Filter) Ac Filter: 50-60hz Sampling Rate: 1000hz-1500hz Recording Way: Thermal Printing System Recording Papers: 80-85mm(w) X 20-25m (l) Paper Speed: Auto Record: 25mm-50mm, Manual Record: 5,10, 25, 50mm, Rhythm Record: 25mm, 50mm Classification: Class I, Cf Applied Part Enduring Polarazing Voltage: -/+500mv Sensitivity Choice: 5,10,20mm/mv{error:-/+5%} Fuse Specification: 2pcs(5*20mmac Time Lags); Ti,6al250v(power Supply: 220v) 6 Seroligical Centrifuge,12 Placer, Heavy Duty, Branded 1 Set Max Speed: 5000-5050rpm-550rpm At 50hz-60hz Maximum Rcf: 3555xg Maximum Capacity: 12x15ml Speed Accuracy: 30rpm-50rpm Time Range: 1min.-99min. Power Supply: Ac220-/+22v50/60hz 3a Power Consumption; 250w-300w Dimension: 380-385x500-505x3009-3010mm) 7 Pipette Shaker, 6 Placer, Heavy Duty, Branded 1 Pc Capacity: 6pipittes Switch: 3positions, On/off/timer 0-15min. Maximun Speed: 2500rpm-3000rpm Power Supply: Ac110v 50-60hz Dimensions: W150-155xd135-140xh160-165mm 8 Microscope, Binocular, Heavy Duty, Branded 1 Pc Parallel Light Zoom Stereo Microscope 0.63x-8x Zoom Lens, Large Zoom Ratio1:12.5 5-45c Titable Trinocular Inclination Adjustable For Easy Use Pl10x/23mm High Eye-point Wide Field Plan Eyepiece,diopter Adjustable Upper/bottom/oblique/coaxialillumination ,polarized Analyzer Optional Zoom Knob Can Switch Bet. With/without Click Stop 9 Laryngoscope,neonatal, Heavy Duty, Branded 1 Pc Blade Flattened To Move Patients Tongue Aside Rather Than Compressed Flat Base To Help Hold The Tongue Out Of The Field Of View Increased By Modifying The Cross-sectoral Area Of The Blade W/out Altering Width Of Height. 10 Laryngoscope, Pedia, Heavy Duty, Branded 1 Pc Blade Flattened To Move Patients Flat Base To Help Hold The Tongue Out Of The Field Of View. Over All Field Of View Increased By Modifying Thye Cross Sectional Area Of The Blade Without Altering Width Or Height. 11 Hematocrit Centrifuge, Heavy Duty, Branded 1 Set Speed:500-12000rpm Timer: 0-15min. Digital Timer Capicity: 24xcapillary Tube Weight(kg): N.w. 13.0/g.w. 14.5 Overall Dimension: W320-325xd355-360xh255-260mm 12 Infusion Pump, Heavy Duty, Branded 1 Pc Pumping Mechanism: Curvilinear Perostalric Iv Sets: Compatible With Iv Sets Of Any Standards Accuracy: Dedicated Iv Sets:+3%,standard Iv Sets;+5% Volume: 1-9999ml Kvo Rate: 4ml/h Alarms: Occlusion,air-in-line, Door Open,end Program ,low Pressure Air-in-line Detection: Ultrasonic Detector Power Supply,ac: 100-230 Vac, 50-60hz, 20 Va Battery Life: 3hrs At The 30ml/h Working Temp.: 10-40 ͦc Atmospheric Pressure: 175-180*126-150*215-220mm 13 Ctg Machine, Heay Duty, Branded 1 Unit Fhr Working Frequency: 1.0mhz-2.0mhz Transducer: Multi-crystals, Wide Wave Beam,pulsed-waved Working Mode Strength: <5mw/cm2 Toco Range: 0-100units Display: 7-8'' Display Dimension: 295-300dx240-245wx73-75h Mm 14 Suction Apparatus Heavy Duty, Branded 2 Unit Power Supply: 220-250vac, 50hz-60hz 2-pc Poly Carbonate Jars(3l Capacity Each) 2m Long Suction Hose, Nipple , Silicon Type: With Overflow Protection,with Bacterial Filter, With 4 Caster & Brake, With Double Oil-less Piston 15 Clinical Centrifuge, Heavy Duty, Branded 1 Set Speed: 500-6000rpm Max, R.c. F.:4,185g Display: Led Digital Display For Time, Speed And Rcf Timer:0-30min Capacity: 8x(5-15)ml Standard Accessory: (5-7)ml,(10-15)ml Tube Adapter 16 Fetal Doppler, Heavy Duty, Branded 2 Pc Working Frequency: 1.0mhz-2.0mhz+10% Ultrasonoc Output Power: Lob<10mw/cm2 Reflecting Target Speed: 10cm/s-40cm/s Fhr Measuring Range: No Narrow Than 50bpm-240bpm(+bpm) Fhr Accuracy: + 2bpm 17 Emergency Transfer Stretcher,heavy Duty, Branded 2 Set Mechanical Structure For Height Adjustment, Steel Crank One Button Lay Down Pp Side Rail,gas Spring Controlled Pp Surface Easy To Clean, With Removable Mattress Backrest Raising With Cpr Release,gas Spring Controlled Steering Wheel Technology,shock Proof With Iv Pole Socket At Both Sides Of Head Part & Oxygen Tank Holder 250kg-3000kg Max Capacity Dimension: 1930-1935mmx640-645mmx500-900mm 18 Emg Machine (electromyogram) 1 Unit Technical Specification:  2 Channel Emg Combined Wit 4 Channels  2 Channel Ets With 4 Stimulation  Emg Biofeedback Between Stimulation  Nmes,tens,emg And Ets Programs Features:  Touch-screen With Full Colour Display  Pre-set Programmes For Incontinence Treatment And Dysphagia Problems.  Designed For In-clinic Or Home Use.  2 Channel Emg(biofeedback) Combined With 4 Channels Nmes(stimulation)  2 Channel Ets(emg Triggered Stimulation) With Stimulation On 4 Channels  Single-phase Or Multi-phase Operation; Multiphase Allows Emg/ets/stim To Be Combined In One Programme.  Multilingual Lcd Screen And Voice Prompts For Biofeedback  Manual And Automatic Threshold Control  9 To 10 Meters Of Wireless Connection For Neuro Trac Software Terms And Conditions: Dilivery: Warranty: Training/ Installation: Free Accessories: 1 Pair Free Butterfly Dysphagia Pads, Lead Wire, Case, Stand & Mannual Xxxxxxxxxxxxxxxxxxxxxxxxxx 19 Therapeutic Ultrasound Machine 1 Unit Technical Specifications:  Ac 100-240v  Weight: 1.8 To 2.0kg  Dimensions: 285 X 197 X 153mm  Frequency: .8 To 1 Mhz, 3 Mhz Features:  Colour Touchscreen Technology  Dual Frequency Ultrasound (1mhz And/or 3mhz)  Programmable Memory  Easy Wipe Clean Reducing The Risk Of Cross-infection  14 Treatment Protocols: Trigger Point Low Irritability, Tendon Injury/lesion, Chronic Osteoarthritis, Rheumatoid Arthritis, Tennis Elbow, Carpl Tunnel Syndrome, Fibromyalgia, Soft Tissue Stretch, Impengement Syndrome,calcific Tendonitis, Perineal Pain(persistent And Partum)  Mains Powered As Standard, Optional Battery Availble Terms And Conditions: Delivery 4-6 Weeks Upon Confirmed Purchase Order Warranty: 2 Year; Parts And Service Training/installation Free Accessories Large Applicator With Trolley Xxxxxxxxxxxxxxxxxxxxxxxxxx 20 Radial Shockwave Teraphy Machine 1 Unit Technical Specifications:  Compressor Free Ballistic Radial Shockwave Therapy System With Electromagnetic Generator As Projectile Accelerator  Power Levels Energy: 60 To 185 (equivalent To 1-5 Bar)  Frequency 20 To 22 Hz  Modes: 4 Burst Modes (continuous/4/8/12pulses)  Protocols: More Than 25 Illustrated Preset Treatment Recommendations  Easily Transported: 2.07kg (controller Unit Only)  7’’ Color Touch-screen For All Software Operations  Dimensions:290x240x130mm (l/w/h)  Applicators: 6/15/25mm  Supplied With The Most Comfortable Applicator With Special Ergonomic Grip  Minimum 2 Million Shocks Maximum 3 Million Shocks  Voltage 100-240 Volts *7” Colour Touch Screen *multi-preset Treatment Protocols *“plug And Play“ System *no Air Compressor *low Maintenance Cost *easy To Use Terms And Conditions: Warranty: 2 Year; Parts And Service Training/installation: Free Accessories: Applicator Head, Footswitch, Silicone Cap, Alluminum Carrying Case And Trolley ***nothing Follows*** Total 5,850,000.00 Prepared By: Eleanor A. Oyami Bac-secretariat Certified Correct: Arundale Gum-u I. Bunnag Bac-secretariat On Goods & Infrastructure

Municipality Of Sindangan, Zamboanga Del Norte Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date29 Apr 2025
Tender AmountPHP 9.2 Million (USD 158.1 K)
Details: Description Invitation To Bid The Local Government Unit Of Sindangan, Through Its Bids And Awards Committee (bac), Hereby Invites Suppliers/manufacturers/ Distributors/contractors To Apply For Eligibility And To Bid For The Hereunder Project. Purchase Request No. Project Approved Budget For The Contract Non - Refundable Fees Of Bid Documents 1.) 2025-03- 92 Purchase Of Materials And Supplies With Labor On Pakyaw Or Takay Basis Supplied By Local Laborers For The Construction Of Multi-purpose Building, Mindanao State University Main Campus Sindangan Extension (admin Office) P9,206,700.00 10,000.00 1522 Bags Portland Cement Type 1 1452 Lengths 10mm Dia. X 6.0m Def. Bar 35 Lengths 16mm Dia. X 6.0m Def. Bar 471 Lengths 20mm Dia. X 6.0m Def. Bar 14 Rolls # 16 G.i. Tie Wire(25kgs) 1 Boxes Cutting Disc #4" (25kgs/box) 100 Length 1 1/2" Dia. G.i. Pipe S-40 (china) 300 Pcs Swivel Clamp 60 Pcs 1/2" Thk. Phenolic Board 1 Rolls #16 G.i. Tie Wire (25kgs) 6 Kgs #3 Concrete Nails 8 Kgs #1 1/2 Slim Nails 5 Kgs # 4 Cwn 5 Kgs # 3 Cwn 5 Kgs # 2 1/2 Cwn 1800 Pcs Chb #4" 6380 Pcs Chb #6" 10 Mtrs Trapal, 8ft 100 Ltrs Diesel 18 Mtrs Hardware Clothe # 1/8" 260 Bags Skim Coat 99 Length 6mm Thk X 2'' X 2'' X 6m Angle Bar 75 Length 6mm Thk X 1 1/2'' X 1 1/2'' X 6m Angle Bar 100 Length 1.5mm Thk X 2"x 3" C-purlins 12 Length 10mm Dia. X 6m Plain Round Bar 12 Mtrs 16mm Dia. X 6m Plain Round Bar 16 Pcs Turn Buckle, 20mm Dia. X 12' 6 Pcs Cut Off Blade #14 261 Ln.m. 0.40mm Pre-painted Longspan Rib Type, 1.00m Width X 6.67m - 39sheets (mandarin Red) 82 Ln.m. 0.40mm Pre-painted Longspan Rib Type, 1.00m Width X 6.305m - 13sheets (mandarin Red) 35 Pcs 0.40mm X 12" X 8' Pre-painted Fascia Cap (white) 35 Pcs 0.40mm X 24" X 8' Pre-painted Spanish Gutter (mandarin Red) 23 Pcs 0.40mm X 24" X 8' Pre-painted Ridge Roll (mandarin Red) 10 Boxes Teckscrew 2 1/2" (steel) 5 Boxes 1/8" Ø X 3/4" Blind Rivets 2 Box Cutting #4'' 2 Gal Roof Sealant 35 Pcs 1/8" Steel Drill Bit (steel) 20 Pcs U-type Footing 3/4 (nylon Black) 8 Pcs Hinges (nylon Black) 4 Pcs Door Handle (nylon Black) 4 Pcs Door Lockset (nylon Black) 4 Pcs Coat Hook (nylon Black) 48 Pcs Angle Bracket (nylon Black) 2 Length Aluminum H-channel Top Rail (12mmx3.00m) 2 Pcs 6mm Tox 2 Length Aluminum H-channel Top Rail (12mmx3.00m) 4 Sheets 3/4 Melamine Panel Board (white) Mdf-hmr 14 Length 6" Dia. G.i. Pipe S-40 Standard 20 Pcs Steel Plate (16in X 16in), 12mm Thk. Base Plate 14 Pcs Steel Plate (8in X 8in), 6mm Thk. Base Plate 7 Pcs Steel Plate (12in X 12in), 12mm Thk. Stiffiner 56 Sets L-shaped Anchor Bolt With 2 Nuts And 1 Washer, 20mm Dia. X 12in 1 Tank Acetylene Tank Refill 2 Tank Oxygen Tank Refill 2 Box 3.2mm Welding Rod (25kg/box) 8 Pcs Grinding Stone #4 5 Boxes Cutting Disc #4" (50pcs/box) 71 Length 1/4" Thk. X 2'' X 2'' Angle Bar 77 Length 1/4" Thk. X 1 1/2'' X 1 1/2'' Angle Bar 13 Length 3mm Thk X 1" X 6m Flat Bar 27 Length 3mm Thk X 1" X 6m Angle Bar 4 Boxes 3.2mm Welding Rod (25kg/box) 10 Pcs Grinding Stone #4 5 Boxes Cutting Disc #4" (50pcs/box) 233 Ln.m. Steel Deck, 0.80mm Thk. X 9.7m Length 7 Boxes 2.5mm Welding Rod 8 Sets W1 -steel Casement Windows W/ Installation 8 Sets W2 - 14 Blades Plastic Frame (double Control ) With 6mm Thk Clear Glass Jalousie - 3m X 1.2m /span W/ Installation 3 Sets W3 - Awning Windows 1.8m X 0.60m With 6mm Thk Clear Glass Aluminum Frame W/ Installation 3 Sets W4 - Awning Windows 1.2m X 0.60m With 6mm Thk Clear Glass Aluminum Frame W/ Installation 3 Sets W5 - Awning Windows 1.2m X 0.60m With 6mm Thk Clear Glass Aluminum Frame W/ Installation 200 Pcs. 2" X 4" Surface Utility Box Pvc 200 Pcs. 4" X 4" Junction Boxes Pvc 100 Pcs. Square Boxes Pvc 200 Pcs. Upvc Electrical Pipe (poly) # 1/2'' Ø 200 Pcs. Upvc Electrical Pipe (poly) # 3/4'' Ø 50 Pcs. Upvc Elbow 90 Degree (poly) # 1/2'' Ø 50 Pcs. Upvc Elbow 90 Degree (poly) # 3/4'' Ø 10 Pcs. Aluminum Terminal Lug (for 125mm²) 4 Pcs. Wire Gutter 10x10x36 10 Pcs. Electrical Pvc Pipe # 2 10 Pcs. Electrical Pvc Male Adaptor # 2 10 Pcs. Weather Head Cup # 2 10 Pcs. Secondary Rock 4 Spool W/ Forcelene Holder 10 Rolls Flexible Hose # 1/2 10 Rolls Flexible Hose # 3/4 10 Pcs. Hacksaw Blade 200 Pcs. Toxs # 6 With Screw 1 1/2 10 Pcs. Expansion Bolt 3/8 10 Pcs. Expansion Bolt 3/16 1 Unit Heat Gun 10 Cans Solvent Cement 200 Cc 20 Boxes #12 Thhn Wire Stranded 20 Boxes #14 Thhn Wire Stranded 20 Boxes #8 Thhn Wire Stranded 200 Mtrs # 125mm² Thhn Wire Stranded 200 Mtrs # 50mm² Thhn Wire Stranded 2 Box # 30mm² Thhn Wire Stranded 100 Pcs. Electrical Tape (big) 3m 10 Pcs. Rubber Tape (big) 3m 30 Pcs. 2 Gang Switch W/ Plate (flush Type) 30 Pcs. 3 Gang Switch W/ Plate (flush Type) 60 Pcs. Floor Outlet 2 Gang 10 Pcs. 3 Way Switch Single 200 Pcs. Receptacle # 4 200 Pcs. T-8 Assembly 18 W 200 Pcs. Led Bulb 20 Watts 6 Pcs. Fire Alarm Switch 6 Pcs. Fire Alarm Bill 6 Pcs. Vibration Bill 20 Pcs. Emergency Light 150 Pcs. 2 Gang Outlet 10 Pcs. Fire Extinguisher, 10 Lbs 4 Pcs. Pannel Board 10 Branches With Center Main Bolt-on 6 Pcs. Circuit Breaker Bolt-on 100 Amp 40 Pcs. Circuit Breaker Bolt-on 30 Amp 40 Pcs. Circuit Breaker Bolt-on 20 Amp 40 Pcs. Circuit Breaker Bolt-on 20 Amp 10 Pcs. Ceiling Fan 14 X 14 1 Set Mts With Breaker 300 Amp 3 Phase 1 Set Cutout & Arrester Combination, Polymer 1 Pc. Meter ( Cl 20, 120- 480, 2w Fm 3s ) Softswitches (k.rt.l) 2 Pc. Current Transformer ( Outdoor Type ) 200:5a, 600v 1 Pc. Meter Base 5 Jaws 2 Pc. C.t. Box, 20 X 13 X 9 ( With Security Lock ) 10 Mtrs. Liquid Tight Conduit 1" Dia. ( Depend On Heigth ) 20 Pcs. Connector 1" Dia. 1 Gal Vulca Seal 26 Lengths 50mm Dia. G.i Pipe Schedule 40 79 Lengths 1/4'' Thk X 2'' X 2'' Angle Bar 44 Lengths 1/4'' Thk X 1 1/2'' X 1 1/2'' Angle Bar 12 Lengths 1.5mm Thk X 2'' X3'' G.i Tubular 25 Lengths 1.5mm Thk X 2'' X 2'' G.i Tubular 65 Lengths 1.5mm Thk X 1'' X 2'' G.i Tubular 8 Sht 3mm Thk 4' X 8' G. I Checkered Plate 26 Lengths I Bar 26 Lengths T Bar 66 Lengths Z Bar 35 Lengths 10mm Square Bar 65 Lengths 16mm Square Bar 100 Pcs Casement Hinges 100 Pcs Casement Lock 4 Box 2.5mm Welding Rod 10 Pcs Grinding Stone #4" 8 Box Cutting Disc #4'' 10 Pcs Flap Disc #100 10 Pcs Flap Disc #120 4 Sets Water Closet W/ Fittings And Accessories 4 Sets Floor Drain Strainer (cr), 6"x6" 4 Sets Floor Drain Strainer (cr), 4"x4" 15 Pcs. Angle Valve, 1/2" X 1/2", Shark 2 Pcs. Water Tank, 1000 Ltrs. 2 Pcs. Gate Valve # 1", Ppr 5 Pcs. Gate Valve # 1/2", Ppr 10 Pcs. Ppr Faucet 2 Pcs. Lavatory Faucet 15 Pcs. Flexible Hose 1/2" X 1/2", Stainless 50 Lengths Sanitary Pipe # 4"ø, S-1000 10 Lengths Sanitary Pipe # 2" Ø, S-1000 35 Pcs. Sanitary Elbow # 4"ø, S-1000, 90° 35 Pcs. Sanitary Elbow # 4"ø, S-1000, 45° 20 Pcs. Sanitary Elbow # 2"ø, S-1000, 90° 20 Pcs. Sanitary Elbow # 2"ø, S-1000, 45° 10 Pcs. Sanitary Tee # 4"x 4" Ø, S-1000 10 Pcs. Sanitary Tee # 2"x 2" Ø, S-1000 10 Pcs. Sanitary Tee Reducer # 4"x 2" Ø, S-1000 10 Pcs. Sanitary Reducer # 4"x 2" Ø, S-1000 10 Pcs. Sanitary Wye Reducer # 4"x 2" Ø, S-1000 30 Pcs. Sanitary Wye # 4"x 4" Ø, S-1000 10 Pcs. Sanitary P-trap # 4"ø, S-1000 10 Pcs. Sanitary P-trap # 2"ø, S-1000 10 Pcs. Clean Out # 4"ø, S-1000 30 Cans Solvent Cement 400cc, / Emerald 20 Tube Silicone Sealant, Multipurposed Glass Clear, Durasil 1 Ltr. Epoxy A & B, 20 Lengths 1"ø X 3.4m Pp-r Pipe, 50 Lengths 1/2"ø X 3.4m Pp-r Pipe, 30 Pcs. 1/2"ø Pp-r Elbow W/ Thread, 20 Pcs. 1/2"ø Pp-r Tee W/ Thread, 4 Sets Urinal W/ Fittings And Accessories 30 Pcs. 1"ø Pp-r Elbow , 10 Pcs. 1"ø Pp-r Coupling , 20 Pcs. 1/2"ø Pp-r Coupling , 30 Pcs. 1/2"ø Pp-r Tee , 10 Pcs. 1"ø Pp-r Tee , 10 Pcs. 1"ø Pp-r Male Adaptor, 10 Pcs. 1/2"ø Pp-r Male Adaptor, 10 Pcs. 1"ø Pp-r Female Adaptor, 10 Pcs. 1/2"ø Pp-r Female Adaptor, 5 Pcs. 1"ø Pp-r End Cap, 5 Pcs. 1/2"ø Pp-r End Cap, 10 Pcs. 1'' X 1/2"ø Pp-r Tee Reducer, 5 Pcs. 1"ø Pp-r Union 5 Pcs. 1/2"ø Pp-r Union 1 Rolls Polyethylene Hose # 1, Sdr-11 5 Pcs. Comp. Coupling # 1"ø 5 Pcs. Comp. Coupling # 1/2"ø 5 Pcs. Comp. Elbow # 1"ø 5 Pcs. Comp. Tee # 1"ø 5 Pcs. Hacksaw Blade 20 Rolls Teflon Tape # 1" 9 Pail Elastomeric Paint (cathy Red) 20 Pail Flat Latex Paint 29 Pail Latex Paint, Semi Gloss 12 Gals Enamel Paint Qde, White 16 Gals Enamel Bright Red 14 Gals Zinc Chromate (red Metal Primer) 8 Gals Paint Thinner 2 Gals Concrete Epoxy A/b 6 Pcs Assorted Paint Brush 8 Pcs Baby Roller 8 Pcs Paint Roller 7'' 1 Box Sand Paper #60 1 Box Sand Paper #120 8 Rolls Fiberglass Mesh Tape 12 Pairs Trowel 2 Gal Glazing Putty 2 Gal Body Filler 130 Pcs 0.30m X 0.60m Unglaze Tiles (flooring) 260 Pcs 0.30m X 0.60m Glaze Tiles (wall) 20 Bags Tile Adhesive 8 Pouch Waterproof Tile Grout 2kg 1 L.s Labor Cost Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary "pass/fail" Criterion As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The "government Procurement Reform Act". Bids Received In Excess Of The Approved Budget For The Contract (abc) Shall Be Automatically Rejected At Bid Opening. Bid Documents Are Available From April 7, 2025 April 29 2025 Upon Payment Of Non-refundable Fees Stated Above, From 8:00am To 12:00n And From 1:00pm To 5:00pm, Monday To Friday, And Up To 9:30am On The Last Day Of The Issuance And Acquisition Of Bid Docs, At The Municipal General Services Office/bac Secretariat Office, 2nd Fl., Sindangan Motorpool, Beside Tesda, Goleo, Sindangan, Zamboanga Del Norte (cel. No. 0606-116-2336 Or 0917-329-9936). Prospective Bidders Should Have Experience In Undertaking A Similar Project Within The Last Two (2) Years With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. The Bac Will Allow A Partial Bid For The Following Items: Materials P 6,208,400.00 Aggregates 140,040.00 Fuel 7,500.00 Roofing 227,260.00 Glass/aluminum 216,000.00 Labor 2,407,500.00 Contingencies P P All Participants Relative To Eligibility Statement And Screening. Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulations (irr). The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1 Issuance Of Bid Document April 7, 2025 8:00 Am 2 Submission Of Bids (deadline) April 29 2025 9:30 Am 3 Opening Of Bids April 29, 2025 10:00 Am 4 Bid Evaluation April 29, 2025 11:00 Am 5 Post Qualification April 30, 2025 10:00 Am 6 Notice Of Award May 02, 2025 10:00 Am "the Local Government Unit Of Sindangan 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." Approved By: Fletcher C. Fuertes, Mba Bac Chairman

Province Of Ifugao Tender

Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Closing Date19 Jun 2025
Tender AmountPHP 5.8 Million (USD 100.4 K)
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee 3rd Floor Peo Bldg., Capitol Compound Lagawe, Ifugao Email Ad.: Bacgoodsifugao13@gmail.com Invitation To Bid Publication No. 15-2025-g (second Publication) For Medical Equipment 1. The Provincial Government Of Ifugao, Through The General Fund Intends To Apply The Sum Of Five Million Eight Hundred Fifty Thousand Pesos Only (php5,850,000.00) Being The Abc To Payments Under The Contract For Publication No. 15-2025-g. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. (please See Attached “annex 1” For The Item/s To Be Bidded). 2. The Provincial Government Of Ifugao Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Thirty (30) Calendar Days From Receipt By The Winning Bidder Of The Purchase Order. Bidders Should Have Completed, Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao And Inspect The Bidding Documents At The Address Given Below During 8:00 O’clock Am To 5:00 O’clock Pm. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao On May 22, 2025 To June 17, 2025 Upon Presenting A Proof Of Payment In Person, Of A Non-refundable Bidding Fee Of Ten Thousand Pesos (php 10,000.00). 6. The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao Will Hold A Pre-bid Conference On May 29, 2025 At 1:30 P.m. At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao On Or Before 1:30 P.m. Basing On The Bac Office - Wall Clock Of June 17, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On June 17, 2025 At 2:00 In The Afternoon At The Address Stated Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Ifugao Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: The Secretariat On Goods Bids And Awards Committee Bacgoodsifugao13@gmail.com 0926-937-1170 Date Of Posting: May 22, 2025 Carmelita B. Buyuccan Bac Chairperson "annex 1" Item No. Item Description Qty. Unit Of Issue Unit Cost Total Cost Viii. Medical Equipment 1 Digital Radiography, Heavy Duty, Branded 1 Unit Scintillator: Csl Active Area: 42.7-44x42.7-44cm Pixel Number 3072x3072-3073x3073 Pixelpitch: 139um-150um Limiting Resolution: 3.6-5.6 Ip/mm Adc: 16bit-24bit Sensitivity( Lsb/ugy): 500-700 Minimum Triggering Dose(mgy): 900-1000 Data Interlace: Wireless And Ethernet Drop Test: 1cm-5cm Dust And Water Proof: Ipx1 Load: (distributed): 150kg-200kg Dimension: 460x460x15.1mm Wieght: Not More Than 4.6kg Battery Operation Time: 4-5hrs Battery Charge Time: 2-3hrs Other Requirements: 1. Detector Can Be Use As Wired And Wireless 2. With 2 Workstation (radtech And Doctor) Radtech Specs: Intel I5-i7, 14th Generation, Licensed 6gb-8gb Ram 256-512ssd 500gb-1tb Hdd Full Hd Monitor, Size: 22-24"x 18-20" With Avr/ups Doctor Workstation: Intel I5-i7, 14th Generation, Licensed 6gb-8gb Ram 256-512 Ssd 500gb-1tb Hdd Full Hd Monitor, Size: 22-24"x 18-20" With Avr/ups With Mini Pacs System 3. Free Clabiration Of X-ray: Bidder Must Have Calibration Tools For Traceability. 4. With Built In Memory Of At Least 200-300 Images *documentary Requirements: Certificate Of Distributorship From The Manufacturer Fda Certificate 1 Year Warranty For Parts 2 Years For Services/pms 2 Defibrillator With Paddles, Fully Automated External,zero Button Portable, Us Made/branded 2 Set Screen: 7-10 Inches(17.7cm) Diagonally,tft Display Energy Selection: 0,3,5,7,10,20,30,50,100,200,300,360 Joule Charging Time: Maximum 8-10 Sec. Ecg: I,ii, Iii, A Vr, A Vl, A Vf, V1-v6 Pulse Rate: Pulse Range: 0-300bpm Pulse Accuracy: 2bpm Nibp: Method: Automatic Oscillation Working Mode: Manual/automatic Measure:adult: 10-250mmhg Ement: Pediatric: 10-200mmhg Rage:neonatal: 10-135mmhg Temp: Measurement Range:20-45 Celsius Spo2: Spo2 Value,pulse Histogram,waveform, Pulse Power Supply: Ac:100-240,50-60hz Dc:chargable,ni-mh Battery,12-15v Dimensions:320-325mmx250-255mmx410-415mm 3 Automated External Defibrillator 1 Set Operation Mode: Automatic, Heavy Duty, Branded Patient Type: Adult; Pediatric Pads Included: Adult Aed Pads Included Electrode Types: Cpr-d-pads Waveform: Rectilinear Biphasic Energy Selection: 50 J, 70 J, 85 J, 120 J, 150 J, 200 J Battery Type: 123a Lithium Charging Time-maximum: 10 Sec Shelf Life: 5 Yr. Features: Cpr Compression Depth Bar Gauge, Ecg, Elapsed Time, Shock Count 4 Eent Set Diagnostic Set With Opthalmoscope And Otoscope (branded) 2 Set 1 Battery Handle, 1 Otoscope Head, 1 Ophthalmoscope Head, 1 Set Of 3 Ear Specula (2,3,4m) 1 Nasal Speculum And 2 Laryngeal Mirrors (20 And 22mm) 1 Lamp Holder, 1 Tongue Blade Holder 5 Ecg Machine, Heavy Duty, Branded 1 Set 3.5-4 Lcd Display Power Supply: Ac:100-240,50/60hz, Dc 7.4,3700 Mah Rechargable Lithium Battery Frequency Response: 0.05hz-150hz(-3 Db-0.4db) Cmrr: >60 Db,>100db (add Filter) Ac Filter: 50-60hz Sampling Rate: 1000hz-1500hz Recording Way: Thermal Printing System Recording Papers: 80-85mm(w) X 20-25m (l) Paper Speed: Auto Record: 25mm-50mm, Manual Record: 5,10, 25, 50mm, Rhythm Record: 25mm, 50mm Classification: Class I, Cf Applied Part Enduring Polarazing Voltage: -/+500mv Sensitivity Choice: 5,10,20mm/mv{error:-/+5%} Fuse Specification: 2pcs(5*20mmac Time Lags); Ti,6al250v(power Supply: 220v) 6 Seroligical Centrifuge,12 Placer, Heavy Duty, Branded 1 Set Max Speed: 5000-5050rpm-550rpm At 50hz-60hz Maximum Rcf: 3555xg Maximum Capacity: 12x15ml Speed Accuracy: 30rpm-50rpm Time Range: 1min.-99min. Power Supply: Ac220-/+22v50/60hz 3a Power Consumption; 250w-300w Dimension: 380-385x500-505x3009-3010mm) 7 Pipette Shaker, 6 Placer, Heavy Duty, Branded 1 Pc Capacity: 6pipittes Switch: 3positions, On/off/timer 0-15min. Maximun Speed: 2500rpm-3000rpm Power Supply: Ac110v 50-60hz Dimensions: W150-155xd135-140xh160-165mm 8 Microscope, Binocular, Heavy Duty, Branded 1 Pc Parallel Light Zoom Stereo Microscope 0.63x-8x Zoom Lens, Large Zoom Ratio1:12.5 5-45c Titable Trinocular Inclination Adjustable For Easy Use Pl10x/23mm High Eye-point Wide Field Plan Eyepiece,diopter Adjustable Upper/bottom/oblique/coaxialillumination ,polarized Analyzer Optional Zoom Knob Can Switch Bet. With/without Click Stop 9 Laryngoscope,neonatal, Heavy Duty, Branded 1 Pc Blade Flattened To Move Patients Tongue Aside Rather Than Compressed Flat Base To Help Hold The Tongue Out Of The Field Of View Increased By Modifying The Cross-sectoral Area Of The Blade W/out Altering Width Of Height. 10 Laryngoscope, Pedia, Heavy Duty, Branded 1 Pc Blade Flattened To Move Patients Flat Base To Help Hold The Tongue Out Of The Field Of View. Over All Field Of View Increased By Modifying Thye Cross Sectional Area Of The Blade Without Altering Width Or Height. 11 Hematocrit Centrifuge, Heavy Duty, Branded 1 Set Speed:500-12000rpm Timer: 0-15min. Digital Timer Capicity: 24xcapillary Tube Weight(kg): N.w. 13.0/g.w. 14.5 Overall Dimension: W320-325xd355-360xh255-260mm 12 Infusion Pump, Heavy Duty, Branded 1 Pc Pumping Mechanism: Curvilinear Perostalric Iv Sets: Compatible With Iv Sets Of Any Standards Accuracy: Dedicated Iv Sets:+3%,standard Iv Sets;+5% Volume: 1-9999ml Kvo Rate: 4ml/h Alarms: Occlusion,air-in-line, Door Open,end Program ,low Pressure Air-in-line Detection: Ultrasonic Detector Power Supply,ac: 100-230 Vac, 50-60hz, 20 Va Battery Life: 3hrs At The 30ml/h Working Temp.: 10-40 ͦc Atmospheric Pressure: 175-180*126-150*215-220mm 13 Ctg Machine, Heay Duty, Branded 1 Unit Fhr Working Frequency: 1.0mhz-2.0mhz Transducer: Multi-crystals, Wide Wave Beam,pulsed-waved Working Mode Strength: <5mw/cm2 Toco Range: 0-100units Display: 7-8'' Display Dimension: 295-300dx240-245wx73-75h Mm 14 Suction Apparatus Heavy Duty, Branded 2 Unit Power Supply: 220-250vac, 50hz-60hz 2-pc Poly Carbonate Jars(3l Capacity Each) 2m Long Suction Hose, Nipple , Silicon Type: With Overflow Protection,with Bacterial Filter, With 4 Caster & Brake, With Double Oil-less Piston 15 Clinical Centrifuge, Heavy Duty, Branded 1 Set Speed: 500-6000rpm Max, R.c. F.:4,185g Display: Led Digital Display For Time, Speed And Rcf Timer:0-30min Capacity: 8x(5-15)ml Standard Accessory: (5-7)ml,(10-15)ml Tube Adapter 16 Fetal Doppler, Heavy Duty, Branded 2 Pc Working Frequency: 1.0mhz-2.0mhz+10% Ultrasonoc Output Power: Lob<10mw/cm2 Reflecting Target Speed: 10cm/s-40cm/s Fhr Measuring Range: No Narrow Than 50bpm-240bpm(+bpm) Fhr Accuracy: + 2bpm 17 Emergency Transfer Stretcher,heavy Duty, Branded 2 Set Mechanical Structure For Height Adjustment, Steel Crank One Button Lay Down Pp Side Rail,gas Spring Controlled Pp Surface Easy To Clean, With Removable Mattress Backrest Raising With Cpr Release,gas Spring Controlled Steering Wheel Technology,shock Proof With Iv Pole Socket At Both Sides Of Head Part & Oxygen Tank Holder 250kg-3000kg Max Capacity Dimension: 1930-1935mmx640-645mmx500-900mm 18 Emg Machine (electromyogram) 1 Unit Technical Specification:  2 Channel Emg Combined Wit 4 Channels  2 Channel Ets With 4 Stimulation  Emg Biofeedback Between Stimulation  Nmes,tens,emg And Ets Programs Features:  Touch-screen With Full Colour Display  Pre-set Programmes For Incontinence Treatment And Dysphagia Problems.  Designed For In-clinic Or Home Use.  2 Channel Emg(biofeedback) Combined With 4 Channels Nmes(stimulation)  2 Channel Ets(emg Triggered Stimulation) With Stimulation On 4 Channels  Single-phase Or Multi-phase Operation; Multiphase Allows Emg/ets/stim To Be Combined In One Programme.  Multilingual Lcd Screen And Voice Prompts For Biofeedback  Manual And Automatic Threshold Control  9 To 10 Meters Of Wireless Connection For Neuro Trac Software Terms And Conditions: Dilivery: Warranty: Training/ Installation: Free Accessories: 1 Pair Free Butterfly Dysphagia Pads, Lead Wire, Case, Stand & Mannual Xxxxxxxxxxxxxxxxxxxxxxxxxx 19 Therapeutic Ultrasound Machine 1 Unit Technical Specifications:  Ac 100-240v  Weight: 1.8 To 2.0kg  Dimensions: 285-287 X 197-200 X 153-155mm  Frequency: .8 To 1 Mhz, 3-4 Mhz Features:  Colour Touchscreen Technology  Dual Frequency Ultrasound (1mhz And/or 3mhz)  Programmable Memory  Easy Wipe Clean Reducing The Risk Of Cross-infection  14 Treatment Protocols: Trigger Point Low Irritability, Tendon Injury/lesion, Chronic Osteoarthritis, Rheumatoid Arthritis, Tennis Elbow, Carpl Tunnel Syndrome, Fibromyalgia, Soft Tissue Stretch, Impengement Syndrome,calcific Tendonitis, Perineal Pain(persistent And Partum)  Mains Powered As Standard, Optional Battery Availble Terms And Conditions: Delivery 4-6 Weeks Upon Confirmed Purchase Order Warranty: 2 Year; Parts And Service Training/installation Free Accessories Large Applicator With Trolley Xxxxxxxxxxxxxxxxxxxxxxxxxx 20 Radial Shockwave Theraphy Machine 1 Unit Technical Specifications:  Compressor Free Ballistic Radial Shockwave Therapy System With Electromagnetic Generator As Projectile Accelerator  Power Levels Energy: 60 To 185 (equivalent To 1-5 Bar)  Frequency 20 To 22 Hz  Modes: 4 Burst Modes (continuous/4/8/12pulses)  Protocols: More Than 25 Illustrated Preset Treatment Recommendations  Easily Transported: 2.07-2.1kg (controller Unit Only)  7’’ Color Touch-screen For All Software Operations  Dimensions:290-293x240-243x130-133mm (l/w/h)  Applicators: 6/15/25mm  Supplied With The Most Comfortable Applicator With Special Ergonomic Grip  Minimum 2 Million Shocks Maximum 3 Million Shocks  Voltage 100-240 Volts *7” Colour Touch Screen *multi-preset Treatment Protocols *“plug And Play“ System *no Air Compressor *low Maintenance Cost *easy To Use Terms And Conditions: Warranty: 2 Year; Parts And Service Training/installation: Free Accessories: Applicator Head, Footswitch, Silicone Cap, Alluminum Carrying Case And Trolley ***nothing Follows*** Total 5,850,000.00 Prepared By: Eleanor A. Oyami Bac-secretariat Certified Correct: Arundale Gum-u I. Bunnag Bac-secretariat On Goods & Infrastructure

