Painting Tenders

Painting Tenders

Gemeente Amsterdam Tender

Netherlands
Details: Description of the tender: The work to be carried out during major maintenance can be divided into 2 activities. 1. Structural repair of the roof floors of both garages so that they can be used for at least 20 years. 2. Regular maintenance, i.e. bringing the garage to a level so that it meets the normal usage requirements through the following measures and activities: A. Repair of the paving in both garages; B. Repair of Various, Superficial Concrete Damages; C. Cleaning and Painting the Interior of the Garage; D. Repair Defects to the E-installations; E. Replace fixtures in both garages with an energy-efficient system; F. Repairing Various Structural Defects; G. Ensure that the required escape routes function; H. No asbestos-containing materials were found, but there are some limitations (locations where it was not possible to investigate) where asbestos-containing materials may be present. These places are indicated in the appendices to the asbestos inventories. These asbestos inventories show that no asbestos-containing material needs to be remediated. But the Contractor would take the instructions in the asbestos inventories into account. An important condition for carrying out the assignment is that the subscription holders can continue to use the garage during the major maintenance. • De Hofgarage has 174 subscription parking spaces, of which 120 are rented. • The Werfgarage has 289 subscription parking spaces, of which 183 are rented. Due to the requirement that a parking space is available for season ticket holders at all times, the major maintenance of the two parking garages has been combined into one assignment. With the two garages at his disposal, the contractor is offered as much flexibility as possible to carry out his work in accordance with the preconditions.
Closing Date20 Oct 2024
Tender AmountRefer Documents 

Philippine National Oil Company - PNOC Tender

Philippines
Details: Description 1. Background In 2023, Bataan’s Provincial Government Launched The Green Mobility Program As Part Of Project Transform Of The Department Of Environment And Natural Resources (denr) In The Province. As Part Of This Initiative, Six Electric Vehicles (e-vehicles) Were Blessed And Turned Over To The Metro Bataan Development Authority (mbda) And Provincial Disaster Risk Reduction And Management Office (pdrrmo). In Furtherance Of Its Commitment In Promoting Sustainable Development And Environmental Protection, The Provincial Government Of Bataan (pgb) Aims To Install A 80kw Fast-charging Station At The Bataan Tourism Center In Balanga. This Initiative Also Supports The Electric Vehicle Industry Development Act (evida), And The Green Energy Management Program (gemp) Of The National Government. Currently, There Are Six Electric Vehicles Acquired By The Province For Patrol Services And The Provision Of Services To The People. These Vehicles Include Four (4) Volkswagen Id6 Cruzz Long Range Pro Versions; And Two (2) Byd Dolphin Models. There Are Plans Of Procuring Additional Four (4) Evs For The Sangguniang Bayan Office And Mbda In May 2024. The Bataan Provincial Government Is Currently Using Slow Charging Stations For Their Electric Vehicle (ev) Fleet, Requiring A Full Night To Charge Each Vehicle. Data Indicates That Evs Are More Economical Than Traditional Fuel-powered Vehicles. However, For Enhanced Efficiency And Time-saving, Particularly For Evs Deployed In Patrol And Emergency Response Roles Throughout The Province, There Is A Pressing Need To Upgrade To Fast Charging Infrastructure. The Installation Of A Fast-charging Station At The Bataan Tourism Center Will Address The Range Anxiety Of Ev Users, And Will Promote The Adoption Of Electric Vehicles. Bataan, As Our Industrial Park Host Province, Plays A Crucial Role In Our Current And Future Business Operations. The Cooperation Of Bataan Is Essential Not Only For Our Existing Business But Also For The New And Renewable Energy Resource Development Projects That Pnoc Will Be Embarking On In The Province. Pnoc Would Like To Showcase Its Commitment To Corporate Social Responsibility By Supporting The Necessary Infrastructure For These Electric Vehicles, Including The Charging Equipment, Infrastructure Support, Canopy, Signage, Cabling, And Network Connection. 2. Objectives 1. To Support The Adoption Of Electric Vehicles In Bataan By Providing An Express Charging Infrastructure. 2. To Reduce Carbon Emissions And Improve Air Quality In The Province. 3. To Promote Sustainable Development And Environmental Stewardship In Line With National And Local Government Policies. 3. Technical Specifications Item Qty. Unit Approved Budget Contract (abc) Mode 4, 80 Kw Evcs, Including 2 Spare Charging Cables 1 Unit Php 2.8 Million Specifications Mode 4 Evcs, 80kw (dc) General A. Rated Power 80 Kw Or Higher B. Number Of User Terminal One (1) For Each Electric Charging System C. Display Language English D. Charging Interface Ccs Combo 2 And Gb/t Dc E. Number Of Charging Gun And Cable Two (2) Charging Gun And Cables Other Requirements For The Evcs: General A. Casing Anti-corrosion Painted Steel Or Equivalent B. Minimum Ingress Protection Ip54 C. Charging Cable Minimum Length 5 Meters D. Connectivity Capable Of Connecting To The Internet E. Communication Protocol Open Charge Point Protocol (ocpp) 1.6 Or Equivalent Protective Function Overcurrent Protection, Surge Protection, Ground Fault Detection, Leakage Detection Equipped On/off Switch Equipped Emergency Stop Button Equipped Installation Installation Including Civil Works And Electrical Works Necessary To Install All Equipment And Chargers; As Applicable. Includes Separate Circuit Breaker; Canopy And Signage Materials And Network Connection Equipment. Documents / User’s Manual Instruction Manual For Operation And Maintenance In English Evcs And Location The Delivery And Installation Site Shall Be At The Bataan Tourism Center, Balanga, Province Of Bataan Training And Awareness Two-day (2) Training For Selected Pnoc And Pgb Personnel Who Will Handle The Operation Of The Evcs Including Operation, Troubleshooting, And Preventive Maintenance Of The Evcs. 4. Scope Of Works By The Winning Bidder ● Conduct A Kick-off/inception Meeting For The Installation Of The Chargers Before The Commencement Of The Installation And Set-up Service. ● Prepare Plans/blueprint And Layout Of The Evcs Infrastructure. The Said Documents Shall Be Reviewed By The End-user For Approval. ● Provide The End-user With The Pre-built And As-built Site Development Plan, Electrical Plan, Mechanical Plan, Civil Work Plan, And Architectural Plan Necessary For The Execution Of This Project, As Applicable, Duly Signed By The Respective Licensed Professional Engineers And Architect. ● Provide A Turnkey Basis On The Supply, Delivery, Installation, Testing, And Commissioning Of The Evcs. ● Provide A 2-year Free After-sales Services Which Include But Not Limited To The Following: A. 24-hour Customer Support B. Routinary Diagnostic Checkup Of The Unit C. Troubleshooting And Repair (for Both Hardware And Software) D. Technology Transfer To Selected Pnoc And Pgb Personnel ● Provide A Free Bi-annual Maintenance Checks For The Evcs. ● Provide The Meter/sub-meter For The Evcs. 5. Other Terms And Conditions ● All Bidders Are Required To Conduct Ocular Inspections At The Same Time (date To Be Determined), At The Proposed Evcs Site To Be Assisted By The End-user For Bidders To Determine All Cost And Work Inclusions In The Implementation Of The Project. ● The Bidder Confirms That They Have Inspected The Site Where The Work Will Be Performed And Is Fully Aware Of The Conditions Which Might Affect The Nature, Extent And Cost Of The Work Required; Pnoc Shall In No Way Be Responsible For Any Costs Or Expenses Which May Be Incurred On Account Of Failure Of The Bidder To Make An Accurate Examination Of Present And/or Assessment Of Future Factors That May Affect The Cost Of Execution. ● The Bidder Must Also Include An “affidavit Of Undertaking” In Its Bid Information To Demonstrate Its Capacity To Provide After-sales Service. ● The Price Quoted Should Be Firm And Irrevocable And Not Subject To Any Change Whatsoever, Even Due To The Increase In The Cost Of Raw Materials, Components And Fluctuations In Foreign Exchange Rates And Excise Duties. Should The Bid Goods Be Rendered Obsolete Or Phased Out By The Manufacturer, The Upgraded Or Newer Version Shall Be Delivered At No Additional Cost To The End-user. The Winning Bidder Should Warrant That All Goods, Vehicles, Equipment, Parts And Components Shall Be Brand-new (unused), Not Cloned Nor Imitation, Whatsoever, And If Found So, Shall Be Replaced Immediately With No Additional Cost To Pnoc. ● One Hundred Percent (100%) Of The Contract Price Will Be Processed Upon Satisfactory Completion Of The Delivery, Installation, Commissioning, And Presentation Of Pnoc Acceptance. ● The Bid Price Must Be Inclusive Of All Costs (insurance, Freight, Brokerage, Duties, Taxes, Etc.) Attendant To The Delivery, Installation And Commissioning Of The Items At Pnoc. ● The Winning Bidder Must Carry Out Necessary Works For The Construction Of The Charging Station Such As, But Not Limited To, Electrical Wiring That Will Be Affected By The Construction Of Evcs Roof/awning Shed And Parking Area By The Pgb, Etc. ● The Winning Bidder Must Conduct Installation Of The Fast Charger In Accordance With Standards, Manuals, Etc. ● The Winning Bidder Must Conduct Installation Of At Least One (1) Outlet Capable Of Safely Servicing Ev On-board Charger. ● The Winning Bidder Shall Conduct Testing Prior To The Operational Commissioning, Including The Power Tie-in To Connect The Evcs To The Main Electrical Supply. ● The Winning Bidder Must Provide At Least A Two-day (2) Training For Selected Pnoc And Pgb Personnel Who Will Handle The Operation Of The Evcs Including Operation, Troubleshooting, And Preventive Maintenance Of The Evcs. ● The Winning Bidder Must Provide Two (2) Years Warranty Against Factory Defects On The Ev Charger Unit And Faulty Workmanship On Installation Which Shall Commence 2 Years After Signing Of Acceptance Certificate. The Winning Bidder Should Warrant That All Components Are New, Of First-class Quality, According To Specifications, And Free From Defects. The Defects, If Any, Shall Be Rectified Or Replaced Free Of Charge. ● The Winning Bidder Shall Be Responsible For Providing Claims, Doing Or Arranging Parts Replacement And Servicing For The Warranty During The Warranty Period. The End-user Shall Not Be Redirected By The Winning Bidder To Other Entities Including Suppliers Or Oems (original Equipment Manufacturers) In Executing The Warranty. ● The Winning Bidder Must Provide A Free Mobile Application, To Be Used For Monitoring And Payment Purposes (if Applicable). ● The Winning Bidder Must Submit Primary Material Manufacturer’s Brochures/catalogue, Manuals And Warranty Certificate For The Evaluation Of The Charging Unit And Its Ancillary Parts Prior To Installation As Proof That The Charging Unit And Its Ancillary Parts Are Brand New. ● The Winning Bidder May Avail Itself Of A Designated Area To Be Used As Temporary Facility/storage/administration Area In Connection With The Project. This Staging Area Must Be Boarded-up With A Minimum Height Of 8 Feet And Must Be Returned To Its Original State Upon Completion Of The Project. Any And All Materials, Tools, Supplies, Equipment And The Like Inside The Staging Area Premises Are The Responsibility Of The Winning Bidder, Whereby The End-user Shall Not Be Liable For Any Loss Or Damage Thereto. ● The Winning Bidder Shall Be Liable For All Fire And Accident Claims And Other Related Claims Arising From Injuries And Damages, Which May Occur In Relation To The Execution Of The Project. ● The Winning Bidder Shall Hold The End-user And Pnoc, Including Its Personnel, Free From Any And All Liabilities For Damages Arising From Injuries Or Liabilities To Persons Or Damages To Property Occasioned By Any Act Of Omissions Of The Winning Bidder Including Any And All Expenses Which May Be Incurred By The End-user And Pnoc, Including Its Personnel, In The Defense Of Any Claim, Action Or Suit And In Connection With, Resulting From Or By Reason Of The Performance Of This Project. ● The Winning Bidder Shall Submit A List Of Personnel Assigned To The Project Before Commencing The Above Scope Of Works. ● The Winning Bidder Shall Examine All The Issued Documents Relating To The Work And Must Have Verified All Existing Conditions At The Site. No Consideration Will Be Given To Any Alleged Misunderstanding Or Misinterpretation Of The Specifications And Materials To Be Used Or Work To Be Done. ● The Winning Bidder Shall Follow All The House Rules And Regulations Upon Entering The Premises Of The End-user And Are Required To Wear The Proper Ids, Uniforms And Safety Gear/equipment At All Times. ● The Winning Bidder Is Required To Coordinate All Activities And Work Relative To The Project With The End-user’s Authorized Representative For Proper Coordination And Monitoring. ● Tapping Of Equipment And Other Related Work Shall Be Properly Coordinated With The End-user’s Designated Representative For Provision Of Electrical Power Source Of Outlets. ● The Cost Of Any And All Rework And/or Restoration Of Damaged Properties Due To The Winning Bidder’s Poor Workmanship Or Negligence Shall Be Borne By The Winning Bidder. ● All Works Shall Be Done In Accordance With The Occupational Safety And Health Standards As Dictated By The End-user. ● The End-user Shall Not Provide Any Accommodation/ Transportation For The Engineers/representatives For Attending Commissioning And Demonstration Work. It Is The Absolute Responsibility Of The Winning Bidder To Make Their Own Arrangements. ● The Work Shall Be Executed In The Best Thorough Manner Throughout The Project Timeline To The Satisfaction Of The End-user And Pnoc, As Represented By Its Engineers And Supervisors Who Will Jointly Interpret The Meaning Of The Scope Of Work And Its Conditions And Shall Have The Power To Reject Any Work, Method Of Accomplishing Every Part Of Work And Material Used Which In Their Judgement Are Not In Full Accordance With The Specifications And/or Description As Provided Herein And Are Deemed Disadvantageous To The End-user And To Pnoc. 6. Eligibility ● The Supplier Must Be A Doe Accredited Evcs Provider And Shall Provide All The Necessary Government Permits And Licenses In Performing Their Obligations Under This Document. ● The Bidder Must Be Legally Incorporated Or Organized As A Legal Entity Under The Philippines’ Existing Laws And Regulations. 7. Delivery Terms ● The Delivery Period Of The Goods Shall Be Within 60 Calendar Days, Upon Receipt Of The Approved Notice To Proceed (ntp). ● The Delivery And Installation Site Shall Be Located In A Location Determined By The End-user: • Bataan Tourism Center, Roman Highway, City Of Balanga, Bataan 8. Completion Of Installation ● The Installation Works Must Also Be Completed Within Sixty (60) Calendar Days Following Receipt Of The Notice To Proceed (ntp). ● Work Schedule Is From 8:00am To 5:00pm On Weekdays, Weekends And Holidays ● The Winning Bidder Shall Commence Work On The Agreed Start Date And Shall Carry Out The Work In Accordance With The Program Of Work Submitted By The Bidder And Approved By The End-user And Shall Complete The Work Within The Number Of Calendar Days Specified Herein. ● Delays Due To Work Stoppage Ordered By The End-user Shall Not Be Counted Against The Set Completion Date. 9. Payment The Payment Terms Must Adhere To Republic Act No. 9184 Or The Government Procurement Reform Act. 10. Inspection And Testing ● The End-user May Reject Any Goods Or Any Part Thereof That Fail To Pass Any Tests And/or Inspections Or Do Not Conform To The Specifications As Specified In This Tor. The Winning Bidder Shall Immediately Rectify Or Replace Such Rejected Goods Or Parts Thereof At No Additional Cost. ● The Winning Bidder Must Conduct An Operational Demonstration Of The Goods As Part Of The End-user Acceptance. ● If Any Item Of Work Or Materials, Which Is/are Necessary For The Completion Of The Work And Full Operation Of The Charging Unit And Its Ancillary Parts As Outlined Herein, Has/have Been Omitted, Such Item Must Be Provided/included By The Winning Bidder To Complete The Work And Fully Operate The Charging Unit. 11. Warranty • In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. • The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 12. Repair And Maintenance The End-user Shall Notify The Winning Bidder In Writing Whenever Repairs Need To Be Done And Shall Act And Conduct The Assessment Within One (1) Day Upon Receipt Of The Notice. The Repair And Maintenance Shall Be Completed Within The Maximum Period Of Three (3) Days. Should The Repair/maintenance Require A Longer Period, The End-user Should Be Notified In Writing Of The Reason And The Completion Period Which Is Subject To Approval/concurrence With Service Vehicle Replacement As May Be Required.