Tarlac State University Tender

Laboratory Equipment and Services
Philippines
Closing Date12 Mar 2025
Tender AmountPHP 2.8 Million (USD 49.5 K)
Details: Description 1. The Tarlac State University, Through Special Budget (sb) Intends To Apply The Sum Of Two Million Eight Hundred Eighty Six Thousand Five Hundred Thirty Four Pesos And 60/100 (₱ 2,886,534.60) To Payments Under The Contracts For The Project: Supply And Delivery Of Laboratory Chemicals And Reagents (app 2024 – 1st Quarter). Bids Received In Excess Of The Abc For Shall Be Automatically Rejected At Bid Opening. Line Item No. Description Qty. Unit Abc, ₱ 1. 1-bromo-2,2-dimethylpropane, 1 Bottle 2,000.00 2. 1-bromobutane, 2 Bottle 4,000.00 3. 1-chlorobutane, 1 Bottle 2,000.00 4. 2,2′-azino-bis (3-ethylbenzthiazoline-6-sulfonic Acid) Diammonium Salt (abts) 1 Bottle 25,000.00 5. 2,2-diphenyl-1-picrylhydrazyl (dpph) 1 Bottle 40,000.00 6. 2-bromo-2-methylpropane 1 Bottle 2,000.00 7. 2-bromobutane 2 Bottle 4,000.00 8. 2-butanone 1 Bottle 6,500.00 9. Acetanilide 1 Bottle 2,000.00 10. Acetanimide 1 Bottle 2,000.00 11. Acetone 2 Bottle 14,000.00 12. Acrylamide 2 Pack 22,000.00 13. Adipic Acid 1 Bottle 2,000.00 14. Alamarblue Cell Viability Reagent 2 Bottle 30,000.00 15. Alcohol, Denatured 10 Bottle 1,300.00 16. Alcohol, Denatured 2 Bottle 4,000.00 17. Ammonium Hydroxide 2 Bottle 12,000.00 18. Ampicillin Sodium Salt 1 Bottle 9,500.00 19. Anhydrous Calcium Chloride 5 Bottle 10,000.00 20. Anhydrous Ethanol 2 Bottle 20,000.00 21. Anisole 1 Bottle 2,000.00 22. Antimicrobial Susceptibility Disks, 10 Cart 10,000.00 23. Antimicrobial Susceptibility Testing Disc 3 Pack 9,000.00 24. Antimicrobial Susceptibility Testing Disc 3 Pack 9,000.00 25. Antimicrobial Susceptibility Testing Disc 3 Pack 9,000.00 26. Ascorbic Acid 1 Bottle 15,000.00 27. Aspirin 1 Bottle 1,000.00 28. Aureus Chromoselect Agar Base, 2 Bottle 42,530.00 29. Benedicts Solution 2 Bottle 7,000.00 30. Benzoic Acid 2 Bottle 2,400.00 31. Benzoin 1 Bottle 2,000.00 32. Benzyl Bromide 1 Bottle 4,000.00 33. Bile Solution 2 Bottle 78,000.00 34. Biuret Reagent 2 Bottle 2,000.00 35. Bromine Water 1 Bottle 3,000.00 36. Bromine Water 1 Bottle 5,000.00 37. Bromine 2 Bottle 20,000.00 38. Bromocresol Purple 2 Bottle 20,000.00 39. Bromphenol Dye 1 Tube 7,500.00 40. Buffer Solution 2 Bottle 18,000.00 41. Calcium Carbide 1 Bottle 2,000.00 42. Calcium Chloride 1 Bottle 1,000.00 43. Calcium Hydroxide Solution 2 Bottle 4,000.00 44. Calibration Buffer Solution 10 Bottle 20,000.00 45. Calibration Buffer Solution 10 Bottle 15,000.00 46. Calibration Buffer Solution 5 Bottle 5,000.00 47. Carbon Tetrachloride 1 Bottle 2,000.00 48. Chemical, Bod Analysis For Wastewater 1 Lot 70,000.00 49. Chemical, For Anionic Surfactants Analysis Of Water 1 Lot 15,000.00 50. Chemical, For Cod Analysis Of Wastewater 1 Lot 25,000.00 51. Chemical, For Nitrite Analysis Of Water 1 Lot 17,000.00 52. Chemical, For Silica Analysis Of Drinking Water 1 Lot 35,000.00 53. Chemical, For Color In Water 1 Bottle 18,000.00 54. Chemical, Potassium Nitrate 1 Bottle 3,500.00 55. Chemical, Ec Broth 500g 2 Bottle 30,000.00 56. Chemical, Kovac's Indole Reagent 3 Bottle 45,000.00 57. Chemical, Lauryl Sulfate Tryptose Broth 500g 3 Bottle 45,000.00 58. Chemical, Plate Count Agar 500g 2 Bottle 30,000.00 59. Chemical, Test Kit, For Nitrate Analysis 1 Kit 10,000.00 60. Chlorampenicol 5 Bottle 50,000.00 61. Chloroform 5 Bottle 32,500.00 62. Chloroform 1 Bottle 13,500.00 63. Chlortetracycline 5 Bottle 50,000.00 64. Copper Sulfate Pentahydrate 2 Bottle 30,000.00 65. Cupric Acetate 1 Bottle 40,000.00 66. Cupric Oxide 2 Bottle 22,000.00 67. Cyclohexane 2 Bottle 12,000.00 68. Cyclohexanol 1 Bottle 3,000.00 69. Dichloran 18 % Glycerol Agar 2 Bottle 22,000.00 70. Dichloran Rose Bengal Chlorampenicol Agar 2 Bottle 26,000.00 71. Diethyl Ether 1 Bottle 3,500.00 72. Diphenylamine 1 Bottle 10,000.00 73. Disodium Hydrogen Phosphate Heptahydrate 1 Bottle 25,000.00 74. Distilled Water 20 Carboy 20,000.00 75. Distilled Water 25 Bottle 2,500.00 76. Dna Step Ladder 1 Vial 15,500.00 77. Edta Acs 1 Bottle 13,000.00 78. Egg Yolk Tellurite Emulsion 8 Bottle 49,600.00 79. Erythrosine 1 Bottle 3,000.00 80. Ethanol 10 Bottle 10,000.00 81. Ethidium Bromide 1 Tube 3,000.00 82. Ethyl Alcohol 2 Gallon 12,000.00 83. Ethyl Alcohol 2 Bottle 32,000.00 84. Ferric Chloride 1 Bottle 3,000.00 85. Fluorescein 1 Bottle 3,000.00 86. Follin-ciocalteu's Phenol 1 Bottle 30,000.00 87. Fumaric Acid 1 Bottle 8,000.00 88. Fuschin Acid 1 Bottle 3,000.00 89. Gallic Acid Monohydrate 1 Bottle 11,000.00 90. Gelatin Powder 1 Bottle 1,000.00 91. Glacial Acetic Acid 2 Bottle 5,000.00 92. Glacial Acetic Acid 10 Bottle 50,000.00 93. Glycerol 2 Bottle 3,000.00 94. Glycerol 1 Bottle 3,000.00 95. Gram Stain Kits And Reagents 2 Set 12,000.00 96. Hexane 2 Bottle 4,000.00 97. Hexane 2 Bottle 48,000.00 98. Hopkins Cole Reagent 1 Bottle 3,000.00 99. Hydrogen Peroxide 1 Bottle 6,000.00 100. Icp Multi-element Standard Solution 1 Bottle 20,000.00 101. Indigo Carmine 1 Bottle 3,000.00 102. Iodine Crystal 1 Bottle 15,000.00 103. Iodine Solution 2 Bottle 16,000.00 104. Isopropanol, 1 Bottle 9,500.00 105. Isopropyl Alcohol 2 Bottle 3,000.00 106. Kovac's Reagent 3 Bottle 18,000.00 107. Lead Iodide 1 Bottle 5,000.00 108. Lysozyme 1 Bottle 5,000.00 109. Magnesium Chloride 1 Bottle 7,500.00 110. Magnesium Sulfate 2 Bottle 3,000.00 111. Maleic Acid 1 Bottle 4,000.00 112. Monosodium Phosphate 1 Bottle 25,000.00 113. Mrs Agar 6 Bottle 90,000.00 114. Mrs Agar 1 Pack 299.00 115. Mrs Broth 6 Bottle 42,000.00 116. Mrs Broth 1 Pack 12,000.00 117. Mueller Hinton Agar 3 Bottle 30,000.00 118. Mueller Hinton Broth 3 Bottle 30,000.00 119. N-butanol 2 Bottle 6,000.00 120. Ninhydrin Solution 1 Bottle 13,000.00 121. Nitric Acid 1 Bottle 10,000.00 122. Nitric Acid 5 Bottle 30,000.00 123. Normal-pentane 1 Bottle 5,000.00 124. N-pentanol 1 Bottle 2,000.00 125. Nutrient Agar 3 Bottle 30,000.00 126. Nutrient Broth 3 Bottle 30,000.00 127. Orcinol 1 Bottle 3,500.00 128. Oxygen Absorber 1 Unit 500.00 129. Pancreatin 1 Bottle 1,500.00 130. Pcr 100bp Low Ladder 1 Vial 13,500.00 131. Pcr Amplification 1 Pack 15,000.00 132. P-dichlorobenzene 1 Bottle 2,000.00 133. Pepsin 1 Bottle 3,000.00 134. Petroleum Ether 5 Bottle 75,435.00 135. Ph Electrode Storage Solution 2 Bottle 16,000.00 136. Phenol 2 Bottle 36,000.00 137. Phenol 1 Bottle 10,000.00 138. Phenol 1 Bottle 8,500.00 139. Phenolphthalein 6 Bottle 18,000.00 140. Phosphoric Acid 1 Bottle 20,000.00 141. Picric Acid 1 Bottle 8,000.00 142. Plate Count Agar 1 Bottle 15,000.00 143. P-nitrophenol 1 Bottle 2,000.00 144. Potassium Bisulfate 3 Bottle 6,000.00 145. Potassium Bisulfate 1 Bottle 5,000.00 146. Potassium Bromide 1 Bottle 10,000.00 147. Potassium Chlorate 1 Bottle 3,000.00 148. Potassium Chloride 1 Bottle 15,000.00 149. Potassium Dichromate 1 Bottle 20,000.00 150. Potassium Dihydrogen Phosphate 1 Bottle 12,000.00 151. Potassium Hydroxide 1 Bottle 3,000.00 152. Potassium Iodide 1 Bottle 4,000.00 153. Potassium Iodide 1 Bottle 38,940.60 154. Potassium Permanganate 1 Bottle 5,000.00 155. Potassium Permanganate 2 Bottle 9,000.00 156. Potassium Persulfate 1 Bottle 12,000.00 157. Potassium Sodium Tartrate Tetrahydrate 1 Bottle 15,000.00 158. Potato Dextrose Agar 1 Bottle 15,000.00 159. Potato Dextrose Broth 1 Bottle 7,000.00 160. Primer Forward 4 Tube 20,000.00 161. Primer Reverse 4 Tube 20,000.00 162. Propanoic Acid 1 Bottle 3,000.00 163. Rapid Hicoliform Broth 2 Bottle 20,000.00 164. Resorcinol 1 Bottle 35,000.00 165. Resorcinol 1 Bottle 1,500.00 166. Rnase A Solution 1 Bottle 18,000.00 167. Safranin Solution 1 Bottle 3,000.00 168. Salicylic Acid 1 Bottle 4,000.00 169. Salmonella Chromogen Agar Set 2 Bottle 42,530.00 170. Sec-butanol 1 Bottle 2,000.00 171. Seliwanoffs Reagent, 1 Bottle 1,000.00 172. Silica Gel, 2 Bottle 10,000.00 173. Silica Gel, Food Grade Silica Gel Dessicant 2 Unit 1,000.00 174. Silver Nitrate, 1 Bottle 10,000.00 175. Silver Nitrate, 3 Bottle 4,500.00 176. Silver Nitrate, 1 Bottle 3,000.00 177. Sodim Citrate 1 Bottle 12,000.00 178. Sodium Acetate 1 Bottle 20,000.00 179. Sodium Carbonate 1 Bottle 15,000.00 180. Sodium Chlorate 1 Bottle 1,000.00 181. Sodium Chloride 4 Bottle 4,000.00 182. Sodium Dodecyl Sulfate 1 Bottle 9,000.00 183. Sodium Hydroxide 4 Bottle 8,000.00 184. Sodium Iodide 1 Bottle 2,000.00 185. Sodium Nitrate 1 Bottle 10,000.00 186. Sodium Nitrate 1 Bottle 10,000.00 187. Sodium Thiosulfate 5 Bottle 22,500.00 188. Starch Solution, 3 Bottle 24,000.00 189. Sucrose, 2 Bottle 6,000.00 190. Sulfur Powder 2 Bottle 6,000.00 191. Sulfuric Acid, 2 Bottle 7,000.00 192. Tannic Acid 1 Bottle 6,000.00 193. Taq Dna Polymerase 2 Bottle 32,000.00 194. T-butanol 1 Bottle 2,000.00 195. T-butylbromide 1 Bottle 2,000.00 196. Toluene 2 Bottle 8,000.00 197. Trichlorocetic Acid 2 Bottle 7,000.00 198. Tris-borate-edta Bufffer 2 Bottle 16,000.00 Total Abc: 2,886,534.60 2. The Tarlac State University Now Invites Bids For The Project Supply And Delivery Of Laboratory Chemicals And Reagents (app 2024 – 1st Quarter). Delivery Of The Goods Is Required Within Thirty (30) Calendar Days From The Receipt Of The Notice To Proceed. Bidders Must Have Completed, Within The Last Five (5) Years Prior To 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) 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 Tarlac State University And Inspect The Bidding Documents At The Address Given Below During Tuesday To Friday From 7:00 A.m. To 6:00 P.m: Bac Secretariat Motorpool And Administration Building Tarlac State University Romulo Blvd., San Vicente, Tarlac City Tel. No. (045) 606-8142 / 0998 846 0206 Email: Bacsec@tsu.edu.ph 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From February 20, 2025, To March 12, 2025, From The Aforementioned Address Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of ₱ 5,000.00. 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. 6. The Tarlac State University Will Hold A Pre-bid Conference On February 28, 2025 (2:00 P.m.) At The Bids And Awards Committee Conference Room, 3rd Floor, Motorpool And Administration Building, Tarlac State University, Romulo Blvd., San Vicente, Tarlac City, Which Shall Be Open To Prospective Bidders. 7. Three (3) Copies Of The Bid Proposals (one Original, And Additional Copy 1 And 2) Must Be Submitted To The Bac Which Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated In The Bidding Documents, On March 12, 2025 At 1:30 P.m. Failure Of Bidders To Comply With The Said Request Of Additional Copies Shall Not Be A Ground For Disqualification. Late Submission Shall Not Be Accepted. Bac Secretariat Motorpool And Administration Building Tarlac State University Romulo Blvd., San Vicente, Tarlac City Tel. No. (045) 606-8142 / 0998 846 0206 Email: Bacsec@tsu.edu.ph 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 March 12, 2025 At 2:00 P.m., At The Bids And Awards Committee Conference Room, 3rd Floor, Motorpool And Administration Building, Tarlac State University, Romulo Blvd., San Vicente, Tarlac City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Summary Of The Procurement Activities Is As Follows: Activities Date And Time Venue Posting To Philgeps February 20, 2025 N/a Pre-bid Conference February 28, 2025 (2:00 Pm) Bac Conference Room, 3rd Floor, Motorpool And Administration Building, Tarlac State University, Romulo Blvd., San Vicente, Tarlac City Deadline Of Submission Of Bids March 12, 2025 (1:30 Pm) Opening Of Bids March 12, 2025 (2:00 Pm) 11. The Tarlac State University 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 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Ms. Jhenna Micah A. Manankil Bac Secretariat Motorpool And Administration Building Tarlac State University Romulo Blvd., San Vicente, Tarlac City Tel. No. (045) 606-8142 / 0998 846 0206 Email: Bacsec@tsu.edu.ph (sgd) Atty. Wilmark J. Ramos, Dba Bac Chairperson – Goods And Services

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Laboratory Equipment and Services
United States
Closing Date30 Apr 2025
Tender AmountRefer Documents 
Details: This Is An Amendment To The Solicaiton To Answer Vendor Questions. intent: Kansas City Va Medical Center Needs To Rent/leasing Two (2) Histacore Pegasus Dual Retort Tissue Processors To Use In The Preparation Of Tissue Samples Obtained From Veteran Patients. This Preparation Is Necessary To Produce Slides For Review By Pathologists For Diagnostic Purposes. requirement: The Instrumentation Shall Have The Capability To Diffuse Solutions Into Biological Specimens To Ensure That Proper Embedding Occur. new Equipment Shall Be Acquired For The Required Laboratory. Refurbished, Discontinued, Or Previously Owned Units Are Not Acceptable. The Equipment Models Being Offered Shall Be In Current Production As Of The Date This Offer Is Submitted. For Purposes Of This Solicitation, “current Production” Shall Mean That The Clinical Laboratory Analyzer Model Is Being Offered As New Equipment. general Requirements: histacore Pegasus Dual Retort Tissue Processor primary Analyzer(s) – Base Equipment Offered That Shall Fully Support The Scope Of Operations (minimal Requirements). operational And Technical Features- The Instrumentation Offered Shall Be Approved By The Food And Drug Administration (fda) And Have The Following required Salient Characteristics vacuum Infiltration Tissue Processor. must Be A Floor Standing Model Not To Exceed The Following Dimensions: 32 X 28 X 61 Inch (widthxdepthxheight). must Be Moveable To Allow Access To Serviceable Parts For Staff And Service. must Have Touchscreen Interface. must Have A Process Capacity Of Up To At Least 400 Cassettes (blocks) Per Run. must Have The Option Run Different Protocols Simultaneously On One Instrument. must Provide The Option For Specimen Tracking System That Can Record Cassette Id And Quantity, As Well As User Id, In Order To Track Tissues Samples Loaded. must Allow Use Of Commercially Available, Nonproprietary Brands Of Reagents And Reagent Substitutes. must Have Reagent Tracking System Available To Track Reagent Type And Lot. reagent Reservoirs Must Allow Easy Access For Changing Of Reagent Solutions. must Have A Reagent Management System To Allow Rotation Of Solution Groups For Optimum Processing. The Reagent System Should Involve As Little Hands On As Possible For Safety (both Employee Exposure And Specimen Safety) Reasons. For Safety To Include Built In Systems To Minimize Exposure To Chemical Fumes. instrument Must Track Reagent Quality And Concentration For Optimal Use. instrument Must Automatically Rotate Reagents Based On Quality And Concentration. hot Paraffin Is Exchanged Without Manual Handling. must Be Capable Of Holding Up To 10 Processing Programs. must Have A Battery Back-up System (ups) For Electrical Outages. must Have Audible And Visually Displayed Alarms For System Malfunction. must Allow For Delayed Start And End Times Of Processing With Auto-calculation. installation Requirements vendor Must Supply The Following Items In Sufficient Quantities For Initial Operation. all Reagent Bottles With Attachments And Labels. activated Carbon Filters. metal Cassette Basket (baskets) With Handles And Dividers To Complete Up To A 300 Cassette (block) Run. any Necessary Hoses. any Other Parts And Reagents Needed To Allow For Immediate Training And Use After Installation. The Contractor Is Responsible For Any Missing Parts And Components Not Included In The Order To Carry Out The Installation. method Performance/validation Requirements: method Performance/comparison Shall Be At The Expense Of The Contractor, Shall Include Reagents And Be Consistent With Current Clinical Laboratory Standard Institute (clsi) Guidelines, College Of American Pathologists (cap) Standards And Related Federal Regulations. support Features: start-up Reagents. The Contractor Shall Provide All Reagents, Calibrators, Controls, Consumable/disposable Items, Parts, Accessories And Any Other Required To Establish Instruments For Operation For Performance Of Acceptance Testing. This Applies To All Equipment As Well As Additional Or Replacement Equipment Placed Under The Terms And Conditions Of This Contract. The Contractor Shall Perform/assist, To The Satisfaction Of The Government, All Validation Studies. The Contractor Shall Perform All The Statistical Analysis Provide A Hardcopy Of Data In An Organized, Clearly Comprehensible Format. documentation: a Current Editable Standard Operating Procedure Shall Be Provided. a Printed, Electronic Copy Or Both, Of The Operator’s Manual And Technical Manual Shall Be Provided. the Document(s) Shall Be Formatted In Accordance With Current, Approved Clsi Guidelines. Electronic (cd Format). at A Minimum, Electronic Copies Of Safety Data Sheets (sds) Shall Also Be Provided. updates To All Procedure Manuals In Microsoft Word Format And Sds Sheets In Electronic Format Shall Be Provided When Package Inserts Are Modified. training: the Contractor Shall Provide An Instrument Training Program That Is Coordinated With And Timely To The Equipment Installation, Sufficient To The Size And Scope Of The Facility’s Services. This Shall Include Training On The Operation Of The System, Data Manipulation, And Basic Trouble Shooting And Repair. If Applicable, Off-site Travel Shall Include The Cost Of Airfare, Room And Board For Each Participant, If Applicable. equipment Preventative Maintenance/repair Service. the Contractor Shall Be Able To Provide Emergency Equipment Repair And Preventative Maintenance On Instrumentation, And Any Incremental Support/ancillary Equipment, E.g., Ups, Line Conditioner, Etc. Offered According To The Following Terms: service Requirements preventative Maintenance Will Be Performed As Frequently As Published In Manufacturer’s Operator’s Manual And Within 2 Weeks Of The Scheduled Due Date. a Technical Assistance Center Shall Be Available By Telephone 24 Hours Per Day, 7 Days Per Week With A Maximum Call Back Response Time Of 1 Hour(s). equipment Repair Service Shall Be Provided During Core Business Hours. Core Business Hours Are 8:00 Am To 5:00 Pm. Certain Circumstances May Dictate The Need For Repair Service To Be Conducted Outside Routine Business Hours. All Such Arrangements Shall Be Coordinated Between The Contractor And Va Laboratory Personnel. equipment Repair Response Time Shall Be On The Same Day Or No More Than 24 Hours. service Must Be Provided By A Local Technician a Malfunction Incident Report Shall Be Furnished To The Laboratory Upon Completion Of Each Repair Call. The Report Shall Include, As A Minimum, The Following: date And Time Notified date And Time Of Arrival serial Number, Type, And Model Number Of Equipment time Spent For Repair And Proof Of Repair That Includes Documentation Of A Sample Run Of Quality Control Verifying Acceptable Performance. each Notification For An Emergency Repair Service Call Shall Be Treated As A Separate And New Service Call. vendor Will Supply Any Parts Necessary To Keep The Equipment Operational. if Upgrades Or Changes In Technology Render A Piece Of Equipment No Longer Necessary, Contractor Shall Remove Said Piece At Contractor’s Expense. upgrades - The Contractor Shall Provide Upgrades To Both The Equipment Hardware And Software To Maintain The Integrity Of The System And The State-of –the Art Technology, At No Additional Charge To The Government. These Shall Be Provided As They Become Commercially Available And At The Same Time As They Are Being Provided To Commercial Customers. This Requirement Only Applies To “system Upgrades” That Enhance The Model Of Equipment Being Offered, I.e. New Version Of Software, Correction Of Hardware Defect, Upgrade Offered To Commercial Customers At No Additional Charge, Upgrade To Replace Model Of Equipment No Longer Contractor Supported, Etc. This Does Not Refer To Replacing The Original Piece Of Equipment Provided Under The Contract; However, It Does Refer To Significant Changes In The Hardware Operational Capability. ancillary Support Equipment - The Contractor Shall Provide, Install And Maintain Through The Life Of The Contract, As Indicated, Any And All Ancillary Support Equipment To Fully Operate The Analyzer As Defined In These Specifications, E.g. Cabinetry To Support/house The Analyzer (if Necessary), Filters, Preventative Maintenance And Repair, Etc.), Printers And Universal Interface Equipment, Ups And Ups Batteries, Line Conditioners, Etc. In Addition, The Contractor Shall Include All Ancillary Components That Are Customarily Sold Or Provided With The Model Of Equipment Proposed, E.g. Starter Kits, Tables/stands, Etc. commercial Offerings - The Contractor Shall Provide Any Additional Support Material That Is Routinely Provided To Equivalent Commercial Customers And Assists In Regulatory Compliance, E.g., Computer Disc Containing Their Procedure Manual In Clsi Format Or An On-line Procedure Manual In The Instrument Software. characterization Of Waste – The Contractor Shall Provide Documentation That It Has Characterized The Hazardous Nature Of All Wastes Produced By All Equipment, Devices, Reagents, And Discharges In Accordance With The Requirements Of The Code Of Federal Regulations Title 40 “protection Of The Environment” Part 261 Et Seq. And Applicable State And Local Requirements. Documentation Shall Include A Description Of The Characteristics Of The Hazardous Waste Produced As A Byproduct Of The Instrument Operations, Safety Data Sheets (sds) Meeting The Requirements Of The Occupational Safety And Health Administration (osha) And Environmental Protection Agency (epa), The Analytical Process Used To Determine The Hazardous Nature And Characteristics Of The Waste, And The Analytical Test Results. Testing Of Hazardous Waste Is To Be Done In Accordance With Testing Protocol Specified For Each Individual Waste As Described In The Code Of Federal Regulations Title 40 To Make A Determination If The Waste Is A Hazardous Waste Or Otherwise Regulated. the Determination And Description Shall Address The Following: waste Toxicity (reference 40 Cfr §261.11 And 40 Cfr §261.24) waste Ignitability (reference 40 Cfr §261.21) waste Corrosivity (reference 40 Cfr §261.22) waste Reactivity (reference 40 Cfr §261.23) hazardous Waste From Non-specific Sources (f-listed) (reference 40 Cfr §261.31) discarded Commercial Products (acutely Toxic Or P-listed And Toxic Or U-listed) (reference 40 Cfr §261.33) solid Waste (reference 40 Cfr §261.2) exclusions (reference 40 Cfr §261.4) the Contractor Will Provide Written Instructions And Training Material To Ensure Vha Laboratory Staff Are Trained As Needed To Properly Operate Devices With Special Emphasis To Managing And Disposing Of Hazardous Waste In Accordance With Epa And State Requirements. Additionally, The Training Provided By The Contractor Must Fulfill Resource Conservation And Recovery Act (rcra) Requirements For Training As Applicable To Devices. contractor Shall Provide A Description Of All Wastes The Process Or Equipment May Discharge So That The Facility Can Determine Whether The Discharge Meets Local Publicly Owned Treatment Works (potw), State And Federal Discharge Requirements. At A Minimum The Characteristics Of Ignitability, Corrosivity, Reactivity And Toxicity As Defined In 40 Cfr §261 Must Be Determined And Documented. Any Mercury Containing Reagents Must Be Identified In Any Concentrations. All Test Results Shall Be Provided. All Listed Chemicals (f, U, K And P) Found In 40 Cfr §261 Shall Be Provided In Product Information And Their Concentrations Documented. For Those Materials With A Positive Hazardous Waste Determination, A Mechanism For The Laboratory To Meet Local Discharge Requirements (i.e. Mercury, Thimerosol And Formaldehyde) Must Be Developed And Sds Sheets Must Be Provided In Advance For Review. At A Minimum, Documentation Shall Include, But Not Be Limited To The Concentration/measures Of The Elements And Parameters Listed Below And Must Be Included With Vendor Response: barium (total) cadmium (total) chromium (total) copper (total) cyanide (total) lead (total) mercury (total) nickel (total) silver (total) zinc (total) arsenic (total) selenium (total) tin (total) ph flash Point (to Higher Than 200°f) bod; Biochemical Oxygen Demand the Documentation The Contractor Provides Will Be Used To Work With The Vamc And The Public And/or Private Organization (e.g., Potw) To Determine Whether The Waste From Each Device Can Legally Be Disposed Of Via The Sewerage System. implementation/transition Timeframe - The Implementation Of The Services/requirements Described In This Solicitation Shall Be Completed No Later Than 120 Days After The Award Of The Contract. This Timeline Is Based On A Reasonable Attempt Of The Contractor To Complete All The Necessary Implementation Requirements Within The Stated Timeframe. Contractor Shall Not Be Penalized For Implementation Timelines That Extend Beyond The 120-day Timeframe, If The Extension Is Through No Fault Of The Contractor And Is A Result Of Delays Due To The Government. upon Award Of A Contract, The Transition Period For The Awarded Contract To Have All Equipment And Peripherals Installed And Operational By April 30 Or Mutually Agreed Upon Date. During This Same Period All Initial Training Of Va Personnel In The Operation And Maintenance Of Said Award Shall Also Be Completed. contractor Shall Provide With Its Quotation An Implementation Plan For Installation Of New Equipment. The Plan Should Include Installation And Training Of Personnel, Transition Of All Testing Materials, Reagents And Supplies, Etc., Performance Of All Correlations And Validations. Failure Of The Contractor To Conform To The Transition Period Shall Be Considered As Sufficient Cause To Terminate Contract For Cause Under The Termination For Cause Clause Of The Contract. at The End Of 120 Days From Award Of The Contract, The Awarded Contractor Shall Have Full And Sole Responsibility For Services Under The Awarded Contract. standard And Quality Of Performance- This Paragraph Establishes A Standard Of Quality Performance That Shall Be Met Before Any Equipment Listed On The Delivery Order [or Contract] Is Accepted By The Government. This Also Includes Replacement, Substitute Machines And Machines That Are Added Or Field Modified After A System Has Demonstrated Successful Performance. The Acceptance Period Shall Begin On The Installation Date. It Shall End When The Equipment Has Met The Standard Of Performance For A Period Of 30 Consecutive Calendar Days By Operating In Conformance With The Contractor’s Technical Specification Of Effectiveness Of 90% Or More. if Equipment Does Not Meet The Standard Of Performance During The Initial 30 Consecutive Calendar Days, The Standard Of Performance Tests Shall Continue A Day-by-day Basis Until The Standard Of Performance Is Met For A Total Of 30 Consecutive Days. if The Equipment Fails To Meet The Standard Of Performance After 90 Calendar Days From The Installation Date, The User May, At His/her Option, Request A Replacement Or Terminate The Order In Accordance With The Provisions Of Far 52.212-4 Entitled “termination For Cause.” (the Contractor Shall Receive Revenue For Tests Reported During The 90-day Acceptance Period.) operational Use Time For Performance Testing For A System Is Defined As The Accumulated Time During Which The Machine Is In Actual Use. System Failure Downtime Is That Period Of Time When Any Machine In The System Is Inoperable Due To Equipment Failure. Downtime For Each Incident Shall Start From The Time The Government Makes A Bona Fide Attempt To Contact The Contractor’s Designated Representative At The Prearranged Contact Point Until The System Or Machine(s) Is Returned To The Government In Proper Operating Condition. during The Performance Period For A System, A Minimum Of 100 Hours Of Operational Use Time With Productive Or Simulated Work Shall Be Required As A Basis For Computation Of The Effectiveness Level. However, In Computing The Effectiveness Level, The Actual Number Of Operational Use Hours Shall Be Used When More Than The Minimum Of 100 Hours. the Government Will Maintain Daily Records To Satisfy The Requirements Of The Standard And Quality Of Performance Section And Shall Notify The Contractor In Writing Of The Date Of The First Day Of The Successful Period Of Operation. Operations Use Time And Downtime Shall Be Measured In Hours And Whole Minutes. during The Term Of The Contract, Should The Repair Record Of Any Individual Piece Of Laboratory Equipment Reflect A Downtime Of 10% Or Greater Of The Normal Working Days In One Calendar Month, A Determination Shall Be Made By The Cor And/or Contracting Officer To Replace The Malfunctioning Equipment With New Equipment. The Responsibility For Maintaining The Equipment Furnished In Good Condition In Accordance With Manufacturer’s Instructions, Shall Be Solely That Of The Contractor. The Same Terms And Conditions Apply To Ancillary/support Equipment Provided Under This Contract, I.e., Water System Ups, Etc. government’s Responsibility- The User Will Perform Routine Maintenance And Cleaning As Required In The Manufacturer’s Operation And Maintenance Instructions. The User Shall Maintain Appropriate Records To Satisfy The Requirements Of This Paragraph. ownership Of Equipment- Title To The Equipment Shall Remain With The Contractor. All Accessories (unused Consumables, Etc.) Furnished By The Contractor Shall Accompany The Equipment When Returned To The Contractor. The Contractor, Upon Expiration Of Order(s), At Termination And/or Replacement Of Equipment, Shall Remove The Equipment. The Contractor Shall Disconnect The Analyzer (gas, Water, Air, Etc.) And Shall Be Responsible For All Packing And Shipping Required To Remove The Analyzer. as Applicable, The Contractor Will Identify If Removable Media Is Required To Perform Their Duties. The Clinical Engineering Department Will Ensure The Removable Media Is Scanned With Anti-virus Software Running Current Virus Definitions Prior To Connection To Any Medical Device/system. Any Contractor With Patient Sensitive Information That Is Imported Into The Removable Media Device For Any Reason Must Purge All Patient Sensitive Information Prior To Departure From The Facility. contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Or Completion Of The Contract as Applicable, All Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Contract Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor Or Any Person Acting On Behalf Of The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/subcontractors That Contain Va Information Must Be Retained By The Va For Sanitization Or Destruction, Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Or Completion Of The Contract Or Disposal Or Return Of The It Equipment, Whichever Is Earlier. as Applicable, Bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The Contractor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are: contractor Must Accept The System Without The Drive; va’s Initial Medical Device Procurement Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase. due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then; the Equipment Contractor Must Have An Existing Baa If The Device Being Traded In Has Protected Health Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre-approved And Described In The Purchase Order Or Contract. a Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Information Security Officer (iso) Needs To Maintain The Documentation.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date12 Mar 2025
Tender AmountRefer Documents 
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As A Request For Quote (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 (effective 01/17/2025). this Solicitation Is Set-aside For Small Businesses. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 339113 Surgical Appliance And Supplies Manufacturing. The Small Business Size Standard Is 800 Employees. The Fsc/psc Is 6530 Hospital Furniture, Equipment, Utensils, And Supplies. the Department Of Veterans Affairs, Network Contracting Office 10 (nco 10), Veterans Integrated Services Network 10 (visn 10), Va Northern Indiana Located At 1700 East 38th Street, Marion, In 46953 Has A Requirement For A Commercial Brand Name Or Equal Denali Power-driven Mobile Patient Lifts And Accessories. all Interested Companies Shall Provide Quotes For The Following: item description qty unit Price total 1 52300-15 Denali 600 3 Casters W/15" Slingbar 5 â  â  2 52300-24 Denali 600 3 Casters W/24" Slingbar 1 â  â  3 52066 Wipeable Spl Sling - 600 Lbs 6 â  â  4 52384 Oxygen Tank Iv Pole Holder - Denali 6 â  â  5 52440 Patient Weight Scale - Denali 6 â  â  6 2503-007a Battery- Denali 6 â  â  7 52940a Wall Mount Battery Charging Station - Denali 6 â  â  salient Characteristics: the Denali Is A Power-driven Mobile Patient Lift Designed With The Functionality Of A Ceiling Lift. The Ergonomic Design Of This Device Eliminates Push/pull Forces, Reducing The Risk Of Injury To Caregivers. The Lift At A Minimum Must Provide A Patient Sling Compatibility (loop Style Attachment) Capable Of Handling A Minimum Of 600 Pounds. The Height Adjustable Boom And Sling Bar Operate Independently Allowing Vehicle Extractions And Floor Recoveries. the Power-driven Mobile Patient Lift Features: standard Door Width Clearance Of 28 Inches under Bed Clearance With Approximate 4.6 Or 3.4 Turning Diameter o2 Tank Holder And Iv Pole removable Battery For Wall Charging Station battery Should Hold For Approximately 200 Lifts/charges emergency Lowering Options Manual And Powered sling Bar Options Of 15 And 24 3 Casters the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sept 2023) far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998) http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar) far 52.204-7, System For Award Management (oct 2018) far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020) far 52.204-20, Predecessor Of Offeror, (aug 2020) far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Service Or Equipment (nov 2021) far 52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (dec 2023) far 52.212-2, Evaluation Commercial Products And Commercial Services (nov 2021) far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services (may 2024) offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. far 52.225-2, Buy American Certificate (oct 2022) far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, Theâ contracting Officerâ will Make Their Full Text Available. Also, The Full Text Of A Clauseâ mayâ be Accessed Electronically At This/these Address(es): http://www.acquisition.gov/far/index.html (far) And http://www.va.gov/oal/library/vaar/index.asp (vaar) vaar 852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) vaar 852.273-70, Late Offers (nov 2021) (end Of Addendum To Far 52.212-1) the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023) far 52.204-13, System For Award Management Maintenance (oct 2018) far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020) far 52.225-1, Buy American Supplies (oct 2022) vaar 852.203-70, Commercial Advertising (may 2018) var 852.211-70, Equipment Operation And Maintenance Manuals (nov 2018) vaar 852.211-72, Technical Industry Standards (nov 2018) vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018) vaar 852.242-71, Administrative Contracting Officer (oct 2020) vaar 852.246-71, Rejected Goods (oct 2018) vaar 852.246-73, Noncompliance With Packaging, Packing, And/or Marking Requirements (oct 2018) vaar 852.247-74, Advance Notice Of Shipment (oct 2018) (end Of Addendum To Far 52.212-4) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (may 2024) the Following Subparagraphs Of Far 52.212-5 Are Applicable: Subparagraph (a) (1) (7) Subparagraph (b) (4),(9),(12),(18),(31),(32),(33),(34),(36),(39),(48),(51), And (59) all Offerors Shall Submit The Following: The Offeror Shall Submit A Quote, With Sufficient Documentation To Evaluate The Functional And Technical Specifications Compared To The Salient Characteristics, Buy American Act Certificate, Warranty/extended Warranty Details And Delivery/installation Schedule. all Quotes Shall Be Sent To The Contract Specialist, Alice Clark At Alice.clark@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than March 12, 2025, At 12:00 P.m. Est. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). point Of Contact to Obtain Clarifications And/or Additional Information Concerning The Contract Requirements Or Specifications, Submit An Email To Alice.clark@va.gov. All Inquiries Will Be Responded To As Necessary In Amendment Format Which Will Be Posted On Http://www.sam.gov the Deadline For Submission Of Clarifications And/or Additional Information Concerning This Solicitation Is March 5, 2025, At 12:00 Pm (est). No Questions Will Be Answered After This Date/time Unless Determined To Be In The Best Interest Of The Government Determined By The Contracting Officer. Telephone Inquiries Will Not Be Accepted Or Returned. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors: Price, Sufficient Documentation To Evaluate Functional And Technical Specifications, Buy American Act Certificate, Warranty/extended Warranty, And Delivery/installation Schedule. the Award Will Be Made To The Response Most Advantageous To The Government. responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021) provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures And Supersedes The Current Version Of Far 52.212-1 Contained In The Far. the Following Provision Is Incorporated Into 52.212-1 As An Addendum To This Solicitation: far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021) (a)â north American Industry Classification System (naics) Code And Small Business Size Standard.â the Naics Code(s) And Small Business Size Standard(s) For Thisâ acquisitionâ appear Elsewhere In Theâ request For Quote (rfq). However, The Small Business Size Standard For A Concern That Submits Aâ quote, Other Than On Aâ constructionâ or Serviceâ acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees If Theâ acquisition is Set Aside For Small Business And Has A Value Above Theâ simplified Acquisition Threshold; Or uses Theâ hubzoneâ price Evaluation Preference Regardless Of Dollar Value, Unless Theâ quoterâ waives The Price Evaluation Preference; Or is An 8(a),â hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value. (b)â submission Ofâ quotes. Submit Signed And Datedâ quotesâ to The Office Specified In Thisâ request For Quote (rfq) At Or Before The Exact Time Specified.â quotesâ mayâ be Submitted On Letterhead Stationery, Or As Otherwise Specified In Theâ rfq. As A Minimum,â quotesâ mustâ show â â â â â â â â â â â (1)â theâ solicitation Number; â â â â â â â â â â â (2)â the Time Specified In Theâ solicitationâ for Receipt Ofâ quotations;â  â â â â â â â â â â (3)â the Name, Address, And Telephone Number Of Theâ quoter; (4) Technical Description Of The Items Being Quoted In Sufficient Detail To Evaluate Compliance With The Requirements In Theâ solicitation. Thisâ mayâ include Product Literature, Or Other Documents, If Necessary; â â â â â â â â â â â (5)â terms Of Any Expressâ warranty; â â â â â â â â â â â (6)â price And Any Discount Terms; â â â â â â â â â â â (7)â "remit To" Address, If Different Than Mailing Address; (8)â a Completed Copy Of The Representations And Certifications At Federalâ acquisitionâ regulation (far)â 52.212-3â (see Farâ 52.212-3(b) For Those Representations And Certifications That Theâ quoterâ shallâ complete Electronically); â â â â â â â â â â â (9)â acknowledgment Request For Quotation Amendments; (10)â past Performanceâ will Not Be Considered In Simplified Acquisition Procurements. (11)â quote Should Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâ solicitation.â quotesâ that Fail To Furnish Required Representations And Certifications, Information Requested In (1) To (9) And Accept The Terms And Conditions Of Theâ solicitationâ mayâ be Excluded From Consideration. (c)â period For Acceptance Ofâ quotes. Theâ quoterâ agrees To Hold The Prices In Itsâ quoteâ firm For 30 Calendar Days From The Date Specified For Receipt Ofâ quotes Unless Another Time Period Is Specified In An Addendum To Theâ solicitation. (d)â product Samples. When Required By Theâ solicitation, Product Samplesâ shallâ be Submitted At Or Prior To The Time Specified For Receipt Ofâ quotes. Unless Otherwise Specified In Thisâ solicitation, These Samplesâ shallâ be Submitted At No Expense To The Government, And Returned At The Sender S Request And Expense, Unless They Are Destroyed During Testing. (e)â multipleâ quotes.â quotersâ are Encouraged To Submit Multipleâ quotesâ presenting Alternativeâ line Itemsâ (provided That The Alternativeâ line Itemsâ are Consistent With Farâ subpartâ  4.10), Or Alternativeâ commercial Productsâ orâ commercial Servicesâ for Satisfying The Requirements Of Thisâ solicitation. Eachâ quoteâ submitted Will Be Evaluated Separately. (f)â late Submissions, Revisions, And Withdrawals Ofâ quotes. (1)â quotersâ are Responsible For Submittingâ quotes So As To Reach The Government Office Designated In Theâ solicitationâ by The Time Specified In Theâ solicitation. If No Time Is Specified In Theâ solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâ quotesâ are Due. (2)â anyâ quotation Received At The Government Office Designated In Theâ solicitationâ after The Exact Time Specified For Receipt Ofâ quotesâ is "late" And May Not Be Considered Unless It Is Received Before Purchase Order Issuance And Theâ contracting Officerâ (co) Determines That Accepting The Lateâ quotationâ would Not Unduly Delay Theâ acquisition. (3)â if Anâ emergencyâ or Unanticipated Event Interrupts Normal Government Processes So Thatâ quotations Cannot Be Received At The Government Office Designated For Receipt Ofâ quotesâ by The Exact Time Specified In Theâ solicitation, And Urgent Government Requirements Preclude A Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâ quotes Will Be Deemed To Be Extended To The Same Time Ofâ dayâ specified In Theâ solicitationâ on The First Workâ dayâ on Which Normal Government Processes Resume. (g)â issuance Of Purchase Order. The Government May Issue A Purchase Order To One Or More Quoters As Identified In The Request For Quote (rfq). Therefore, Theâ quoter S Initialâ quoteâ shouldâ contain Theâ best Terms From A Price And Technical Standpoint. However, The Governmentâ mayâ reject Any Or Allâ quotesâ if Such Action Is In The Public S Best Interest. The Contracting Officer (co) May Issue A Purchase Order To Other Than The Quoter With The Lowest Priced Quotation. (h)â multiple Awards. The Governmentâ mayâ issue A Purchase Order For Any Item Or Group Of Items Of A Quotation, Unless Theâ quoterâ qualifies Theâ quotation By Specific Limitations. Unless Otherwise Provided In The Schedule,â quotationsâ mayâ not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Issue A Purchase Order For A Quantity Less Than The Quantity Quoted, At The Unit Prices Quoted, Unless Theâ quoterâ specifies Otherwise In Theâ quotation. â â â â â â (1)â availability Of Requirements Documents Cited In Theâ solicitation. (i)â the Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101-29, And Copies Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained For A Fee By Submitting A Request To- Gsa Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, Sw Washington, Dc 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii)â if The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued Thisâ solicitation, A Single Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained Free Of Charge By Submitting A Request To The Addressee In Paragraph (i)(1)(i) Of This Provision. Additional Copies Will Be Issued For A Fee. (2)â most Unclassified Defense Specifications And Standardsâ mayâ be Downloaded From The Following Assist Websites: â â â â â â â â â â â â â â â â (i)â assist (â https://assist.dla.mil/online/start/). â â â â â â â â â â â â â â â â (ii)â quick Search (â http://quicksearch.dla.mil/).â â â â â â â â â â â  (3)â documents Not Available From Assistâ mayâ be Ordered From The Department Of Defense Single Stock Point (dodssp) By- (i)â using The Assist Shopping Wizard (â https://assist.dla.mil/wizard/index.cfm); (ii)â phoning The Dodssp Customer Service Desk (215) 697-2179, Mon-fri, 0730 To 1600 Est; Or (iii)â ordering From Dodssp, Building 4, Section D, 700 Robbins Avenue, Philadelphia, Pa 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4)â nongovernment (voluntary) Standardsâ mustâ be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance. (j)â unique Entity Identifier (uei). Applies To All Quotesâ that Exceed Theâ micro-purchase Threshold, Andâ quotesâ at Or Below Theâ micro-purchase Thresholdâ if Theâ solicitationâ requires The Contractor To Beâ registered In The System For Award Management (sam).) Theâ quoterâ mustâ enter, In The Block With Its Name And Address On The Cover Page Of Itsâ quote, The Annotation "unique Entity Identifier" Followed By Theâ unique Entity Identifierâ that Identifies Theâ quoters Name And Address. Theâ quoterâ alsoâ must Enter Itsâ electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâ uei. The Suffix Is Assigned At The Discretion Of Theâ quoterâ to Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâ subpartâ  32.11) For The Same Entity. If Theâ quoterâ does Not Have A Uei, Itâ shouldâ contact The Entity Designated Atâ www.sam.govâ forâ ueiâ establishment Directly To Obtain One. Theâ quoterâ shouldâ indicate That It Is Aâ quoterâ for A Government Contract When Contacting The Entity Designated Atâ www.sam.govâ for Establishing Theâ uei. (k)â [reserved] (l)â requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co. (end Of Provision)

Western Visayas Sanitarium Doh Tender

Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
Philippines
Closing Date8 Jul 2025
Tender AmountPHP 1.7 Million (USD 30.7 K)
Details: Description Invitation To Bid Procurement Of Various Engineering And Maintenance Supplies Ib No. 2025-06-011-g The Western Visayas Sanitarium And General Hospital, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Procurement Of Various Engineering And Maintenance Supplies Lot 1: Airconditioning And Refrigeration Supplies Lot 2: Plumbing Supplies Lot 3: Carpentry Supplies Lot 4: Electrical Supplies Lot 5: Tools And Equipment Location : Western Visayas Sanitarium And General Hospital Approved Budget For : Php 1,791,849.00 The Contract (abc) Lot 1: Php 727,700.00 Lot 2: Php 208,825.00 Lot 3: Php 199,704.00 Lot 4: Php 455,620.00 Lot 5: Php 200,000.00 Fund Source : Caf No. 2025-20-igf Delivery Period : Within Forty-five (45) Calendar Days After Receipt Of Notice To Proceed (ntp). Lot 1: Airconditioning And Refrigeration Supplies Abc: Php 727,700.00 Item No. Qty. Unit Of Issue Description 1 1 Set Welding And Cutting Outfit For Gas Welding, Cutting, Brazing And Heating Torches, Cutting Capacity: 6" (150mm), Welding Capacity: 1"(25mm), (inclusion: 263 Welding Torch W/ Check Valves, Welding Tips-sizes: 1,3,5 25 Gx-10 Oxygen Regulator, 25 Gx-1,5 Acytelene Regulator, 1/4"x20' Twin Hose W/ Fittings) 2 20 Pc Bearing, Ball Bearing #608 3 10 Pc Breaker, Circuit Breaker, Rail Type, 20a, With Plastic Enclosure 4 10 Pc Breaker, Circuit Breaker, Rail Type, 30a, With Plastic Enclosure 5 5 Pack Cable Tie, 100s 5x30mm 6 10 Pc Capacitor, Running Capacitor 50µf 7 6 Unit Condensate Removal Pump(drain Pump), For Split Type Airconditioning Unit, 3m Maximum Discharge Head, Capacity 400cc, Ac 220v-240v, 50/60hz, Temp. Range: 0°-50°c Max, Dimension: 18cm (l) X 12cm(w)x12cm(h), Drain Pipe Size:ø4.3mm X Ø6.5mm (5/32") 8 6 Roll Copper Tube 1/4" X 0.028" X 15m 9 5 Roll Copper Tube 3/8" X 0.028" X 15m 10 5 Roll Copper Tube 5/8" X 0.028" X 15m 11 5 Roll Copper Tube 1/2" X 0.028" X 15m 12 10 Gallon Evaporator Coil Cleaner (airconditioner) 13 43 Length Rubber Insulation 3/8" X 3/4" X 6' 14 50 Length Rubber Insulation 1/4" X 3/4" X 6' 15 30 Length Rubber Insulation 1/2" X 3/4" X 6' 16 30 Length Rubber Insulation 5/8" X 3/4" X 6' 17 30 Length Rubber Insulation 5/8" X 1/2" X 6' 18 30 Length Rubber Insulation 7/8" X 3/8" X 6' 19 40 Length Rubber Insulation 3/4" X 3/4" X 6' 20 30 Length Rubber Insulation 3/4" X 1/2" X 6' 21 5 Pc Magnetic Contactor, 30a, Single Phase, 450v 22 1 Set Manifold Gauge For R410-a (inverter) 23 1 Pc Map Gas Torch 24 20 Set Outlet, Aircon Outlet, 1-gang, 20a Wide Series 25 4 Bottle Penetrating Oil And Rust Remover, Wd40, 400ml 26 5 Pack Plastic Steel Epoxy (50-60g) 27 2 Tank Refrigerant, Freon Gas R-22 (13.6kg) 28 2 Tank Refrigerant, Freon Gas R-32 (9.3kg) 29 2 Tank Refrigerant, Freon Gas R410 (11.3kg) 30 5 Packs Sealant, High Grade Waterproofing Rubber Sealant, 250g 31 8 Pcs Switch, Honey Wheel Switch (thermostat) 32 5 Rolls Tape, Aero Tape (insulation Tape), 3mm Thick, 50mm Width, 30ft Long (self Adhesive) 33 10 Pcs Tape, Electrical Tape (big) 34 10 Rolls Tape, Polyethylene Tape 4" X 50m (white) 35 3 Packs Tox With Screw #6, 50s 36 3 Boxes Wire, Thhn Wire 2.0mm² (150m) 37 3 Boxes Wire, Thhn Wire 5.5mm² (150m) 38 20 Pcs Bearing, Ball Bearing 6201 39 2 Sets Pcb (window Type 1.0 Hp Inverter) 40 2 Sets Pcb (window Type 1.5 Hp Inverter) 41 2 Sets Pcb (window Type 2.0 Hp Inverter) 42 2 Sets Pcb (wall Mounted Type Indoor & Outdoor, 1.0 Hp Inverter) 43 2 Sets Pcb (wall Mounted Type Indoor & Outdoor, 1.5 Hp Inverter) 44 2 Sets Pcb (wall Mounted Type Indoor & Outdoor, 2.0 Hp Inverter) 45 2 Sets Pcb (wall Mounted Type Indoor & Outdoor, 2.5 Hp Inverter) 46 1 Unit Ladder, Heavy Duty (16') Aluminum (4' X 4') 47 1 Unit Rotary Hammer, Sds Plus, Chisel Function, 720 Watts. Three Mode: Rotary For Hammer Drilling, Drilling & Chisel Lot 2: Plumbing Supplies Abc: Php 208,825.00 Item No. Qty. Unit Of Issue Description 1 15 Pcs Coupling, Compression Coupling 1/2" 2 15 Pcs Coupling, Compression Coupling 3/4" 3 15 Pcs Coupling, Compression Coupling 1" 4 10 Pcs Elbow, Compresion Elbow 1'' (black) 5 10 Pcs Coupling, Compression Coupling 2" 6 9 Pcs Solvent Cement, 400cc 7 20 Pcs Elbow, Sanitary Pvc Elbow 2" X 45⁰ 8 15 Pcs Elbow, Sanitary Pvc Elbow 4" X 90⁰ 9 20 Pcs Elbow, Sanitary Pvc Elbow 4" X 45⁰ 10 30 Bottles Sink And Drain Declogger Solution (1l) 11 2 Gallons Marine Epoxy (1 Gal Set A And 1 Gal Set B) 12 10 Lengths Pipe, Sanitary Pvc Pipe 2" X 10' (s-1000) 13 10 Lengths Pipe, Sanitary Pvc Pipe 4" X 10' (s-1000) 14 20 Lengths Ppr Pipe 1/2", Pn20 15 10 Lengths Ppr Pipe 3/4", Pn20 16 10 Lengths Ppr Pipe 1", Pn20 17 5 Lengths Ppr Pipe 1 1/2", Pn20 18 20 Lengths Ppr Pipe 2", Pn20 19 15 Pcs Ppr Coupling 1/2" 20 8 Pcs Ppr Coupling 3/4" 21 9 Pcs Ppr Coupling 1" 22 15 Pcs Ppr Coupling 2" 23 15 Pcs Ppr Elbow 1/2" 24 8 Pcs Ppr Elbow 3/4" 25 8 Pcs Ppr Elbow 1" 26 15 Pcs Ppr Elbow 2" 27 10 Pcs Ppr Tee 1/2" 28 5 Pcs Ppr Tee 3/4" 29 5 Pcs Ppr Tee 1" 30 10 Pcs Ppr Tee 2" 31 10 Pcs Ppr Gate Valve 1/2" 32 5 Pcs Ppr Gate Valve 3/4" 33 5 Pcs Ppr Gate Valve 1" 34 10 Pcs Ppr Gate Valve 2" 35 10 Pcs Ppr Coupling Reducer 2"x1/2" 36 5 Pcs Ppr Coupling Reducer 2"x1 1/2" 37 10 Pcs Ppr Female Threaded Elbow 1/2" 38 5 Pcs Ppr Union Patente 2" 39 5 Pcs Ppr Male Threaded Adaptor 2" 40 5 Pcs Ppr Male Threaded Adaptor 3/4" 41 3 Sets Lavatory, Semi-pedestal. Modern Type Lot 3: Carpentry Supplies Abc: Php 199,704.00 Item No. Qty. Unit Of Issue Description 1 15 Sheets 3/4" Thk. Marine Plywood 2 15 Sheets 1/2" Thk. Marine Plywood 3 15 Sheets 1/4" Thk. Marine Plywood 4 20 Lenghts 2"x2"x10' S4s Solid Hard Wood 5 15 Pairs Drawer Slide 12" Soft Closing (pair) 6 25 Sets Stainless Door Knob Lever Type 7 12 Pairs Stainless Ball Bearing Hinges 4"x4" (pair) 8 10 Pcs Stainless Cabinet Handle 6", Modern Type 9 5 Kgs Wood Glue (1 Kg) 10 10 Packs No More Nail (100grams) 11 5 Kgs Finishing Nail 1" 12 5 Kgs Finishing Nail 1 1/2" 13 5 Kgs Common Nail 3" 14 5 Kgs Common Nail 4" 15 30 Lenghts Metal Studs 2"x4"x3m 0.4mm Thk. 16 20 Lenghts Metal Furring 0.4mm Thk. X 5m 17 3 Boxes Blind Rivets 1/8"x1/2", (1000's) 18 5 Pails Flat Latex Paint White 19 5 Pails Semi-gloss Latex Paint White 20 5 Gallons Wood Primer (water Base) 21 3 Gallons Epoxy Primer Reducer 22 2 Sets Marine Epoxy (1gal Set A, 1gal Set B) 23 3 Gallons Masonry Putty 24 2 Sacks Patching Compound (20 Kgs.) 25 10 Liters Latex Color Hanza Yellow, 1 Liter 26 15 Liters Latex Color Raw Siena, 1 Liter 27 5 Liters Latex Color Lamp Black, 1 Liter 28 3 Liters Latex Color Thalo Green, 1 Liter 29 3 Liters Latex Color Venetian Red, 1 Liter 30 10 Sets Paint Roller 4" Cotton Type 31 5 Pcs Paint Brush 1" 32 10 Pcs Paint Brush 3" 33 5 Tubes Silicone Sealant, White 34 1 Unit Silicone Sealant Gun 35 10 Pcs Steel Drill Bit 1/8" 36 10 Pcs Steel Drill Bit 5/32" 37 10 Pcs Steel Drill Bit 3/16" 38 4 Pcs Steel Drill Bit 1/4" 39 30 Pcs Cutting Disc 4" 40 5 Pcs Diamond Cutting Disc 4" Ultra Thin 41 5 Pcs Grinding Disc 4" 42 5 Kgs 6013 Welding Rod 43 1 Roll #16 G.i. Tie Wire (30kgs.) 44 5 Gallons Termite Control Wood Preservative Lot 4: Electrical Supplies Abc: Php 455,620.00 Item No. Qty. Unit Of Issue Description 1 30 Pcs Bulb, Led, 12 Watts Daylight 2 30 Pcs Bulb, Led, 7 Watts Daylight 3 60 Pcs Downlight, 6-inch Recessed Slim Square Downlight, Wide Beam Angle, 12w, Led Driver Included 4 60 Pcs Downlight, 6-inch Surface Square Downlight, Wide Beam Angle, 12w, Led Driver Included 5 30 Units Fan, 16" Orbit Ceiling Fan, Plastic Blade, Grey, 4-speed Rotary Switch, With Thermal Fuse Connection, Heavy Duty 6 20 Units Fan, 48" Ceiling Fan, Metal Blade, White, With Thermal Fuse Capacitor, 4-speed Switch 7 60 Pcs Led T8 Fluorescent Tube, 18w, 1200mm (length), 220v 8 50 Sets Outlet, 2-gang Universal Outlet (wide Series) 9 50 Sets Outlet, Duplex Universal Outlet With Ground 10 30 Sets Switch, 3-gang Switch, Wide Series 11 60 Pcs Tape, Electrical Tape 12 3 Rolls Wire, Tw Wire 14mm2 13 2 Rolls Wire, Tw Wire 30mm2 14 2 Pcs Bac06a Generator Switching Battery Charger, 24v 3a 15 2 Pcs Manual Fuel Extractor Hand Pump Self Priming Dispenser 25mm/1" 16 2 Pcs Magnetic Starter Switch Sigle Phase 3hp W/ Abs Plastic Enclosure Kts-clpb (kts-15clpb) 17 2 Pcs (rust Remover Oil) Multi Use Oil Multi Purpose Lubricants Oil 11.2oz 18 1 Pc 60w Electric Soldering Iron Adjustable Temp Electric Solder Iron Rework Station 19 2 Pcs Soldering Lead 0.8mm 60/40 Tin Lead Lot 5: Tools And Equipment Abc: Php 200,000.00 Item No. Qty. Unit Of Issue Description 1 5 Unit Electric Water Motor Pump (motor: 2 Hp, 230 Volt, Single Phase Motor • Pipe Connections: 1-1/2" Npt Suction / 1-1/2" Npt Discharge • Max Suction Lift: 25 Ft • Max Total Dynamic Head: 127 Ft • Max Discharge Pressure: 55 Psi Gpm/pressure Performance Rating. The Bidder’s Single Largest Completed Contract Similar To The Contract To Be Bid Should Have Been Completed Within 3 Years From The Date Of The Deadline Of Submission And Receipt Of Bids. Likewise, The Contract Price Of The Slcc Should Be At Least 50% Of The Sum Of The Abc Of The Lot(s) Joined. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. Interested Bidders May Join The Pre-bid Conference And Opening Of Bids Virtually Via Google Meet In The Link Provided: Meeting Link 1: Meet.google.com/nwr-hssm-oqt; 2: Meet.google.com/rhr-uzut-xip; 3: Meet.google.com/wvk-cxrt-iqb; 4: Meet.google.com/jak-dpkp-iig; 5: Meet.google.com/zss-kgwk-jxb; 6: Meet.google.com/jns-ctma-zbn; 7: Meet.google.com/gye-jnnv-irh; 8: Meet.google.com/dpd-rjed-trj; 9: Meet.google.com/hjh-fope-vky; 10: Meet.google.com/xat-wapd-orn. The Complete Schedule Of Activities Is As Follows: Bac Activities Schedule Availability Of Bidding Documents June 16, 2025 At 8:00 Am To 4:00 Pm And Up To Before 9:00 Am Of July 8, 2025, At The Procurement/bac Office, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Pre-bid Conference June 26, 2025 (thursday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Opening Of Bids July 8, 2025 (tuesday), 9:00 Am At The 3rd Floor, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Bid Documents May Be Acquired By Interested Bidders On The Dates And Address Above And Upon Payment Of Applicable Fee For The Bidding Documents In The Amount Of: Lot 1: P1,000.00 Lot 2-5: P 500.00 Per Lot Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac/procurement Office On Or Before 9:00 Am Of July 8, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Wvs.doh.gov.ph, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Western Visayas Sanitarium And General Hospital Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Noriel H. Gumban/jasond Rex A. Huy/jessie H. Jarbadan Bac Secretariat Western Visayas Sanitarium And General Hospital Sta. Barbara, Iloilo Tel. No.: (033) 332-4778 Loc. 119 Email: Wvsbac.procurement@gmail.com Website: Wvs.doh.gov.ph Renia Grace G. Salapare, Md, Fpafp, Mpa Medical Specialist Iii/bac Chairperson

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Security and Emergency Services
United States