Closing Date8 Oct 2024
Tender AmountPHP 2.8 Million (USD 50 K)

World Trade Organization - WTO Tender

Switzerland
Avis/pre-bid Notice Rfp-2024-224-moe Wto Conferenceroomupgrade
Closing Soon30 Sep 2024
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: Description: All Information Needed For Interested Parties To Submit A Standard Form Sf 330, Architect Engineer Qualifications Is Contained Herein. There Is No Separate Request For Proposals (rfp) Package To Download. this Procurement Will Result In One Indefinite Delivery / Indefinite Quantity Architect-engineer (a-e) Multi-discipline Engineering Services Contract As Required For Construction, Repair, Replacement, Demolition, Alteration, Improvements, And Maintenance Execution Projects (mep). Work Under The Contract Is Anticipated To Occur Primarily At Naval Facilities Engineering Systems Command (navfac) Mid-atlantic, Marine Corps Area Of Responsibility (aor) Including Marine Corps Air Station (mcas) Cherry Point, Mcas New River, And Marine Corps Base (mcb) Camp Lejeune In North Carolina, And Mcas Beaufort And Marine Recruit Depot (mcrd) Parris Island, South Carolina. However, Work May Be Ordered Throughout The Navfac Mid-atlantic Aor And Navfac Worldwide (rare Occasion). These Services Will Be Procured In Accordance With 40 U.s.c. Chapter 11, Selection Of Architects And Engineers, As Implemented By Far Subpart 36.6. The Idiq Contract Will Be For A Five-year Term. The Total Fee For The Contract Term Shall Not Exceed $60,000,000. The Guaranteed Minimum For The Contract Term Is $5,000. Firm-fixed Price Task Orders Will Be Negotiated For This Contract. There Will Be No Dollar Limit Per Task Order And No Dollar Limit Per Year. Estimated Start Date Is August 2025. this Proposed Contract Is Being Solicited As A Total Small Business Set-aside. The Small Business Size Standard Classification Is North American Industrial Classification System (naics) Code Is 541330, Engineering Services, And The Small Business Size Standard Is $25,500,000. The Government Seeks The Most Highly Qualified Firm To Perform The Required Services, Based On The Demonstrated Competence And Qualifications, In Accordance With The Selection Criteria. the Market Research Study N4008524r2674 Conducted By Navfac Mid-atlantic Included An Assessment Of Relevant Qualifications And Capabilities Of Potentially Qualified Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Set Aside This Procurement Under Total Small Businesses. The Navfac Mid-atlantic Small Business Office Concurs With This Decision. the Type Of Services Expected To Be Performed Under This Contract Are Mostly New, Repair, Replacement, Upgrade, Maintenance, Energy Savings And/or Sustainability Projects Covering The Full Range Of The Field Of Architecture And Engineering For A Wide Variety Of New And Existing Facilities And/or Systems, Utilities, And Infrastructure. typical Task Orders Issue Under This Contract Are Expected To Range Between $50,000 To $500,000; With Resulting Construction Costs From $500,000 To $5,000,000. Project Programs Typically Supporting This Contract Are Major Maintenance Repair Program (mmrp) And Special Projects. The Projects Will Include Delivery Of Both Design-build And Design-bid-build Project Design As Well As Ae-specific Study/evaluation Work. utility Systems Will Include Steam; Low Pressure Compressed Air; Fresh Water; Sanitary Sewer; Oily Wastewater Collection; High Voltage To Low Voltage Electrical; Fire Protection And Alarm Systems; Control Systems And Lighting. Specialized Services For Telecommunications (telephone, Television, Fiber Optics, Cyber Security, Supervisory Control And Data Acquisition (scada) Control System, And Local Area Network (lan)), Physical Security, Audio-visual And Collateral Equipment May Be Required. a-e Services Will Also Be Required For Design And Construction Services In Support Of New Construction, Renovations, Repairs, Replacement, Demolition, Alteration, And/or Improvement Of Military And Other Governmental Facilities. A-e Services May Include Multiple Disciplines Or Single Disciplines, Including But Not Limited To, Geotechnical, Civil, Structural, Architectural, Mechanical, Electrical, Plumbing, Fire Protection, And Cost Engineering. prospective A-e Firms, Will Primarily Perform Mechanical And Electrical Design Services Under The Contract; However, The Following Types Of A-e Services, That Require Multiple Engineering Design Disciplines, May Be Required Under This Contract: a) Investigative Services, Including: surveys Of Existing Facilities Structural, Mechanical, Electrical & Plumbing Systems. surveys Of Existing Site Utilities. recommendations On Potential Utilities Impact On Existing Systems. facility Life Safety Code Analysis. hazardous Material Surveys And Analysis. energy Utilization Studies And Recommendations. identification Of Sustainable Features. b) Design Services & Deliverables, Including: 1) Development Of Design-build Rfp Packages Including Schematic Concept Drawings And Environmental Studies 2) Development Of Comprehensive Design-bid-build Packages That Include Full Plans And Specifications 3) Construction Cost Estimates 4) Calculations c) Mechanical / Electrical Design Services In The Following Areas: energy Supply (oil, Gas, Steam, Hot Or Chilled Water Supply. heat Generating Systems (boilers, Primary Pumps, Auxiliary Equipment, Etc.). cooling Generating Systems (chillers, Cooling Towers, Primary Pumps, Condensing Units, split System Heat Pump-outdoor Units, Etc.) distribution Systems (ahus, Fcus, Vav Systems, Fans Exhaust Fans, Supply Fans, Heat exchangers, Pumps, Convectors, Duct Heaters, Etc.) terminal And Package Units (ptacs, Pthps, Wshps, Package/rooftop Air conditioners And Heat Pumps, Furnaces, Etc.) controls (ddc, Stand-alone Controllers, Etc.) system Testing & Balancing (piping And Air System Testing And Balancing). high Voltage And Low Voltage Electrical Systems. specialized Services For Telecommunications (telephone, Television, Fiber Optics, Cyber Security, Supervisory Control And Data Acquisition (scada) Control System, And Local Area Network (lan)), Physical Security, Audio-visual And Collateral Equipment May Be Required. d) Construction Services Such As The Following Services: 1) Contractor Submittal Reviews 2) Field Consultation And Special Inspections 3) Electronic Operation And Maintenance Support Information (eomsi) 4) Obtaining Environmental Permits And Regulatory Approvals 5) As-built And Record Document Preparation a-e Firms Are Required To Prepare Cost Estimates Utilizing The Mcaces Mii Estimating System, Specifications In The Specsintact Program, Design-build Rfps Utilizing Navfac Design-build Masters, And Drawings In Autocad (2020 Or Higher) Or Revit (2020 Or Higher) Utilizing The National Cadd Standards Format With Navfac Specified Modifications. 3d Renderings And Bim Modeling May Also Be Required. A-e Firms Or Others Under Contract Or Providing Services To Navfac May Request Software Installation Packages From Navfac Atlantic Ci Cost. The A-e Is To Send An Email To Navfac-ci-cost@navy.mil With The Following In The Subject Section "mii License Request". Software Is Generally Distributed To A-es Free Of Charge; However, Accompanying Database Licenses Must Be Purchased And Licensed As Appropriate By The User. asbestos And/or Lead-based Paint Assessments May Be Required On This Contract To Determine The Presence Of Hazardous Material In Existing Facilities Or At Utility Points Of Connections. When Asbestos Or Lead Is Found, Comprehensive Asbestos Or Lead Surveys, To Include Sampling And Testing, And The Preparation Of Plans And Specifications Showing The Location Of Asbestos And Lead And Specifying The Procedure To Be Followed During Construction And/or Demolition For Removal Or Abatement, Will Be Required. A-e Firms Must Be Able To Accept Work That Involves Asbestos, Lead Paint, Pcbs, Contaminated Groundwater/soil And Other Hazardous Materials, Work On Airfields, And In Confined Spaces. as Defined By Paragraph 1-5 Of Ufc 3-600-01, Fire Protection Engineering For Facilities, This Contract Will Require The Services Of A Licensed Fire Protection Engineer Or Sub-consultant. all Engineering And Design Services Shall Comply With The Most Current Edition Of Fc 1-300-09n Navy & Marine Corps Design Procedures, And Other Requirements As Indicated On The Whole Building Design Guide Web Site (www.wbdg.org). Selected A-e Firm Is Required To Have Online Access To Web-based Support Programs And Email Via The Internet For Routine Exchange Of Correspondence/information. A-e Firm Is Required To Submit And Maintain An A-e Accident Prevention Plan (app) In Accordance With Usace Em 385-1-1 For Each Project On This Contract And Activity Hazard Analysis (aha) For Each In-field Action. Key Personnel, Including Sub-consultants, Must Be U.s. Citizens And Able To Obtain Security Clearances As Required. all Contractors Are Advised That A Unique Entity Identifier Is Required Prior To Award. Contract Must Complete The Registration In System For Award Management (sam) Database By Selecting “entity Information”. Failure To Register In The Sam Database May Render Your Firm Ineligible For Award. For More Information, Check The Sam Web Site (https://www.sam.gov) Entity Information Section. the Awarded Contract Will Be Subject To Specific Provisions Addressing The Avoidance Of Organizational Conflicts Of Interest. The Prime Firm For This Contract Will Be Required To Perform Throughout The Contract Term. interviews May Be Scheduled With Firms Slated As The Most Highly Qualified. Firms Slated For Interviews May Be Asked To Clarify Information Contained In The Sf330 Submittal. Elaborate Presentations Are Not Desired. selection Criteria: firms Responding To This Synopsis Will Be Evaluated To Determine The Most Highly Qualified Firms To Perform The Required Services In Accordance With The Published Selection Criteria. Failure To Comply With Instructions Or Provide Complete Information May Affect The Firm’s Evaluation Or Disqualify The Firm From Further Consideration. The Selection Of Architects And Engineers Statute And Far Part 36.6 Selection Procedures Apply. the A-e Must Demonstrate The Team’s Qualifications With Respect To The Published Evaluation Criteria. Failure To Provide Complete Submission Information Defined In The Evaluation Criteria Below May Affect A Firm’s Qualification Ratings. Evaluation Criteria (1) Through (3) Are Considered Most Important And Are Equal Among Themselves; Criteria (4) And (5) Are Of Slightly Less Importance And Are Equal Among Themselves; Criteria (6) Is Of The Least Importance And Will Be Used Only As A Tiebreaker Among Technically Equal Firms. Specific Evaluation Criteria Include: specialized Experience professional Qualifications past Performance quality Control program Management, Capacity & Firm Location volume Of Work criterion 1 – Specialized Experience (sf330, Part I, Section F): firms Will Be Evaluated Based On The Demonstration Of Specialized Experience In The Following Areas: preliminary Site Analysis To Determine Existing Conditions Which May Include Researching Utility Maps And As-built Record Drawings, Assessing Existing Utility And Identifying The Potential For Abandoned Or Unmapped Utilities; preparation Of Phasing Plans For Multi-phased Construction Projects; performing Facility Planning Studies, Including The Developing Of Requirements, Preparing Engineering Evaluations, Project Scope, And Unit Guidance Or Parametric Cost Estimating. project Development Including The Development Of Alternatives And Economic Analysis, Analysis Of Proposed Site Utilities Access, Constraints, And Identification Of Environmental Issues; design Of Antiterrorism And Security Projects Such As Installation Security Fencing, Entry Control Facilities, Lighting, And Other Force Protection Measures; incorporation Of Navy And Marine Corps Criteria Into Contract Packages; And providing Post-construction-award-services (shop Drawing Review, Record Drawings Preparation, Construction Inspection Services, And Omsi. firms May Be Considered More Favorably By Demonstrating The Following: firms Submitting Projects Showing They Have Experience Working On Department Of Defense Projects. firms Demonstrating Greater Depth Of Experience In The Described Areas. firms Submitting Projects Showing Experience Completing Projects That Include Multi-disciplined Efforts. firms Submitting Projects Showing They Have Recent Experience Completing Relevant Projects Within The Primary Geographic Area Of This Contract That Demonstrate Experience With Codes, Laws, And Permitting In North And South Carolina. firms Demonstrating Experience Applying Sustainability Concepts Through An Integrated, Cost-effective Design Approach. submission Requirements: provide A Minimum Of Four (4) Up To A Maximum Of Seven (7) Projects That Best Demonstrate Specialized Experience Of The Proposed Team In Each The Seven Areas Outlined Above. To Be Considered, Projects Must Have Been Completed Within The Seven (7) Years Immediately Preceding The Date Of Issuance Of This Synopsis With The Completion Date Clearly Stated. submitted Relevant Projects Shall Demonstrate The Following Characteristics In Addition To Meeting The Other Requirements Set Forth In This Criterion: offerors Shall Have Acted As The Designer Of Record On Submitted Projects. experience With Both New Construction (at Least One (1) Project) And Renovation (at Least (1) Project). experience With Design-build Request For Proposal Preparation (at Least One (1) Project). offerors Much Clearly Demonstrate Experience In Each Of The Seven Areas Identified Above In Projects Meeting The Required Timeframe And Meeting The Requirements Set Forth In This Criterion Or The Offeror Will Be Considered To Have Not Met This Criterion. if The Firm Was The Designer Of Record On A Design-build, The Design Portion Of The Project Must Be Clearly Stated As Design Completion Date And Have Been Completed Within The Seven (7) Years Immediately Preceding The Date Of Issuance Of This Synopsis To Qualify As Demonstrating Design Experience. The Offeror Must Clearly State The Project Completion Date Or, If Design-build, The Design Completion Date, Or The Project Will Not Be Considered. If More Than The Maximum Number Of Projects Are Submitted, The Government Will Only Evaluate Projects Up To The Maximum Number Authorized In The Order Submitted. Projects Not Meeting This Requirement Will Be Excluded From Consideration In The Evaluation. all Projects Provided In The Sf330 Must Be Completed By The Actual Office/branch/regional Office/individual Team Member Proposed To Manage And Perform Work Under This Contract. Projects Not Meeting This Requirement Will Be Excluded From Consideration In The Evaluation. To Enable Verification, Firms Should Include The Unique Entity Identifiernumber Along With Each Firm Name In The Sf330 Part 1, Section F, Block 25, “firm Name” Include A Contract Number Or Project Identification Number In Block 21. Include An E-mail Address And Phone Number For The Point Of Contact In Block 23(c). In Block 24, Include In The Project Description The Contract Period Of Performance, Final Contract Cost, And A Summary Of The Work Performed That Demonstrates Relevance To At Least One Of Specialized Experience As Outlined Above. the Government Will Consider Projects For The Offeror When Performed As A Subcontractor Or If The Offeror Worked As A Joint Venture Partner. For Projects Performed As A Subcontractor Or As A Joint Venture Involving Different Partners, The Offeror Must Specify The Value Of The Work Performed As A Subcontractor Or As A Joint Venture Partner And Identify The Offeror’s Specific Roles And Responsibilities Performed As A Subcontractor Or As A Joint Venture Partner On The Project Rather Than The Work Performed On The Project As A Whole. Additionally, The Offeror Must Demonstrate How Its Work As A Subcontractor Or As A Joint Venture Partner Met The Requirements Set Forth In This Criterion In Order For The Project To Be Considered. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, And The Work Performed By The Offeror Does Not Meet The Requirements Set Forth In This Criterion, The Project Could Be Eliminated From Consideration. note: If The Firm Is A Joint Venture, Projects Performed By The Joint Venture Should Be Submitted; However, If There Are No Projects Performed By The Joint Venture, Projects May Be Submitted For Either Joint Venture Partner, Not To Exceed A Total Of Seven (7) Projects. Greater Consideration Will Be Given To A Joint Venture That Provides Experience As A Joint Venture Or, At Least To A Joint Venture That Provides Experience Meeting This Criterion’s Requirements For Each Member Of The Joint Venture. Joint Ventures That Do Not Provide Experience Or Experience Meeting This Criterion’s Requirements For All Members Of The Joint Venture Team May Be Rated Lower. If A Project Was Performed By A Joint Venture, And All Joint Venture Partners Are Not On The Team Proposed For This Contract, The Offeror/team Should Specifically Address The Work Performed By The Joint Venture Partner Offering/teaming On This Contract And Clearly Demonstrate How That Work Meets This Criterion’s Requirements. Likewise, If The Offeror/team Member Worked As A Subcontractor On A Project, The Description Should Clearly Describe The Work Actually Performed By The Offeror/team Member And The Roles And Responsibilities Of Each On The Project And How That Work Meets This Criterion’s Requirements, Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Project Will Be Eliminated From Consideration. projects Shall Be Submitted On The Sf330 At Part I, Section F And Shall Be Completed Projects As Detailed Above. Projects Not Completed As Required Will Be Excluded From Evaluation Consideration. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand-alone Contract Award. Do Not Submit An Idiq Contract As An Example Project. Instead, List Relevant Task Orders Or Stand-alone Contract Awards That Fit Within The Definition Above. The Government Will Not Evaluate Information Provided For An Idiq Contract. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated. all Information For Criterion 1 Should Be Submitted In The Sf330, Part I, Section F. The Government Will Not Consider Information Submitted In Addition To Or Outside Of Part 1, Section F, In Evaluation Of Criterion 1. criterion 2 – Professional Qualifications (sf330, Part I, Sections E & G): firms Will Be Evaluated On Professional Qualifications, Competence, And Experience Of The Proposed Key Personnel In Providing Services To Accomplish The Tasks Required Under This Contract, Including Participation In Example Projects As Outlined In The Sf330, Part 1, Section F. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. Specific Disciplines That Must Be Included In Key Personnel Are Program/project Manager, Quality Control, Task Order Manager, Architects, Civil Engineers, Structural Engineers, Mechanical Engineers, Electrical Engineers, Fire Protection Engineers, Geotechnical Engineers, And Interior Designers. The Following Key Personnel Must Also Be Licensed, Registered, And/or Certified: Geotechnical Engineers, Civil Engineers, Structural Engineers, Architects, Mechanical Engineers, Electrical Engineers, Fire Protection Engineers, And Interior Designers more Favorable Consideration May Be Given To Firms That Include Key Personnel That Participated In The Criterion 1 Projects Meeting The Project Requirements Outlined In Criterion 1. submission Requirements: sf330, Part I, Section E. – Provide Resumes For All Proposed Key Personnel That Illustrate Experience In The Work Proposed Under This Contract. Resumes Are Limited To One (1) Page Each And Must Indicate Professional Registration, Certification, Licensure And/or Accreditation In Appropriate Disciplines; Cite Recent (within The Past Seven (7) Years Of The Date Of Issuance Of The Synopsis) Project-specific Experience In Work Relevant To The Services Required Under This Contract; And State Proposed Role In This Contract. Resumes Must State Professional Licensure And/or The Ability To Obtain Environmental And Other Permits From The States Of North Carolina And South Carolina. The Offeror Should State Whether Key Personnel Hold A Security Clearance. sf330, Part I, Section G. – State Participation Of Key Personnel In Criterion 1 Projects. criterion 3 – Past Performance (sf330, Part I, Section H): firms Will Be Evaluated On Past Performance With Government Agencies And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction. Evaluating Past Performance And Experience Will Include Information Provided In Past Performance Questionnaires (ppqs) Or Contractor Performance Assessment Reporting System (cpars) For Criterion 1 Projects That Demonstrate Recent Relevant Specialized Experience In Areas As Detailed In Criterion 1 Above And May Include Customer Inquiries, Government Databases, And Other Information Available To The Government Including Contacts With Points Of Contact In Other Criteria. Note: Past Performance Information For Recent And Relevant Projects Submitted Under Criterion 1 May Be Given Greater Weight. submission Requirements: if A Completed Cpars Evaluation Is Available, It Shall Be Submitted For Each Project Included Under Criterion 1. The Offeror Shall Include All Completed Cpars Evaluations (interim And Final) For A Project. If There Is Not A Completed Cpars Evaluation, The Past Performance Questionnaire (ppq) (attachment A) Included In This Notice Is Provided For The Firm Or Its Team Members To Submit To The Client For Each Project Included Under Criterion 1, Specialized Experience. Offeror Shall Not Submit A Ppq When A Completed Cpars Is Available. if A Cpars Evaluation Is Not Available, Ensure Correct Phone Numbers And Email Addresses Are Provided For The Client Point Of Contact. Completed Ppqs Should Be Submitted With Your Sf330. If The Firm Is Unable To Obtain A Completed Ppq From A Client For A Project(s) Before The Response Date Set Forth In This Notice, Firms Should Complete And Submit With Their Responses The First Page Of The Ppq, Which Will Provide Contract And Client Information For The Respective Project(s). Firms May Submit A Ppq Previously Submitted Under A Different Notice/rfp (legible Copies Are Acceptable) As Long As It Is On The Same Form As Posted With This Synopsis. Firms Should Follow Up With Clients/references To Ensure Timely Submittal Of Questionnaires. if Requested By The Client, Questionnaires May Be Submitted Directly To The Government's Point Of Contact, Navfac Mid-atlantic, Con21, Attn: Brittany Cristelli Via Email At Brittany.n.cristelli.civ@us.navy.mil, Prior To The Response Date. Firms Shall Not Incorporate By Reference Into Their Response Ppqs Or Cpars Previously Submitted In Response To Other A-e Services Procurements. However, This Does Not Preclude The Government From Utilizing Previously Submitted Ppq Information In The Past Performance Evaluation. firms Are Highly Encouraged To Provide Any Information On Problems Encountered And The Corrective Actions Taken On Projects Submitted Under Criterion 1, Specialized Experience. Firms Are Also Highly Encouraged To Address Any Adverse Past Performance Issues. Information Shall Not Exceed Four (4) Pages In Total. awards, Letters Of Commendation, Certificates Of Appreciation, Etc. Shall Not Be Submitted And Will Not Be Considered In The Evaluation. criterion 4 - Quality Control Program (sf330, Part I, Section H): firms Will Be Evaluated On The Strength Of The Quality Control Program Proposed By The Firm To Ensure Quality Products And Services Under This Contract And Means Of Ensuring Quality Services From Their Consultants/subcontractors. submission Requirements: describe The Quality Control Program That Will Be Utilized For All Deliverables Of This Contract And The Management Approach For Quality Control Processes And Procedures. The Description Shall: explain The Quality Control Program And Include An Example Of How The Plan Has Worked For One Of The Projects Submitted As Part Of Sf330, Section F Or How The Plan Will Work If It Has Not Been Used Previously. provide A Quality Control Process Chart Showing The Inter-relationship Of The Management And Team Components. describe Specific Quality Control Processes And Procedures Proposed For This Contract Including Technical Accuracy Of And Assurance Of Overall Coordination Of Plans And Specifications, And Engineering And Design Services. identify The Quality Control Manager And Any Other Key Personnel Responsible For The Quality Control Program And A Description Of Their Roles And Responsibilities. describe How The Firm’s Quality Control Program Extends To Management Of Subcontractors. criterion 5 - Program Management, Capacity & Location (sf330, Part I, Section H): firms Will Be Evaluated On The Firm’s Ability To Plan For And Manage Work Under The Contract, The Capacity To Accomplish The Work In The Required Time, And On The Locations Of Their Office(s) That Will Be Performing The Work Under This Contract And Demonstrated Knowledge Of The Primary Geographic Areas In Which Projects Could Be Located. For Purposes Of Evaluation, The Primary Geographic Areas Are Defined As: Navfac Mid-atlantic Marine Corps Area Of Responsibility (aor) Which Includes Marine Corps Air Station (mcas) Cherry Point, Mcas New River, And Marine Corps Base (mcb) Camp Lejeune In North Carolina, And Mcas Beaufort And Marine Recruit Depot (mcrd) Parris Island, South Carolina. Maximum Of Five (5) Pages For This Criterion. The Government Will Not Consider Information Submitted Beyond This Page Limit Or In Different Sections Of The Sf330. submission Requirements: provide An Organizational Chart For The Team And Discuss The Management Plan For This Contract And Personnel Roles In The Organization. Describe The Ability Of The Firm To Manage, Coordinate And Work Effectively With Team Members, Both Internal Staff And Consultants. Discuss The History Of Working Relationships With Team Members, Including Joint Venture Partners, Where Applicable. describe The Firm’s Present Workload And The Availability Of The Project Team (including Consultants) For The Specified Contract Performance Period. Describe The Workload/availability Of The Key Personnel During The Anticipated Contract Performance Period And The Ability Of The Firm To Provide Qualified Backup Staffing For Key Personnel To Ensure Continuity Of Services. General Statements Of Availability/capacity May Be Considered Less Favorably. provide The Location Of The Office(s) That Will Be Performing The Work, Including Main Offices, Branch Offices, And Offices Of Team Members. Evaluation Of Firms Will Include Consideration Of Their Location Within The Primary Geographic Area Of The Anticipated Projects, Primarily In The Marine Corps Aor In North And South Carolina As Defined In This Criterion. Provide A Narrative Describing The Team’s Knowledge Of These Primary Geographic Areas In Which Projects Could Be Located. criterion 6 - Volume Of Work (sf330, Part 1, Section H): firms Will Be Evaluated In Accordance With Dod Federal Acquisition Regulation Supplement (dfars) Procedures, Guidance And Information (pgi) 236.602-1, From Data Extracted From The Federal Procurement Data System (fpds). Firms Will Be Evaluated In Terms Of Work Previously Awarded To The Firm By Dod Within The Past Twelve Months With The Objective Of Effecting An Equitable Distribution Of Contracts Among Qualified A-e Firms Including Small, Disadvantaged Business Firms, And Firms That Have Not Had Prior Dod A-e Contracts. submission Requirements: firms Do Not Submit Data For This Factor. sf-330 Submission Requirements: architect-engineer Firms Desiring To Be Considered For This Contract Must Submit A Completed Sf-330 Package. The Sf-330 Shall Be Typed, At Least 11-point Times New Roman Or Larger, Including Document Searchable Bookmarks. Part I Shall Not Exceed 100 8.5 By 11-inch Pages. The Page Limit Does Not Include Certificates, Past Performance Questionnaires (ppqs), Cpars, Or Licenses. In Addition, The Page Limit Does Not Include Cover Sheets, Dividers, Or Other Requested Documentation (e.g., Joint Venture Agreement, Proof Of A-e Firm Registration Provided That These Do Not Contain Any Substantive Information Submitted In Response To The Synopsis Or Intended To Demonstrate The Qualifications Of The Firm). Part I Pages Shall Be Numbered Sequentially. The Organizational Chart May Be One Page 11 By 17 Foldout, Using 11-point Font Or Larger (font Limitations Do Not Apply To Graphics, Captions Or Tables). Please Include Your Unique Entity Identifier (uei), Commercial And Government Entity (cage) Numbers, And Taxpayer Identification Number (tin) In Block 30 Of The Sf-330. **in Accordance With The Far 36.601-4(b) Contracts For Architect-engineer Services May Only Be Awarded To Firms Permitted By Law To Practice The Professions Of Architecture Or Engineering (e.g., State Registration Number, Or A Brief Explanation Of The Firm’s Licensing In Jurisdictions That Do Not Register Firms, Etc.). Firms Must Submit Proof That They Are Permitted By Law As Required By Far 36.601-4(b). If A Firm Is In A Jurisdiction That Requires A-e Firm Registration, The Firm Must Provide Proof Of Registration. If A Firm Is In A Jurisdiction That Does Not Require A-e Firm Registration, The Firm Must Provide Proof Eligibility To Practice (e.g., A Summary Explaining Eligibility Under The Laws Of That Jurisdiction). Failure To Submit The Required Proof Could Result In A Firm’s Elimination From Consideration. **firms Who Are Offering As A Joint Venture Should Include With Their Submission A Copy Of The Joint Venture Agreement. Failure To Include The Joint Venture Agreement May Result In The Firm’s Elimination From Further Evaluation. except As Noted Otherwise, The Government Will Not Consider Information Submitted Beyond This Page Limit.furthermore, The Government Will Consider Information For Each Criterion Only In The Section Specified For That Criterion.* For Example, The Government Will Consider Only The Information In The Sf330, Part I, Section F For Information On Criterion 1, Specialized Experience, And Will Not Cross-reference Or Consider Information In Other Sections That May Be Intended To Apply Or Supplement Criterion 1. a-e Firms That Meet The Requirements Described In This Announcement Shall Submit Their Electronic Sf330 (.pdf Format) Through The Procurement Integrated Enterprise Environment (piee) Website In The Solicitation Module. Only The Piee Solicitation Module Is Authorized For The Submission Of Electronic Sf330s In Response To This Synopsis. Electronic Submissions Should Be No Larger Than 1.9 Gb Per File. Firms Shall Ensure That The Government Has Received The Electronic Proposal Prior To The Date And Time Specified. Piee Solicitation Vendor Access Instructions Are Provided Via Attachment B. firms Submitting Shall Allow Adequate Time To Register And Upload Files Which May Be Slower For Non-dod Users And To Avoid Other Technical Difficulties That May Be Encountered. Firms Are Also Responsible For Submitting Files In The Format Specified And Consistent With Requirements Stated Elsewhere In This Synopsis. Files That Cannot Be Opened Or Are Otherwise Missing The Required Content Are The Responsibility Of The Firm. Piee System Will Record The Date And Time Of Package Submittal. The Date And Time Of Package Submittal Recorded In Piee Shall Govern The Timeliness Of Any Proposal Submission. firms Responding To This Announcement By 16 September 2024, No Later Than 2:00 P.m. Edt Will Be Considered. This Is Not A Request For Proposal. late Responses Will Be Handled In Accordance With Far 52.215-1. The Points Of Contact Are Either Brittany Cristelli, Contract Specialist, At Brittany.n.cristelli.civ@us.navy.mil Or John Bishop, Supervisory Contract Specialist, At John.p.bishop23.civ@us.navy.mil. if An Sf 254/sf 255 Is Submitted For This Solicitation, It Will Not Be Reviewed Or Considered. As Required Above, Provide Verifiable Evidence That Your Firm Is Permitted By Law To Practice The Professions Of Architecture Or Engineering (e.g., State Registration Number). it Is The Sole Responsibility Of The Submitting Firm To Obtain All Associated Attachments And Files, Along With Any Amendments From The Contract Opportunities (sam.gov) Website. inquiries Concerning This Procurement Shall Be Submitted Via The Pre-proposal Inquiry Form (attachment C), And Should Include Solicitation Number And Title In The Subject Line And Be Forwarded Via Email To Brittany.n.cristelli.civ@us.navy.mil Not Later Than 10 Days Prior To The Due Date Listed Above Unless That Date Is Changed Via An Amendment. Inquiries Submitted After This Time Period May Not Receive A Response.