Closing Date26 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Requests For A Solicitation Will Not Receive A Response. Responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Duns Number (f) Cage Code (g) Tax Id Number (h) Type Of Small Business, E.g. Services Disabled Veteran Owned Small Business, Veteran-owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business And (i) Must Provide A Capability Statement That Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below. network Contract Office (nco) 22 Is Seeking A Qualified Vendor To Provide Non-emergent Basic Life Support Ground Ambulance Services To Eligible Beneficiaries That Use Va Greater Los Angeles Healthcare System (vaglahs) Located At 11301 Wilshire Blvd, Los Angeles Ca 90073. Contractor Shall Provide All Labor, Supervision, Facilities, Equipment, Supplies, Reporting, And Vehicles To Meet The Needs Of This Solicitation. Prospective Contractors Must Be Authorized/certified To Provide The Required Service And Must Show Proof With Any Provided Documents At The Time Of Responding To This Sources Sought Announcement Of The Capabilities Stated Below: Draft Performance Work Statement Draft title: Bls Ground Ambulance Services (va Greater Los Angeles Healthcare System) Visn 22/station 691/naics 62190 purpose: The Va Greater Los Angeles Healthcare System Va Medical Center (va Gla), Its Associated Community-based Outpatient Clinics (cbocs), And Affiliated Healthcare Clinics Require Contracted Non-emergency Ambulance Transportation Services. The Contractor Shall Provide All Vehicles, Personnel, Management, Supplies, Equipment, And Necessary Reporting For The Provision Of Basic Life Support (bls), Advanced Life Support (als), Critical Care Transport (cct) Services. The Contactor Shall Make These Ambulance Services Available To The Va As Needed, 24 Hours A Day, Seven Days A Week (24/7), Including Weekends And Holidays. background: The Va Greater Los Angeles Healthcare System Main Campus Is Located At 11301 Wilshire Boulevard, Los Angeles, Ca 90044 And Its Nine (9) Community Based Outpatient Clinics Serve Over 84,000 Veterans In The Southern California Area. The Hospital Has 716 Inpatient Beds And Sees Approximately 8,000 -inpatient Admissions And 1.3 Million Outpatient Visits A Year. Veterans Served By This Facility Live Within The Counties And Zip Codes Listed In Paragraphs 5.2.6 And 5.2.7. acronyms als Advanced Life Support aod Administrative Officers Of The Day bls Basic Life Support cct Critical Care Transport cctp Critical Care Transport Paramedic ccemtp Critical Care Emergency Medical Transport co Contracting Officer cor Contracting Officer S Representative cpr Cardiopulmonary Resuscitation dol Department Of Labor emt Emergency Medical Technician iaw In Accordance With oo Ordering Officer pws Performance Work Statement qasp Quality Assurance Surveillance Plan qc Quality Control Plan tb Tuberculosis tjc The Joint Commission vts Veteran Transportation Service scope/requirements Types Of Ambulance Service the Contractor Shall Provide Non-emergent, Basic Life Support (bls), Advanced Life Support (als), And Critical Care Transport (cct) Ambulance Services On An As-need Basis In Accordance With All Federal, State. and Local Regulations. occasionally A Veteran Will Need To Be Transported With Va Staff And Equipment; The Contractor Shall Return Va Staff And Equipment To The Original Place Of Pick-up. Transport Of Miscellaneous Items With The Patient the Contractor May Also Be Required To Transport Patient Luggage, Medical Records, Medication, And Comfort Items From Pickup Points To Destination At No Additional Cost To The Government. Luggage To Be Transported Will Be Restricted To Suitcase And Valise Types. When Patients Are Transported To The Va Greater Los Angeles Healthcare System Destination Is Deemed To Be The Er, Admissions, The Clinic, Or Service Within The Hospital, Or Directly To The Ward As Instructed By Va Staff. Contractor Personnel: Contractor Personnel Shall Be Courteous And Always Conduct Themselves In A Businesslike Manner While Providing Services Under This Contract. emergency Medical Technicians (emts), Critical Care Transport Paramedics (cctps) & Other Personnel emts, Cctps And Other Medical Personnel (as Applicable) Shall At All Times Meet The Qualifications Specified In This Contract As Well As All Applicable Federal, State, And Local Government Laws, Regulations, And Standards. Emts, Cctps And Other Medical Personnel (as Applicable) Shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State, Or Regional Government Or Public Entity Where The Emergency Service Is Operated Or By Which It Is Governed. if The Contractor Wishes To Add Or Replace Personnel Throughout The Life Of The Contract, It Shall Provide Evidence Of Required Training, Certifications, Licensing, And Any Other Qualifications To The Contracting Officer S Representative (cor) For Review. all Ambulance Drivers Shall Have A Valid Driver S License In Accordance With State Requirements For Their Place Of Operation And The Services They Perform. If The Contractor Wishes To Add Or Replace Drivers Throughout The Life Of The Contract, It Shall Provide A Valid Driver S License To The Cor. cctps Shall Have Met All State Requirements For The Tier In Which They Are Performing Services In (i, Ii, Iii). Proof In The Form Of A Current Certificate For The Successful Completion Of Such Must Be Provided To The Cor Upon Request. investigative Requirements For Contract Personnel: Contract Personnel Will Be Subject To The Same Investigative Requirements As Those For Regular Va Appointees And Employees. The Level Of Investigation Commensurate With The Level Of Access To Perform The Performance Work Statement Is: Special Agreement Checks (sac). Fingerprinting For Contract Personnel Will Be Conducted At Va Greater Los Angeles Healthcare System. Thereafter The Contracted Employees Will Be Subject Annually To The Same Requirement, With A 90-day Window To Complete Such Requirement As Provided By Va Greater Los Angeles Healthcare System. The Va Security And Investigation Center (sic) Is Responsible For Adjudicating All Background Investigations For Contract Employees. emts, Cctps, And Other Contractor Personnel As Applicable Must Pass The Contractor S Background Check And Must Not Have Been Convicted Of (or Have Any Pending Charges For) A Felony For The Past Five Years. Personnel (and Contractor) Must Report Any New Or Additional Charges Or Convictions If They Arise During The Course Of Performance Under This Contract So Va Can Review Them And Determine Whether The Employee In Question Needs To Be Discharged Of His Or Her Duties Until The Matter Is Adjudicated. tuberculosis Exposure Control Policy the Contractor Shall Provide The Va With A Policy On Tuberculosis (tb) Exposure And Control, To Include Tb Decontamination. the Contractor Shall Have Its Personnel Tested For Tb In Accordance With State Guidelines And Provide Written Confirmation To The Cor That All Personnel (current Employees And Any New Hires) Performing Services Under This Contract Are Current In Their Tb Test By At The Start Of Each Ordering Period. Contractor Equipment, Vehicles, And Inspection ambulances Shall Meet All Applicable Federal, State, And Local Regulations And Specifications, Including But Not Limited To Licensing, Registration, And Safety Standards. the Va Reserves The Right To Inspect The Contractor S Equipment And Vehicles Or Require Documentation Of Compliance With State Laws, Rules, Regulations, And Guidelines Governing Emergency Medical Transport Vehicles (ambulances). Va Inspections Of Contractor Equipment Do Not Constitute A Warranty Or Guarantee That The Contractor S Vehicles And Equipment Are Properly Maintained. The Va Reserves The Right To Restrict The Contractor S Use Of Equipment And Vehicles In The Performance Of This Contract Which Are Not In Compliance With Contract Requirements. The Restriction Of Such Equipment And Vehicles Shall Not Relieve The Contractor From Performance In Accordance With The Contract Nor Necessitate Additional Cost To The Va. vehicles Shall Be Clean And Maintained In Good Repair In Accordance With Manufacturer S Instructions. the Contractor Shall Not Borrow Or Exchange Supplies, Equipment, And/or Medications With The Va. Equipment Attached To Or In Use By The Patient At Time Of Pick-up May Remain With The Patient During Transport To Ensure Continuity Of Care. Medical Control Authorities Are Responsible For Maintaining And Supplying Medication During Patient Transport. All Va Equipment And Unused Medications Must Be Returned To Va During Patient Drop-off Or As Promptly As Feasible Within 24 Hours. the Contractor Shall Furnish All Linen Required For Patient Transport At No Additional Cost. Linen Shall Not Be Exchanged With Linen Belonging To Va Greater Los Angeles Healthcare System Or Its Cboc Locations. the Contractor Must Be Capable Of Transporting The Drugs And/or Equipment As Required By The Patient As Listed In Attachment A Critical Care Transport Capabilities Confirmation. The Contractor Shall Have The Appropriate Medications, Up To And Including Cct If Necessary, Based On The Ems Region The Ambulance Provider Is Functioning In. the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract. the Contractor Personnel Performing Services For The Va, Shall, At All Times, Conduct Themselves In A Professional Manner, And Be Identified By Having The Company Name, And Employee Name Affixed To the Uniform. The Contractor Shall Be Responsible For Furnishing All Vehicles, Uniforms, Nametags And/or Badges For Performance Of Services Under This Contract. Employee Identifications Shall Be Worn In Clear View Above The Waist. The Contractor Personnel Shall Not Smoke/play Loud Music Originating From Any Device In Vehicles While Transporting Va Patients. each Driver Shall Possess A Driver S License That Is Valid For The Class Of Vehicle Driven. Evidence Of A Special Transportation Service Vehicle Permit, Or Endorsement Issued By The Commissioner Of Public Safety. be At Least 18 Years Of Age And Have Not Less Than One Year Of Experience As A Licensed Driver; And for The Past Three Years: have Not Had A Driver S License Canceled Or Suspended. have A Driving Record Clear Of Convictions For Operating A Motor Vehicle Or Motorcycle Without Insurance. have A Driving Record Clear Of Convictions For Driving A Motor Vehicle Without A Valid Current License For The Class Of Vehicle Driven. have A Driving And Criminal Record Clear Of Convictions For Driving Under The Influence Of Alcohol Or A Controlled Substance. the Contractor Personnel Will Ensure That The Patient Is Secured To The Stretcher/cot And That The Stretcher/cot Is Secure In The Back Of The Ambulance Before The Vehicle Moves. ambulance Drivers Shall Have A Valid Driver S License, In Accordance With Federal, State, And Local Government Requirements For Their Place Of Operation For The Services They Perform, Be Capable Of Administering Oxygen And Shall Have Successfully Completed The Standard And Advanced First Aid Course Of The American Red Cross Of U.s. Bureaus Of Mines Of Equivalent And Be Capable Of Providing Necessary Medical Assistance To The Attending Emergency Medical Technician Or Paramedic. emergency Medical Technician (emt) And Paramedic Qualifications: Emt S And Paramedic S Providing Services Under This Contract Shall Have The Following Qualifications, In Additions To Those Required By Federal, State, And Local Government: have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974). shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State Of Regional Government Or Public Entity Where The Emergency Ambulance Service Is Operated Or By Which It Is Governed. Transportation Request 4.5.1 Vetride Or Va-approved Transportation Software Utilization: the Contractor Agrees To Utilize The Vetride Vendor Portal Or Va-approved Transportation Software With Every Patient Transported Under This Contract. department Of Veteran Affairs Will Provide The Software And Access To The Vetride Vendor Portal Or Va-approved Transportation Software For The Vendor/contractor In This Contract. The Contractor Will Utilize The Vetride Vendor Portal Or Va-approved Transportation Software Fully As Instructed: receive And Respond To Electronic Trip Requests. receive, Use, And Ensure The Use Of The Vendor Pass By The Driver. submit Claims Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Va-approved Transportation Software System. all Invoices Must Be Submitted Within 30 Calendar Days Of Date Of Service In Accordance With 38 Cfr 70 To Be Considered Timely Submission. the Contractor S Invoice Must Be On The Hcfa 1500 To Include: contract Number date Of Service (to Include Box 24 A-j) authorization Number(s) pick-up And Drop-off Location Of The Patient base Rate name (last, First And Middle Initial (if Any)) And Full Social Security Number (box 1a) Of Patient Transported. date Of Birth And Sex diagnosis Codes Or Nature Of Illness Or Injury documentation Of Circumstances When Billing For Waiting Time any Miscellaneous Charges For Which The Contractor Is Expecting Reimbursement I.e., Tool Charges, Waiting Time, Etc. va Authorizing Official S Name healthcare Procedure Coding System/national Level Ii (hcpcs) unauthorized Charges Will Be Reviewed By The Contracting Officer Representative (cor) As To The Validity Of The Charges And As To Whether The Payment Will Be Made. A Final Determination Will Be Made Within 30 Days After Notifying The Contractor Of The Charges, Which Are Being Suspended. Note: Invoices For Government Transportation Contracts Will Transition From Tungsten To Vetride During The Life Of The Contract. The Co Will Provide Notice To The Contractor Of The Start Date With Updated Instructions From Those Listed Above. Until The Transition Has Been Approved, Contractor Shall Use Tungsten To Submit All Invoices. a Transportation Request Is Defined As One Incidence Of A Request For One-way Service (bls, Als, Cct). No More Than One Patient Will Be Transported Per Order Unless Approved By An Authorized Va Staff. Transportation Requests Will Be Made Through Vetride Or Va-approved Transportation Software Utilization. Contractors Must Have The Capability To Receive Orders, Update Ride Status, And Input Trip Costs And Other Required Data Through This Portal. Contractors Must Have Dedicated Staff Available To Monitor This Portal 24/7. Va Greater Los Angeles Healthcare System Travel Program Staff Will Be Available To Assist With Account Setup And Training For The Contractor S Staff. In The Event Vetride Or Other Va-approved Transportation Software Utilization Is Down, Other Methods Of Communication (i.e., Telephone, Facsimile) Will Be Used To Place Transportation Requests. va Greater Los Angeles Healthcare System Travel Program Staff/or Authorized Va Employees Will Work With The Contractor The Following Business Day To Reconcile Any Transportation Requests That Were Placed Outside Of Vetride Or Va-approved Transportation Software Utilization. the Contractor Must Update Vetride Or Va-approved Transportation Software Utilization With Any Data And/or Notes In Real Time That Deviate From The Original Order Such As Invoicing For Additional Mileage Due To A Road Closure, Wait Time, Reason For No Load, Etc. Va Greater Los Angeles Healthcare System Travel Program Staff/or Authorized Va Employees May Place A Hold On Payment Of This Order Until It Has Been Reconciled. only The Following Va Staff Are Authorized To Place, Cancel, Or Make Changes To Transportation Requests: contracting Officer (co) administrative Officer Of The Day (aod) contracting Officer S Representative (cor) ordering Officers (oo) beneficiary Travel Office Staff the Contracting Officer Will Furnish The Contractor With The Names Of Individuals Above, Who Are Authorized As Ordering Officers, By Separate Memorandum Upon Issuance Of The Contract. The Contracting Officer Will Update This List Throughout The Life Of The Contract As Ordering Officers Change. ordering Officers Are Responsible For Issuing And Administering Orders Placed Under This Contract. Ordering Officers Have No Authority To Modify Any Term Of This Basic Contract. Any Deviation From The Terms Of The Basic Contract Must Be Approved In Writing By The Contracting Officer Responsible For This Contract. The Contractor Shall Accept Orders Against This Contract Only From The Contracting Officer And/or Authorized Ordering Officers. Fulfilling Orders From Persons Other Than The Contracting Officer Or Ordering Officer May Result In Loss Or Delay In Payment For Supplies/services Provided Under Such Orders. non-authorized Va Employees And Private Agencies (e.g., Nursing Homes) Are Not Considered Authorized To Place Transportation Requests. All Patient Pick-up(s) And Drop-off(s) Shall Be Authorized Via Orders Which Shall Only Be Issued By The Designated Ordering Officers. When Placing Orders For Services, The Ordering Officer Shall Contact The Designated Contractor Point Of Contact(s) To Provide The Following Information: mode Of Transportation Required, required Time Of Arrival name Of The Beneficiary, pick-up And Delivery Point, type And Number Of Additional Medical Care Specialists Required, type Of Equipment Required, last Four Of The Patient's Social Security Number, And any Other Special Instructions for All Transports An Audit System Will Be Put In Place By The Va To Include The Cor Or Designee, Beneficiary Travel Department Staff, And Clinical Staff To Ensure Appropriateness Of The Order And Timeliness Of The Response. the Type Of Transportation Service (bls, Als, Cct) Required Will Be Discussed And Determined By Va Clinical Personnel And The Contractor. The Contractor Shall Transport The Patient Per Its Policies And Standard Industry Practice. If The Type Of Transportation Service Differs From What Was Agreed Upon By The Va And Contractor, The Contractor Shall Submit Documentation To The Va Explaining Its Rationale. the Va May Authorize An Escort (e.g., Spouse, Relative, Guardian, Etc.) To Accompany The Patient During Medical Transport If It Is Practicable And, In The Patient S, Best Interest. The Contractor Shall Allow The Escort To Accompany The Patient At No Additional Cost. the Contractor Shall Have Sufficient Vehicles And Personnel To Provide Services For Up To Two (2) Simultaneous Transportation Requests. Transports Required May Be For Any Mix Of Bls, Als Transports. One Of These Four Simultaneous Transports May Require Cct Capability Up To Tier Iii. If Va Greater Los Angeles Healthcare System Requires Ambulance Services Exceeding Four (4) Simultaneous Transportation Requests, The Vendor Will Be Offered To Provide The Services If They Have Sufficient Vehicles/personnel Available; But May Decline These Additional Orders If Sufficient Vehicles/personnel Are Unavailable. the Number Of Transports Under Normal Operating Conditions Will Typically Range From Zero (0) To Nine (9) Transports Each Weekday And Significantly Less On Weekends And Holidays. The Number Of Actual Transports May Vary Throughout The Life Of The Contract. the Patient May Bring With Her Or Him Up To Three (3) Liters Of Oxygen. The Contractor Shall Be Responsible For Providing Adequate And Safe Storage Of The Oxygen Tanks During Transport. response Times* orders That Are Scheduled By 7 Pm Local Time The Day Before The Required Services Are Defined As Scheduled In Advance. With The Exceptions Found Below, The Contractor Shall Arrive On Time For All Orders Scheduled In Advance. emergent Transport (originating From Va (only): The Contractor Shall Be Required To Provide Ground Ambulance Arrangements Within Thirty (30) Minutes Of Order/patient Pick Up Call. for All Add-ons (not Scheduled In Advance) Transportation Requests, With Pick Up At Va Greater Los Angeles Healthcare System: The Contractor Will Be Allotted Up To A Sixty (60) Minute Response Time From Time Of Order Placement For Transportation Requests That Are Not Previously Scheduled In Advance. for An Urgent Transport Request For A Critical Patient (as Deemed By The Physician) With Pick Up At Va Greater Los Angeles Healthcare System, The Contractor Will Be Allotted Up To A Thirty (30) Minute Response Time. for Transportation Requests Which Do Not Have A Pick-up At Va Greater Los Angeles Healthcare System: the Contractor May Be Required, If Requested By The Va, To Dispatch Ambulances On Short Notice For Transportation Request Not Scheduled In Advance; For These Transportation Requests The Contractor Shall Dispatch Ambulances Within Thirty (30) Minutes Of Receiving The Order. pick-up Appointment Times Shall Be Agreed Upon By The Va And Contractor At Time Of Order Placement And Be Reasonable Based Upon Travel Distance, Speed Limits, And Weather Conditions. the Contractor S Patient Pick-up Time Cannot Be More Than 15 Minutes Prior To The Schedule Pickup Time Nor 15 Minutes Later Than The Scheduled Pickup Time For Transportation Requests Scheduled In Advance. * The Contractor Shall Not Be Held Liable For Nonperformance Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, And Unusually Severe Weather. The Contractor Must Notify The Va With As Much Advance Notice As Possible Should Any Of These Occur. cancellations for Va Initiated Transportation Requests (scheduled), If Contractor Is Notified Of Cancellation Before The Vehicle Is Dispatched, There Shall Be No Charge To The Government. 4.5.2.1.1. 4.3.1.1.1 A No Show Is Defined As A Transportation Request Which Is Cancelled After The Contractor Has Dispatched A Vehicle, The Vehicle Is Enroute, Or Has Arrived At The Pick-up Location, And There Is No Longer A Requirement For Patient Transportation. The Contractor May Request One-way Reimbursement For No-shows. No-show Reimbursement Shall Be Based Upon The Base Rate For The Type Of Service Requested (bls, Als, And Cct) And The One-way Mileage (bls, Als, And Cct) Accrued Enroute To The Pick-up Location At Time Of Cancellation. Mileage For No- Show Cancellations Shall Be Confirmed By The Contractor And Reported To The Va As Soon As Possible From Time Of Cancellation. for Add-on Transportation Requests Out Of Va Loma Linda Healthcare System S Main Facility And Associated Cboc Locations Only (unscheduled), The Contractor Will Immediately Dispatch A Vehicle Upon Receipt Of The Order (including Transportation Requests In Which The Final Destination May Change Prior To Pick Up Due To The Critical Condition Of The Patient). When The Contractor Is Notified Of A Cancellation Prior To Arrival At The Va Loma Linda Healthcare System Campus, There Shall Be No Charge To The Government. Pick-up/drop-off/reporting Procedures ambulance Personnel Shall Pick-up And Deliver Patients At Specified Locations (e.g., Front Door Of Entrance). These Locations Will Be Specified By Va Staff When An Order Is Placed And Communicated To The Transporting Personnel. when Applicable, Ambulance Personnel Shall Report To The Veteran Transportation Service (vts) Dispatcher Or Administrative Officer Of The Day (aod) To (1) Announce His/her Arrival To Pick-up And transfer The Patient And (2) Obtain Report Of Pertinent Information Regarding The Patient S Condition From The Primary Nurse/physician. when Delivering A Patient, Ambulance Personnel Shall Give Report To The Appropriate Va Healthcare Staff And Provide A Copy Of The Run Sheet Which Will Be Retained By The Facility For Inclusion To The Patient S Medical Record. in Cases Where Ambulance Personnel Must Divert To A Local Emergency Department While Performing A Va Authorized Transport, The Contractor S Dispatcher Shall Notify The Va Beneficiary Travel Department Or Administrative Officer Of The Day Of The Patient S Location And Status As Soon As This Information Becomes Available. Patient Welfare the Contractor Shall Be Responsible For The Patient S Welfare During Transport. The Contractor Shall Be Held Responsible For Patient And/or Va Property During Transport. Any Damaged Or Lost Wheelchairs, Walkers, Crutches, Or Personal Belongings Shall Be Replaced At The Contractor S Expense. the Va Requires The Contractor To Exercise Extreme Caution And Care In The Handling Of Patients. if A Va Beneficiary Being Transported Declines To Be Properly Secured Or Removed The Securement Devices Himself/herself, The Driver Will Notify The Contracting Officer S Representative (cor) Of This Fact Prior To Departure. The Contractor Is Not Required To Transport Any Va Beneficiary Who Refuses To Be Properly Secured While Being Transported. In The Event That The Beneficiary Refuses To Be Properly Secured, They Shall Be Returned Back Into The Building Which They Came From. Incident Reporting the Contractor Shall Notify The Cor, Requestor, Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Cor, Program Manager, Or Beneficiary Travel Department, By The Close Of Business Of The Next Working Day. the Cor Will Monitor The Service Provided. The Contractor Shall Cooperate With The Cor In Providing Information And Answering Questions In A Timely Manner. The Contractor Shall Promptly Inform The Cor Of Any Complaints Received Directly From Patients. If Warranted, The Va May Conduct Incident Investigations And Require Written Response From The Contractor Within 48 Hours Of Request. Invoicing each Transport Shall Include Thirty (30) Minutes Of Wait Time; The Contractor May Invoice For Wait Times In Excess Of This Initial Thirty (30) Minutes. Wait Time Shall Begin Only Once The Contractor Has Both Reached The Pick-up Address Location And The Appointment Time Has Elapsed. All Wait Times Shall Be Itemized And Invoiced In Fifteen (15) Minute Intervals. For Partial Fifteen (15) Minute Intervals, Zero (0) To Seven (7) Minutes Shall Be Rounded Down To Zero (0) Minutes And Eight (8) To Fifteen (15) Minutes Rounded Up To Fifteen (15) Minutes. when Invoicing For Mileage, The Contractor Shall Round To The Nearest Mile. Mileage Ending In .5 Or Higher Shall Be Rounded Up To The Nearest Mile. Mileage Ending In .4 Or Lower Shall Be Rounded Down To The nearest Mile. Payment For Mileage To Or From The Point Of Care Shall Be Limited To The Va S Calculation According To The Va S Bing Maps Api Determination. Bing Maps Api Is Optimized To Determine Mileage Based On The Shortest Time Of Travel. if Unloaded Mileage Exceeds Loaded Mileage, The Contractor May Invoice For A Flat Fee Only If The Following Also Occur: unloaded Mileage Exceeds 75 Miles. the Contractor Does Not Deviate From A Route To Intentionally Make Unloaded Mileage Exceed Loaded Mileage. except For No Shows And Trips When Unloaded Mileage Exceeds Loaded Mileage In Accordance With 4.9.3, The Contractor Shall Invoice For Loaded (patient Onboard) Services And Mileage Only. upon Notification Of The Contracting Officer, The Vendor Must Receive Training And Begin Implementation Of Invoices Via Vet Ride Within 30 Days Versus Va Tungsten Network E-invoicing Network. Invoices Must Be Submitted Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Other Va Approved Software. These Invoices Shall Not Include Patient Information, But Shall Include The Following: contractor Name contract Number current Purchase Order Number date Of Service total Amount Invoiced Including A Summary Of The Total Number Of Charges That Align With The Line Items Of This Contract (i.e., Total Number Of Bls Base Rate, Total Bls Mileage Incurred, Etc.) an Itemized List Of Charges Or Services Rendered That Align With The Line Items Of This Contract (i.e., Bls Base Rate, Bls Mileage Incurred, Etc.) payment By Va Under This Contract To A Provider Of Ground Ambulance Transportation Services Authorized Under This Contract Extinguishes Any And All Liability On The Part Of Theâ va Beneficiaryâ for That Transportation Service.  under No Circumstances Are Va Beneficiaries, Third Party Insurances, Medicare, Or Medicaid To Be Billed For The Services Performed Under This Contract. general Information this Contract S Ordering Period Shall Be Effective From April 1, 2025, To March 31, 2027 the Place Of Performance Is Variable; Ambulance Services May Be Required To And From Locations Including, But Not Limited To The Following: va Greater Los Angeles Healthcare System Va Medical Center Is Located At 11301 Wilshire Boulevard, Los Angeles, Ca 90044 va Greater Los Angeles Healthcare System And Community-based Outpatient Clinics (cbocs): sepulveda Ambulatory Care Center 16111 Plummer Street North Hills, Ca 91343 818-891-7711 los Angeles Ambulatory Care Center 351 East Temple Street Los Angeles, Ca 90013 213-253-5000 east Los Angeles Va Clinic 5426 East Olympic Boulevard commerce, Ca 90022-5113 313-725-7372 san Gabriel Valley Va Clinic 7 West Foot Boulevard, Suite D arcadia, Ca 91006-2367 626-836-2300 bakersfield Outpatient Clinic 1801 Westwind Drive bakersfield, Ca 93301 661-632-1800 lancaster Outpatient Clinic 340 East I, Lancaster Blvd. Lancaster, Ca 93534-1941 661-729-8655 san Luis Obispo Cboc 1288 Morro Street Ste.#200 San Luis Obispo, Ca 93401 805-543-1233 santa Barbara Outpatient Clinic 4440 Calle Real santa Barbara, Ca 93110 805-683-1491 Santa Maria Cboc 1550 East Main Street Santa Maria, Ca 93454 oxnard Outpatient Clinic 2000 Outlet Center Drive Ste.225 Oxnard, Ca 93036 mariner Outpatient Clinic 5250 Ralston Street ventura, Ca 93003-7318 877-251-7295 other Va Medical Centers Or Hospitals Within Veterans Integrated Service Network (visn) 22 Including But Not Limited To: facility address va Long Beach Health Care System 5901 E. 7th Street, Long Beach, Ca 90822 va San Diego Health Care System 3350 La Jolla Village Drive, San Diego, Ca 92161 va Greater Los Angeles Health Care System 11301 Wilshire Blvd, Los Angeles, Ca 90073 va Loma Linda Health Care System 11201 Benton St, Loma Linda, Ca 92357 other Non-va Medical Facilities And Community Care Facilities As Authorized By The Va. arroyo Grande Care Center 1212 Farroll Ace arroyo Grande, Ca 93420-3718 telephone: 805-489-8137 parkview Julian Healthcare Center 1801 Julian Ave bakersfield, Ca. 93304 telephone: (661) 831-9150 sierra View Care Center 14318 Ohio St. baldwin Park, Ca. 91706 telephone: (626) 960-1971 topanga Terrace 22125 Roscoe Blvd canoga Park, Ca 91304 telephone: (818) 883-7292 community Care Center 2335 S. Mountain Ave. duarte, Ca. 91010 telephone: (626) 357-3207 clearview Sanitarium And Convalescent 15823 S. Western Ave. gardena, Ca. 90247 telephone: (310) 538-2323 sunnyside Nursing Center 22617 S. Vermont Ave. torrance, Ca 90502 telephone: (310) 320-4130 country Manor Healthcare Center 11723 Fenton Ave. lakeview Terrace, Ca. 91342 telephone: (818) 899-0251 guardian Rehabilitation Hospital 533 S. Fairfax Ave los Angeles, Ca 90036 telephone: (323) 931-1061 kei-ai Los Angeles Healthcare Center 2221 Lincoln Park Avenue los Angeles, Ca 90031 telephone: (323) 276-5700 maple Healthcare Center 2626 Maple Drive los Angeles, Ca 90011 telephone: 213-747-6371 new Vista Post-acute 1516 Sawtelle Blvd. los Angeles, Ca. 90025 telephone: (310) 477-5501 sunray Healthcare Center 3210 W. Pico Blvd. los Angeles, Ca. 90019 telephone: (323) 734-2171 university Park Healthcare Center 230 E. Adams Blvd. los Angeles, Ca 90011 telephone: 213-748-0491 view Heights Convalescent Hospital 12619 S. Avalon los Angeles, Ca. 90061 telephone: (323) 757-1881 windsor Gardens Convalescent Hospital 915 S. Crenshaw Blvd. los Angeles, Ca. 90019 telephone: (323) 937-5466 bayside Care Center 1405 Teresa Drive morro Bay, Ca. 93442 telephone: (805) 772-2237 sherman Village Healthcare Center 12750 Riverside Dr. north Hollywood, Ca 91607 telephone: (818) 766-6105 valley Village Care Center 13000 Victory Blvd., north Hollywood, Ca 91606 telephone: (818) 985-5990 maywood Acres Healthcare 2641 S. C St., oxnard, Ca 93033 telephone: (805) 487-7840 shoreline Care Center 5225 South "j" Street oxnard, Ca 93033 telephone: (805) 488-3696 mission View Healthcare Center 1425 Woodside Drive san Luis Obispo, Ca 93401 telephone: (805) 543-0210 brentwood Healthcare Center 1321 Franklin Street santa Monica, Ca. 90404 telephone (310) 828-5596 fireside Healthcare Center 94 7 Third St. santa Monica, Ca. 90403 telephone: (310) 393-7117 chanel Islands Post-acute 3880 Via Lucero, santa Barbara Ca 93110 telephone: (805) 687-6651 new Vista Nursing & Rehab Center 8647 Fenwick Ave. sunland, Ca. 91040 telephone: (818) 352-1421 sylmar Health & Rehab 12220 Foothill Blvd. sylmar, Ca. 91342 telephone: (818) 834-5082 the Care Center On Hazeltine 6835 Hazeltine Ave. van Nuys, Ca 91405 telephone: 818-997-1841 coastal View Healthcare Center 4904 Telegraph Road ventura, Ca. 93003 telephone: (805) 642-4101 veteran S Residence. local Airports Including: los Angeles International Airport: 1 World Way, Los Angeles, Ca 90045 john Wayne Airport: 18601 Airport Way, Santa Ana, Ca 92707 long Beach Airport: 4100 Donald Douglas Dr, Long Beach, Ca 90808 ontario Airport: Ontario, Ca 91761 hollywood Burbank Airport: 2627 N Hollywood Way, Burbank, Ca 91505 oxnard Airport: 2889 W 5th St, Oxnard, Ca 93030 zip Codes By County Include But Are Not Limited To: san Barbara County 93013 93014 93067 93101 93102 93103 93105 93106 93107 93108 93109 93110 93111 93116 93117 93254 93427 93429 93434 93436 93437 93438 93440 93441 93454 93455 93456 93457 93458 93460 93463 93464 ventura County 93203 93205 93206 93215 93220 93222 93224 93225 93226 93238 93240 93241 93243 93250 93251 93252 93255 93263 93268 93276 93280 93283 93285 93287 93301 93302 93303 93304 93305 93306 93307 93308 93309 93311 93312 93313 93314 93380 93383 93384 93385 93386 93387 93388 93389 93390 kern County 93203 93205 93206 93215 93220 93222 93224 93225 93226 93238 93240 93241 93243 93250 93251 93252 93255 93263 93268 93276 93280 93283 93285 93287 93301 93302 93303 93304 93305 93306 93307 93308 93309 93311 93312 93313 93314 93380 93383 93384 93385 93386 93387 93388 93389 93390 los Angeles County 90001 90002 90003 90004 90005 90006 90007 90008 90009 90010 90011 90012 90013 90014 90015 90016 90017 90018 90019 90020 90021 90022 90023 90024 90025 90026 90027 90028 90029 90030 90031 90032 90033 90034 90035 90036 90037 90038 90039 90040 90041 90042 90043 90044 90045 90046 90047 90048 90049 90050 90051 90052 90053 90054 90055 90056 90057 90058 90059 90060 90061 90062 90063 90064 90065 90066 90067 90068 90069 90070 90071 90072 90073 90074 90075 90076 90077 90078 90079 90080 90081 90082 90083 90084 90086 90087 90088 90089 90090 90091 90093 90094 90095 90096 90099 90189 90201 90202 90209 90210 90211 90212 90213 90220 90221 90222 90223 90224 90230 90231 90232 90233 90239 90240 90241 90242 90245 90247 90248 90249 90250 90251 90254 90255 90260 90261 90262 90263 90264 90265 90266 90267 90270 90272 90274 90275 90277 90278 90280 90290 90291 90292 90293 90294 90295 90296 90301 90302 90303 90304 90305 90306 90307 90308 90309 90310 90311 90312 90401 90402 90403 90404 90405 90406 90407 90408 90409 90410 90411 90501 90502 90503 90504 90505 90506 90507 90508 90509 90510 90601 90602 90603 90604 90605 90606 90607 90608 90609 90610 90701 90702 90703 90704 90706 90707 90710 90711 90712 90713 90714 90715 90716 90717 90723 90731 90732 90733 90734 90744 90745 90746 90747 90748 90749 90755 90801 90802 90803 90804 90805 90806 90807 90808 90809 90810 90813 90814 90815 90822 90831 90832 90833 90834 90835 90840 90842 90844 90845 90846 90847 90848 90853 91001 91003 91006 91007 91008 91009 91010 91011 91012 91016 91017 91020 91021 91023 91024 91025 91030 91031 91040 91041 91042 91043 91046 91101 91102 91103 91104 91105 91106 91107 91108 91109 91110 91114 91115 91116 91117 91118 91121 91123 91124 91125 91126 91129 91182 91184 91185 91188 91189 91199 91201 91202 91203 91204 91205 91206 91207 91208 91209 91210 91214 91221 91222 91224 91225 91226 91301 91302 91303 91304 91305 91306 91307 91308 91309 91310 91311 91313 91316 91319 91320 91321 91322 91324 91325 91326 91327 91328 91329 91330 91331 91333 91334 91335 91337 91340 91341 91342 91343 91344 91345 91346 91350 91351 91352 91353 91354 91355 91356 91357 91361 91362 91364 91365 91367 91371 91372 91376 91380 91381 91382 91383 91384 91385 91386 91387 91388 91390 91392 91393 91394 91395 91396 91401 91402 91403 91404 91405 91406 91407 91408 91409 91410 91411 91412 91413 91416 91423 91426 91436 91470 91482 91495 91496 91497 91499 91501 91502 91503 91504 91505 91506 91507 91508 91510 91521 91522 91523 91526 91601 91602 91603 91604 91605 91606 91607 91608 91609 91610 91611 91612 91614 91615 91616 91617 91618 91702 91706 91714 91715 91716 91722 91723 91724 91731 91732 91733 91734 91740 91741 91744 91745 91746 91747 91748 91749 91750 91754 91755 91756 91759 91765 91766 91767 91768 91769 91770 91771 91772 91773 91775 91776 91778 91780 91788 91789 91790 91791 91792 91793 91801 91802 91803 91804 91841 91896 91899 5.2.8. Contracting Officer Representative Tbd Phone: Email: 5.2.9. Hours Of Operation: vaglahs S Normal Hours Of Operation Are Monday Through Friday, 5:00 Am To 6:00 Pm, Exclusive Of Federal Holidays; However, Transportation Services Are Required 24 Hours/day, 7 Days/week, Including Federal Holidays. 5.2.10. Recognized Holidays: the Following Holidays Are Observed By The Federal Government. If A Federal Holiday Falls On A Saturday, The Immediately Preceding Friday Will Be Observed As The Holiday; If A Federal Holiday Falls On A Sunday The Immediately Succeeding Monday Will Be Observed As The Holiday. In Addition To Those Holidays Listed Below, On Occasion There May Be Other Holidays Declared By Executive Order: new Year S Day Labor Day martin Luther King Jr. S Birthday Columbus Day president S Day Veteran S Day memorial Day Thanksgiving Day juneteenth Christmas Day independence Day note: The Contractor Is Required To Perform On Holidays Should There Be Scheduled Transports. 5.2.11. Identification Of Contractor Employees: a. While Performing Services Under The Contract, All Employees Shall Wear A Uniform And Name Tag That Readily Identifies The Company And The Person As An Employee Of The Contractor. Uniforms Are To Be Clean And Maintained In Good Repair. Drivers Must Maintain Accepted Standards Of Cleanliness And Grooming And Demonstrate Courtesy To The Patients Being Transported. b. All Contract Personnel Attending Meetings, Answering Government Telephones, And Working In Other Situations Where Their Contractor Status Is Not Obvious To Third Parties Are Required To Identify Themselves As Such To Avoid Creating An Impression In The Minds Of Members Of The Public That They Are Government Officials. c. Contract Personnel Shall Ensure That All Documents Or Reports Produced By Contractors Are Suitably Marked As Contractor Products Or That Contractor Participation Is Appropriately Disclosed. 5.2.12. Site Visit: va Greater Los Angeles Healthcare System Requests A Site Visit On Tbd At Tbd With All Prospective Vendors. vendors Will Meet Mr. Xxxx At Va Long Beach S Tbd. The Facility Is Located At 11301 Wilshire Boulevard, Los angeles, Ca 90044. Please Rsvp By Calling Or Emailing Mr. Xxxx At: Wp: Email: quality Control Plan Quality Control the Contractor Shall Maintain A Quality Control Plan (qcp) That Contains, At A Minimum, The Following: a Description Of The Company S Organizational Structure Including A Description Of The Roles And Responsibilities Of Management And Supervisors. a Description Of The Methods To Be Used By The Contractor For Identifying And Preventing Deficiencies Or Problems In The Quality Of Service. a Description Of The Specific Steps The Contractor Will Take For Corrective Action If Needed If A Deficiency Or Problem In The Quality Of Service Occurs. a Description Of The Company S Records And Tracking System Used To Identify Up-to- Date Background Checks, Applicable Certifications And Tests, And Training Of Each Employee Performing Services Under This Contract. a Description Of The Method Used To Provide On-time Ambulance Services To Meet The Requirements Of This Contract (24/7 Availability And Up To 4 Simultaneous Transports In Accordance With Pws 4.5.1.7). a Description Of The Methods Used To Identify And Prevent Radio Communication Breakdowns And A Detailed Procedure For Alternative Communications In The Event Of Electronic And Mechanical Breakdown Of Vehicle Two-way Radios. contengency Plan: (in Case Vetride Vendor Portal Is Down) A Description Of The Method/system Used To Log All Requests For Service. The Contractor Shall Confirm That The Log Indicates The Date And Time Of Service Call, Actual Time Of Pick-up Versus The Scheduled Time, Name Of Patient Requiring Services, Designated Pick-up And Delivery Points, Mileage, And Actual Waiting Time At Pick-up And Delivery Points If Waiting Charges Are Claimed. The Contractor Shall Confirm The Log Will Be Sent To The Cor Monthly. the Government Will Evaluate The Contractor S Performance Under This Contract To Ensure That The contractor S Qcp Is Adequate, And That Quality Is Achieved Through A Quality Assurance Surveillance Plan (qasp). the Government Shall Prepare A Qasp After Contract Award Derived From The Pws And Contractor S Submitted Quality Control Plan. The Qasp Is A Living Document And The Government May Review And Revise It At Any Time. However, The Government Shall Coordinate Changes To The Qasp With The Contractor. the Qasp Will Specify The Work Requiring Surveillance And The Government S Method Of Surveillance. Minimum Performance Standards the Contractor Shall Maintain Performance Standards In Accordance With The Standards Outlined In The Table Below. Failure To Meet The Acceptable Quality Levels (aql) May Result In Termination Of The Contract. the Qasp Will Include The Standards Below As Well As Others Derived From The Successful Offeror S Quality Control Plan. task pws reference standard acceptable Quality Level method Of Surveillance provide On- Time Ambulance services section 4.5.1.8.3 scheduled Patient Pick-ups Shall Not Deviate More Than 15 Minutes Past Scheduled Pick-up Time For Scheduled orders 97% customer Feedback incident Reporting section 4.8 the Contractor Shall Notify The Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Program Manager, Benefits Management, By The Close Of Business Of The Next Working Day. 97% customer Feedback invoice Reports section 4.9 provide A Monthly Invoice Including Secondary Documentation In Accordance With Section 4.10 Of The Pws 95% 100% Inspection of Monthly Invoices/reports covid-19 Or Other Similar Infectious Diseases contractor Shall Not Refuse Transports Of Covid-19 Positive Or Other Similarly Infected Patients. Contractor Shall Abide By All Additional Procedures And Precautions That May Be Implemented By The Va Based On Va-issued Guidance And/or Cdc Recommendations. These Procedures Are Subject To Change Throughout The Life Of The Contract And Will Be Incorporated Via Attachment (see S03 Vts Patient Transport Ppe And Vehicle Cleaning/disinfection Sop). contractor Shall Have Written Policy Of Steps They Will Take To Prevent The Spread Of Covid-19 Or Other Similarly Infectious Diseases By Their Employees And/or Vehicles. This Policy Shall, At A Minimum, Include Procedures Of Screening Drivers Before Each Shift, Deliberate Decontamination Of Their Vehicles And All Other Preventative Precautions Taken By Contractor Employees. contractor Shall Furnish All Required Ppe Throughout The Life Of The Contract. conformity To Regulations 8.1 The Contractor And His/her Operators Shall Conform To All Federal, State, And Local Regulations Governing The Performance Of Contracted Services. 8.2 Vamc Facilities Have Been Designated No Smoking Areas In Their Entirety. Individuals Found In Violation Of This No Smoking Policy May Be Subject To A $50.00 Federal Citation For Disregarding Posted Safety Rules And Regulations. Furthermore, The Contractor May Be Directed To Stop Work. The Contractor Is To Notify All Of His/her Employees And/or Sub-contractors Of This Strict Enforcement Policy. wage Rates 9.1. Wage Determination(s) As Listed In Section D In This Solicitation Are Applicable To Any Resulting Contract. 9.2. The Contractor Certifies By Signature On This Offer That The Salaries To Be Paid Workers Involved In The Performance Of The Contract Is Equal To Or Greater Than Those Specified In The Attached Wage Determination(s). 9.3 The Department Of Labor Has Held That Contractors Must Pay Their Employees The Service Contract Act Waged While They Are Driving Both To And From Destinations For The Va. The Wage Determination Is Attached In Section D. evidence Of Coverage 10.1 Before Commencing Work Under The Contract, The Contractor Shall Furnish The Contracting Officer With A Certification From His/her Insurance Company Indication That The Coverage Outlined In This Contract Has Been Obtained And That It May Not Be Changed Of Canceled During The Term Of The Contract. worker S Compensation 11.1 The Act Of June 25, 1936, 42 Stat. 1938 (40 Usc 290), Authorized The Constituted Authority Of The Several States To Apply Their Workmen S Compensation Laws To All Lands And Premises Owned Or Held By The United States. The Contractor Agrees To Procure And Maintain While The Contract Is In Effect, Worker S Compensation And Employers Public Liability Insurance. The Policy Shall Provide Coverage For Public Liability Limits Of Not Less Than The Statutory limitations For Any One Accident, And At Least Meet The Statutory Limitations If More Than One Person Is Involved. , Upon Award Of The Contract, The Contractor Shall Furnish To The Contracting Officer A Certificate From Its Insurance Company Indicating That This Coverage Has Been Obtained And That Such Coverage May Not Be Changed Or Canceled Unless 30 Day Advance Written Notice Is Provided To The Contracting Officer. contractor Personnel Security Requirements 12.1 All Contractor Employees Who Require Access To The Department Of Veterans Affair's Computer Systems Or Who Come Into Contact With Veteran/beneficiaries Shall Be The Subject Of A Background Investigation And Must Receive A Favorable Adjudication From The Va Office Of Security And Law Enforcement Prior To Contract Performance. This Requirement Is Applicable To All Subcontractor Personnel Requiring The Same Access. If The Investigation Is Not Completed Prior To The Start Date Of The Contract, The Contractor Will Be Responsible For The Actions Of Those Individuals They Provide To Perform Work For The Va. position Sensitivity - The Position Sensitivity For This Contract Has Been Designated As Low Risk. background Investigation - The Level Of Background Investigation Commensurate With The Required Level Of Access For This Contract Is National Agency Check With Written Inquiries. contractor Responsibilities: The Contractor Shall Pre-screen All Personnel Requiring Va Access To Ensure They Maintain A U.s. Citizenship And Are Able To Read, Write, Speak, And Understand The English Language. The Contractor Shall Submit Or Have Their Employees Submit The Following Required Forms Requested By Department Of Veterans Affairs, Office Of Security And Law Enforcement, Security, And Investigations Center, 2200 Fort Roots Drive Bldg. 104, North Little Rock, Ar 72114 Within 30 Days Of Receipt: All Documents Completed And Submitted At The Following Website: Http://www.va.gov/securityinvestigationscenter/ The Contractor, When Notified Of An Unfavorable Determination By The Government, Shall Withdraw The Employee From Consideration From Working Under The Contract. Failure To Comply With The Contractor Personnel Security Requirements May Result In Termination Of The Contract Or Cause. the Contractor Shall Agree That All Deliverables, Associated Working Papers, And Other Material Deemed Relevant By The Contractor In The Performance Of This Task Order Are The Property Of The United States Government. The Contractor Shall Agree That All Individually Identifiable Health Information Shall Be Treated With The Strictest Confidentiality. Access To Records Shall Be Limited To Essential Personnel Only. Records Shall Be Secured When Not In Use. At The Conclusion Of The Contract, All Copies Of Individually Identifiable Health Records Shall Be Destroyed Or Returned To The Va. Any Individually Identifiable Health Records Shall Be Deleted From Computers Not Belonging To The Va. The Contractor Shall Comply With The Privacy Act, 38 U.s.c. 5701, 38 U.s.c. 7332, And 5 U.s.c. 552(a) Et. Seq. Contractor Staff Shall Sign Confidentiality Statements Before The Start Date Of The Contract. The Contractor Shall Comply With All Provisions Of The Health Information Portability And Accountability Act (hipaa), Including But Not Limited To Privacy, Security Of Electronic Health Data, And Adherence To Standards And Code Sets As Required By Hipaa. The Contractor Shall Ensure The Confidentiality Of All Patient And Employee Information And Shall Be Held Liable In The Event Of Breach Of Confidentiality. Any Person, Who Knowingly Or Willingly Discloses Confidential Information Obtained From The Va With Non-essential Persons, May Be Subject To Fines. 12.1.1 Hipaa Compliance. Hipaa Compliance Is Required. The Contractor Must Adhere To The Provisions Of Public Law 104-191, Health Insurance Portability And Accountability Act (hipaa) Of 1996 And The National Standards To Protect The Privacy And Security Of Protected Health Information (phi). As Required By Hipaa, The Department Of Health, And Human Services (hhs) Has Promulgated Rules Governing The Security And Use And Disclosure Of Protected Health Information By Covered Entities, Including The Department Of Veterans Affairs (va). In Accordance With Hipaa, The Contractor May Be Required To Enter Into A Business Associate Agreement (baa) With Va. 12.1.2 Blood Borne Pathogens: The Contractor And The Employees Provided, Pursuant To This Contract, Shall Comply With The Effective Vamc Policy (and Occupational Health Requirements In Accordance With Osha Blood Borne Pathogens (bbp) Law And The Osha Tuberculosis Compliance Directive, Enforceable Under Osha S General Duty Clause) Governing Health Care Workers Infected With A Blood Borne Pathogen. If The Contractor Obtains Information That A Health Care Worker Providing Care Pursuant To This Agreement May Be Infected With A Blood Borne Pathogen, The Contractor Will Advise The Contracting Officer Immediately. medical Liabilities Insurance 13.1 The Contractor Shall Carry Required Insurance (see Vaar Clause 852.237-7 Indemnification And Medical Liability Insurance) And Vehicle Insurance In Accordance With The Of California Department Of State Health Services. annual Vha Training 14.1 In Accordance With Vha Directive 2003-028 "compliance And Business Integrity Program", Its Updates Or Replacement Directives, Ig Guidance At 8994, Section Ii(c); Guidance At 4875, Section Iii (b)(4) Sentencing Guidelines, Section 8b2.1 (b) (4) (b) Annual Compliance Training Is To Be Provided To All Contractors Within The Scope Of Their Work. The Medical Center Cotr S Are To Coordinate The Annual Training With Their Respective Contracting Officer And Compliance And Business Integrity Officers. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Compliance And Business Integrity Officers For Their Files. in Accordance With Vha Directive 1605.1 Privacy And Release Of Information , Updates Or Replacement Directives Annual Vha Privacy Policy Training Is To Be Provide To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Privacy Officer For Their Files. in Accordance With Va Directive 6500, Information Security Program , Updates Or Replacement Directives Annual Vha Cyber And Security Information Training Is To Be Provided To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Information Security Officer For Their Files. conformance With Environmental Management Systems 15.1 The Contractor Shall Perform Work Under This Contract Consistent With The Relevant Policy And Objectives Identified In The Agency, Organizational, Or Facility Environmental Management System (ems) Applicable For Your Contract. The Contractor Shall Perform Work In A Manner That Conforms To All Appropriate Environmental Management Programs And Operational Controls Identified By The Agency, Organizational, Or Facility Ems, And Provide Monitoring And Measurement Information As Necessary For The Organization To Address Environmental Performance Relative To The Environmental, Energy, And Transportation Management Goals. In The Event An Environmental Nonconformance Or Noncompliance Associated With The Contracted Services Is Identified, The Contractor Shall Take Corrective And/or Preventative Actions. In The Case Of A Noncompliance, The Contractor Shall Respond And Take Corrective Action Immediately. In The Case Of A Nonconformance, The Contractor Shall Respond And Take Corrective Action Based On The Time Schedule Established By The Ems Site Coordinator. In Addition, The Contractor Shall Ensure That Their Employees Are Aware Of The Roles And Responsibilities Identified By The Environmental Management System And How These Requirements Affect Their Work Performed Under This Contract. all On-site Contractor Personnel Shall Complete Yearly Epa Sponsored Environmental Training Specified For The Type Of Work Conducted On-site. Upon Contract Award, The Contracting Officer's Representative Will Notify The Facility-level Environmental Management Systems Coordinator To Arrange Ems Training For Appropriate Staff. contractor Performance Assessment Rating System (cpars) required Registration With Contractor Performance Assessment Rating System (cpars) 16.1 As Prescribed In Federal Acquisition Regulation (far) Part 42.15, The Department Of Veterans Affairs (va) Evaluates Contractor Past Performance On All Contracts That Exceed $1,000,000 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. The Cpars Database Information Is Shared With The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies. 16.2 Ach Contractor Whose Contract Award Is Estimated To Exceed $1,000,000 Is Required To Register With The Contractor Performance Assessment Rating System (cpars) Database At The Following Https://www.cpars.gov/ or By Calling (207) 438-1690. Registration Should Occur No Later Than Thirty Days After Contract Award And Must Be Kept Current Should There Be Any Change To The Contractor S Registered Representative. 16.3 For Contracts With A Period Of One Year Or Less, The Contracting Officer Will Perform A Single Evaluation When The Contract Is Complete. For Contracts Exceeding One Year, The Contracting Officer 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 Thirty Days To Submit Any Comments And Re-assign The Report To The Va Contracting Officer. 16.4 Failure To Have A Current Registration In The Cpars Database, Or To Re-assign The Report To The Va Contracting Officer Within Those Thirty Days, Will Result In The Government S Evaluation Being Placed On File In The Database With A Statement That The Contractor Failed To Respond. surveillance Checklist va Greater Los Angeles Healthcare System contract: Ground Ambulance date/time Of Inspection: government Poc Primary: government Poc Alternate: organization: va Greater Los Angeles Healthcare System location: 11301 Wilshire Blvd, Los Angeles, Ca 90073 ss performance Objective pws Para performance Threshold method Of Surveillance met not Met remarks ss 1 the Contractor Shall Provide Ambulance Service, 24 Hours Per Day, 365 Days Per Year, As Required In Accordance With The Terms And Conditions Contained Herein. 1 95% Compliance 100% Surveillance Of Each Patient Pick-up. ss 2 the Objective Of Standards For Maintenance Is To Protect Veterans And To Cause No Harm To All Parties. The Contractor Shall Maintain All Vehicles In A Clean And Orderly Condition, Free From Debris And Accumulations Which May Create An Accident, Injury, Or Fire Hazard. 4.4.3 95% Compliance 100% surveillance ss3 the Contractor Shall Maintain (and Furnish Upon Request) Procedures That Outline Preventive Maintenance And/or Repairs On Each Vehicle In An Individual Vehicle File And In Chronological Order, Latest Service On Top. A Statement From The Contractor Indication Compliance Of Vehicle Maintenance Files Is In Place Should Be Submitted At Time Of Offer For Evaluation Purposes. Requested Submission And Verification Of These Documentation Requirements Will Be A Quality Assurance Procedure During The Contract Period. 4.4.3 95% Compliance 100% surveillance ss4 the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract. 4.3.1 100% Compliance 100% surveillance ss5 have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974). 4.3.1 100% Compliance 100% surveillance ss6 a Licensed Mto Shall Ensure That Sanitation Procedures Are Provided To All Personnel In A Written Document That Conforms With Current Standards As Set Forth In Occupational Safety And Health Administration-blood Borne Pathogens Protocol. attachment B 100% Compliance 100% surveillance Important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service-disabled Veteran Owned Small Business Set Aside. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 621910, Ambulance Services ($22.5 Million). notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) At Www.sam.gov And Complete Online Representations And Certifications Application (orca). Additionally, All Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Department Of Veterans Affairs Center For Veterans Enterprise Vetbiz Registry Located At Http://vip.vetbiz.gov. All Interested Offerors Must Submit Information By E-mail To Ositadima.ndubizu@va.gov. All Information Submissions Should Be Received No Later Than 2:00 Pm Pacific Time On February 26, 2025. After Review Of The Responses To This Announcement, The Government Intends To Proceed With The Acquisition And A Subsequent Solicitation Will Be Published.