Closing Soon4 Oct 2024
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n744.4|er2|email Only|james.e.lewis5@navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| production Lot Testing|1|| inspection And Acceptance - Short Version|8||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|receiving Report And Invoice Combo|na|tbd|n00104|tbd|tbd|tbd|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| equal Opportunity (sep 2016)|2||| transportation Of Supplies By Sea (jan 2023)|2||| first Article Approval--contractor Testing (sep 1989)|10||||||||||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (may 2024)|13|333923|1250|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To This Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. in Accordance With Dfar 217.7301, Contractors Shall Identify Their Sources Of Supply In Contracts For Supplies. If The Item Currently Being Procured Is A Non-value Added Item, Please Provide: actual Manufacturer: cage Code: address: delivery Lead Time: __________________________ If Incremental Deliveries Are Possible, Please Provide A Proposed Schedule To Include Specific Delivery Times For All Units. offer Valid For ___________________ Days. please Provide Email Address For Follow-up Communications_______________________________________. packaging Location If Different Than Offeror: name/cage ___________________________________________ address______________________________________________ notice To Contractor's Providing Surplus Material: a Surplus Material Certificate And Label Must Accompany Your Quotation For Surplus/new Surplus/new Manufactured Surplus Material. All Surplus Material Must Have Traceability Back To A Government Contract In Order To Be Consideredfor Award. Without This Information We Are Unable To Determine When The Government Purchased And Inspected The Item And Therefore, We Cannot Be Assured Of Technical Acceptability. if Submitting Your Quotation Via Edi, A Faxed Or Email Copy Of The Surplus Certificate, Along With A Photo Of The Box And Label Must Be Sent To The Buyerasap. this Order Requires A Higher Level Inspection. please Review The Attached Dd1423 For Special Testing Instructions. please Include A Proposed Schedule For All Cdrls With Your Quote. the Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. if Quoting As A Distributor Or Dealer To The Oem, Please Submit Full Traceability Back To The Oem With Your Quote. Poc: James Lewis - Email: James.e.lewis5@navy.mil. \ 1. Scope 1.1 ;this Procurement Specification Contains The Requirements For Manufacture And The Contract Quality Requirements For ;lifting Clamp Assembly #51; For Use On Navy Submarines.; 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.1.3 The "document Changes" Section Provides Supersessions/changes To Referenced Documents. 2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order, however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. drawing Data=4398614 |53711| V| |d|0001 | V|49998|5520157 document Ref Data=adhesive | | | | |a| | | document Ref Data=astm A36 | | |m |190701|a| | | document Ref Data=mil-std-130 | | |n |121116|a| |01| document Ref Data=mil-std-2035 | | |a |950515|a| | | document Ref Data=asme B46.1 | | | |190101|a| | | document Ref Data=iso9001 | | | |150915|a| | | document Ref Data=ms16285 | | |a |970406|d| | | document Ref Data=mil-s-22698 | | |c |941020|a| 2| | document Ref Data=ms27183 | | |l |211022|a| | | document Ref Data=mil-i-45208 | | |a |810724|a| | | document Ref Data=ncsl Z540.3 | | | |060803|a| | | document Ref Data=nasm 90725 | | | |160531|a| | | document Ref Data=fed-std-h28/20b | | | |941221|a| |01| document Ref Data=mil-dtl-24441/20b | | | |090827|a| | | document Ref Data=mil-dtl-24441/21b | | | |090827|a| | | document Ref Data=brake Lining Material | | | | |a| | | document Ref Data=s9074-aq-gib-010/248 | | | |950801|a| | | document Ref Data=s9074-ar-gib-010/278 | | |a |130214|a| | | document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | | document Ref Data=iso10012 | |01| |030415|a| | | document Ref Data=mil-std-973 | | | |950113|a| |03| 3. Requirements 3.1 ;design And Manufacturing - The ;lifting Clamp Assembly #51; Furnished Under This Contract/purchase Order Shall Meet The Material, Mechanical, Physical, Welding And Test Requirements As Specified On Drawing 4398614, (consisting Of Iten Nos. 14, 22, 24, 25, 26, 33, 34, 60, 62 And 65) Including Associated Specifications Mentioned In This Procurement. ; 3.1.1 ;the Supplier Shall Perform All Welding And Nondestructive Testing And Inspection On ;lifting Clamp Assembly #51; In Accordance With The Requirements Of Navsea Technical Publications S9074-ar-gib-010/278, T9074-as-gib-010/271 And Mil-std-2035 Specified on Drawing 4398614, Note 6.;the Supplier Has The Option Of Performing Magnetic Particle Or Liquid Penetrant Nondestructive Testing And Inspection On All Welds.;; 3.1.2 ;the Supplier Welders Performing Welding On ;lifting Clamp Assembly #51; Shall Be Qualified In Accordance With Navsea Technical Publication S9074-aq-gib-010/248 Specified On Drawing 4398614, Note 6.; 3.1.3 ;the Supplier Shall Have Or Fabricate The Required Weight Handling Equipment And Test Fixture In Accordance With Drawing 4398614 Requirements To Perform Weight Test And Holding Capacity Test On ;lifting Clamp Assembly #51;. The Supplier Shall Maintain and Perform Nondestructive Testing On Said Equipment As Required By The Drawing.; 3.1.4 ;the Supplier Shall Perform Weight Test And Holding Capacity Test On ;lifting Clamp Assembly #51; In Accordance With The Test Procedure For Weight Handling Equipment And Test Weight Requirement, And Test Setup Specified On Drawing 4398614. The Test procedure For Weight Handling Equipment Note 5.1 Of Drawing 4398614, Sheet 57 States "the Clamp Weight Test Can Be Conducted Simultaneously With The Holding Capacity Test In Accordance With Note 6.1" Of The Drawing.; 3.2 ;marking Requirements - The Supplier Shall Permanently Identify Each First Article And Production Lot Unit ;lifting Clamp Assembly #51; In Accordance With Drawing 4398614 Notes 5, 19 And 21 Using Item Number 65 (label Plate) Shown On Sheet 44 Of The drawing Per Mil-std-130. The Supplier Shall Identify ;tag Or Bag; Each First Article And Production Lot Unit With Contract Number And Assembly Serial Number Per Mil-std-130.; 3.2.1 ;the Supplier Shall Assign Matched Set Serial Numbers To The Clamp Halves Item Number 33 Of Drawing 4398614 And Shall Keep Clamp Halves In Matched Set By Serial Numbers. This Is A Mandatory Requirement Specified On Drawing 4398614, Sheet 57, And Test procedure For Weight Handling Equipment Under The Notes Header.; 3.2.2 ;the Supplier Shall Mark ;tag Or Bag; All Piece Parts With Contract, Drawing/ Item, Heat, Lot Or Batch And Serial Number In Accordance With Mil-std-130 Until Installed On The Designated Assembly.; 3.3 ;first Article Testing/inspection - (supplier Testing/inspection). The First Article Testing/inspection Procedure And Approval Are Required For ;lifting Clamp Assembly #51;. Government Approval Is Required Prior To Commencement Of First Article Unit.; 3.4 ;notification - The Supplier Shall Notify Naval Surface Warfare Center, Philadelphia Division, (nswcpd), 5001 S. Broad Street, Philadelphia, Pa 19112-1403 By Email Matthew.j.ogilvie.civ@us.navy.mil, Code 242mo After Award Of Contract.; 3.4.1 ;the Nswcpd Is The Acceptance Activity For The Contract Data Requirements List (dd1423) Data Items. Nswcpd Wawf/irapt ;acceptor; Dodacc Is ;n64498;.; 3.5 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.5.1 Configuration Control - When The Contractor Has Received Authorization On A Prior Contract For The Same Nsn For The Use Of A Drawing Of A Later Revision Status, That Authorization Is Hereby Extended To All Succeeding Contracts/purchase Orders Until another Drawing Revision Is Approved. The Contractor Will Notify The Pco Of This Occurrence In Each Instance, In The Response To The Solicitation. Such Notification Shall Be In Writing Setting Forth The Contract Under Which The Prior Authorization Was Granted, the Date Of The Granting Of The Authorization, And The Name Of The Granting Authority. Contractors Shall Also Refer Technical Inquiries (other Than Those Covered By Mil-std-973) On Company Letterhead Signed By A Responsible Company Official, With Copies Distributed As Stated Below. The Original And Two Copies Of All Contractor Generated Correspondence Regarding Configuration Shall Be Submitted To Contracting Officer, Navicp-mech, P.o. Box 2020, Mechanicsburg, Pa 17055-0788. Contractors Are Cautioned That Implementing Engineering Changes, Waivers, Deviations Or Technical Inquiries Into The Contract/purchase Order Without Approval Of The Contracting Officer Will Be At The Sole Risk Of The Contractor. 3.6 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface ship Atmosphere. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 4.4 ;inspection System - The Supplier's Quality Inspection System Shall Be In Accordance With Mil-i-45208 Or Iso 9001 And Ncsl Z540.3 Or Iso 10012. The Supplier Shall Develop And Submit Their Written Quality Inspection And Test Plan As Indicated On The contract Data Requirements List (dd Form 1423). Government Approval Of The Supplier's Written Quality Inspection And Test Plan Is Required By The Contract. cdrl: Quality Inspection & Test Plan Per Mil-i-45208, Ncsl Z540.3 And Di-qcic-81110 ; 4.5 ;surface Roughness - All Surface Finishes Are In Rms Measurements. Where The Degree Of Surface Roughness Is Indicated, The Surface Shall Be Free From All Visible Imperfections As Defined By Standard Asme B46.1.; 4.6 ;finished Edges - Finished Edges Shall Be In Accordance With The Applicable Drawing Requirements.; 4.7 ;threads - Threads Shall Be Inspected In Accordance With Fed-std-h28/20 System 21 Requirements. Thread Inspection Shall Include The Measurement And Recording Of The Major Diameter For External Threads And The Minor Diameter For Internal Threads.; 4.8 ;material Control - The Supplier Shall Have An Effective Material Control System That Provides For Certified Quantitative Mill Or Industrial Laboratory Reports Of Chemical And Physical Analysis By Heat, Lot Or Batch For Raw Material Ordered For First article And Production Units. If The Material Is Subsequently Heat-treated A Certification Of Physical Analysis, After Heat Treatment Is Also Required For Each Heat Lot Or Batch. Also, Where The Applicable Material Specification Calls Out (e.g. Corrosion resistance Test, Macro-etch Test) These Test Results Shall Also Be Reported On The Applicable Mill Or Industrial Laboratory Report. The Physical Analysis Shall Establish The Following Properties For Metallic Parts: Ultimate Tensile Strength, Yield Strength And elongation.; 4.9 ;first Article Testing/inspection - (supplier Testing/inspection). The Supplier Shall Perform First Article Testing/inspection On ;lifting Clamp Assembly #51; In Accordance With The Applicable Drawing, Specifications Andtheir Approved First Article procedure And Nondestructive Testing (visual, Magnetic Particle Liquid Penetrant) Procedure.; 4.9.1 ;the First Article Inspection Shall Be Made By The Cognizant Dcma-qar At The Supplier's And/or Subcontractor Facility. The Supplier Shall Notify Nswcpd, Code 242mo Two Weeks In Advance Prior To The Scheduled First Article Testing/inspection, So An nswcpd Representative Has The Option Of Being Present During The First Article Testing/inspection.; 4.10 ;first Article Approval For Testing/inspection Procedure And Acceptance - (supplier Testing/inspection). The Supplier Shall Prepare And Submit Their First Article Testing/inspection Procedure For ;lifting Clamp Assembly #51; In Accordance With The requirements Of Di-ndti-80603, The Applicable Drawing And Specifications As Indicated On The Contract Data Requirements List (dd Form 1423). Government Approval Of The Procedure Is Required Prior To Commencement Of First Article Unit. cdrl: First Article Testing/inspection Procedure Per Di-ndti-80603a; 4.11 ;first Article Testing/inspection - The Supplier Shall Perform 100% Examination,inspection And Testing On The First Article ;lifting Clamp Assembly #51; Unit (component Parts/assembly) In Accordance With The Applicable Drawing, Their Approved First article Procedure And Nondestructive Testing (visual, Magnetic Particle Or Liquid Penetrant) Procedure. The Supplier Shall Record The Actual Measurements And Results Of Each Dimension, Threads, Examination, Inspection And Test Identified On The Applicable drawing.; 4.11.1 ;the Supplier Shall Visually And Physically Inspect 100% The (component Parts/ Assembly) Dimensions And Threads (including Of The Major Diameter For External Threads And The Minor Diameter For Internal Threads) Identified On The Applicable Drawing. threads Shall Be Inspected 100% And Results Recorded.; 4.11.2 ;the Supplier Shall Visually Inspect And Perform Magnetic Particle Or Liquid Penetrant Testing 100% On All Weld Joints Shown On Drawing 4398614 For ;lifting Clamp Assembly #51; In Accordance With Their Approved Nondestructive Testing Procedure.; 4.11.3 ;the Supplier Shall Perform 100% Weight Test And Holding Capacity Test On ;lifting Clamp Assembly #51; In Accordance With Procedure Note 6 Requirements Of Drawing 4398614, Sheet 62. No Clamp Slippage Is Permitted Once The Maximum Test Load Is Reached. the Supplier Shall Adhere To The Warning Under Procedure 6 For Nondestructive Test On All Lifting Equipment Welding Before And After The Weight Test In Accordance With General Note 6 Of Drawing 4398614, Sheet 5. No Defect Is Allowed. Further, The Supplier Shall adhere To The Mandatory Requirement Specified On Drawing 4398614, Sheet 57, And Test Procedure For Weight Handling Equipment Under The Notes Header That Clamp Halves Be Kept In A Matched Set By Serial Numbers. Failure To Do So Negates Weight Test And Holding capacity Test.; 4.12 ;first Article Testing/inspection Report And Acceptance - (supplier Testing/inspection). The Supplier Shall Submit For Completed First Article Unit ;lifting Clamp Assembly #51; Testing/ Inspection Reports In Compliance With The Requirements Of di-ndti-80603, Navsea Technical Publications, Drawing And Specifications. The Report Shall Also Include A Copy Of ;certified Mill Certification; Weld Rod Certification; Certificate Of Compliance For Material; Certificate Of Conformance For Material; visual/dimensional Inspection Report; Ndt Visual/magnetic Particle Or Liquid Penetrant Inspection Testing Report; Welder's Qualification Certification; Ndt Visual/magnetic Particle Or Liquid Penetrant Inspector Qualification Certification; Weight And Holding capacity Test; Identified In The Objective Quality Evidence Records Section Of This Document, And As Indicated On The Contract Data Requirements List (dd Form 1423). Government Approval Of The First Article Testing/inspection Report Is Required Prior To commencement Of Production Units. cdrl: First Article Testing/inspection Report Per Di-ndti-80809b ; 4.13 ;production Lot - The Supplier Shall Perform 100% Examination, Inspection And Testing On Each Production Lot ;lifting Clamp Assembly #51; Unit (component Parts/assemblies) In Accordance With The Applicable Drawing And Their Approved Nondestructive testing (visual/magnetic Particle Or Liquid Penetrant) Procedure. The Supplier Shall Record The Actual Measurements And Results Of Each Dimension, Thread, Examination, Inspection And Test Identified On The Applicable Drawing.; 4.13.1 ;the Supplier Shall Visually And Physically Inspect 100% Each (component Parts/assemblies) Dimensions And Threads (including Of The Major Diameter For External Threads And The Minor Diameter For Internal Threads) Identified On The Applicable Drawing. threads Shall Be Inspected 100% And Results Recorded.; 4.13.2 ;the Supplier Shall Visually Inspect And Perform Magnetic Particle Or Liquid Penetrant Testing 100% On All Weld Joints Shown On Drawing 4398614 For ;lifting Clamp Assembly #51; In Accordance With Their Approved Nondestructive Testing Procedure.; 4.13.3 ;the Supplier Shall Perform 100% Weight Test And Holding Capacity Test On Each ;lifting Clamp Assembly #51; In Accordance With Procedure Note 6 Requirements Of Drawing 4398614, Sheet 62. No Clamp Slippage Is Permitted Once The Maximum Test Load Is reached. The Supplier Shall Adhere To The Warning Under Procedure Note 6 For Nondestructive Test On All Lifting Equipment Welding Before And After The Weight Test In Accordance With General Note 6 Of Drawing 4398614, Sheet 5. No Defect Is Allowed. Further, The supplier Shall Adhere To The Mandatory Requirement Specified On Drawing 4398614, Sheet 57, And Test Procedure For Weight Handling Equipment Under The Notes Header That Clamp Halves Be Kept In A Matched Set By Serial Numbers. Failure To Do So Negates The Weight test And Holding Capacity Test.; 4.14 ;production Lot Testing/inspection Reports And Acceptance - (supplier Testing/ Inspection). The Supplier Shall Submit For The Completed Production Units ;lifting Clamp Assembly #51; Testing/inspection Reports In Compliiance With The Applicable Data Item descriptions (dids), Navsea Technical Publications, Drawing And Specifications. The Production Lot Testing/inspection Report Shall Consist Of ;certified Mill Certification; Weld Rod Certification; Certificate Of Compliance For Material; Certificate Of conformance For Material; Visual/ Dimensional Inspection Report; Ndt Visual/magnetic Particle Or Liquid Penetrant Inspection Testing Report; Welder's Qualification Certification; Ndt Visual/magnetic Particle Or Liquid Penetrant Inspector Qualification certification; Weight Test And Holding Capacity Test And Mercury Exclusion Certification; Identified In The Objective Quality Evidence Records Section Of This Document, And As Indicated On The Production Lot Test/inspection (plt) Contract Data Requirements List (dd Form 1423). Government Approval Of The Production Lot Testing/inspection Report Is Required Prior To Shipment Of Production Lot Units. cdrl: Production Lot Testing/inspection Report Per Di-ndti-80809b; 4.15 ;procedures.; 4.15.1 ;welding Procedure - The Supplier Shall Prepare And Submit A Written Welding Procedure And Welding Procedure Qualification Test Data For Performing Welding In Accordance With Navsea Technical Publications S9074-ar-gib-010-/278 And S9074-aq-gib-010/248 including Welder's Qualification Per Tech Pub S9074-aq-gib-010-248 As Indicated On The Contract Data Requirements List (dd Form 1423). Government Approval Of The Welding Procedure And Welding Qualification Test Data Is Required Prior Commencement Of first Article Unit. Cdrl: Welding Procedure And Welding Qualification Test Data Procedure Per Navsea Technical Publication S9074-ar-gib-010/278 And S9074-aq-gib-010/248; 4.15.2 ;nondestructive Testing (ndt) Procedure - The Supplier Shall Prepare And Submit A Written Nondestructive Testing Procedure For Visual/magnetic Particle Or Liquid Penetrant Inspection Testing In Accordance With Navsea Technical Publication t9074-as-gib-010/271 And Acceptance Standard Mil-std-2035 Including Nondestructive Test Personnel Qualifications Per Tech Pub T9074-as-gib-010/271 As Indicated On The Contract Data Requirements List (dd Form 1423). Government Approval Of The Ndt Visual/magnetic particle Or Liquid Penetrant Inspection Testing Procedure Is Required Prior To Commencement Of First Article Unit. cdrl: Ndt Visual/magnetic Particle Or Liquid Penetrant Testing Procedure Per Navsea Tech Pub T9074-as-gib-010/271 And Mil-std-2035; 4.16 ;production Lot Inspection/acceptance - (supplier Testing/inspection). The Supplier Shall Submit For The Production Lot Units, The Inspection And Test Reports Identified In The Objective Quality Evidence Records Section Of This Document And As Indicated on The Production Lot Testing/inspection (plt) Contract Data Requirements List (dd Form 1423). Government Approval Is Required Prior To Shipment Of Production Units.; 4.17 ;final Inspection And Acceptance - Final Inspection And Acceptance Of Production Lots Shall Be Made By The Cognizant Dcma-qar In Conjunction With The Specific Government Inspection Instructions (sgiis) Furnished By Nswcpd. In Addition To The Normal dcma Surveillance, The Production Unit(s) Shall Be Under The Surveillance Of Nswcpd Quality Assurance Specialist As Required.; 4.18 ;objective Quality Evidence Records - The Supplier Shall Maintain Objective Quality Evidence Data (oqeds) Of Materials Used In The Fabrication Of The ;lifting Clamp Assembly #51;. Records Shall Be Traceable By Drawing/item, Heat, Lot Or Batch, Contract number And Matched Set Serial Numbers. All Oqeds Shall Be Clearly Legible Including Name And Title. The Supplier May Provide Exact (quality) Photocopies Of Objective Quality Evidence Records Being Delivered Under This Purchase Order Instead Of Originals.; 4.18.1 ;the Supplier Shall Furnish A Copy Of The Following Oqeds Listed Below And As Indicated On The Contract Data Requirements List (dd Form 1423) For Acceptance. The Reports Shall Be Correlated To The Drawing/item, Heat, Lot Or Batch, Contract Number And matched Set Serial Numbers (clamp Halves And Assembly). Supplier Format Is Acceptable For The Below Listed Cdrls. a.certified Quantitative Mill Or Industrial Laboratory Certification (chemical And Physical Analysis) For Item Numbers 14,22,24,25,26,33 And 34 Of Drawing 4398614. cdrl: Certified Quantitative Mill Certification Per Di-misc-82386 b.certification Of Weld Rod Used In The Manufacturing Of The Lift Clamp Assembly In Accordance With Navsea Tech Pub S9074-ar-gib-010/278 cdrl: Weld Rod Certification Per Di-misc-82386 c.certificate Of Compliance For Materials (certifying Item Nos. 60, 62 And 65 In Accordance With Drawing 4398614 Requirements). cdrl: Certificate Of Compliance Per Di-misc-82386 d.certificate Of Conformance For Materials (certifying Primer/mil-dtl-24441/20 And Paint/mil-dtl-24441/21 In Accordance With Drawing 4398614 And Specifications Requirement). cdrl: Certificate Of Conformance Per Di-misc-82386 e.visual/dimensional Inspection Reports Shall Show All The Characteristics, The Actual Measurement And Results Of Each Dimension Inspected (component Parts/ Assemblies), Including Threads (also The Major Diameter For External Threads And The Minor diameter For Internal Threads), Contract Number, Name Ofsupplier, Drawing/item Number, Drawing Revision Letter, Heat, Lot Or Batch Number Of Finished Part And Matched Set Serial Numbers (clamp Halves And Assembly), Item Nomenclature And Inspector's signature And Date. cdrl: Visual/dimensional Inspection Report Per Di-ndti-8089b f.ndt Visual/magnetic Pariticle Or Liquid Penetrant Inspection Testing Report Shall Be In Accordance With Navsea Technical Publication T9074-as-gib-010/271. Cdrl: Ndt Visual/magnetic Particle Or Liquid Penetrant Inspection Testing Report Per Navsea Technical publication T9074-as-gib-010/271 g.welder's Qualification Certification Of Personnel Performing Welding In Accordance With Navsea Technical Publication S9074-ar-gib-010/278. cdrl: Welder's Qualification Certification Per Navsea Tech Pub278. s9074-ar-gib-010/278 h.ndt Inspector Qualification Certification Of Personnel Performing Visual And Magnetic Particle Or Liquid Penetrant Nondestructive Inspection Testing In Accordance With Navsea Technical Publication T9074-as-gib-010/271. cdrl: Ndt Visual/magnetic Particle Or Liquid Penetrant Inpector Certification Per Navsea Technical Publication T9074-as-gib-010/271. i.weight Test And Holding Capacity Test Reports Shall Show All The Test Characteristics, The Actual Measurement And Results, Start And Stop Times, Gauge Serial Number, Gauge Calibrated Date And Due Date Of Each Assembly Tested Including Contract Number, Name Of supplier, Drawing/item Number, Drawing Revision Letter, And Matched Set Serial Numbers Of The Tested Assembly, Item Nomenclature, Inspector's Acceptance Signature And Date. cdrl: Weight Test & Holding Capacity Test Report Per Di-ndti-80809b j.mercury Exclusion Certification (representing The Contract Units Shipment). cdrl: Mercury Exclusion Certification Per Di-misc-82386; 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. date Of First Submission=asreq ;;approval Of The Quality Inspection Plan By Nswc Philadelphia Division Is Required Prior To First Article.;; ;;nswcpd Is The Acceptance Activity For Cdrl Data Item A001. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;; date Of First Submission=asreq ;;approval Of The Procedure By Nswc Philadelphia Division Is Required Prior To Commencement Of First Article Unit.;; ;;nswcpd Is The Acceptance Activity For Cdrl Data Item A002. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;; date Of First Submission=asreq ;;approval Of The Report By Nswc Philadelphia Division Is Required Prior To Commencement Of Production Lot Units.;; ;;nswcpd Is The Acceptance Activity For Cdrl Data Item A003. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;; date Of First Submission=asreq ;;procedure Shall Be In Accordance With Navsea Technical Publication S9074-ar-gib-010/278.;; ;;approval Of The Procedure By Nswc Philadelphia Division Is Required Prior To Commencement Of First Article Unit.;; ;;nswcpd Is The Acceptance Activity For Cdrl Data Item A004. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;; date Of First Submission=asreq ;;procedure Shall Be In Accordance With Navsea Technical Publication S9074-aq-gib-010/248.;; ;;approval Of The Procedure By Nswc Philadelphia Division Is Required Prior To Commencement Of First Article Unit.;; ;;nswcpd Is The Acceptance Activity For Cdrl Data Item A005. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;; date Of First Submission=asreq ;;liquid Penetrant Procedure Shall Be In Accordance With Navsea Tech Pub T9074-as-gib-010/271.;; ;;approval Of The Procedure By Nswc Philadelphia Division Is Required Prior To Commencement Of First Article Unit.;; ;;nswcpd Is The Acceptance Activity For Cdrl Data Item A006. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;; date Of First Submission=asreq ;;supplier Format Is Acceptable.;; ;;plt Report Shall Consist Of Oqed Records Listed In Contract Section E: Certified Mill Cert; Weld Rod Cert; Certificate Of Compliance Material; Certificate Of Conformance Material; Visual/dimensional Inspection Rpt; Ndt Insp Testing Rpt; Welder's Qual certification; Ndt Inspector Qual Certification; Weight Test & Holding Capacity Test Rpt And Mercury Exclusion Cert.;; ;;approval Of The Report By Nswc Philadelphia Division Is Required Prior To Shipment Of Production Lot Units.;; ;;nswcpd Is The Acceptance Activity For Cdrl Data Item A007. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;;
Closing Date11 Oct 2024
Tender AmountRefer Documents 

Department Of Social Welfare And Development Region Xii Tender

Philippines
Details: Description Invitation For Negotiated Procurement Two-failed Procurement Of Supply And Delivery Of Consumable And Expendable Office Supplies For The Use Of Tara Basa! Tutoring Program Staff (lot 2) Reference Number: Np-2fb-dswd12-2024-tarabasa-004 1. The Department Of Social Welfare And Development Field Office Xii (dswd Fo Xii), Through Its Bids And Awards Committee (bac) Intend To Procure Np-2fb-dswd12-2024-tarabasa-004 Negotiated Procurement Two-failed Procurement Of Supply And Delivery Of Consumable And Expendable Office Supplies For The Use Of Tara Basa! Tutoring Program Staff (lot 2) With An Approved Budget For The Contract Amounting To Four Hundred Forty Thousand And Nine Hundred Fifty Pesos Only (₱440,950.00) Inclusive Of All Applicable Taxes. 2. The Dswd Fo Xii Bac Now Invites Technically, Legally, And Financially Capable Suppliers For The Said Project. 3. The Procurement Procedure For This Requirement Is Negotiated Procurement For Two-failed Bidding Pursuant To Section 53.1 Of The Revised Implementing Rules And Regulations (r-irr) Of Republic Act No. 9184, Otherwise Known As The “government Procurement Reform Act”. The Selection Of The Successful Offer Shall Be Based On The Best And Final Offer That Will Be Submitted On The Set Deadline By The Bac And Which Would Meet The Minimum Technical Specifications Required. 4. Interested Bidders May Obtain Further Information From The Dswd Bac Secretariat At The Address And Contact Number Given Below From September 24, 2024 To October 07, 2024, 8:00 Am To 5:00 Pm. 5. The Dswd Fo 12 Will Hold A Negotiation Meeting On 30 September 2024 At Dswd Regional Office Xii, Brgy. Carpenter Hill, Koronadal City, Which Shall Be Open To Prospective Bidders. 6. The Schedule Of The Bidding Activities Are As Follows: Activities Schedule Advertisement/ Posting Of Request For Quotation / Start Of Availability Of Request For Quotation September 24, 2024 To October 7, 2024, 8:00 Am To 5:00 Pm. Negotiation Meeting 30 September 2024 At Dswd Regional Office Xii, Brgy. Carpenter Hill, Koronadal City Deadline Of Submission Of Quotations And Legal / Technical Documents (in Sealed Envelope) On Or Before 08 October 2024, 9:00 A.m. Opening Of Quotations 08 October 2024, 10:30 A.m. Tentative Schedule For Post-qualification 10 October 2024 7. Two (2) Copies Of The Proposals (one Original And One Copy) Must Be Submitted To The Bac Which Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 9:00 Am Of 08 October 2024. Late Submission Shall Not Be Accepted. 8. Bid Opening And Evaluation Shall Be On 08 October 2024, 10:30 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. Interested Bidders Shall Submit The Following Documents In Sealed Envelopes, Labelled As “negotiated Procurement For Two-failed Biddings”, With The Title Of The Procurement Project, Name Of The Bidder, Address, And The Contact Details Of The Bidder, Addressed To The Bac. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents A. Valid Philgeps Registration Certificate (platinum Membership)(all Pages) Technical Documents A. Statement Of Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid. For This Purpose, The Definition Of Similar Contracts Shall Refer To Internet Service Providers Which Shall Be Completed Within The Last 2 Years Prior To The Date Of Submission Of The Best And Final Offer. B. Original Copy Of Bid Security In Any Of The Following Form As Prescribed Under The 2016 Revised Irr Of Ra 9184: I. The Amount Of Not Less Than ₱8,819.00 Or The Amount Equivalent To Two Percent (2%) Of Abc If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or Ii. The Amount Of Not Less Than ₱22,047.50 Or The Amount Equivalent To Five Percent (5%) Of Abc If Bid Security Is In Surety Bond; And Iii. Bid Securing Declaration (notarized) C. Conformity With The Schedule Of Requirements And Technical Specifications (please See Annex A And B) D. Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of Corporation, Partnership, Or Cooperative, Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder E. If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statement From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope A. Original Of Duly Signed And Accomplished Financial Bid Form; B. Price Schedule 10. The Dswd Fo Xii Reserves The Right To Accept Or Reject Any Bid/proposal, Annul The Bidding Process, And 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: Dswd 12- Bac Secretariat Head Administrative Division- Procurement Section Dswd Field Office 12, Regional Center, Brgy. Carpenter Hill, Koronadal City, 9506 Procurement.fo12@dswd.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://fo12.dswd.gov.ph/bid-bulletin/ Https://www.philgeps.gov.ph Issued This 23rd Day Of September 2024 Jackiya A. Lao Chairperson, Dswd Foxii Bac Annex B Technical Specifications 1. The Project Is For Negotiated Procurement Two-failed Procurement Of Supply And Delivery Of Consumable And Expendable Office Supplies For The Use Of Tara Basa! Tutoring Program Staff (lot 2) With Np-2fb-dswd12-2024-tarabasa-004 As Reference Number. 2. Bidders Must State Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Goods/equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Unamended 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 Applicable Laws And Issuances. Item Specification Statement Of Compliance Lot 2 Office Supplies: Expendable 1 External Hard Drive; Black; -8 Units Capacity: 2tb; Hard Disk Description: Mechanical Hard Disk; Hard Disk Interface: Usb 3.0; Hard Disk Rotational Speed: 5400 Rpm; Hardware Platform: Pc, Mac Special Feature: Password Protection; Form Factor: 2.5-inch 2 Flashdrive: Usb 3.1 Gen 1; -25 Units Backwards Compatible With Usb 2.0; Read Speed Of Up To 400mb/s; Write Speed Of Up To 250mb/s; Interface: Usb 3.1; Model: X770w; Storage Capacity: 32gb Note: The Flash Drives Should Have No Preloaded Files. 