Municipality Of Badiangan, Iloilo Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date29 May 2025
Tender AmountPHP 83.4 K (USD 1.4 K)
Details: Description Section Ii. Instructions To Bidders A. General 1. Scope Of Bid 1.1 The Procuring Entity Named In The Bds Invites Bids For The Supply And Delivery Of The Goods As Described In Section Vii. Technical Specifications. 1.2 The Name, Identification, And Number Of Lots Specific To This Bidding Are Provided In The Bds. The Contracting Strategy And Basis Of Evaluation Of Lots Is Described In Itb Clause 28. 2. Source Of Funds The Procuring Entity Has A Budget Or Has Received Funds From The Funding Source Named In The Bds, And In The Amount Indicated In The Bds. It Intends To Apply Part Of The Funds Received For The Project, As Defined In The Bds, To Cover Eligible Payments Under The Contract. 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 3.1 Unless Otherwise Specified In The Bds, The Procuring Entity As Well As The Bidders And Suppliers Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. In Pursuance Of This Policy, The Procuring Entity: (a) Defines, For Purposes Of This Provision, The Terms Set Forth Below As Follows (i) “corrupt Practice” Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Government, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Ra 3019; (ii) “fraudulent Practice” Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition. (iii) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels. (iv) “coercive Practices” Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Affect The Execution Of A Contract; (v) “obstructive Practice” Is (aa) Deliberately Destroying, Falsifying, Altering Or Concealing Of Evidence Material To An Administrative Proceedings Or Investigation Or Making False Statements To Investigators In Order To Materially Impede An Administrative Proceedings Or Investigation Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Into Allegations Of A Corrupt, Fraudulent, Coercive Or Intimidating Any Party To Prevent It From Disclosing Its Knowledge Of Matters Relevant To The Administrative Proceedings Or Investigation Or From Pursuing Such Proceedings Or Investigation; Or (bb) Acts Intended To Materially Impede The Exercise Of The Inspection And Audit Rights Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Herein. (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Any Of The Practices Mentioned In This Clause For Purposes Of Competing For The Contract. 3.2 Further, The Procuring Entity Will Seek To Impose The Maximum Civil, Administrative, And/or Criminal Penalties Available Under Applicable Laws On Individuals And Organizations Deemed To Be Involved In Any Of The Practices Mentioned In Itb Clause 3.1(a). 3.3 Furthermore, The Funding Source And The Procuring Entity Reserve The Right To Inspect And Audit Records And Accounts Of A Bidder Or Supplier In The Bidding For And Performance Of A Contract Themselves Or Through Independent Auditors As Reflected In The Gcc Clause 3. 4. Conflict Of Interest 4.1 All Bidders Found To Have Conflicting Interests Shall Be Disqualified To Participate In The Procurement At Hand, Without Prejudice To The Imposition Of Appropriate Administrative, Civil, And Criminal Sanctions. A Bidder May Be Considered To Have Conflicting Interests With Another Bidder In Any Of The Events Described In Paragraphs (a) Through (c) Below And A General Conflict Of Interest In Any Of The Circumstances Set Out In Paragraphs (d) Through (f) Below: (a) A Bidder Has Controlling Shareholders In Common With Another Bidder; (b) A Bidder Receives Or Has Received Any Direct Or Indirect Subsidy From Any Other Bidder; (c) A Bidder Has The Same Legal Representative As That Of Another Bidder For Purposes Of This Bid; (d) A Bidder Has A Relationship, Directly Or Through Third Parties, That Puts Them In A Position To Have Access To Information About Or Influence On The Bid Of Another Bidder Or Influence The Decisions Of The Procuring Entity Regarding This Bidding Process. This Will Include A Firm Or An Organization Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project If The Personnel Would Be Involved In Any Capacity On The Same Project; (e) A Bidder Submits More Than One Bid In This Bidding Process. However, This Does Not Limit The Participation Of Subcontractors In More Than One Bid; Or (f) (g) A Bidder Who Participated As A Consultant In The Preparation Of The Design Or Technical Specifications Of The Goods And Related Services That Are The Subject Of The Bid. A Bidder Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement Or Implementation Of The Project, If The Personnel Would Be Involved In Any Capacity On The Same Project. 4.2 In Accordance With Section 47 Of The Irr Of Ra 9184, All Bidding Documents Shall Be Accompanied By A Sworn Affidavit Of The Bidder That It Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), Members Of The Technical Working Group (twg), Members Of The Bac Secretariat, The Head Of The Project Management Office (pmo) Or The End-user Unit, And The Project Consultants, By Consanguinity Or Affinity Up To The Third Civil Degree. On The Part Of The Bidder, This Clause Shall Apply To The Following Persons: (a) If The Bidder Is An Individual Or A Sole Proprietorship, To The Bidder Himself; (b) If The Bidder Is A Partnership, To All Its Officers And Members; (c) (d) If The Bidder Is A Corporation, To All Its Officers, Directors, And Controlling Stockholders; And If The Bidder Is A Cooperative, To All Its Officers, Directors And Controlling Share Holders Or Members; And (e) If The Bidder Is A Joint Venture (jv), The Provisions Of Items (a), (b), Or (c) Of This Clause Shall Correspondingly Apply To Each Of The Members Of The Said Jv, As May Be Appropriate Relationship Of The Nature Described Above Or Failure To Comply With This Clause Will Result In The Automatic Disqualification Of A Bidder. 5. Eligible Bidders 5.1 Unless Otherwise Indicated In The Bds, The Following Persons Shall Be Eligible To Participate In This Bidding: (a) Duly Licensed Filipino Citizens/sole Proprietorships; (b) Partnerships Duly Organized Under The Laws Of The Philippines And Of Which At Least Sixty Percent (60%) Of The Interest Belongs To Citizens Of The Philippines; (c) Corporations Duly Organized Under The Laws Of The Philippines, And Of Which At Least Sixty Percent (60%) Of The Outstanding Capital Stock Belongs To Citizens Of The Philippines; (d) Cooperatives Duly Organized Under The Laws Of The Philippines, And Of Which At Least Sixty Percent (60%) Of The Interest Belongs To Citizens Of The Philippines; And (e) Persons/entities Forming Themselves Into A Jv, I.e., A Group Of Two (2) Or More Persons/entities That Intend To Be Jointly And Severally Responsible Or Liable For A Particular Contract: Provided, However, That Filipino Ownership Or Interest Of The Joint Venture Concerned Shall Be At Least Sixty Percent (60%). 5.2 Foreign Bidders May Be Eligible To Participate When Any Of The Following Circumstances Exist, As Specified In The Bds. (a) When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra 9184 And Its Irr Allow Foreign Bidders To Participate; (b) Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; (c) When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or (d) When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3 Government Owned Or Controlled Corporations (goccs) May Be Eligible To Participate Only If They Can Establish That They (a) Are Legally And Financially Autonomous, (b) Operate Under Commercial Law, And (c) Are Not Attached Agencies Of The Procuring Entity. 5.4 Unless Otherwise Provided In The Bds, The Bidder Must Have Completed A Single Largest Completed Contract (slcc) Similar To The Project The Value Of Which, Adjusted If Necessary, By The Bidder To Current Prices Using The Philippine Statistics Authority (psa) Consumer Price Index, Must Be At Least Equivalent To A Percentage Of The Abc Stated In The Bds. For This Purpose, Contracts Similar To The Project Shall Be Those Described In The Bds, And Completed Within The Relevant Period Stated In The Invitation To Bid And Itb Clause 12.1(a)(ii). 5.5 Unless Otherwise Provided In The Bds, The Bidder Must Submit A Computation Of Its Net Financial Contracting Capacity (nfcc) Which Must Be At Least Equal To The Abc To Be Bid, Calculated As Follows: Nfcc = [(current Assets Minus Current Liabilities) (k)] Minus The Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. Where: K = 15 The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Latest Audited Financial Statements Submitted To The Bir, Through Its Electronic Filling And Payment System (efps). If The Prospective Bidder Opts To Submit A Committed Line Of Credit (clc), It Must Be At Least Equal To Ten Percent (10%) Of The Abc To Be Bid And Issued By Auniversal Or Commercial Bank. 6. Bidders Responsibilities 6.1 The Bidder Or Its Duly Authorized Representative Shall Submit A Sworn Statement In The Form Prescribed In Section Viii – Bidding Forms As Required In Itb Clause 12.1(b)(iv). 6.2 The Bidder Is Responsible For The Following: (a) Having Taken Steps To Carefully Examine All Of The Bidding Documents; (b) Having Acknowledged All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; (c) Having Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And (d) Having Complied With Its Responsibility To Inquire Or Secure Supplemental/bid Bulletin(s) As Provided Under Itb Clause 10.4; (e) Ensuring That It Is Not “blacklisted” Or Barred From Bidding By The Gop Or Any Of Its Agencies, Offices, Corporations, Or Lgus, Including Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Gppb, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting. (f) Ensuring That Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; (g) Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative/s To Verify All The Documents Submitted; (h) Ensuring That The Signatory Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The Bidder In The Bidding, With The Duly Notarized Secretary’s Certificate Attesting To Such Fact, If The Bidder Is A Corporation, Partnership, Cooperative, Or Joint Venture; (i) Complying With The Disclosure Provision Under Section 47 Of Ra 9184 In Relation To Other Provisions Of Ra 3019; And (j) (k) (l) Complying With Existing Labor Laws And Standards, In The Case Of Procurement Of Services Ensuring That It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Of Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. Failure To Observe Any Of The Above Responsibilities Shall Be At The Risk Of The Bidder Concerned. 6.3 The Bidder Is Expected To Examine All Instructions, Forms, Terms, And Specifications In The Bidding Documents. Unless Otherwise Indicated In The Bds, Failure To Furnish All Information Or Documentation Required In The Bidding Documents Shall Result In The Rejection Of The Bid And The Disqualification Of The Bidder. 6.4 It Shall Be The Sole Responsibility Of The Bidder To Determine And To Satisfy Itself By Such Means As It Considers Necessary Or Desirable As To All Matters Pertaining To The Contract To Be Bid, Including: (a) The Location And The Nature Of This Project; (b) Climatic Conditions; (c) Transportation Facilities; And (d) Other Factors That May Affect The Cost, Duration, And Execution Or Implementation Of This Project. 6.5 The Procuring Entity Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions By The Prospective Or Eligible Bidder Out Of The Data Furnished By The Procuring Entity. However, The Procuring Entity Shall Ensure That All Information In The Bidding Documents, Including Bid/supplemental Bid Bulletin/s Issued, Are Correct And Consistent. 6.6 The Bidder Shall Bear All Costs Associated With The Preparation And Submission Of His Bid, And The Procuring Entity Will In No Case Be Responsible Or Liable For Those Costs, Regardless Of The Conduct Or Outcome Of The Bidding Process. 6.7 Before Submitting Their Bids, The Bidder Is Deemed To Have Become Familiar With All Existing Laws, Decrees, Ordinances, Acts And Regulations Of The Philippines Which May Affect This Project In Any Way. 6.8 The Bidder Should Note That The Procuring Entity Will Accept Bids Only From Those That Have Paid The Non-refundable Fee For The Bidding Documents At The Office Indicated In The Invitation To Bid. 7. Origin Of Goods And Services Unless Otherwise Indicated In The Bds, There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The United Nations Security Council Taken Under Chapter Vii Of The Charter Of The United Nations, Subject To Itb Clause 27.1. 8. Subcontracts 8.1 Unless Otherwise Specified In The Bds, The Bidder May Subcontract Portions Of The Goods To An Extent As May Be Approved By The Procuring Entity And Stated In The Bds. However, Subcontracting Of Any Portion Shall Not Relieve The Bidder From Any Liability Or Obligation That May Arise From The Contract For This Project. 8.2 Subcontractors Must Comply With The Eligibility Criteria And The Documentary Requirements Specified In The Bds. In The Event That Any Subcontractor Is Found By The Procuring Entity To Be Ineligible, The Subcontracting Of Such Portion Of The Goods Shall Be Disallowed. 8.3 The Bidder May Identify The Subcontractor To Whom A Portion Of The Goods Will Be Subcontracted At Any Stage Of The Bidding Process Or During Contract Implementation. If The Bidder Opts To Disclose The Name Of The Subcontractor During Bid Submission, The Bidder Shall Include The Required Documents As Part Of The Technical Component Of Its Bid. B. Contents Of The Bidding Documents 9. Pre-bid Conference 9.1 If So Specified In The Bds, A Pre-bid Conference Shall Be Held At The Venue And On The Date Indicated Therein, To Clarify And Address The Bidders’ Questions On The Technical And Financial Components Of This Project. 9.2 Bidders Are Encouraged To Attend The Pre-bid Conference To Ensure That They Fully Understand The Procuring Entity’s Requirements. Non-attendance Of The Bidder Will In No Way Prejudice Its Bid; However, The Bidder Is Expected To Know The Changes And/or Amendments To The Bidding Documents Discussed During The Pre-bid Conference. 9.3 Any Statement Made At The Pre-bid Conference Shall Not Modify The Terms Of The Bidding Documents Unless Such Statement Is Specifically Identified In Writing As An Amendment Thereto And Issued As A Supplemental/bid Bulletin. 10. Clarification And Amendment Of Bidding Documents 10.1 Bidders Who Have Purchased The Bidding Documents May Request For Clarifications On Any Part Of The Bidding Documents For An Interpretation. Such A Request Must Be In Writing And Submitted To The Procuring Entity At The Address Indicated In The Bds At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.2 Supplemental/bid Bulletins May Be Issued Upon The Procuring Entity’s Initiative For Purposes Of Clarifying Or Modifying Any Provision Of The Bidding Documents Not Later Than Seven (7) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. Any Modification To The Bidding Documents Shall Be Identified As An Amendment. 10.3 Any Supplemental/bid Bulletin Issued By The Bac Shall Also Be Posted On The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity Concerned, If Available. It Shall Be The Responsibility Of All Bidders Who Secure The Bidding Documents To Inquire And Secure Supplemental/bid Bulletins That May Be Issued By The Bac. However, Bidders Who Have Submitted Bids Before The Issuance Of The Supplemental/bid Bulletin Must Be Informed And Allowed To Modify Or Withdraw Their Bids In Accordance With Itb Clause 23. C. Preparation Of Bids 11. Language Of Bids The Bid, As Well As All Correspondence And Documents Relating To The Bid Exchanged By The Bidder And The Procuring Entity, Shall Be Written In English. Supporting Documents And Printed Literature Furnished By The Bidder May Be In Another Language Provided They Are Accompanied By An Accurate Translation In English Certified By The Appropriate Embassy Or Consulate In The Philippines, In Which Case The English Translation Shall Govern For Purposes Of Interpretation Of The Bid. 12. Documents Comprising The Bid: Eligibility And Technical Components. 12.1 Unless Otherwise Indicated In The Bds, The First Envelope Shall Contain The Following Eligibility And Technical Documents: (a) Eligibility Documents - Class "a" Documents: (i) Philgeps Platinum Certificate Of Registration And Membership With Annex A In Accordance With Section 8.5.2 Of The Irr. (ii) Statement Of All Its Ongoing Government And Private Contracts Within The Period Stated In The Bds, Including Contracts Awarded But Not Yet Started, If Any. Statement Of The Bidder's Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, In Accordance With Itb Clause 5.4, Within The Relevant Period As Provided In The Bds. The Two Statements Required Shall Indicate For Each Contract The Following: (ii.1) Name Of The Contract; (ii.2) Date Of The Contract; (ii.3) Contract Duration; (ii.4) Owner's Name And Address; (ii.5) Kinds Of Goods; (ii.6) (ii.7) (ii.8) (ii.9) For Statement Of Ongoing Contracts- Amount Of Contract And Value Of Outstanding Contracts; For Statement Of Slcc-amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa's Consumer Price Index, If Necessary For The Purpose Of Meeting The Slcc Requirement; Date Of Delivery; And End User's Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Contract, If Completed, Which Shall Be Attached To The Statements. (iii) The Prospective Bidder’s Computation Of Its Net Financial Contracting Capacity (nfcc) Which Must Be At Least Equal To The Abc To Be Bid, Calculated As Follows: Nfcc = [(current Assets Minus Current Liabilities) (k)] Minus The Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. Where: K = 15 The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Data Submitted To The Bir, Through Its Electronic Filling And Payment System (efps). Or A Committed Line Of Credit From A Universal Or Commercial Bank (not Applicable To Procurement Of Infrastructure Projects) Class "b" Document: (iv) If Applicable, The Jva In Case The Joint Venture Is Already In Existence, Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. (b) Technical Documents - (i) Bid Security In Accordance With Itb Clause 18. If The Procuring Entity Requires The Bidders To Submit The Bid Security In The Form Of: (i.1) Cash Or Cashier’s/ Manager’s Check, Issued By A Universal Or Commercial Bank; Or (i.2) A Bank Draft/guarantee Or An Irrevocable Letter Of Credit Issued By A Universal/ Commercial Bank, It Shall Be Accompanied By A Confirmation From A Universal Or Commercial Bank, If Issued By A Foreign Bank; Or (i.3) (i.4) A Surety Bond Accompanied By A Certification Coming From An Authorized Insurance Commission That A Surety Or Insurance Company Is Authorized To Issue Such Instrument; Bid Securing Declaration (ii) (iii) Statement Of Compliance To The Schedule Of Requirements Conformity With Technical Specifications, As Enumerated And Specified In Sections Vi And Vii Of The Bidding Documents; And (iv) Sworn Statement In Accordance With Section 25.2(a)(iv) Of The Irr Of Ra 9184 And Using The Form Prescribed In Section Viii – Bidding Forms. 13. Documents Comprising The Bid: Financial Component 13.1 Unless Otherwise Stated In The Bds, The Financial Component Of The Bid Shall Contain The Following: (a) Financial Bid Form, Which Includes Bid Prices And The Bill Of Quantities And The Applicable Price Schedules, In Accordance With Itb Clauses 15.1 And 15.4; (b) If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification From The Dti, Sec, Or Cda Issued In Accordance With Itb Clause 27; And (c) Any Other Document Required In The Bds 13.2 Unless Otherwise Stated In The Bds, All Bids That Exceed The Abc Shall Not Be Accepted. 14. Alternative Bids Alternative Bids Shall Be Rejected. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 15. Bid Prices 15.1 The Bidder Shall Complete The Appropriate Price Schedules Included Herein, Stating The Unit Prices, Total Price Per Item, The Total Amount And The Expected Countries Of Origin Of The Goods To Be Supplied Under This Project. 15.2 The Bidder Shall Fill In Rates And Prices For All Items Of The Goods Described In The Bill Of Quantities. Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) Or A Dash (-) For The Said Item Would Mean That It Is Being Offered For Free To The Government. 15.3 The Terms Ex Works (exw), Cost, Insurance And Freight (cif), Cost And Insurance Paid To (cip), Delivered Duty Paid (ddp), And Other Trade Terms Used To Describe The Obligations Of The Parties, Shall Be Governed By The Rules Prescribed In The Current Edition Of The International Commercial Terms (incoterms) Published By The International Chamber Of Commerce, Paris. 15.4 Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: (a) For Goods Offered From Within The Procuring Entity’s Country (i) The Price Of The Goods Quoted Exw (ex Works, Ex Factory, Ex Warehouse, Ex Showroom, Or Off-the-shelf, As Applicable), Including All Customs Duties And Sales And Other Taxes Already Paid Or Payable (i.1) On The Components And Raw Material Used In The Manufacture Or Assembly Of Goods Quoted Ex Works Or Ex Factory; Or (i.2) On The Previously Imported Goods Of Foreign Origin Quoted Ex Warehouse, Ex Showroom, Or Off-the-shelf And Any Procuring Entity Country Sales And Other Taxes Which Will Be Payable On The Goods If The Contract Is Awarded. (ii) The Price For Inland Transportation, Insurance, And Other Local Costs Incidental To Delivery Of The Goods To Their Final Destination. (iii) The Price Of Other (incidental) Services, If Any, Listed In The Bds. (b) For Goods Offered From Abroad: (i) Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Ddp With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. (ii) The Price Of Other (incidental) Services, If Any, Listed In The Bds 15.5 Prices Quoted By The Bidder Shall Be Fixed During The Bidder’s Performance Of The Contract And Not Subject To Variation Or Price Escalation On Any Account, Unless Otherwise Specified In The Bds. A Bid Submitted With An Adjustable Price Quotation Shall Be Treated As Non-responsive And Shall Be Rejected, Pursuant To Itb Clause 24. 15.6 All Bid Prices Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Indicated In The Bds And Specified In The Gcc And Its Corresponding Scc Provision. 16. Bid Currencies 16.1 Prices Shall Be Quoted In The Following Currencies: (a) For Goods That The Bidder Will Supply From Within The Philippines, The Prices Shall Be Quoted In Philippine Pesos. (b) For Goods That The Bidder Will Supply From Outside The Philippines, The Prices May Be Quoted In The Currency(ies) Stated In The Bds. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 16.2 If So Allowed In Accordance With Itb Clause 16.1, The Procuring Entity For Purposes Of Bid Evaluation And Comparing The Bid Prices Will Convert The Amounts In Various Currencies In Which The Bid Price Is Expressed To Philippine Pesos At The Foregoing Exchange Rates. 16.3 Unless Otherwise Specified In The Bds, Payment Of The Contract Price Shall Be Made In Philippine Pesos. 17. Bid Validity 17.1 Bids Shall Remain Valid For The Period Specified In The Bds Which Shall Not Exceed One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 17.2 In Exceptional Circumstances, Prior To The Expiration Of The Bid Validity Period, The Procuring Entity May Request Bidders To Extend The Period Of Validity Of Their Bids. The Request And The Responses Shall Be Made In Writing. The Bid Security Described In Itb Clause 18 Should Also Be Extended Corresponding To The Extension Of The Bid Validity Period At The Least. A Bidder May Refuse The Request Without Forfeiting Its Bid Security, But His Bid Shall No Longer Be Considered For Further Evaluation And Award. A Bidder Granting The Request Shall Not Be Required Or Permitted To Modify Its Bid. 18. Bid Security 18.1 The Procuring Entity Shall Prescribe In The Bds The Acceptable Forms Of Bid Security That Bidders May Opt To Use, Which Shall Include The Bid Securing Declaration (bsd) Or Any Other Form Of Bid Security And The Amount Of Which Shall Be Equal To A Percentage Of The Abc In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (not Less Than The Percentage Of The Abc) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank Two Percent (2%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Five Percent (5%) For Biddings Conducted By Lgus, The Procuring Entity May Also Require Bidders To Submit Bid Securities In The Form Of Cashier’s/manager’s Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Such Financial Statement. The Bid Securing Declaration Mentioned Above Is An Undertaking Which States, Among Others, That The Bidder Shall Enter Into Contract With The Procuring Entity And Furnish The Performance Security Required Under Itb Clause 33.2, From Receipt Of The Notice Of Award, And Committing To Pay The Corresponding Fine, And Be Suspended For A Period Of Time From Being Qualified To Participate In Any Government Procurement Activity In The Event It Violates Any Of The Conditions Stated Therein As Provided In The Guidelines Issued By The Gppb. 18.2 The Bid Security Should Be Valid For The Period Specified In The Bds. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 18.3 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except To Those That Failed Or Declared As Post-disqualified, Upon Submission Of A Written Waiver Of Their Right To File A Motion For Reconsideration And/or Protest. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Bidder With The Lowest Calculated And Responsive Bid Has Signed The Contract And Furnished The Performance Security, But In No Case Later Than The Expiration Of The Bid Security Validity Period Indicated In Itb Clause 18.2. 18.4 Upon Signing And Execution Of The Contract Pursuant To Itb Clause 32, And The Posting Of The Performance Security Pursuant To Itb Clause 33, The Successful Bidder’s Bid Security Will Be Discharged, But In No Case Later Than The Bid Security Validity Period As Indicated In The Itb Clause 18.2. 18.5 The Bid Security May Be Forfeited: (a) If A Bidder: (i) Withdraws Its Bid During The Period Of Bid Validity Specified In Itb Clause 17; (ii) Does Not Accept The Correction Of Errors Pursuant To Itb Clause 28.3(b); (iii) Fails To Submit The Requirements Within The Prescribed Period, Or A Finding Against Their Veracity, As Stated In Itb Clause 29.2; Or (iv) Any Other Reason Stated In The Bds. (b) If The Successful Bidder: (i) Fails To Sign The Contract In Accordance With Itb Clause 32; (ii) Fails To Furnish Performance Security In Accordance With Itb Clause 33; Or (iii) Any Other Reason Stated In The Bds. 19. Format And Signing Of Bids 19.1 Bidders Shall Submit Their Bids Through Their Duly Authorized Representative Using The Appropriate Forms Provided In Section Viii – Bidding Forms On Or Before The Deadline Specified In The Itb Clauses 21 In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously. The First Shall Contain The Technical Component Of The Bid, Including The Eligibility Requirements Under Itb Clause 12.1, And The Second Shall Contain The Financial Component Of The Bid. 19.2 Forms As Mentioned In Itb Clause 19.1 Must Be Completed Without Any Alterations To Their Format, And No Substitute Form Shall Be Accepted. All Blank Spaces Shall Be Filled In With The Information Requested 19.3 The Bidder Shall Prepare And Submit An Original Of The First And Second Envelopes As Described In Itb Clauses 12 And 13. In Addition, The Bidder Shall Submit Copies Of The First And Second Envelopes. In The Event Of Any Discrepancy Between The Original And The Machine Copies, The Original Shall Prevail. 19.4 Each And Every Page Of The Bid Form, Including The Schedule Of Prices, Under Section Viii Hereof, Shall Be Signed By The Duly Authorized Representative/s Of The Bidder. Failure To Do So Shall Be A Ground For The Rejection Of The Bid. 19.5 Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder. 20. Sealing And Marking Of Bids 20.1 Unless Otherwise Indicated In The Bds, Bidders Shall Enclose Their Original Eligibility And Technical Documents Described In Itb Clause 12in One Sealed Envelope Marked “original - Technical Component”, And The Original Of Their Financial Component In Another Sealed Envelope Marked “original - Financial Component”, Sealing Them All In An Outer Envelope Marked “original Bid”. 20.2 Each Copy Of The First And Second Envelopes Shall Be Similarly Sealed Duly Marking The Inner Envelopes As “copy No. ___ - Technical Component” And “copy No. ___ – Financial Component” And The Outer Envelope As “copy No. ___”, Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. 20.3 The Original And The Number Of Copies Of The Bid As Indicated In The Bds Shall Be Typed Or Computerized In Indelible Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. 20.4 All Envelopes Shall (a) Contain The Name Of The Contract To Be Bid In Capital Letters; (b) Bear The Name And Address Of The Bidder In Capital Letters; (c) Be Addressed To The Procuring Entity’s Bac Identified In Itb Clause 1.1, (d) Bear The Specific Identification Of This Bidding Process Indicated In The Itb Clause 1.2; And (e) Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of Bids, In Accordance With Itb Clause 21. 20.5 Bid Envelopes That Are Not Properly Sealed And Marked As Required In The Bidding Documents, Shall Not Be Rejected, But The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Or The Procuring Entity Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or For Its Premature Opening. D. Submission And Opening Of Bids 21. Deadline For Submission Of Bids Bids Must Be Received By The Procuring Entity’s Bac At The Address And On Or Before The Date And Time Indicated In The Bds. 22. Late Bids Any Bid Submitted After The Deadline For Submission And Receipt Of Bids Prescribed By The Procuring Entity, Pursuant To Itb Clause 21, Shall Be Declared “late” And Shall Not Be Accepted By The Procuring Entity 23. Modification And Withdrawal Of Bids 23.1 The Bidder May Modify Its Bid After It Has Been Submitted; Provided That The Modification Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Bidder Shall Not Be Allowed To Retrieve Its Original Bid, But Shall Be Allowed To Submit Another Bid Equally Sealed, Properly Identified, Linked To Its Original Bid Marked As “technical Modification” Or “financial Modification” And Stamped “received” By The Bac. Bid Modifications Received After The Applicable Deadline Shall Not Be Considered And Shall Be Returned To The Bidder Unopened. 23.2 A Bidder May, Through A Letter Of Withdrawal, Withdraw Its Bid After It Has Been Submitted, For Valid And Justifiable Reason; Provided That The Letter Of Withdrawal Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Letter Of Withdrawal Must Be Executed By The Duly Authorized Representative Of The Bidder Identified In The Omnibus Sworn Statement, A Copy Of Which Should Be Attached To The Letter. 23.3 Bids Requested To Be Withdrawn In Accordance With Itb Clause 23.1 Shall Be Returned Unopened To The Bidders. A Bidder May Also Express Its Intention Not To Participate In The Bidding Through A Letter Which Should Reach And Be Stamped By The Bac Before The Deadline For Submission And Receipt Of Bids. A Bidder That Withdraws Its Bid Shall Not Be Permitted To Submit Another Bid, Directly Or Indirectly, For The Same Contract. 23.4 No Bid May Be Modified After The Deadline For Submission Of Bids. No Bid May Be Withdrawn In The Interval Between The Deadline For Submission Of Bids And The Expiration Of The Period Of Bid Validity Specified By The Bidder On The Financial Bid Form. Withdrawal Of A Bid During This Interval Shall Result In The Forfeiture Of The Bidder’s Bid Security, Pursuant To Itb Clause 18.5, And The Imposition Of Administrative, Civil And Criminal Sanctions As Prescribed By Ra 9184 And Its Irr 24. Opening And Preliminary Examination Of Bids 24.1 24.2 The Bac Shall Open The Bids In Public, Immediately After The Deadline For The Submission And Receipt Of Bids, As Specified In The Bds. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Bac Shall Take Custody Of The Bids Submitted And Reschedule The Opening Of Bids On The Next Working Day Or At The Soonest Possible Time Through The Issuance Of A Notice Of Postponement To Be Posted In The Philgeps Website Of The Procuring Entity Concerned, If Available. The Bac Shall Open The First Bid Envelopes Of Bidders In Public As Specified In The Bds To Determine Each Bidder’s Compliance With The Documents Prescribed In Itb Clause 12. For This Purpose, The Bac Shall Check The Submitted Documents Of Each Bidder Against A Checklist Of Required Documents To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion. If A Bidder Submits The Required Document, It Shall Be Rated “passed” For That Particular Requirement. In This Regard, Bids That Fail To Include Any Requirement Or Are Incomplete Or Patently Insufficient Shall Be Considered As “failed”. Otherwise, The Bac Shall Rate The Said First Bid Envelope As “passed”. 24.3 Immediately After Determining Compliance With The Requirements In The First Envelope, The Bac Shall Forthwith Open The Second Bid Envelope Of Each Remaining Eligible Bidder Whose First Bid Envelope Was Rated “passed”. The Second Envelope Of Each Complying Bidder Shall Be Opened Within The Same Day. In Case One Or More Of The Requirements In The Second Envelope Of A Particular Bid Is Missing, Incomplete Or Patently Insufficient, And/or If The Submitted Total Bid Price Exceeds The Abc Unless Otherwise Provided In Itb Clause 13.2, The Bac Shall Rate The Bid Concerned As “failed”. Only Bids That Are Determined To Contain All The Bid Requirements For Both Components Shall Be Rated “passed” And Shall Immediately Be Considered For Evaluation And Comparison 24.4 Letters Of Withdrawal Shall Be Read Out And Recorded During Bid Opening, And The Envelope Containing The Corresponding Withdrawn Bid Shall Be Returned To The Bidder Unopened. If The Withdrawing Bidder’s Representative Is In Attendance, The Original Bid And All Copies Thereof Shall Be Returned To The Representative During The Bid Opening. If The Representative Is Not In Attendance, The Bid Shall Be Returned Unopened By Registered Mail. The Bidder May Withdraw Its Bid Prior To The Deadline For The Submission And Receipt Of Bids, Provided That The Corresponding Letter Of Withdrawal Contains A Valid Authorization Requesting For Such Withdrawal, Subject To Appropriate Administrative Sanctions 24.5 If A Bidder Has Previously Secured A Certification From The Procuring Entity To The Effect That It Has Previously Submitted The Above-enumerated Class “a” Documents, The Said Certification May Be Submitted In Lieu Of The Requirements Enumerated In Itb Clause 12.1(a), Items (i) To (v). 