3 Data File Box, 125mm X 230mm X 400mm - Color: Blue; Vertical -20 Pieces 4 Data Folder, Clipboard, 75mm X 240mm X 400mm With Taglia Lock -30 Pieces 5 File Organizer Legal Size - Expanding, Plastic -30 Pieces 6 Heavy Duty Puncher, Two Hole, Punching Capacity: 30 Sheets @ 80 Gsm, With Adjustable Paper Gauge And Handle Lock -20 Pieces 7 Scissors; Symmetrical; Size: 215mm (8.5"); Material: Stainless Steel; Blade Thickness: 2.5mm; Unique Design Handle.; Sandblasting Surface; Packed By Slide Card -60 Pairs 8 Tape Dispenser 1"; Black – Table Top -30 Pieces 9 Storage Box 120l; Width (m) .52; Height (cm) 44; Gross Weight (kg) 3.52; Net Weight (kg) 2.92; Material Non-biodegradable; Color: Transparent -20 Pieces 10 Heavy Duty Stapler; Weight: 0.494kg; Product Dimension:(w X H X L) 7.4in X 1.13in X 2.7in; Color: Gray, Black, Blue; Material Type: Metal -10 Pieces 11 Mechanical Sharpener; Stainless Steel With Metal Body; With Translucent Pencil Shaving Bin -5 Pieces 12 Wireless Presentation Clicker; Size: 131*18.4*12.5mm; Color: Black; Working Voltage: 1.5v; Battery Power Supply: 1.5v/aaa*1; Charging Power Supply: 3.7v/180mah -5pieces 13 Document Steel Filling Tray (3 Layers), Black, 37l X 29h X 24w -10 Pieces 14 Laminating Machine (hot & Cold Reverse) Size: A4; Heavy Duty; 220v -3 Pieces 15 Monoblock Chairs; Color: Blue; Size: 43cm X 38cm X 72cm; Armless With Backrest; Mid-back Height; Lightweight; Durable; Stackable; Easy To Carry And Move; Easy To Clean; Comfortable -50 Pieces 16 Foldable Tables; Size: 122.4lx60.9wx73.6h; Weight: 11.2kg; Material: High Density Polyethylene/steel; Rust- Resistant Powder Coated Steel Frame; Stain Resistant And Easy To Clean; Superior Strength And Durability; Mode Of Uv-protected High Density Polyethylene (hdpe) Top; Pre-assembled - 15 Pieces 17 35/40l Air Cooling Fan Industrial; Air-conditioning Fan;household Wheel; Remove With Water Tank Cooling Fan Air Cooler;,heavy Industrial Cooling Fan; Mobile Air Conditioning Fan -6 Pieces 18 Hdmi Wireless Transmitter Receiver; Transfer Method - 5ghz Extender; Hdmi Resolution: -1080p@60hz, Compatible With 720p@60hz; Vga Resolution -1080p@60hz, Compatible With 720p@60hz; Phase - 50 Meters Wireless; Port - Usb-c; Material - Aluminum Alloy + Abs -4 Pieces 19 Digital Recorder; 4gb Internal Memory, Expandable To 32gb With Micro Sd; Maximum Files: 5,000files; S-microphone System Records Distant Or Quiet Sounds Clearly; Focus And Wide-stereo Recording; Auto Voice Recording Reduces Background Noise; Built- In Usb Connector; Built-in Memory : 4gb; Input And Output Terminals: [pc I/f] Hi-speed Usb [input] Stereo Mic-in Jack [output] Stereo Earphone Jack -4 Pieces 20 8"x2 Inch Bt Speaker Portable Wireless & Rechargeable With Microphone And Remote(mzone); 4500mah; Usb Portable Cable -10 Pieces 21 Secretariat Box (small); Storage Box; Medium Size; Made Of Plastic Resins; High Impact Resistant Extreme Durability; With Wheels For Easy Mobility; Measurements: L60 X W45 X H38cm -4 Pieces 22 Extension Cord (multisocket); 6 Gang [6x International Outlet] Extension Set; Length: 5 Meters; Individual Switch And Led On Indicator; Internal Surge Protection Device; Built-in Fuse Protection; Insulated Copper Wire Connection; Fire Retardant Plastic; Adaptable To Standard Plugs Of All Countries; Insulation Resistance: 500mω; Rated Voltage: 250v~; Rated Current: 10a Power: 2500w Max -5 Pieces 23 Portable Document Scanner High Resolution Scanner For A4 Size Documents And Images, Excellent Scanning Performance; Compact Size And Lightweight Design; Built-in Real Time Scanning Detector; Built In Speed Controller; Avoid Image Distortion; Supports Memory Card Up To 32g, Can Store Large Capacity Files. Direct Plug-in, Driver Installation Not Required; Scan Above 200 Pages -4 Pieces 24 Spring Binder Machines; Size: A4; Punch Size: 3*8mm; Binding Capacity: 200 Sheets; Punching Capacity: 12 Sheets; With Handle, Side Margin Adjustment, Pinch Roller, Waste Bin And Die Disengagement Pin -1 Piece 25 Single Hole Puncher; Size: 154x60x17mm; 6mm Hole Diameter; Capacity: 8 Sheets; Color – Silver; High Quality Steel; Heavy-duty -10 Pieces 26 Three Hole Puncher; Size: 278x40x51mm; Punches Up To 8 Sheets ; Use Three 7mm Diameter Punch Heads; Hole Pitch: 108mm; Durable Steel Construction; -2 Pieces 27 Microphones Wireless; Dual, Long Range, High Power Sound Receiver Sensitivity:12dbuv(80db S/n); Sensitivity Rang:12-32dbuv; Rf Squelch: ≥275db; Audio Output Level: Balanced Output:0~0.5v/600 Audio Output:0~0.5v/5k; Power: 220 Avc System Rf Characteristics Modulation: Pll; Frequency Ranges:520mhz~952mhz; Modulation: Fm; Peak : Deviation:±45khz; Af Frequency Response: 80~15khz(±3db); T.h.d: ≤1%; Temperature Range: -10°c~+40°c -6 Units 28 Document Shredder Machine; Paper Shredding Capacity: 16 Sheets; Capacity: 30l Paper Shredding Time: 60min Can Shred Paper/card Type/optical Disc; Size: 628*400*310mm; Confidentiality Level: 5 Levels Of Confidentiality; German Level 5 Confidential: An A4 Sheet Of Paper Can Be Shredder 2598 Sections; Noise≤60db - Low Working Noise, Bass Shredding - 1 Piece 29 Filing Cabinets 3 Drawer Vertical Filing Cabinet With Central Locking System, Anti-top Over Safety Feature (only One Door At A Time Opening), Powder Coated Paint Finish, With File Dividers And Duplicate Keys, Heavy Duty Commercial Grade -5 Pieces 30 Laptop Stand With Cooler; 100% Aluminum Alloy Material; 5kg Max Loading Foldable; Support All Sizes Of Laptop; Six-speed Control; Fan Heat Dissipation; Triangular Stabilization; Frosted Material; Silicone Anti-slip; Folding Size: 290x220x27mm; Lifting Height: 0-27cm Fan Parameters: Dual-core Silent Motor Fan Cooling; Rated Voltage 5v; Rated Current 0.15a; Rated Power 0.6w; Air Volume 2.0cfm; Power Supply Mode: Usb Power, Plug And Play, Type-c Interface. -10pieces 31 Webcam (wide Angle); 1080p Hd & 150°ultra-wide Angle; 150° Viewing Angle; Screen Can Accommodate More People; For Live Broadcast Or Conference; 2 Million Pixels, 1080p High-definition Picture Quality, Records Real Pictures; Auto Focus & Face Capture Using High-definition Lens; Multiple Installation Methods -10 Units 32 Portable Bluetooth Wireless Splash Proof Boombox Speaker 10000mah External Battery With Dual Usb Charge Out -43 Units 33 Portable Medicine/first Aid Box; Size: Large (34*19*21.54cm-16l); Color: White 3 Layer And Transparent Top Design, Large Capacity, Insulation From External Pollution; Large Opening For Easy Access; With Safety Lock Buckle -5 Pieces 34 1200w 560wmah Portable Large Capacity, Power Station 220v, Outdoor Multifunctional Fast Charge ,power Station With Charging Board, Heavy Duty Outdoor Mobile Power Car Travel Camping Home Emergency Power Supply Support Ac/dc/usb Output - 3 Units 35 12inch Lcd Writing Tablet, Children Drawing Pad, Smart Notebook, One Button Erase With Pen For Children's Learning, Led Electronic Writing Board Handwriting Tablet -10 Pieces Note: Samples Of The Offered Items Shall Be Checked During The Conduct Of Post-qualification Delivery Term: Within 10 Working Days Upon The Receipt Of Purchase Order. Payment Term: 1 Month After The Completed Delivery Place Of Delivery / Venue: Purok Bumanaag, Dswd Fo Xii, Brgy. Zone Iii, Koronadal City) General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution I Hereby Certify To Comply With All The Above Requirements. _____________________________________________ Name Of The Company/bidder _____________________________________________ Signature Over Printed Name Of The Representative _________________________________________________ Date
Closing Date8 Oct 2024
Tender AmountPHP 440.9 K (USD 7.8 K)

Museovirasto Tender

Finland
Details: Collection Center The shelf systems The services associated with them are acquired by the Finnish Museum Agency’s Collection and Conservation Centre (experience) Vantaa during the years 2016 and 2020 as part of Koke’s Construction Conltaing Con.s as part of a diverse shelf system from two different suppliers. The shelf systems are being updated and acquired new shelf systems to replace some of the old shelf systems and to complement the old shelf systems. The shelf systems are required for the preservation of the collections of the Finnish National Museum/Finnish National Museum and the Collections of the Finnish Museum Agency. Acquire the full structure of the Shelter Planning, Implementation and Installation. Parts of the whole can be deposited inside the dynamic purchasing system, either in one or separately. As part of the Purchase Entity Orders New Hydrogen Planning Services from a Dynamic Supplier Staed to a Dynamic Procurement System, the Supplier must implement the plans so that the design does not include Exclusive Elements or Other Restrictions, which would prevent other Dynamic Procurement System Accredited Operators from offering the Planned Model System. Providers are always reserved in the context of the Dynamic Procurement System’s In. Deposits, with the publicity to get to know the premises before leaving the Offer. Offers from the shelf systems are always delivered, Installation supplies removed and Hylly systems must be provided with a 5-year warranty. Defin. of active installation methods shall include Rastin and Device Costs. Suppliers have the option to use the Trucks and Nostim on the item if they are free of any other use. Hydrogen systems are implemented in self-managed farms, in which conditions vary from -25 to 20c and Osaidity by 25 to 55%. The shelf systems are mainly metal frames, but can contain as wood, plastic as canngas, e.g. shelf materials or attachment systems. The Provider shall also, if necessary, ensure from the User what materials and surface mediators in Salita.uctures. Ma.ls should be such that they are not harmful to museum objects, and not harmful gases for museum objects. The shelves are designed and calculated according to the preservative structure. The whole ranges from the size of the Nuppineula Esin Koko over 15m3 to the sized driving tools and boats. Collections Includes: - Sea Museum Collections: Venite, Engine and Technical Devices - Archaeological Collections: From Keramika to Swords Art Collections: Oil Painting, Graphics and Veistoks - Cultural Historical Collections: From Horses to Rysy Photography: Negatives and Vedics Archives. The Procurement is Related to A Project and/or By Byd by European Union Funds
Closing Date31 Dec 2025
Tender AmountEUR 700 K (USD 781.8 K)

Municipality Of Mapanas, Northern Samar Tender

Philippines
Details: Description Bidding Documents Procurement Of Infrastructure Projects Name Of Project: Construction Of Multi-purpose (stage) @ Sta Potenciana Elementary School Barangay Sta Potenciana, Mapanas Northern Samar Contract Reference No. 2024-09-069 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 7 Section Iii. Bid Data Sheet 35 Section Iv. General Conditions Of Contract 38 Section V. Special Conditions Of Contract 70 Section Vi. Specifications 72 Section Vii. Drawings 75 Section Viii. Bill Of Quantities Error! Bookmark Not Defined. Section Ix. Bidding Forms 77 Section X. Foreign-assisted Projects Error! Bookmark Not Defined. Section I. Invitation To Bid Bid Notice Abstract Invitation To Bid (itb) Republic Of The Philippines Province Of Northern Samar Municipality Of Mapanas Invitation To Bid For Project: Construction Of Multi-purpose Hall (stage) @ Sta Potenciama Elementary School Brgy. Sta Potenciana, Mapanas N. Samar. The Lgu- Mapanas, Northern Samar, Through The Economic Development Fund Of Fy 2023 Intends To Apply The Sum Of Three Hundred Ninety Nine Thousand Six Hundred Sixty Six Pesos 44/100 Only (p399,666.44) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For : Construction Of Multi-purpose Hall (stage) Sta Potenciana Elementary School , Barangay Sta Potenciana, Mapanas N. Samar Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Lgu- Mapanas, Northern Samar Now Invites Bids For The Following Description Of Works To Be Procured: Item No. Scope Of Work Quantity Unit Construction Of Multi-purpose (stage) @ Sta Potenciana Elementary School, Barangay Sta Potenciana Mapanas, N. Samar. B.5 Project Billboard/signboard 1.00 Lot B.9 Mobilization And Demobilization 1.00 Lot 103(1)a Structure Excavation (common Soil 4.00 Cu.m. 804 (4) Gravel Bedding 2.43 Cu.m. 804 Embankment 24.11 Cu.m. 900 (1) C1 Structural Concrete (class A), 28 Days 7.83 Cu.m. 902 (1) A Reinforcing Steel,deformed Grade 40 512.33 Kg 903 Formworks And Falseworks 37.63 Sq.m. 1013 Corrugated Metal Roofing, Gauge 24 32.40 Sq.m. 1046 Masonry Works 31.51 Sq.m. 1003 Carpentry And Joinery Works 20.16 Sq.m. Completion Of The Works Is Required 45 Calendar Days. Bidders Should Have Completed, Within Ten (10) 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. Section Ii. Instructions To Bidders. 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Lgu- Bac Mapanas, Northern Samar And Inspect The Bidding Documents At The Address Given Below From September 21, 2024-october 10, 2024, 8:00 A.m. To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of P500.00. 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 Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 5. The Lgu- Mapana, Northern Samar Will Hold A Pre-bid Conference On September 27, 2024 At 10:00 A.m. At Executive Conference, 2nd Floor Of New Municipal Bldg. Mapanas, Northern Samar, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 6. Bids Must Be Delivered To The Address Below On Or Before 9:00 A.m. Of October 10, 2024 At Bac Office, @ Municipal Planning & Development Office (mpdo), Mapanas, Northern Samar. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Authorized Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Bidder May Request That The Bid Documents Be Sent To Them By Mail Or Courier, And For This, The Bidder Shall Pay The Amount In Philippine Peso To Cover The Cost Of Mail Or Courier Delivery. The Fee For Obtaining A Copy Of The Bid Documents And The Cost Of Mail Or Courier Shall Be Paid By The Bidder Thru S Cashier’s Check Or Manager’s Check Issued In Favor Of The Municipality Of Mapanas. 7. The Lgu- Mapanas, Northern Samar 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. 8. For Further Information, Please Refer To: Reno C. Salazar Bac Secretary Mapanas, Northern Samar Mobile # 09459852914 Ma. Teresa L. Minguez Bac Chairperson Mapanas, Northern Samar Mobile # 09778033758 Section Ii. Instructions To Bidders 1. The Bids Must Be Delivered On Or Before October 10, 2024 At 9:00 A.m And Failure To Submit The Bid Proposal May Ground For Disqualification Of The Bid. 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Lgu- Mapanas, Northern Samar Now Invites Bids For The Following Description Of Works To Be Procured: Item No. Scope Of Work Quantity Unit Construction Of Multi-purpose (stage) Sta Potenciana Elementary School, Barangay Sta Potenciana Mapanas, N. Samar. B.5 Project Billboard/signboard 1.00 Lot B.9 Mobilization And Demobilization 1.00 Lot 103(1)a Structure Excavation (common Soil 4.00 Cu.m. 804 (4) Gravel Bedding 2.43 Cu.m. 804 Embankment 24.11 Cu.m. 900 (1) C1 Structural Concrete (class A), 28 Days 7.83 Cu.m. 902 (1) A Reinforcing Steel,deformed Grade 40 512.33 Kg 903 Formworks And Falseworks 37.63 Sq.m. 1013 Corrugated Metal Roofing, Gauge 24 32.40 Sq.m. 1046 Masonry Works 31.51 Sq.m. 1003 Carpentry And Joinery Works 20.16 Sq.m. Completion Of The Works Is Required 45 Calendar Days. Bidders Should Have Completed, Within Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 3. Interested Bidders May Obtain Further Information From Lgu- Bac Mapanas, Northern Samar And Inspect The Bidding Documents At The Address Given Below From September 21, 2024-october 10, 2024, 8:00 A.m. To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of P500.00. 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 Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 4. The Lgu- Mapanas, Northern Samar Will Hold A Pre-bid Conference On September 27, 2024 At 10:00 A.m. At Executive Conference, 2nd Floor Of New Municipal Bldg. Mapanas, Northern Samar, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 5. Bids Must Be Delivered To The Address Below On Or Before 9:00 A.m. Of October 10, 2024 At Bac Office, @ Municipal Planning & Development Office (mpdo), Mapanas, Northern Samar. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Authorized Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Bidder May Request That The Bid Documents Be Sent To Them By Mail Or Courier, And For This, The Bidder Shall Pay The Amount In Philippine Peso To Cover The Cost Of Mail Or Courier Delivery. The Fee For Obtaining A Copy Of The Bid Documents And The Cost Of Mail Or Courier Shall Be Paid By The Bidder Thru S Cashier’s Check Or Manager’s Check Issued In Favor Of The Municipality Of Mapanas. 6. The Lgu- Mapanas, Northern Samar 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. 7. For Further Information, Please Refer To: Reno C. Salazar Bac Secretary Mapanas, Northern Samar Mobile # 09459852914 Ma. Teresa L. Minguez Bac Chairperson Mapanas N. Samar Mobile # 09778033758 Table Of Contents A. General 11 1. Scope Of Bid 11 2. Source Of Funds 11 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 11 4. Conflict Of Interest 12 5. Eligible Bidders 14 6. Bidder’s Responsibilities 15 7. Origin Of Goods And Services 17 8. Subcontracts 17 B. Contents Of Bidding Documents 17 9. Pre-bid Conference 17 10. Clarification And Amendment Of Bidding Documents 18 C. Preparation Of Bids 18 11. Language Of Bids 18 12. Documents Comprising The Bid: Eligibility And Technical Components 18 13. Documents Comprising The Bid: Financial Component 21 14. Alternative Bids 21 15. Bid Prices 22 16. Bid Currencies 22 17. Bid Validity 23 18. Bid Security 23 19. Format And Signing Of Bids 25 20. Sealing And Marking Of Bids 26 D. Submission And Opening Of Bids 26 21. Deadline For Submission Of Bids 26 22. Late Bids 26 23. Modification And Withdrawal Of Bids 27 24. Opening And Preliminary Examination Of Bids 27 E. Evaluation And Comparison Of Bids 28 25. Process To Be Confidential 28 26. Clarification Of Bids 29 27. Detailed Evaluation And Comparison Of Bids 29 28. Post Qualification 30 29. Reservation Clause 31 F. Award Of Contract 32 30. Contract Award 32 31. Signing Of The Contract 33 32. Performance Security 33 33. Notice To Proceed 34 A. General 1. Scope Of Bid 1.1. The Procuring Entity As Defined In The Bds, Invites Bids For The Construction Of Works, As Described In Section Vi. Specifications. The Name And Identification Number Of The Contract Is Provided In The Bds. 1.2. The Successful Bidder Will Be Expected To Complete The Works By The Intended Completion Date Specified In Scc Clause 1.16. 2. Source Of Funds The Procuring Entity Has A Budget Or Has Applied For Or Received Funds From The Funding Source Named In The Bds, And In The Amount Indicated In The Bds. It Intends To Apply Part Of The Funds Received For The Project, As Defined In The Bds, To Cover Eligible Payments Under The Contract For The Works. 