24.6 In The Case Of An Eligible Foreign Bidder As Described In Itb Clause 5, The Class “a” Documents Described In Itb Clause 12.1(a) May Be Substituted With The Appropriate Equivalent Documents, If Any, Issued By The Country Of The Foreign Bidder Concerned. 24.7 Each Partner Of A Joint Venture Agreement Shall Likewise Submit The Requirements In Itb Clauses 12.1(a)(i) And 12.1(a)(ii). Submission Of Documents Required Under Itb Clauses 12.1(a)(iii) To 12.1(a)(v) By Any Of The Joint Venture Partners Constitutes Compliance. 24.8 The Procuring Entity Shall Prepare The Minutes Of The Proceedings Of The Bid Opening That Shall Include, As A Minimum: (a) Names Of Bidders, Their Bid Price, Bid Security, Findings Of Preliminary Examination; And (b) Attendance Sheet. The Bac Members Shall Sign The Abstract Of Bids As Read. E. Evaluation And Comparison Of Bids 25. Process To Be Confidential 25.1 Members Of The Bac, Including Its Staff And Personnel, As Well As Its Secretariat And Twg, Are Prohibited From Making Or Accepting Any Kind Of Communication With Any Bidder Regarding The Evaluation Of Their Bids Until The Issuance Of The Notice Of Award, Unless Otherwise Allowed In The Bds Or In The Case Of Itb Clause 26. 25.2 Any Effort By A Bidder To Influence The Procuring Entity In The Procuring Entity’s Decision In Respect Of Bid Evaluation, Bid Comparison Or Contract Award Will Result In The Rejection Of The Bidder’s Bid. 26. Clarification Of Bids To Assist In The Evaluation, Comparison, And Post-qualification Of The Bids, The Procuring Entity May Ask In Writing Any Bidder For A Clarification Of Its Bid. All Responses To Requests For Clarification Shall Be In Writing. Any Clarification Submitted By A Bidder In Respect To Its Bid And That Is Not In Response To A Request By The Procuring Entity Shall Not Be Considered. 27. Domestic Preference 27.1 Unless Otherwise Stated In The Bds, The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With The Following: (a) The Preference Shall Be Applied When (i) The Lowest Foreign Bid Is Lower Than The Lowest Bid Offered By A Domestic Bidder, Or (ii) The Lowest Bid Offered By A Non-philippine National Is Lower Than The Lowest Bid Offered By A Domestic Entity. (b) For Evaluation Purposes, The Lowest Foreign Bid Or The Bid Offered By A Non-philippine National Shall Be Increased By Fifteen Percent (15%). (c) In The Event That (i) The Lowest Bid Offered By A Domestic Entity Does Not Exceed The Lowest Foreign Bid As Increased, Or (ii) The Lowest Bid Offered By A Non-philippine National As Increased, Then The Procuring Entity Shall Award The Contract To The Domestic Bidder/entity At The Amount Of The Lowest Foreign Bid Or The Bid Offered By A Non-philippine National, As The Case May Be. (d) If The Domestic Entity/bidder Refuses To Accept The Award Of Contract At The Amount Of The Foreign Bid Or Bid Offered By A Non-philippine National Within Two (2) Calendar Days From Receipt Of Written Advice From The Bac, The Procuring Entity Shall Award To The Bidder Offering The Foreign Bid Or The Non-philippine National, As The Case May Be, Subject To Post-qualification And Submission Of All The Documentary Requirements Under These Bidding Documents. 27.2 A Bidder May Be Granted Preference As A Domestic Entity Subject To The Certification From The Dti (in Case Of Sole Proprietorships), Sec (in Case Of Partnerships And Corporations), Or Cda (in Case Of Cooperatives) That The (a) Sole Proprietor Is A Citizen Of The Philippines Or The Partnership, Corporation, Cooperative, Or Association Is Duly Organized Under The Laws Of The Philippines With At Least Seventy Five Percent (75%) Of Its Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, (b) Habitually Established In Business And Habitually Engaged In The Manufacture Or Sale Of The Merchandise Covered By His Bid, And (c) The Business Has Been In Existence For At Least Five (5) Consecutive Years Prior To The Advertisement And/or Posting Of The Invitation To Bid For This Project. 27.3 A Bidder May Be Granted Preference As A Domestic Bidder Subject To The Certification From The Dti That The Bidder Is Offering Unmanufactured Articles, Materials Or Supplies Of The Growth Or Production Of The Philippines, Or Manufactured Articles, Materials, Or Supplies Manufactured Or To Be Manufactured In The Philippines Substantially From Articles, Materials, Or Supplies Of The Growth, Production, Or Manufacture, As The Case May Be, Of The Philippines. 28. Detailed Evaluation And Comparison Of Bids 28.1 The Procuring Entity Will Undertake The Detailed Evaluation And Comparison Of Bids Which Have Passed The Opening And Preliminary Examination Of Bids, Pursuant To Itb Clause 24, In Order To Determine The Lowest Calculated Bid. 28.2 The Lowest Calculated Bid Shall Be Determined In Two Steps. (a) The Detailed Evaluation Of The Financial Component Of The Bids, To Establish The Correct Calculated Prices Of The Bids; And (b) The Ranking Of The Total Bid Prices As So Calculated From The Lowest To The Highest. The Bid With The Lowest Price Shall Be Identified As The Lowest Calculated Bid. 28.3 The Procuring Entity's Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. Unless Otherwise Specified In The Bds, The Bac Shall Consider The Following In The Evaluation Of Bids. (a) Completeness Of The Bid. Unless The Itb Specifically Allows Partial Bids, Bids Not Addressing Or Providing All Of The Required Items In The Schedule Of Requirements Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) Or A Dash (-) For The Said Item Would Mean That It Is Being Offered For Free To The Procuring Entity; And (b) Arithmetical Corrections. Consider Computational Errors And Omissions To Enable Proper Comparison Of All Eligible Bids. It May Also Consider Bid Modifications, If Allowed In The Bds. Any Adjustment Shall Be Calculated In Monetary Terms To Determine The Calculated Prices. 28.4 Based On The Detailed Evaluation Of Bids, Those That Comply With The Above-mentioned Requirements Shall Be Ranked In The Ascending Order Of Their Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, To Identify The Lowest Calculated Bid. Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, Which Exceed The Abc Shall Not Be Considered. 28.5 Unless Otherwise Indicated In The Bds, The Procuring Entity’s Evaluation Of Bids Shall Only Be Based On The Bid Price Quoted In The Financial Bid Form. 28.6 Bids Shall Be Evaluated On An Equal Footing To Ensure Fair Competition. For This Purpose, All Bidders Shall Be Required To Include In Their Bids The Cost Of All Taxes, Such As, But Not Limited To, Value Added Tax (vat), Income Tax, Local Taxes, And Other Fiscal Levies And Duties Which Shall Be Itemized In The Bid Form And Reflected In The Detailed Estimates. Such Bids, Including Said Taxes, Shall Be The Basis For Bid Evaluation And Comparison. 29. Post-qualification 29.1 The Procuring Entity Shall Determine To Its Satisfaction Whether The Bidder That Is Evaluated As Having Submitted The Lowest Calculated Bid (lcb) Complies With And Is Responsive To All The Requirements And Conditions Specified In Itb Clauses 5, 12, And 13. 29.2 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lcb, The Bidder Shall Submit The Following Documentary Requirements: (a) Latest Income And Business Tax Returns In The Form Specified In The Bds; (b) Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. Failure Of The Bidder Declared As Lowest Calculated Bid To Duly Submit The Above Requirements On Time Under This Clause Or A Finding Against The Veracity Of Such Shall Be Ground For Forfeiture Of The Bid Security And Disqualification Of The Bidder For Award. 29.3 The Determination Shall Be Based Upon An Examination Of The Documentary Evidence Of The Bidder’s Qualifications Submitted Pursuant To Itb Clauses 12 And 13, As Well As Other Information As The Procuring Entity Deems Necessary And Appropriate, Using A Non-discretionary “pass/fail” Criterion. 29.4 If The Bac Determines That The Bidder With The Lowest Calculated Bid Passes All The Criteria For Post-qualification, It Shall Declare The Said Bid As The Lowest Calculated Responsive Bid, And Recommend To The Head Of The Procuring Entity The Award Of Contract To The Said Bidder At Its Submitted Bid Price Or Its Calculated Bid Price, Whichever Is Lower. 29.5 A Negative Determination Shall Result In Rejection Of The Bidder’s Bid, In Which Event The Procuring Entity Shall Proceed To The Next Lowest Calculated Bid To Make A Similar Determination Of That Bidder’s Capabilities To Perform Satisfactorily. If The Second Bidder, However, Fails The Post Qualification, The Procedure For Post Qualification Shall Be Repeated For The Bidder With The Next Lowest Calculated Bid, And So On Until The Lowest Calculated Responsive Bid Is Determined For Contract Award. 29.6 Within A Period Not Exceeding Fifteen (15) Calendar Days From The Date Of Receipt Of The Recommendation Of The Bac, The Head Of The Procuring Entity Shall Approve Or Disapprove The Said Recommendation. 30. Reservation Clause 30.1 Notwithstanding The Eligibility Or Post-qualification Of A Bidder, The Procuring Entity Concerned Reserves The Right To Review Its Qualifications At Any Stage Of The Procurement Process If It Has Reasonable Grounds To Believe That A Misrepresentation Has Been Made By The Said Bidder, Or That There Has Been A Change In The Bidder’s Capability To Undertake The Project From The Time It Submitted Its Eligibility Requirements. Should Such Review Uncover Any Misrepresentation Made In The Eligibility And Bidding Requirements, Statements Or Documents, Or Any Changes In The Situation Of The Bidder Which Will Affect Its Capability To Undertake The Project So That It Fails The Preset Eligibility Or Bid Evaluation Criteria, The Procuring Entity Shall Consider The Said Bidder As Ineligible And Shall Disqualify It From Submitting A Bid Or From Obtaining An Award Or Contract. 30.2 Based On The Following Grounds, The Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding At Any Time Prior To The Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability, And Make No Assurance That A Contract Shall Be Entered Into As A Result Of The Bidding: (a) If There Is Prima Facie Evidence Of Collusion Between Appropriate Public Officers Or Employees Of The Procuring Entity, Or Between The Bac And Any Of The Bidders, Or If The Collusion Is Between Or Among The Bidders Themselves, Or Between A Bidder And A Third Party, Including Any Act Which Restricts, Suppresses Or Nullifies Or Tends To Restrict, Suppress Or Nullify Competition; (b) If The Procuring Entity’s Bac Is Found To Have Failed In Following The Prescribed Bidding Procedures; Or (c) For Any Justifiable And Reasonable Ground Where The Award Of The Contract Will Not Redound To The Benefit Of The Gop As Follows: (i) If The Physical And Economic Conditions Have Significantly Changed So As To Render The Project No Longer Economically, Financially Or Technically Feasible As Determined By The Head Of The Procuring Entity; (ii) If The Project Is No Longer Necessary As Determined By The Head Of The Procuring Entity; And (iii) If The Source Of Funds For The Project Has Been Withheld Or Reduced Through No Fault Of The Procuring Entity. 30.3 In Addition, The Procuring Entity May Likewise Declare A Failure Of Bidding When: (a) No Bids Are Received; (b) All Prospective Bidders Are Declared Ineligible; (c) All Bids Fail To Comply With All The Bid Requirements Or Fail Post-qualification; Or (d) The Bidder With The Lowest Calculated Responsive Bid Refuses, Without Justifiable Cause To Accept The Award Of Contract, And No Award Is Made In Accordance With Section 40 Of The Irr Of Ra 9184. F. Award Of Contract 31. Contract Award 31.1 Subject To Itb Clause 29, The Procuring Entity Shall Award The Contract To The Bidder Whose Bid Has Been Determined To Be The Lcrb. 31.2 Prior To The Expiration Of The Period Of Bid Validity, The Procuring Entity Shall Notify The Successful Bidder In Writing That Its Bid Has Been Accepted, Through A Notice Of Award Received Personally Or Sent By Registered Mail Or Electronically, Receipt Of Which Must Be Confirmed In Writing Within Two (2) Days By The Bidder With The Lcrb And Submitted Personally Or Sent By Registered Mail Or Electronically To The Procuring Entity. 31.3 Notwithstanding The Issuance Of The Notice Of Award, Award Of Contract Shall Be Subject To The Following Conditions: (a) Submission Of The Valid Jva, If Applicable, Within Ten (10) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That The Bidder Has The Lcrb; (b) Posting Of The Performance Security In Accordance With Itb Clause 33; (c) Signing Of The Contract As Provided In Itb Clause 32; And (d) Approval By Higher Authority, If Required. 31.4 At The Time Of Contract Award, The Procuring Entity Shall Not Increase Or Decrease The Quantity Of Goods Originally Specified In Section Vi – Schedule Of Requirements. 32. Signing Of The Contract 32.1 At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Contract Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 32.2 Within Ten (10) Calendar Days From Receipt Of The Notice Of Award, The Successful Bidder Shall Post The Required Performance Security And Sign And Date The Contract And Return It To The Procuring Entity. 32.3 The Procuring Entity Shall Enter Into Contract With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 32.4 The Following Documents Shall Form Part Of The Contract. (a) Contract Agreement; (b) Bidding Documents; (c) Winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted; (d) Performance Security; (e) Notice Of Award Of Contract; And (f) Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. 33. Performance Security 33.1 To Guarantee The Faithful Performance By The Winning Bidder Of Its Obligations Under The Contract, It Shall Post A Performance Security Within A Maximum Period Of Ten (10) Calendar Days From The Receipt Of The Notice Of Award From The Procuring Entity And In No Case Later Than The Signing Of The Contract. 33.2 The Procuring Entity Shall Prescribe At Least One (1) Acceptable Form Of Performance Security Taken From The Categories Below That Bidders May Opt To Use, Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity: Form Of Performance Security Amount Of Performance Security (not Less Than The Percentage Of The Total Contract Price) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank Five Percent (5%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Thirty Percent (30%) (d) Performance Securing Declaration (psd) None 33.3 Performance Security As Indicated In Section 17.1 (k) And 39 Of The 2016 Revised Irr Of Ra No. 9184, While Includes The Performance Securing Declaration (psd) As An Alternative Performance Security During A State Of Calamity Or Imposition Of Community Quarantine Pursuant To Gppb Resolution No. 09-2020. Failure Of The Successful Bidder To Comply With The Above-mentioned Requirement Shall Constitute Sufficient Ground For The Annulment Of The Award And Forfeiture Of The Bid Security, In Which Event The Procuring Entity Shall Initiate And Complete The Post Qualification Of The Second Lowest Calculated Bid. The Procedure Shall Be Repeated Until The Lcrb Is Identified And Selected For Contract Award. However If No Bidder Passed Post-qualification, The Bac Shall Declare The Bidding A Failure And Conduct A Re-bidding With Re-advertisement. 34. Notice To Proceed 34.1 Within Seven (7) Calendar Days From The Date Of Approval Of The Contract By The Appropriate Government Approving Authority, The Procuring Entity Shall Issue Its Notice To Proceed Together With A Copy Or Copies Of The Approved Contract To The Successful Bidder. All Notices Called For By The Terms Of The Contract Shall Be Effective Only At The Time Of Receipt Thereof By The Successful Bidder. 34.2 The Contract Effectivity Date Shall Be Provided In The Notice To Proceed By The Procuring Entity, Which Date Shall Not Be Later Than Seven (7) Calendar Days From The Issuance Of The Notice To Proceed. 35. Protest Mechanism Decision Of The Procuring Entity At Any Stage Of The Procurement Process May Be Questioned In Accordance With Section 55 Of The Revised Implementing Rules And Regulations Of Republic Act 9184. Section Iii – Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is The Local Government Of Badiangan, Iloilo 1.2 The Reference Is: Supply And Delivery Of Medical Supplies For Use Of Primary Care Facility (konsulta Use), Municipal Health Office, Badiangan, Iloilo. Project Identification No. 2025-023-b. 2.0 The Funding Source Is Through The General Fund (medical And Laboratory Supplies) Of The Local Government Of Badiangan, Iloilo In The Amount Of P 83,480.00. 5.1 No Further Instructions. 5.2 None Of The Circumstances Mentioned In The Itb Clause Exists In This Project. Foreign Bidders, Except Those Falling Under Itb Clause 5.2(b) And 5.2(c), May Not Participate In This Project. 5.4 The Bidder Must Have Completed, Within The Period Specified In The Invitation To Bid And Itb Clause 12.1(a)(ii), A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. For This Purpose, Similar Contracts Shall Refer To The Supply And Delivery Of Goods That Is/are Similar In Type And Brand To The Goods Being Bidded-out. 5.5 No Further Instructions. 6.3 No Further Instructions. 7 No Further Instructions. 8.1 Subcontracting Is Not Allowed. 8.2 Not Applicable. 9.1 Not Applicable. 10.1 The Procuring Entity’s Address Is: Badiangan Municipal Hall R.c. Tabiana St., Poblacion, Badiangan, Iloilo 5033 Contact Person: Mrs. Elenor G. Navio Head: Bac Secretariat Municipal Hall, Badiangan, Iloilo Tel. No. (033) 320-7809 C.p. No. 09079955688 12.1 The First Envelope Shall Contain The Eligibility And Technical Documents Stated In The Itb Clause. However, If The Bidder Maintains A Current And Updated File Of Its Class “a” Documents With The Bac Of The Local Government Of Badiangan, Iloilo, A Certification To That Effect Issued By Its Bac May Be Submitted In Lieu Of The Class “a” Documents. 12.1(a)(i) No Other Acceptable Proof Of Registration Is Recognized 12.1(a)(ii) The Statement Of All Ongoing And Single Largest Completed Government And Private Contracts Shall Include All Such Contracts Within The Last Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 13.1 No Additional Requirements. 13.2 The Approved Budget For The Contract (abc) Is: Ᵽ 83,480.00 Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. 15.4(a)(iii) No Incidental Services Required. 15.4(b) Not Applicable. 15.5 Bid Prices Shall Be Fixed. Adjustable Price Proposals Shall Be Treated As Non-responsive And Shall Be Rejected. 15.6 Extraordinary Circumstances Refer To Events That May Be Determined By The National Economic And Development Authority In Accordance With The Civil Code Of The Philippines, And Upon The Recommendation Of The Procuring Entity. 16.1(b) The Bid Prices For Goods Supplied From Outside Of The Philippines Shall Be Quoted In Philippine Pesos. 16.3 No Further Instructions. 17.1 Bids Shall Be Valid Until 120 Calendar Days After Bidding. 18.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration (bsd), Or Any Of The Following Forms: 1. P (2% Of Abc), If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or 2. P (5% Of Abc), If Bid Security Is In Surety Bond 18.2 The Bid Security Shall Be Valid Until 120 Calendar Days After Bidding. 18.5(a)(iv) The Following Are Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use Of One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post-qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons. 18.5(b)(iii) No Further Instructions. 20.1 The Documents Enclosed In The Original Bid Should Be Original Copy Or Duly Stamped Certified True/ Machine Copy With Printed Name And Signature Of The Owner Of The Company Or The Duly Authorized Representative Of The Company As Indicated In The Special Power Of Attorney (spa) Or Secretary’s Certificate. The Duly Authorized Representative Should Have A Specimen Signature In The Spa Or Secretary’s Certificate. 20.3 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. The Photocopied Copies Of The Documents Enclosed In The First And Second Components Of The Bid Should Be Duly Stamped Certified True/ Machine Copy With Printed Name And Signature Of The Owner Of The Company Or The Duly Authorized Representative Of The Company As Indicated In The Special Power Of Attorney (spa) Or Secretary’s Certificate. The Duly Authorized Representative Should Have A Specimen Signature In The Spa Or Secretary’s Certificate. 21 The Address For Submission Of Bids Is: Municipal Budget Office, Municipal Hall Badiangan, Iloilo The Deadline For Submission Of Bid Is: May 29, 2025; 8:30 A.m. 24.1 The Place Of Bid Opening Is: Municipal Social Hall, Badiangan, Iloilo The Date And Time Of Bid Opening Is: May 29, 2025; 9:00 A.m. 25.1 No Further Instructions. 27.1 No Further Instructions. 28.3 No Further Instructions. 28.3(b) Modification Of Bids Is Not Allowed. 28.5 No Further Instructions. 29.2(a) Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted. Note: The Latest Income And Business Tax Returns Are Those Within The Last Six Months Preceding The Date Of Bid Submission. 29.2(d) None Required. 32.4(g) None Required. 34.2 The Effective Date Of The Contract Is Seven (7) Calendar Days Upon Receipt Of Notice To Proceed Issued By The Procuring Entity. Section Iv. General Conditions Of Contract 1. Definitions 1.1 In This Contract, The Following Terms Shall Be Interpreted As Indicated. (a) “the Contract” Means The Agreement Entered Into Between The Procuring Entity And The Supplier, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. (b) “the Contract Price” Means The Price Payable To The Supplier Under The Contract For The Full And Proper Performance Of Its Contractual Obligations. (c) “the Goods” Means All Of The Supplies, Equipment, Machinery, Spare Parts, Other Materials And/or General Support Services Which The Supplier Is Required To Provide To The Procuring Entity Under The Contract. (d) “the Services” Means Those Services Ancillary To The Supply Of The Goods, Such As Transportation And Insurance, And Any Other Incidental Services, Such As Installation, Commissioning, Provision Of Technical Assistance, Training, And Other Such Obligations Of The Supplier Covered Under The Contract. (e) “gcc” Means The General Conditions Of Contract Contained In This Section. (f) “scc” Means The Special Conditions Of Contract. (g) “the Procuring Entity” Means The Organization Purchasing The Goods, As Named In The Scc,. (h) “the Procuring Entity’s Country” Is The Philippines. (i) “the Supplier” Means The Individual Contractor, Manufacturer, Distributor, Or Firm Supplying/manufacturing The Goods And Services Under This Contract And Named In The Scc, (j) The “funding Source” Means The Organization Named In The Scc,. (k) “the Project Site,” Where Applicable, Means The Place Or Places Named In The Scc, (l) “day” Means Calendar Day. (m) The “effective Date” Of The Contract Will Be The Date Of Receipt By The Supplier Of The Notice To Proceed Or The Date Provided In The Notice To Proceed. Performance Of All Obligations Shall Be Reckoned From The Effective Date Of The Contract. (n) “verified Report” Refers To The Report Submitted By The Implementing Unit To The Head Of The Procuring Entity Setting Forth Its Findings As To The Existence Of Grounds Or Causes For Termination And Explicitly Stating Its Recommendation For The Issuance Of A Notice To Terminate. 2. Corrupt, Fraudulent, Collusive, And Coercive Practices 2.1 The Procuring Entity As Well As The Bidders, Contractors, Or Suppliers Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of This Contract. In Pursuance Of This Policy, The Procuring Entity. (a) Defines, For The Purposes Of This Provision, The Terms Set Forth Below As Follows (i) "corrupt Practice" Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And It Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Government, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Republic Act 3019. (ii) "fraudulent Practice" Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition. (iii) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels. (iv) “coercive Practices “ Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Effect The Execution Of A Contract; (v) “obstructive Practice” Is (aa) Deliberately Destroying, Falsifying, Altering Or Concealing Of Evidence Material To An Administrative Proceedings Or Investigation Or Making False Statements To Investigators In Order To Materially Impede An Administrative Proceedings Or Investigation Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Into Allegations Of A Corrupt, Fraudulent, Coercive Or Intimidating Any Party To Prevent If From Disclosing Its Knowledge Of Matters Relevant To The Administrative Proceedings Or Investigation Or From Pursuing Such Proceedings Or Investigation; Or (bb) Acts Intended To Materially Impede The Exercise Of The Inspection And Audit Rights Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Herein. (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Any Of The Practices Mentioned In This Clause For Purposes Of Competing For The Contract. 3. Inspection And Audit By The Funding Source The Supplier Shall Permit The Funding Source To Inspect The Supplier’s Accounts And Records Relating To The Performance Of The Supplier And To Have Them Audited By Auditors Appointed By The Funding Source, If So Required By The Funding Source. 4. Governing Law And Language 4.1 This Contract Shall Be Interpreted In Accordance With The Laws Of The Republic Of The Philippines. 4.2 This Contract Has Been Executed In The English Language, Which Shall Be The Binding And Controlling Language For All Matters Relating To The Meaning Or Interpretation Of This Contract. All Correspondence And Other Documents Pertaining To This Contract Exchanged By The Parties Shall Be Written In English. 5. Notices 5.1 Any Notice, Request, Or Consent Required Or Permitted To Be Given Or Made Pursuant To This Contract Shall Be In Writing. Any Such Notice, Request, Or Consent Shall Be Deemed To Have Been Given Or Made When Received By The Concerned Party, Either In Person Or Through An Authorized Representative Of The Party To Whom The Communication Is Addressed, Or When Sent By Registered Mail, Telex, Telegram, Or Facsimile To Such Party At The Address Specified In The Scc, Which Shall Be Effective When Delivered And Duly Received Or On The Notice’s Effective Date, Whichever Is Later. 5.2 A Party May Change Its Address For Notice Hereunder By Giving The Other Party Notice Of Such Change Pursuant To The Provisions Listed In The Scc For Gcc Clause 5.1. 6. Scope Of Contract 6.1 The Goods And Related Services To Be Provided Shall Be As Specified In Section Vi – Schedule Of Requirements. 6.2 This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. Any Additional Requirements For The Completion Of This Contract Shall Be Provided In The Scc 7. Subcontracting 7.1 Subcontracting Of Any Portion Of The Goods, If Allowed In The Bds, Does Not Relieve The Supplier Of Any Liability Or Obligation Under This Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants Or Workmen As Fully As If These Were The Supplier’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants Or Workmen. 7.2 Subcontractors Disclosed And Identified During The Bidding May Be Changed During The Implementation Of This Contract, Subject To Compliance With The Required Qualifications And The Approval Of The Procuring Entity. 8. Procuring Entity’s Responsibilities 8.1 Whenever The Performance Of The Obligations In This Contract Requires That The Supplier Obtain Permits, Approvals, Import, And Other Licenses From Local Public Authorities, The Procuring Entity Shall, If So Needed By The Supplier, Make Its Best Effort To Assist The Supplier In Complying With Such Requirements In A Timely And Expeditious Manner. 8.2 The Procuring Entity Shall Pay All Costs Involved In The Performance Of Its Responsibilities In Accordance With Gcc Clause 6. 9. Prices Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under This Contract Shall Not Vary From The Prices Quoted By The Supplier In Its Bid, With The Exception Of Any Change In Price Resulting From A Change Order Issued In Accordance With Gcc Clause 29, Or If Applicable, Adjustments Authorized In Accordance With The Price Adjustment Provisions Specified In The Scc.. 10. Payment 10.1 Unless Otherwise Specified In The Scc, Payments Shall Be Made Only Upon A Certification By The Head Of The Procuring Entity To The Effect That The Goods Have Been Rendered Or Delivered In Accordance With The Terms Of This Contract And Have Been Duly Inspected And Accepted. Except With The Prior Approval Of The President No Payment Shall Be Made For Services Not Yet Rendered Or For Supplies And Materials Not Yet Delivered Under This Contract. Ten Percent (10%) Of The Amount Of Each Payment Shall Be Retained By The Procuring Entity To Cover The Supplier’s Warranty Obligations Under This Contract As Described In Gcc Clause 17. 10.2 The Supplier’s Request(s) For Payment Shall Be Made To The Procuring Entity In Writing, Accompanied By An Invoice Describing, As Appropriate, The Goods Delivered And/or Services Performed, And By Documents Submitted Pursuant To The Scc Provision For Gcc Clause 6.2, And Upon Fulfillment Of Other Obligations Stipulated In This Contract. 10.3 Pursuant To Gcc Clause 10.2, Payments Shall Be Made Promptly By The Procuring Entity, But In No Case Later Than Sixty (60) Days After Submission Of An Invoice Or Claim By The Supplier. 10.4 Unless Otherwise Specified In The Scc, The Currency In Which Payment Is Made To The Supplier Under This Contract Shall Be In Philippine Pesos. 11. Advance Payment 11.1 Advance Payment Shall Be Made Only After Prior Approval Of The President, And Shall Not Exceed Fifteen Percent (15%) Of The Contract Amount, Unless Otherwise Directed By The President Or In Cases Allowed Under Annex “d” Of Ra 9184. 11.2 For Goods Supplied From Abroad, The Terms Of Payment Shall Be As Follows: (a) On Contract Signature: Fifteen Percent (15%) Of The Contract Price Shall Be Paid Within Sixty (60) Days From Signing Of The Contract And Upon Submission Of A Claim And A Bank Guarantee For The Equivalent Amount Valid Until The Goods Are Delivered And In The Form Provided In Section Viii. Bidding Forms. (b) On Delivery: Sixty-five Percent (65%) Of The Contract Price Shall Be Paid To The Supplier Within Sixty (60) Days After The Date Of Receipt Of The Goods And Upon Submission Of The Documents (i) Through (vi) Specified In The Scc Provision On Delivery And Documents. (c) On Acceptance: The Remaining Twenty Percent (20%) Of The Contract Price Shall Be Paid To The Supplier Within Sixty (60) Days After The Date Of Submission Of The Acceptance And Inspection Certificate For The Respective Delivery Issued By The Procuring Entity’s Authorized Representative. In The Event That No Inspection Or Acceptance Certificate Is Issued By The Procuring Entity’s Authorized Representative Within Forty Five (45) Days Of The Date Shown On The Delivery Receipt The Supplier Shall Have The Right To Claim Payment Of The Remaining Twenty Percent (20%) Subject To The Procuring Entity’s Own Verification Of The Reason(s) For The Failure To Issue Documents (vii) And (viii) As Described In The Scc Provision On Delivery And Documents. 11.3 All Progress Payments Shall First Be Charged Against The Advance Payment Until The Latter Has Been Fully Exhausted. 12. Taxes And Duties The Supplier, Whether Local Or Foreign, Shall Be Entirely Responsible For All The Necessary Taxes, Stamp Duties, License Fees, And Other Such Levies Imposed For The Completion Of This Contract. 13. Performance Security 13.1 Unless Otherwise Specified In The Scc, Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any The Forms Prescribed In The Itb Clause 33.2. 13.2 The Performance Security Posted In Favor Of The Procuring Entity Shall Be Forfeited In The Event It Is Established That The Winning Bidder Is In Default In Any Of Its Obligations Under The Contract 13.3 The Performance Security Shall Remain Valid Until Issuance By The Procuring Entity Of The Certificate Of Final Acceptance. 13.4 Unless Otherwise Specified In The Scc, The Performance Security May Be Released By The Procuring Entity And Returned To The Supplier After The Issuance Of The Certificate Of Final Acceptance Subject To The Following Conditions. (a) There Are No Pending Claims Against The Supplier Or The Surety Company Filed By The Procuring Entity; (b) The Supplier Has No Pending Claims For Labor And Materials Filed Against It; And (c) Other Terms Specified In The Scc 13.5 In Case Of A Reduction Of The Contract Value, The Procuring Entity Shall Allow A Proportional Reduction In The Original Performance Security, Provided That Any Such Reduction Is More Than Ten Percent (10%) And That The Aggregate Of Such Reductions Is Not More Than Fifty Percent (50%) Of The Original Performance Security. 