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 3.1. Unless Otherwise Specified In The Bds, The Procuring Entity, As Well As Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. In Pursuance Of This Policy, The Funding Source: (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 Procuring Entity, 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; And (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 Collusive Practice; And/or Threatening, Harassing 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 Corrupt Or Fraudulent Practices In Competing For The Contract; And (c) Will Declare A Firm Ineligible, Either Indefinitely Or For A Stated Period Of Time, To Be Awarded Contract Funded By The Funding Source If It At Any Time Determines That The Firm Has Engaged In Corrupt Or Fraudulent Practices In Competing Or, Or In Executing, A Contract Funded By The Funding Source. 3.2. Further, The Procuring Entity Will Seek To Impose The Maximum Civil, Administrative, And/or Criminal Penalties Available Under The 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 Contractor In The Bidding For And Performance Of A Contract Themselves Or Through Independent Auditors As Reflected In The Gcc Clause 34. 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) And A General Conflict Of Interest In Any Of The Circumstances Set Out In Paragraphs (d) Through (g) 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; (f) A Bidder Who Participated As A Consultant In The Preparation Of The Design Or Technical Specifications Of The Goods And Related Services That Are The Subject Of The Bid; Or (g) A Bidder Who Lends, Or Temporary 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. 4.2. In Accordance With Section 47 Of The Irr Of Ra 9184, All Bidding Documents Shall Be Accompanied By A Sworn Affidavit Of The Bidder That It Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), Members Of The Technical Working Group (twg), Members Of The Bac Secretariat, The Head Of The Project Management Office (pmo) Or The End-user Unit, And The Project Consultants, By Consanguinity Or Affinity Up To The Third Civil Degree. On The Part Of The Bidder, This Clause Shall Apply To The Following Persons: (a) If The Bidder Is An Individual Or A Sole Proprietorship, To The Bidder Himself; (b) If The Bidder Is A Partnership, To All Its Officers And Members; (c) If The Bidder Is A Corporation, To All Its Officers, Directors, And Controlling Stockholders; And (d) If The Bidder Is A Joint Venture (jv), The Provisions Of Items (a), (b), Or (c) Of This Clause Shall Correspondingly Apply To Each Of The Members Of The Said Jv, As May Be Appropriate. Relationship Of The Nature Described Above Or Failure To Comply With This Clause Will Result In The Automatic Disqualification Of A Bidder. 5. Eligible Bidders 5.1. Unless Otherwise Indicated In The Bds, The Following Persons Shall Be Eligible To Participate In This Bidding: (a) Duly Licensed Filipino Citizens/sole Proprietorships; (b) Partnerships Duly Organized Under The Laws Of The Philippines And Of Which At Least Seventy Five Percent (75%) Of The Interest Belongs To Citizens Of The Philippines; (c) Corporations Duly Organized Under The Laws Of The Philippines, And Of Which At Least Seventy Five Percent (75%) 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 Seventy Five Percent (75%) 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, In Accordance With Letter Of Instructions No. 630, Filipino Ownership Or Interest Of The Joint Venture Concerned Shall Be At Least Seventy Five Percent (75%): Provided, Further, That Joint Ventures In Which Filipino Ownership Or Interest Is Less Than Seventy Five Percent (75%) May Be Eligible Where The Structures To Be Built Require The Application Of Techniques And/or Technologies Which Are Not Adequately Possessed By A Person/entity Meeting The Seventy Five Percent (75%) Filipino Ownership Requirement: Provided, Finally, That In The Latter Case, Filipino Ownership Or Interest Shall Not Be Less Than Twenty Five Percent (25%). For This Purpose Filipino Ownership Or Interest Shall Be Based On The Contributions Of Each Of The Members Of The Joint Venture As Specified In Their Jva. 5.2. The Procuring Entity May Also Invite Foreign Bidders When Provided For Under Any Treaty Or International Or Executive Agreement As Specified In The Bds. 5.3. Government Corporate Entities May Be Eligible To Participate Only If They Can Establish That They (a) Are Legally And Financially Autonomous, (b) Operate Under Commercial Law, And (c) Are Not Dependent Agencies Of The Gop Or The Procuring Entity. 5.4. (a) Unless Otherwise Provided In The Bds, The Bidder Must Have Completed, Within Ten (10) Years From The Submission Of Bids, A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted To Current Prices Using The National Statistics Office Consumer Price Index. (b) For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bds. For This Purpose, Contracts Similar To The Project Shall Be Those Described In Thebds, And Completed Within The Period Stated In The Invitation To Bid And Itb Clause 12.1(a)(iii). 5.5. The Bidder Must Submit A Computation Of Its Net Financial Contracting Capacity (nfcc) Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Its Favor If Awarded The Contract For This Project (clc). The Nfcc, Computed Using The Following Formula, Must Be At Least Equal To The Abc To Be Bid: Nfcc = [(current Assets Minus Current Liabilities) (k)] Minus The Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project. Where: K = 10 For A Contract Duration Of One Year Or Less, 15 For A Contract Duration Of More Than One Year Up To Two Years, And 20 For A Contract Duration Of More Than Two Years. The Clc Must Be At Least Equal To Ten Percent (10%) Of The Abc For This Project. If Issued By A Foreign Bank, It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank. In The Case Of Local Government Units (lgus), The Bidder May Also Submit Clc From Other Banks Certified By The Bangko Sentral Ng Pilipinas (bsp) As Authorized To Issue Such Financial Instrument. 6. Bidder’s Responsibilities 6.1. The Bidder Or Its Duly Authorized Representative Shall Submit A Sworn Statement In The Form Prescribed In Section Ix. Bidding Forms As Required In Itb Clause 12.1(b)(iii). 6.2. The Bidder Is Responsible For The Following: (a) Having Taken Steps To Carefully Examine All Of The Bidding Documents; (b) Having Acknowledged All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; (c) Having Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; (d) Having Complied With Its Responsibility To Inquire Or Secure Supplemental/bid Bulletin/s As Provided Under Itb Clause 10.3. (e) Ensuring That It Is Not “blacklisted” Or Barred From Bidding By The Gop Or Any Of Its Agencies, Offices, Corporations, Or Lgus, Including Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Gppb; (f) Ensuring That Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; (g) Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative/s To Verify All The Documents Submitted; (h) Ensuring That The Signatory Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The Bidder In The Bidding, With The Duly Notarized Secretary’s Certificate Attesting To Such Fact, If The Bidder Is A Corporation, Partnership, Cooperative, Or Joint Venture; (i) Complying With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Of Republic Act 3019; And (j) Complying With Existing Labor Laws And Standards, If Applicable. Failure To Observe Any Of The Above Responsibilities Shall Be At The Risk Of The Bidder Concerned. 6.3. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contract Works And The Conditions For This Project And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 6.4. It Shall Be The Sole Responsibility Of The Prospective Bidder To Determine And To Satisfy Itself By Such Means As It Considers Necessary Or Desirable As To All Matters Pertaining To This Project, Including: (a) The Location And The Nature Of The Contract, Project, Or Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work. 6.5. The Procuring Entity Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions By The Prospective Or Eligible Bidder Out Of The Data Furnished By The Procuring Entity. 6.6. Before Submitting Their Bids, The Bidders Are Deemed To Have Become Familiar With All Existing Laws, Decrees, Ordinances, Acts And Regulations Of The Philippines Which May Affect The Contract In Any Way. 6.7. 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. 6.8. Bidders Should Note That The Procuring Entity Will Only Accept Bids Only From Those That Have Paid The Nonrefundable Fee For The Bidding Documents At The Office Indicated In The Invitation To Bid. 7. Origin Of Goods And Services There Is No Restriction On The Origin Of Goods, Or Contracting Of Works Or Services Other Than Those Prohibited By A Decision Of The United Nations Security Council Taken Under Chapter Vii Of The Charter Of The United Nations. 8. Subcontracts 8.1. Unless Otherwise Specified In The Bds, The Bidder May Subcontract Portions Of The Works 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 Submit The Documentary Requirements Under Itb Clause 12 And Comply With The Eligibility Criteria 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 Works Shall Be Disallowed. 8.3. The Bidder May Identify The Subcontractor To Whom A Portion Of The Works Will Be Subcontracted At Any Stage Of The Bidding Process Or During Contract Implementation. If The Bidder Opts To Disclose The Name Of The Subcontractor During Bid Submission, The Bidder Shall Include The Required Documents As Part Of The Technical Component Of Its Bid. B. Contents Of Bidding Documents 9. Pre-bid Conference 9.1. (a) 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. (b) The Pre-bid Conference Shall Be Held At Least Twelve (12) Calendar Days Before The Deadline For The Submission Of And Receipt Of Bids. If The Procuring Entity Determines That, By Reason Of The Method, Nature, Or Complexity Of The Contract To Be Bid, Or When International Participation Will Be More Advantageous To The Gop, A Longer Period For The Preparation Of Bids Is Necessary, The Pre-bid Conference Shall Be Held At Least Thirty (30) Calendar Days Before The Deadline For The Submission And Receipt Of Bids, As Specified In The Bds. 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 As Recorded In The Minutes Of The Pre-bid Conference And The Supplemental/bid Bulletin. 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 Clarification(s) On Any Part Of The Bidding Documents Or 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. Unless, Otherwise Provided In The Bds, 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) Registration Certificate From The Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives, Or Any Proof Of Such Registration As Stated In The Bds; (ii) Mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located; (iii) Statement Of All Its Ongoing And Completed Government And Private Contracts Within Ten (10) Years From The Submission Of Bids, Including Contracts Awarded But Not Yet Started, If Any. The Statement Shall Include, For Each Contract, The Following: (iii.1) Name Of The Contract; (iii.2) Date Of The Contract; (iii.3) Contract Duration; (iii.4) Owner’s Name And Address; (iii.5) Nature Of Work; (iii.6) Contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation; (iii.7) Total Contract Value At Award; (iii.8) Date Of Completion Or Estimated Completion Time; (iii.9) Total Contract Value At Completion, If Applicable; (iii.10) Percentages Of Planned And Actual Accomplishments, If Applicable; (iii.11) Value Of Outstanding Works, If Applicable; (iii.12) The Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (iii.13) The Statement Shall Be Supported By The Constructors Performance Evaluation System (cpes) Rating Sheets, And/or Certificates Of Completion And Owner’s Acceptance, If Applicable; (iv) Unless Otherwise Provided In The Bds, Valid Philippine Contractors Accreditation Board (pcab) License And Registration For The Type And Cost Of The Contract For This Project; (v) Audited Financial Statements, Showing, Among Others, The Prospective Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; (vi) Nfcc Computation Or Clc In Accordance With Itb Clause 5.5; And Class "b" Document: (vii) If Applicable, Valid Joint Venture Agreement (jva) Or, In Lieu Thereof, 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. (b) Technical Documents – (i) Bid Security As Prescribed In Itb Clause 18. If The Bidder Opts To Submit The Bid Security In The Form Of: (i.1) A Bank Draft/guarantee Or An Irrevocable Letter Of Credit Issued By A Foreign Bank, It Shall Be Accompanied By A Confirmation From A Universal Or Commercial Bank; Or (i.2) A Surety Bond Accompanied By A Certification Coming From An Authorized Insurance Commission That A Surety Or Insurance Company Is Authorized To Issue Such Instrument; (ii) Project Requirements, Which Shall Include The Following: (ii.1) Organizational Chart For The Contract To Be Bid; (ii.2) List Of Contractor’s Personnel (viz, Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; And (ii.3) List Of Contractor’s Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project; And (iii) Sworn Statement In Accordance With Section 25.2(b)(iv) Of The Irr Of Ra 9184 And Using The Form Prescribed In Section Ix. 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 In Accordance With The Form Prescribed In Section Ix. Bidding Forms; And (b) Any Other Document Related To The Financial Component Of The Bid As Stated In The Bds. 13.2. (a) Unless Indicated In The Bds, All Bids That Exceed The Abc Shall Not Be Accepted. (b) Unless Otherwise Indicated In The Bds, For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Following Conditions Are Met: (i) Bidding Documents Are Obtainable Free Of Charge On A Freely Accessible Website. If Payment Of Bidding Documents Is Required By The Procuring Entity, Payment Could Be Made Upon The Submission Of Bids. (ii) The Procuring Entity Has Procedures In Place To Ensure That The Abc Is Based On Recent Estimates Made By The Engineer Or The Responsible Unit Of The Procuring Entity And That The Estimates Are Based On Adequate Detailed Engineering (in The Case Of Works) And Reflect The Quality, Supervision And Risk And Inflationary Factors, As Well As Prevailing Market Prices, Associated With The Types Of Works Or Goods To Be Procured. (iii) The Procuring Entity Has Trained Cost Estimators On Estimating Prices And Analyzing Bid Variances. In The Case Of Infrastructure Projects, The Procuring Entity Must Also Have Trained Quantity Surveyors. (iv) The Procuring Entity Has Established A System To Monitor And Report Bid Prices Relative To Abc And Engineer’s/procuring Entity’s Estimate. (v) The Procuring Entity Has Established A Monitoring And Evaluation System For Contract Implementation To Provide A Feedback On Actual Total Costs Of Goods And Works. 14. Alternative Bids 14.1. 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. 14.2. Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 14.3. Each Bidder Shall Submit Only One Bid, Either Individually Or As A Partner In A Jv. A Bidder Who Submits Or Participates In More Than One Bid (other Than As A Subcontractor If A Subcontractor Is Permitted To Participate In More Than One Bid) Will Cause All The Proposals With The Bidder’s Participation To Be Disqualified. This Shall Be Without Prejudice To Any Applicable Criminal, Civil And Administrative Penalties That May Be Imposed Upon The Persons And Entities Concerned. 15. Bid Prices 15.1. The Contract Shall Be For The Whole Works, As Described In Itb Clause 1.1, Based On The Priced Bill Of Quantities Submitted By The Bidder. 15.2. The Bidder Shall Fill In Rates And Prices For All Items Of The Works Described In The Bill Of Quantities. Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Government. 15.3. All Duties, Taxes, And Other Levies Payable By The Contractor Under The Contract, Or For Any Other Cause, Prior To The Deadline For Submission Of Bids, Shall Be Included In The Rates, Prices, And Total Bid Price Submitted By The Bidder. 15.4. All Bid Prices For The Given Scope Of Work In The Contract As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Specified In Gcc Clause 48. Price Escalation May Be Allowed In Extraordinary Circumstances As 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. Furthermore, In Cases Where The Cost Of The Awarded Contract Is Affected By Any Applicable New Laws, Ordinances, Regulations, Or Other Acts Of The Gop, Promulgated After The Date Of Bid Opening, A Contract Price Adjustment Shall Be Made Or Appropriate Relief Shall Be Applied On A No Loss-no Gain Basis. 16. Bid Currencies 16.1. All Bid Prices Shall Be Quoted In Philippine Pesos Unless Otherwise Provided 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 Prevailing 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 Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 16.3. Unless Otherwise Specified In The Bds, Payment Of The Contract Price Shall Be Made In Philippine Pesos. 