14. Use Of Contract Documents And Information 14.1 The Supplier Shall Not, Except For Purposes Of Performing The Obligations In This Contract, Without The Procuring Entity’s Prior Written Consent, Disclose This Contract, Or Any Provision Thereof, Or Any Specification, Plan, Drawing, Pattern, Sample, Or Information Furnished By Or On Behalf Of The Procuring Entity. Any Such Disclosure Shall Be Made In Confidence And Shall Extend Only As Far As May Be Necessary For Purposes Of Such Performance. 14.2 Any Document, Other Than This Contract Itself, Enumerated In Gcc Clause 14.1shall Remain The Property Of The Procuring Entity And Shall Be Returned (all Copies) To The Procuring Entity On Completion Of The Supplier’s Performance Under This Contract If So Required By The Procuring Entity. 15. Standards The Goods Provided Under This Contract Shall Conform To The Standards Mentioned In The Section Vii – Technical Specifications,; And, When No Applicable Standard Is Mentioned, To The Authoritative Standards Appropriate To The Goods’ Country Of Origin. Such Standards Shall Be The Latest Issued By The Institution Concerned. 16. Inspection And Tests 16.1 The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Contract Specifications At No Extra Cost To The Procuring Entity. The Scc And Section Vii – Technical Specifications Shall Specify What Inspections And/or Tests The Procuring Entity Requires And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. 16.2 If Applicable, The Inspections And Tests May Be Conducted On The Premises Of The Supplier Or Its Subcontractor(s), At Point Of Delivery, And/or At The Goods’ Final Destination. If Conducted On The Premises Of The Supplier Or Its Subcontractor(s), All Reasonable Facilities And Assistance, Including Access To Drawings And Production Data, Shall Be Furnished To The Inspectors At No Charge To The Procuring Entity. 16.3 The Procuring Entity Or Its Designated Representative Shall Be Entitled To Attend The Tests And/or Inspections Referred To In This Clause Provided That The Procuring Entity Shall Bear All Of Its Own Costs And Expenses Incurred In Connection With Such Attendance Including, But Not Limited To, All Traveling And Board And Lodging Expenses. 16.4 The Procuring Entity May Reject Any Goods Or Any Part Thereof That Fail To Pass Any Test And/or Inspection Or Do Not Conform To The Specifications. The Supplier Shall Either Rectify Or Replace Such Rejected Goods Or Parts Thereof Or Make Alterations Necessary To Meet The Specifications At No Cost To The Procuring Entity, And Shall Repeat The Test And/or Inspection, At No Cost To The Procuring Entity, Upon Giving A Notice Pursuant To Gcc Clause 5. 16.5 The Supplier Agrees That Neither The Execution Of A Test And/or Inspection Of The Goods Or Any Part Thereof, Nor The Attendance By The Procuring Entity Or Its Representative, Shall Release The Supplier From Any Warranties Or Other Obligations Under This Contract. 17. Warranty 17.1 The Supplier Warrants That The Goods Supplied Under The Contract Are New, Unused, Of The Most Recent Or Current Models, And That They Incorporate All Recent Improvements In Design And Materials, Except When The Technical Specifications Required By The Procuring Entity Provides Otherwise. 17.2 The Supplier Further Warrants That All Goods Supplied Under This Contract Shall Have No Defect, Arising From Design, Materials, Or Workmanship Or From Any Act Or Omission Of The Supplier That May Develop Under Normal Use Of The Supplied Goods In The Conditions Prevailing In The Country Of Final Destination. 17.3 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier For A Minimum Period Specified In The Scc. The Obligation For The Warranty Shall Be Covered By, At The Supplier’s Option, Either Retention Money In An Amount Equivalent To At Least One Percent (1%) Of Every Progress Payment, Or A Special Bank Guarantee Equivalent To At Least One Percent (1%) Of The Contract Price Or Other Such Amount If So Specified In Thescc. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Specified In The Scc; Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under This Contract Have Been Fully Met. 17.4 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Within The Period Specified In The Scc And With All Reasonable Speed, Repair Or Replace The Defective Goods Or Parts Thereof, Without Cost To The Procuring Entity 17.5 If The Supplier, Having Been Notified, Fails To Remedy The Defect(s) Within The Period Specified In Gcc Clause 17.4, The Procuring Entity May Proceed To Take Such Remedial Action As May Be Necessary, At The Supplier’s Risk And Expense And Without Prejudice To Any Other Rights Which The Procuring Entity May Have Against The Supplier Under The Contract And Under The Applicable Law 18 Delays In The Supplier’s Performance 18.1 Delivery Of The Goods And/or Performance Of Services Shall Be Made By The Supplier In Accordance With The Time Schedule Prescribed By The Procuring Entity In Section Vi – Schedule Of Requirements. 18.2 If At Any Time During The Performance Of This Contract, The Supplier Or Its Subcontractor(s) Should Encounter Conditions Impeding Timely Delivery Of The Goods And/or Performance Of Services, The Supplier Shall Promptly Notify The Procuring Entity In Writing Of The Fact Of The Delay, Its Likely Duration And Its Cause(s). As Soon As Practicable After Receipt Of The Supplier’s Notice, And Upon Causes Provided For Under Gcc Clause 22, The Procuring Entity Shall Evaluate The Situation And May Extend The Supplier’s Time For Performance, In Which Case The Extension Shall Be Ratified By The Parties By Amendment Of Contract. 18.3 Except As Provided Under Gcc Clause 22, A Delay By The Supplier In The Performance Of Its Obligations Shall Render The Supplier Liable To The Imposition Of Liquidated Damages Pursuant To Gcc Clause 19, Unless An Extension Of Time Is Agreed Upon Pursuant To Gcc Clause 29 Without The Application Of Liquidated Damages. 19. Liquidated Damages Subject To Gcc Clause 18 And 22, If The Supplier Fails To Satisfactorily Deliver Any Or All Of The Goods And/or To Perform The Services Within The Period(s) Specified In This Contract Inclusive Of Duly Granted Time Extensions If Any, The Procuring Entity Shall, Without Prejudice To Its Other Remedies Under This Contract And Under The Applicable Law, Deduct From The Contract Price, As Liquidated Damages, A Sum Equivalent To The Percentage Specified In Thescc Of The Delivered Price Of The Delayed Goods Or Unperformed Services For Each Week Or Part Thereof Of Delay Until Actual Delivery Or Performance, Up To A Maximum Deduction Of The Percentage Specified In The Scc. Once The Maximum Is Reached, The Procuring Entity Shall Rescind The Contract Pursuant To Gcc Clause 23, Without Prejudice To Other Courses Of Action And Remedies Open To It. 20. Settlement Of Disputes 20.1 If Any Dispute Or Difference Of Any Kind Whatsoever Shall Arise Between The Procuring Entity And The Supplier In Connection With Or Arising Out Of This Contract, The Parties Shall Make Every Effort To Resolve Amicably Such Dispute Or Difference By Mutual Consultation. 20.2 If After Thirty (30) Days, The Parties Have Failed To Resolve Their Dispute Or Difference By Such Mutual Consultation, Then Either The Procuring Entity Or The Supplier May Give Notice To The Other Party Of Its Intention To Commence Arbitration, As Hereinafter Provided, As To The Matter In Dispute, And No Arbitration In Respect Of This Matter May Be Commenced Unless Such Notice Is Given. 20.3 Any Dispute Or Difference In Respect Of Which A Notice Of Intention To Commence Arbitration Has Been Given In Accordance With This Clause Shall Be Settled By Arbitration. Arbitration May Be Commenced Prior To Or After Delivery Of The Goods Under This Contract. 20.4 Arbitration Proceedings Shall Be Conducted In Accordance With The Rules Of Procedure Specified In The Scc. 20.5 Notwithstanding Any Reference To Arbitration Herein, The Parties Shall Continue To Perform Their Respective Obligations Under The Contract Unless They Otherwise Agree; And The Procuring Entity Shall Pay The Supplier Any Monies Due The Supplier. 21 Liability Of The Supplier 21.1 Subject To Additional Provisions, If Any, Set Forth In The Scc, The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. 21.2 Except In Cases Of Criminal Negligence Or Willful Misconduct, And In The Case Of Infringement Of Patent Rights, If Applicable, The Aggregate Liability Of The Supplier To The Procuring Entity Shall Not Exceed The Total Contract Price, Provided That This Limitation Shall Not Apply To The Cost Of Repairing Or Replacing Defective Equipment. 22. Force Majeure 22.1 The Supplier Shall Not Be Liable For Forfeiture Of Its Performance Security, Liquidated Damages, Or Termination For Default If And To The Extent That Its Delay In Performance Or Other Failure To Perform Its Obligations Under The Contract Is The Result Of A Force Majeure. 22.2 For Purposes Of This Contract The Terms “force Majeure” And “fortuitous Event” May Be Used Interchangeably. In This Regard, A Fortuitous Event Or Force Majeure Shall Be Interpreted To Mean An Event Which The Contractor Could Not Have Foreseen, Or Which Though Foreseen, Was Inevitable. It Shall Not Include Ordinary Unfavorable Weather Conditions; And Any Other Cause The Effects Of Which Could Have Been Avoided With The Exercise Of Reasonable Diligence By The Contractor. 22.3 If A Force Majeure Situation Arises, The Supplier Shall Promptly Notify The Procuring Entity In Writing Of Such Condition And The Cause Thereof. Unless Otherwise Directed By The Procuring Entity In Writing, The Supplier Shall Continue To Perform Its Obligations Under The Contract As Far As Is Reasonably Practical, And Shall Seek All Reasonable Alternative Means For Performance Not Prevented By The Force Majeure. 23. Termination For Default 23.1 The Procuring Entity Shall Terminate This Contract For Default When Any Of The Following Conditions Attends Its Implementation. (a) Outside Of Force Majeure, The Supplier Fails To Deliver Or Perform Any Or All Of The Goods Within The Period(s) Specified In The Contract, Or Within Any Extension Thereof Granted By The Procuring Entity Pursuant To A Request Made By The Supplier Prior To The Delay, And Such Failure Amounts To At Least Ten Percent (10%) Of The Contact Price; (b) As A Result Of Force Majeure, The Supplier Is Unable To Deliver Or Perform Any Or All Of The Goods, Amounting To At Least Ten Percent (10%) Of The Contract Price, For A Period Of Not Less Than Sixty (60) Calendar Days After Receipt Of The Notice From The Procuring Entity Stating That The Circumstance Of Force Majeure Is Deemed To Have Ceased; Or (c) The Supplier Fails To Perform Any Other Obligation Under The Contract.. 23.2 In The Event The Procuring Entity Terminates This Contract In Whole Or In Part, For Any Of The Reasons Provided Under Gcc Clauses 23 To 26, The Procuring Entity May Procure, Upon Such Terms And In Such Manner As It Deems Appropriate, Goods Or Services Similar To Those Undelivered, And The Supplier Shall Be Liable To The Procuring Entity For Any Excess Costs For Such Similar Goods Or Services. However, The Supplier Shall Continue Performance Of This Contract To The Extent Not Terminated. 23.3 In Case The Delay In The Delivery Of The Goods And/or Performance Of The Services Exceeds A Time Duration Equivalent To Ten Percent (10%) Of The Specified Contract Time Plus Any Time Extension Duly Granted To The Supplier, The Procuring Entity May Terminate This Contract, Forfeit The Supplier's Performance Security And Award The Same To A Qualified Supplier. 24. Termination For Insolvency The Procuring Entity Shall Terminate This Contract If The Supplier Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. In This Event, Termination Will Be Without Compensation To The Supplier, Provided That Such Termination Will Not Prejudice Or Affect Any Right Of Action Or Remedy Which Has Accrued Or Will Accrue Thereafter To The Procuring Entity And/or The Supplier. 25. Termination For Convenience 25.1 The Procuring Entity May Terminate This Contract, In Whole Or In Part, At Any Time For Its Convenience. The Head Of The Procuring Entity May Terminate A Contract For The Convenience Of The Government If He Has Determined The Existence Of Conditions That Make Project Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event(s) Or Changes In Law And National Government Policies. 25.2 The Goods That Have Been Delivered And/or Performed Or Are Ready For Delivery Or Performance Within Thirty (30) Calendar Days After The Supplier’s Receipt Of Notice To Terminate Shall Be Accepted By The Procuring Entity At The Contract Terms And Prices. For Goods Not Yet Performed And/or Ready For Delivery, The Procuring Entity May Elect: (a) To Have Any Portion Delivered And/or Performed And Paid At The Contract Terms And Prices; And/or (b) To Cancel The Remainder And Pay To The Supplier An Agreed Amount For Partially Completed And/or Performed Goods And For Materials And Parts Previously Procured By The Supplier. 25.3 If The Supplier Suffers Loss In Its Initial Performance Of The Terminated Contract, Such As Purchase Of Raw Materials For Goods Specially Manufactured For The Procuring Entity Which Cannot Be Sold In Open Market, It Shall Be Allowed To Recover Partially From This Contract, On A Quantum Meruit Basis. Before Recovery May Be Made, The Fact Of Loss Must Be Established Under Oath By The Supplier To The Satisfaction Of The Procuring Entity Before Recovery May Be Made. 26. Termination For Unlawful Acts 26.1 The Procuring Entity May Terminate This Contract In Case It Is Determined Prima Facie That The Supplier Has Engaged, Before Or During The Implementation Of This Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation. Unlawful Acts Include, But Are Not Limited To, The Following: (a) Corrupt, Fraudulent, And Coercive Practices As Defined In Itb Clause 3.1(a); (b) Drawing Up Or Using Forged Documents; (c) Using Adulterated Materials, Means Or Methods, Or Engaging In Production Contrary To Rules Of Science Or The Trade; And (d) Any Other Act Analogous To The Foregoing. 27. Procedures For Termination Of Contracts 27.1 The Following Provisions Shall Govern The Procedures For Termination Of This Contract: (a) Upon Receipt Of A Written Report Of Acts Or Causes Which May Constitute Ground(s) For Termination As Aforementioned, Or Upon Its Own Initiative, The Implementing Unit Shall, Within A Period Of Seven (7) Calendar Days, Verify The Existence Of Such Ground(s) And Cause The Execution Of A Verified Report, With All Relevant Evidence Attached; (b) Upon Recommendation By The Implementing Unit, The Head Of The Procuring Entity Shall Terminate This Contract Only By A Written Notice To The Supplier Conveying The Termination Of This Contract. The Notice Shall State: (i) That This Contract Is Being Terminated For Any Of The Ground(s) Afore-mentioned, And A Statement Of The Acts That Constitute The Ground(s) Constituting The Same; (ii) The Extent Of Termination, Whether In Whole Or In Part; (iii) An Instruction To The Supplier To Show Cause As To Why This Contract Should Not Be Terminated; (iv) Special Instructions Of The Procuring Entity, If Any. (c) The Notice To Terminate Shall Be Accompanied By A Copy Of The Verified Report; (d) Within A Period Of Seven (7) Calendar Days From Receipt Of The Notice Of Termination, The Supplier Shall Submit To The Head Of The Procuring Entity A Verified Position Paper Stating Why This Contract Should Not Be Terminated. If The Supplier Fails To Show Cause After The Lapse Of The Seven (7) Day Period, Either By Inaction Or By Default, The Head Of The Procuring Entity Shall Issue An Order Terminating This Contract; (e) The Procuring Entity May, At Anytime Before Receipt Of The Supplier’s Verified Position Paper To Withdraw The Notice To Terminate If It Is Determined That Certain Items Or Works Subject Of The Notice Had Been Completed, Delivered, Or Performed Before The Supplier’s Receipt Of The Notice; (f) Within A Non-extendible Period Of Ten (10) Calendar Days From Receipt Of The Verified Position Paper, The Head Of The Procuring Entity Shall Decide Whether Or Not To Terminate This Contract. It Shall Serve A Written Notice To The Supplier Of Its Decision And, Unless Otherwise Provided, This Contract Is Deemed Terminated From Receipt Of The Supplier Of The Notice Of Decision. The Termination Shall Only Be Based On The Ground(s) Stated In The Notice To Terminate; (g) The Head Of The Procuring Entity May Create A Contract Termination Review Committee (ctrc) To Assist Him In The Discharge Of This Function. All Decisions Recommended By The Ctrc Shall Be Subject To The Approval Of The Head Of The Procuring Entity; And (h) The Supplier Must Serve A Written Notice To The Procuring Entity Of Its Intention To Terminate The Contract At Least Thirty (30) Calendar Days Before Its Intended Termination. The Contract Is Deemed Terminated If It Is Not Resumed In Thirty (30) Calendar Days After The Receipt Of Such Notice By The Procuring Entity. 28. Assignment Of Rights The Supplier Shall Not Assign His Rights Or Obligations Under This Contract, In Whole Or In Part, Except With The Procuring Entity’s Prior Written Consent. 29. Contract Amendment Subject To Applicable Laws, No Variation In Or Modification Of The Terms Of This Contract Shall Be Made Except By Written Amendment Signed By The Parties. 30. Application These General Conditions Shall Apply To The Extent That They Are Not Superseded By Provisions Of Other Parts Of This Contract. Section V – Special Conditions Of Contract Scc Clause 1.1(g) The Procuring Entity Is The Local Government Of Badiangan, Iloilo. 1.1(i) The Supplier Is ________________________________. 1.1(j) The Funding Source Is Through The General Fund (medical And Laboratory Supplies) Of The Local Government Of Badiangan, Iloilo. The Total Approved Budget For The Contract Is Eighty Three Thousand Four Hundred Eighty Pesos Only (ᵽ 83,480.00) 1.1(k) The Project Site Or The Delivery Of The Goods Shall Be At The Municipal Health Office, Badiangan, Iloilo. 5.1 The Procuring Entity’s Address For Notices Is: Atty. Suzette A. Mamon Municipal Mayor Badiangan Municipal Hall R.c. Tabiana St., Poblacion, Badiangan, Iloilo 5033 Tel. No: Mayor’s Office (033-320-0807) 6.2 The Additional Requirements For The Completion Of This Contract Are As Follows: Delivery And Documents - For Purposes Of The Contract(s), “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of The Contract(s) Shall Be As Follows: For Domestic Suppliers, “the Delivery Terms Applicable To This Contract Are Delivered To The Municipal Health Office, Badiangan, Iloilo. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi – Schedule Of Requirements. The Details Of Shipping And/or Other Documents To Be Furnished By The Supplier Are As Follows: Upon Delivery Of Goods To The Project Site, The Supplier Shall Notify The Procuring Entity And Present The Following Documents To The Procuring Entity: (i) Original And Four Copies Of The Supplier’s Invoice Showing Goods’ Description, Quantity, Unit Price, And Total Amount; (ii) Original And Four Copies Delivery Receipt/note, Railway Receipt Or Truck Receipt; (iii) Original Supplier’s Factory Inspection Report; (iv) Original And Four Copies Of The Manufacturer’s And/or Supplier’s Warranty Certificate; (v) Original And Four Copies Of The Certificate Of Origin (for Imported Goods); (vi) Delivery Receipt Detailing Number And Description Of Items Received Signed By The Authorized Receiving Personnel; (vii) Certificate Of Acceptance/inspection Report Signed By The Procuring Entity’s Representative At The Project Site; And (viii) Four Copies Of The Invoice Receipt For Property Signed By The Procuring Entity’s Representative At The Project Site. For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Dr. Janice Ivy A. Lagarde, Municipal Health Officer I, Municipal Health Office, Badiangan, Iloilo. Incidental Services - The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi – Schedule Of Requirements. (a) Performance Or Supervision Of On-site Assembly And/or Start Up Of The Supplied Goods; (b) Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; (c) Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; (d) Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And (e) Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Insurance – The Goods Supplied Under This Contract Shall Be Fully Insured By The Supplier In A Freely Convertible Currency Against Loss Or Damage Incidental To Manufacture Or Acquisition, Transportation, Storage, And Delivery. The Goods Remain At The Risk And Title Of The Supplier Until Their Final Acceptance By The Procuring Entity. Transportation - Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure In Accordance With Gcc Clause 22. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Patent Rights - The Supplier Shall Indemnify The Procuring Entity Against All Third Party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 9 Bid Prices Are Considered Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances And Upon Prior Approval Of The Gppb In Accordance With Section 61 Of R.a. 9184 And Its Irr-a. 10.1 No Further Instructions. 10.4 No Further Instructions. 13.1 No Further Instructions. 13.4 No Further Instructions. 13.4 (c) No Further Instructions. 16.1 The Inspection And Test That Will Be Conducted Is Physical Inspection. 17.3 The Goods Shall Have A Warranty Period Of Three (3) Months After Acceptance By The Procuring Entity Of The Delivered Goods Or After The Goods Are Consumed Whichever Is Earlier. 17.4 & 17.5 The Period For Correction Of Defects In The Warranty Period Is Seven (7) Calendar Days From Either Verbal Or Written Notification. 19 The Applicable Rate Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 20.4 In The Case Of A Dispute Between The Procuring Entity And The Supplier, The Dispute Shall Be Resolved In Accordance With Republic Act 9285 (“r.a. 9285”), Otherwise Known As The “alternative Dispute Resolution Act Of 2004.” 21.1 No Additional Provisions. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Days/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site Item No. Description Quantity Total Delivered, Days/months 1. Surgical Gloves S 6.5, 50's 5 Boxes 5 Boxes 30 Calendar Days Upon Receipt Of P.o. 2. Surgical Gloves S 7, 50's 5 Boxes 5 Boxes 30 Calendar Days Upon Receipt Of P.o. 3. Clean Glove, Medium, 50's 10 Boxes 10 Boxes 30 Calendar Days Upon Receipt Of P.o. 4. Clean Glove, Large, 50's 5 Boxes 5 Boxes 30 Calendar Days Upon Receipt Of P.o. 5. Elastic Bandage 3'x5 Yards 20 Pcs 20 Pcs 30 Calendar Days Upon Receipt Of P.o. 6. Adhesive Bandage, 50strips 5 Boxes 5 Boxes 30 Calendar Days Upon Receipt Of P.o. 7. Diaper Newborn, 44's 2 Packs 2 Packs 30 Calendar Days Upon Receipt Of P.o. 8. Diaper Adult, Medium, 10's 3 Packs 3 Packs 30 Calendar Days Upon Receipt Of P.o. 9. Diaper Adult, Large, 10's 2 Packs 2 Packs 30 Calendar Days Upon Receipt Of P.o. 10. Underpad Large, 10's 10 Packs 10 Packs 30 Calendar Days Upon Receipt Of P.o. 11. Toilet Bowl Cleaner, 1000ml 20 Bots 20 Bots 30 Calendar Days Upon Receipt Of P.o. 12. Thermometer Digital 10 Pcs 10 Pcs 30 Calendar Days Upon Receipt Of P.o. 13. Ky Jelly 80g 5 Bots 5 Bots 30 Calendar Days Upon Receipt Of P.o. 14. Ultrasound Gel, 250ml 10 Bots 10 Bots 30 Calendar Days Upon Receipt Of P.o. 15. Alcohol Ethyl, 1 Gallon 5 Bots 5 Bots 30 Calendar Days Upon Receipt Of P.o. 16. Activated Glutaraldehyde Solution 2.45% 2 Gallon 2 Gallon 30 Calendar Days Upon Receipt Of P.o. 17. Chlorine Granules 1kg 10 Kilo 10 Kilo 30 Calendar Days Upon Receipt Of P.o. 18. Pnss 1litre 5 Bots 5 Bots 30 Calendar Days Upon Receipt Of P.o. 19. Plr 1litre 5 Bots 5 Bots 30 Calendar Days Upon Receipt Of P.o. 20. D5lr 1litre 5 Bots 5 Bots 30 Calendar Days Upon Receipt Of P.o. 21. Pnss For Irrigation 1litre 5 Bots 5 Bots 30 Calendar Days Upon Receipt Of P.o. 22. Sterile Water For Injection 100ml 10 Bots 10 Bots 30 Calendar Days Upon Receipt Of P.o. 23. Surgical Blade No. 10, 100's 1 Box 1 Box 30 Calendar Days Upon Receipt Of P.o. 24. Povidone Iodine Solution 1 Gallon 5 Gallon 5 Gallon 30 Calendar Days Upon Receipt Of P.o. 25. Rolled Gauze 28x24mesh 40's36'x100yards2ply 10 Rolled 10 Rolled 30 Calendar Days Upon Receipt Of P.o. 26. Rolled Cotton 400g 10 Rolled 10 Rolled 30 Calendar Days Upon Receipt Of P.o. 27. Cotton Balls 300balls 10 Packs 10 Packs 30 Calendar Days Upon Receipt Of P.o. 28. Disinfectant Solution 1litres 5 Bots 5 Bots 30 Calendar Days Upon Receipt Of P.o. 29. Cannula Gauge 18 25 Pcs 25 Pcs 30 Calendar Days Upon Receipt Of P.o. 30. Cannula Gauge 20 15 Pcs 15 Pcs 30 Calendar Days Upon Receipt Of P.o. 31. Nasal Oxygen Cannula (adult) 20 Pcs 20 Pcs 30 Calendar Days Upon Receipt Of P.o. 32. Nasal Oxygen Cannula (pedia) 20 Pcs 20 Pcs 30 Calendar Days Upon Receipt Of P.o. 33. Nebulizer Kit (adult) 20 Pcs 20 Pcs 30 Calendar Days Upon Receipt Of P.o. 34. Nebulizer Kit (pedia) 20 Pcs 20 Pcs 30 Calendar Days Upon Receipt Of P.o. 35. Surgical Tape 1inch 15 Pcs 15 Pcs 30 Calendar Days Upon Receipt Of P.o. 36. Brown Bag, S #2, 100's 2 Packs 5 Boxes 30 Calendar Days Upon Receipt Of P.o. Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ___________________________ Section Vii. Technical Specifications Note: In The Statement Of Compliance Column, Bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Goods Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidders Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Provisions Of Itb Clause 3.1(a)(ii) And/or Gcc Clause 2.1(a)(ii). Item No. Specifications Statement Of Compliance Cross Reference 1. Surgical Gloves S 6.5, 50's 2. Surgical Gloves S 7, 50's 3. Clean Glove, Medium, 50's 4. Clean Glove, Large, 50's 5. Elastic Bandage 3'x5 Yards 6. Adhesive Bandage, 50strips 7. Diaper Newborn, 44's 8. Diaper Adult, Medium, 10's 9. Diaper Adult, Large, 10's 10. Underpad Large, 10's 11. Toilet Bowl Cleaner, 1000ml 12. Thermometer Digital 13. Ky Jelly 80g 14. Ultrasound Gel, 250ml 15. Alcohol Ethyl, 1 Gallon 16. Activated Glutaraldehyde Solution 2.45% 17. Chlorine Granules 1kg 18. Pnss 1litre 19. Plr 1litre 20. D5lr 1litre 21. Pnss For Irrigation 1litre 22. Sterile Water For Injection 100ml 23. Surgical Blade No. 10, 100's 24. Povidone Iodine Solution 1 Gallon 25. Rolled Gauze 28x24mesh 40's36'x100yards2ply 26. Rolled Cotton 400g 27. Cotton Balls 300balls 28. Disinfectant Solution 1litres 29. Cannula Gauge 18 30. Cannula Gauge 20 31. Nasal Oxygen Cannula (adult) 32. Nasal Oxygen Cannula (pedia) 33. Nebulizer Kit (adult) 34. Nebulizer Kit (pedia) 35. Surgical Tape 1inch 36. Brown Bag, S #2, 100's Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ___________________________ Section Viii. Bidding Forms Bid Form Date: Project Identification No.: To: [name And Address Of Procuring Entity] Gentlemen And/or Ladies: Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To [supply/deliver/perform] [description Of The Goods] In Conformity With The Said Pbds For The Sum Of [total Bid Amount In Words And Figures] Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein Or In The Price Schedules. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In Bds Provision For Itb Clause 18.2 And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid, Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per Itb Clause 5 Of The Bidding Documents. We Likewise Certify/ Confirm That The Undersigned, [ For Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter's Behalf For The [name Of Project] Of The [name Of Procuring Entity] [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter's Behalf For [name Of Project] Of The [name Of The Procuring Entity]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 20______. Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ___________________________ For Goods Offered From Within The Philippines Name Of Bidder ____________________________ Project Identification Number __. Page Of . All Entries Must Be Computerized Or Typewritten 1 2 3 4 5 6 7 8 9 10 Item No. Description Country Of Origin Quantity Unit Unit Price Exw Per Item Transportation And Insurance And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price Per Unit (col 5 + 6 + 7 + 8) Total Price Delivered Final Destination (col. 9) X (col. 4) 1. Surgical Gloves S 6.5, 50's 5 Boxes 2. Surgical Gloves S 7, 50's 5 Boxes 3. Clean Glove, Medium, 50's 10 Boxes 4. Clean Glove, Large, 50's 5 Boxes 5. Elastic Bandage 3'x5 Yards 20 Pcs 6. Adhesive Bandage, 50strips 5 Boxes 7. Diaper Newborn, 44's 2 Packs 8. Diaper Adult, Medium, 10's 3 Packs 9. Diaper Adult, Large, 10's 2 Packs 10. Underpad Large, 10's 10 Packs 11. Toilet Bowl Cleaner, 1000ml 20 Bots 12. Thermometer Digital 10 Pcs 13. Ky Jelly 80g 5 Bots 14. Ultrasound Gel, 250ml 10 Bots 15. Alcohol Ethyl, 1 Gallon 5 Bots 16. Activated Glutaraldehyde Solution 2.45% 2 Gallon 17. Chlorine Granules 1kg 10 Kilo 18. Pnss 1litre 5 Bots 19. Plr 1litre 5 Bots 20. D5lr 1litre 5 Bots 21. Pnss For Irrigation 1litre 5 Bots 22. Sterile Water For Injection 100ml 10 Bots 23. Surgical Blade No. 10, 100's 1 Box 24. Povidone Iodine Solution 1 Gallon 5 Gallon 25. Rolled Gauze 28x24mesh 40's36'x100yards2ply 10 Rolled 26. Rolled Cotton 400g 10 Rolled 27. Cotton Balls 300balls 10 Packs 28. Disinfectant Solution 1litres 5 Bots 29. Cannula Gauge 18 25 Pcs 30. Cannula Gauge 20 15 Pcs 31. Nasal Oxygen Cannula (adult) 20 Pcs 32. Nasal Oxygen Cannula (pedia) 20 Pcs 33. Nebulizer Kit (adult) 20 Pcs 34. Nebulizer Kit (pedia) 20 Pcs 35. Surgical Tape 1inch 15 Pcs 36. Brown Bag, S #2, 100's 2 Packs Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ___________________________ Omnibus Sworn Statement Republic Of The Philippines ) Iloilocity ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Bidding For [name Of The Project] Of The [name Of The Procuring Entity]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The [name Of Bidder] In The Bidding As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: I Am Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S, 1930, As Amended, Or The Revised Penal Code, In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ___________________________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [jurat] Checklist Of Bid Requirements First Envelope Eligibility Documents Class “a” Documents Legal Documents: 1 Certificate Of Philgeps Registration (platinum Membership) And Membership With Annex A In Accordance With Section 8.5.2 Of The Revised Irr. Technical Documents: 2 Statement Of All Its On-going Government And Private Contracts Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids, Including Contracts Awarded But Not Yet Started, If Any, Which Are Similar In Nature And Complexity To The Contract To Be Bid. The Statement Shall Include, For Each Contract, The Following: (a) Name Of The Contract; (b) Date Of The Contract, (c) Kind Of Goods, (d) Amount Of And Value Of Outstanding Contracts, (e) Date Of Delivery, And (f) Notice Of Award, Notice To Proceed, Contract Of Agreements, Purchase Orders And Certificate Of Accomplishments Issued By The Owner. (latest) 3 Statement Of Its Single Largest Completed Contract (slcc) Which Includes Its Government And Private Contracts Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids, Which Are Similar In Nature And Complexity To The Contract To Be Bid. The Statement Shall Include, For Each Contract, The Following: (a) Name Of The Contract; (b) Date Of The Contract, (c) Kind Of Goods, (d) Amount Of And Value Of Awarded And Completed Contracts, (e) Date Of Delivery, (f) End User’s Acceptance And Or Official Receipt(s) Issued For The Contract Supported By Notice Of Award, Notice To Proceed, Contract/ Purchase Order, Certificate Of Completion And Certificate Of Acceptance.(latest) Financial Documents 4 The Prospective Bidder’s Latest Computation For Its Net Financial Contracting Capacity (nfcc) Which Must Be At Least Equal To The Abc To Be Bid. (latest) Or A Committed Line Of Credit From Universal Or Commercial Bank (not Applicable To Procurement Of Infrastructure Projects). Class “b” Documents 5 If Applicable, A Valid Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence, Or, In Lieu Thereof, A Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful Shall Be Included In The Bid . (latest) Technical Documents 1 2 Bid Security In The Prescribed Form, Amount And Validity Period And In Accordance With Itb Clause 18. Statement Of Compliance To The Schedule Of Requirements 3 4 Statement Of Compliance To Technical Specifications Taking Into Consideration The Notations Stated In Section Vii Of The Bidding Documents. Authority Of The Signatory 5 Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative In Accordance With Section 25.2(b)(iv) Of The Revised Irr Of Ra 9184 And As Indicated In The Omnibus Sworn Statement Of The Bidding Documents Using The Prescribed Form Issued By The Gppb. (latest) Note: Any Missing Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid Second Envelope Financial Documents 1 Financial Bid Form Which Includes Bid Prices And The Bill Of Quantities And The Applicable Price Schedules, In Accordance With Itb Clauses 15.1 And 15.4 And The Issued Form In Section Viii Of The Bidding Documents. 2 If A Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti (if A Bidder Is A Sole Proprietor), By Sec (if Bidder Is A Partnership, Or A Corporation); And Cda (if Bidder Is A Cooperative)issued In Accordance With Itb Clause 27, If Applicable, That: A) Sole Proprietor Is A Citizen Of The Philippines, Corporation, Cooperative, Or Association Is A Duly Organized Under The Laws Of The Philippines With At Least Seventy Five (75%) Of Its Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines; B) Habitually Established In Business And Habitually Engaged In The Manufacturing Or Sale Of The Merchandise Covered By His Bid, And C) The Business Has Been In Existence For At Least Five (5) Consecutive Years Prior To The Advertisement And/or The Invitation To Bid.
5761-5770 of 5802 archived Tenders