17. Bid Validity 17.1. Bids Shall Remain Valid For The Period Specified In The Bds Which Shall Not Exceed One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 17.2. In Exceptional Circumstances, Prior To The Expiration Of The Bid Validity Period, The Procuring Entity May Request Bidders To Extend The Period Of Validity Of Their Bids. The Request And The Responses Shall Be Made In Writing. The Bid Security Described In Itb Clause 18 Should Also Be Extended Corresponding To The Extension Of The Bid Validity Period At The Least. A Bidder May Refuse The Request Without Forfeiting Its Bid Security, But His Bid Shall No Longer Be Considered For Further Evaluation And Award. A Bidder Granting The Request Shall Not Be Required Or Permitted To Modify Its Bid. 18. Bid Security 18.1. The Bid Security In The Amount Stated In The Bds Shall Be Equal To The Percentage Of The Abc In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (equal To Percentage Of The Abc) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. Two Percent (2%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Five Percent (5%) (d) Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To Total Amount Of Security For Biddings Conducted By Local Government Units, The Bidder May Also Submit Bid Securities In The Form Of Cashier’s/manager’s Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Such Financial Statement. 18.2. The Bid Security Should Be Valid For The Period Specified In The Bds. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 18.3. No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except To Those That Failed Or Declared As Post-disqualified, Upon Submission Of A Written Waiver Of Their Right To File A Motion For Reconsideration And/or Protest. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Bidder With The Lowest Calculated 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 31, And The Posting Of The Performance Security, Pursuant To Itb Clause 32, The Successful Bidder’s Bid Security Will Be Discharged, But In No Case Later Than The Bid Security Validity Period As Indicated In 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 27.3(b); (iii) Fails To Submit The Requirements Within The Prescribed Period, Or A Finding Against Their Veracity, As Stated In Itb Clause 28.2; (iv) Submission Of Eligibility Requirements Containing False Information Or Falsified Documents; (v) 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; (vi) Allowing The Use Of One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding; (vii) 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; (viii) Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time; (ix) 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; (x) Any Documented Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor; (xi) Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared Successful; Or (xii) 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. (b) If The Successful Bidder: (i) Fails To Sign The Contract In Accordance With Itb Clause 31; (ii) Fails To Furnish Performance Security In Accordance With Itb Clause 32. 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 Ix. Bidding Forms On Or Before The Deadline Specified In The Itb Clause 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 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 Copies, The Original Shall Prevail. 19.4. The Bid, Except For Unamended Printed Literature, Shall Be Signed, And Each And Every Page Thereof Shall Be Initialed, By The Duly Authorized Representative/s Of The Bidder. 19.5. 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. Bidders Shall Enclose Their Original Eligibility And Technical Documents Described In Itb Clause 12, In One Sealed Envelope Marked “original - Technical Component”, And The Original Of Their Financial Component In Another Sealed Envelope Marked “original - Financial Component”, Sealing Them All In An Outer Envelope Marked “original Bid”. 20.2. Each Copy Of The First And Second Envelopes Shall Be Similarly Sealed Duly Marking The Inner Envelopes As “copy No. ___ - Technical Component” And “copy No. ___ – Financial Component” And The Outer Envelope As “copy No. ___”, Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. 20.3. The Original And The Number Of Copies Of The Bid As Indicated In The Bds Shall Be Typed Or Written In Indelible Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. 20.4. All Envelopes Shall: (a) Contain The Name Of The Contract To Be Bid In Capital Letters; (b) Bear The Name And Address Of The Bidder In Capital Letters; (c) Be Addressed To The Procuring Entity’s Bac Identified In Itb Clause 10.1; (d) Bear The Specific Identification Of This Bidding Process Indicated In The Invitation To Bid; And (e) Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of Bids, In Accordance With Itb Clause 21. 20.5. If Bids Are Not Sealed And Marked As Required, The Procuring Entity Will Assume No Responsibility For The Misplacement Or Premature Opening Of The Bid. D. Submission And Opening Of Bids 21. Deadline For Submission Of Bids Bids Must Be Received By The Procuring Entity’s Bac At The Address And On Or Before The Date And Time Indicated In The Bds. 22. Late Bids Any Bid Submitted After The Deadline For Submission And Receipt Of Bids Prescribed By The Procuring Entity, Pursuant To Itb Clause 21, Shall Be Declared “late” And Shall Not Be Accepted By The Procuring Entity. 23. Modification And Withdrawal Of Bids 23.1. The Bidder May Modify Its Bid After It Has Been Submitted; Provided That The Modification Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Bidder Shall Not Be Allowed To Retrieve Its Original Bid, But Shall Be Allowed To Submit Another Bid Equally Sealed, Properly Identified, Linked To Its Original Bid Marked As “technical Modification” Or “financial Modification” And Stamped “received” By The Bac. Bid Modifications Received After The Applicable Deadline Shall Not Be Considered And Shall Be Returned To The Bidder Unopened. 23.2. A Bidder May, Through A Letter Of Withdrawal, Withdraw Its Bid After It Has Been Submitted, For Valid And Justifiable Reason; Provided That The Letter Of Withdrawal Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. 23.3. Bids Requested To Be Withdrawn In Accordance With Itb Clause 23.1 Shall Be Returned Unopened To The Bidders. A Bidder May Also Express Its Intention Not To Participate In The Bidding Through A Letter Which Should Reach And Be Stamped By The Bac Before The Deadline For Submission And Receipt Of Bids. A Bidder That Withdraws Its Bid Shall Not Be Permitted To Submit Another Bid, Directly Or Indirectly, For The Same Contract. 23.4. No Bid May Be Modified After The Deadline For Submission Of Bids. No Bid May Be Withdrawn In The Interval Between The Deadline For Submission Of Bids And The Expiration Of The Period Of Bid Validity Specified By The Bidder On The Financial Bid Form. Withdrawal Of A Bid During This Interval Shall Result In The Forfeiture Of The Bidder’s Bid Security, Pursuant To Itb Clause 18.5, And The Imposition Of Administrative, Civil, And Criminal Sanctions As Prescribed By Ra 9184 And Its Irr. 24. Opening And Preliminary Examination Of Bids 24.1. The Bac Shall Open The First Bid Envelopes Of Bidders In Public As Specified In The Bds To Determine Each Bidder’s Compliance With The Documents Prescribed In Itb Clause 12. For This Purpose, The Bac Shall Check The Submitted Documents Of Each Bidder Against A Checklist Of Required Documents To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion. If A Bidder Submits The Required Document, It Shall Be Rated “passed” For That Particular Requirement. In This Regard, Bids That Fail To Include Any Requirement Or Are Incomplete Or Patently Insufficient Shall Be Considered As “failed”. Otherwise, The Bac Shall Rate The Said First Bid Envelope As “passed”. 24.2. Unless Otherwise Specified In The Bds, 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 13.1(b), The Bac Shall Rate The Bid Concerned As “failed”. Only Bids That Are Determined To Contain All The Bid Requirements For Both Components Shall Be Rated “passed” And Shall Immediately Be Considered For Evaluation And Comparison. 24.3. Letters Of Withdrawal Shall Be Read Out And Recorded During Bid Opening, And The Envelope Containing The Corresponding Withdrawn Bid Shall Be Returned To The Bidder Unopened. If The Withdrawing Bidder’s Representative Is In Attendance, The Original Bid And All Copies Thereof Shall Be Returned To The Representative During The Bid Opening. If The Representative Is Not In Attendance, The Bid Shall Be Returned Unopened By Registered Mail. The Bidder May Withdraw Its Bid Prior To The Deadline For The Submission And Receipt Of Bids, Provided That The Corresponding Letter Of Withdrawal Contains A Valid Authorization Requesting For Such Withdrawal, Subject To Appropriate Administrative Sanctions. 24.4. If A Bidder Has Previously Secured A Certification From The Procuring Entity To The Effect That It Has Previously Submitted The Above-enumerated Class “a” Documents, The Said Certification May Be Submitted In Lieu Of The Requirements Enumerated In Itb Clause 12.1(a), Items (i) To (vi). 24.5. In The Case Of An Eligible Foreign Bidder As Described In Itb Clause 5, The Class “a” Documents Enumerated In Itb Clause 12.1(a) May Be Substituted With The Appropriate Equivalent Documents, If Any, Issued By The Country Of The Foreign Bidder Concerned. 24.6. Each Partner Of A Joint Venture Agreement Shall Likewise Submit The Documents Required 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)(vi) By Any Of The Joint Venture Partners Constitutes Compliance. 24.7. A Bidder Determined As “failed” Has Three (3) Calendar Days Upon Written Notice Or, If Present At The Time Of Bid Opening, Upon Verbal Notification Within Which To File A Request For Reconsideration With The Bac: Provided, However, That The Request For Reconsideration Shall Not Be Granted If It Is Established That The Finding Of Failure Is Due To The Fault Of The Bidder Concerned: Provided, Further, That The Bac Shall Decide On The Request For Reconsideration Within Seven (7) Calendar Days From Receipt Thereof. If A Failed Bidder Signifies His Intent To File A Request For Reconsideration, The Bac Shall Keep The Bid Envelopes Of The Said Failed Bidder Unopened And/or Duly Sealed Until Such Time That The Request For Reconsideration Or Protest Has Been Resolved. 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 N 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. Detailed Evaluation And Comparison Of Bids 27.1. 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. 27.2. In Evaluating The Bids To Get The Lowest Calculated Bid, The Procuring Entity Shall Undertake The Following: (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 Highest. The Bid With The Lowest Price Shall Be Identified As The Lowest Calculated Bid. 27.3. The Procuring Entity's Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary “pass/fail” Criterion. The Bac Shall Consider The Following In The Evaluation Of Bids: (a) Completeness Of The Bid. Unless The Itb Specifically Allows Partial Bids, Bids Not Addressing Or Providing All Of The Required Items In The Schedule Of Requirements Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Procuring Entity; And (b) Arithmetical Corrections. Consider Computational Errors And Omissions To Enable Proper Comparison Of All Eligible Bids. It May Also Consider Bid Modifications If Expressly Allowed In The Bds. Any Adjustment Shall Be Calculated In Monetary Terms To Determine The Calculated Prices. 27.4. 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, Unless Otherwise Indicated In The Bds. 27.5. The Procuring Entity’s Evaluation Of Bids Shall Only Be Based On The Bid Price Quoted In The Financial Bid Form 27.6. 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. 28. Post Qualification 28.1. 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. 28.2. Within A Non-extendible Period Of Three (3) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lcb, The Bidder Shall Submit The Following Documentary Requirements: (a) Tax Clearance Per Executive Order 398, Series Of 2005; (b) Latest Income And Business Tax Returns In The Form Specified In The Bds; (c) Certificate Of Philgeps Registration; And (d) Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. Failure Of The Bidder Declared As Lcb To Duly Submit The Requirements Under This Clause Or A Finding Against The Veracity Of Such, Shall Be Ground For Forfeiture Of The Bid Security And Disqualification Of The Bidder For Award. 28.3. 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. 28.4. If The Bac Determines That The Bidder With The Lowest Calculated Bid Passes All The Criteria For Post-qualification, It Shall Declare The Said Bid As The Lowest Calculated Responsive Bid, And Recommend To The Head Of The Procuring Entity The Award Of Contract To The Said Bidder At Its Submitted Price Or Its Calculated Bid Price, Whichever Is Lower, Subject To Itb Clause 30.3. 28.5. 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 And Responsive Bid Is Determined For Contract Award. 28.6. Within A Period Not Exceeding Seven (7) Calendar Days From The Date Of Receipt Of The Recommendation Of The Bac, The Head Of The Procuring Entity Shall Approve Or Disapprove The Said Recommendation. In The Case Of Government Owned And Government-owned And/or -controlled Corporations (goccs) And Government Financial Institutions (gfis), The Period Provided Herein Shall Be Fifteen (15) Calendar Days. 29. Reservation Clause 29.1. 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. 29.2. 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 Government 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. 29.3. 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. F. Award Of Contract 30. Contract Award 30.1. Subject To Itb Clause 28, The Procuring Entity Shall Award The Contract To The Bidder Whose Bid Has Been Determined To Be The Lowest Calculated And Responsive Bid (lcrb). 30.2. 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 Lcrb And Submitted Personally Or Sent By Registered Mail Or Electronically To The Procuring Entity. 30.3. Notwithstanding The Issuance Of The Notice Of Award, Award Of Contract Shall Be Subject To The Following Conditions: (a) Submission Of The Following Documents Within The Prescribed Period From Receipt By The Bidder Of The Notice That It Has The Lowest Calculated And Responsive Bid: (i) Valid Jva, If Applicable, Within Ten (10) Calendar Days; (ii) Valid Pcab License And Registration For The Type And Cost Of The Contract To Be Bid For Foreign Bidders, Within Thirty (30) Calendar Days, If Allowed Under A Treaty Or International Or Executive Agreement Mentioned In Itb Clause 12.1(a)(iv); (b) Posting Of The Performance Security In Accordance With Itb Clause 32; (c) Signing Of The Contract As Provided In Itb Clause 31; And (d) Approval By Higher Authority, If Required. 31. Signing Of The Contract 31.1. 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. 31.2. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award, The Successful Bidder Shall Post The Required Performance Security, Sign And Date The Contract And Return It To The Procuring Entity. 31.3. 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. 31.4. The Following Documents Shall Form Part Of The Contract: (a) Contract Agreement; (b) Bidding Documents; (c) Winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted; (d) Performance Security; (e) Credit Line In Accordance With Itb Clause 5.5, If Applicable; (f) Notice Of Award Of Contract; And (g) Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. 32. Performance Security 32.1. 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. 32.2. The Performance Security Shall Be Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity In An Amount Equal To The Percentage Of The Total Contract Price As Stated In The Bds In Accordance With The Following Schedule: 33. 33.1. Form Of Performance Security Amount Of Performance Security (equal To Percentage Of The Total Contract Price) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. Ten Percent (10%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Thirty Percent (30%) (d) Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To Total Amount Of Security 33.2. 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 Lowest Calculated And Responsive Bid Is Identified And Selected For Contract Award. However If No Bidder Passed Post-qualification, The Bac Shall Declare The Bidding A Failure And Conduct A Re-bidding With Re-advertisement. 34. Notice To Proceed 34.1. Within Three (3) Calendar Days From The Date Of Approval Of The Contract By The Appropriate Government Approving Authority, The Procuring Entity Shall Issue Its Notice To Proceed To The Bidder. 34.2. The 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. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is Lgu- Mapanas, Northern Samar. The Name Of The Contract Is Construction Of Multi-purpose Hall @ Sta Potenciana Elementary School , Brgy. Sta Potenciana, Mapanas N. Samar The Identification Number Of The Contract Is Pr No-2024-08-069___ 2 The Funding Source Is: 20% Economic Development Fund (edf) For Fy 2023. The Name Of The Project Is: Construction Of Multi-purpose Hall @ Sta Potenciana Mapanas Elementary School (stage) Brgy. Sta Potenciana, Mapanas N. Samar 3.1 No Further Instructions. 5.1 No Further Instructions. 5.2 Bidding Is Restricted To Eligible Bidders As Defined In Itb Clause 5.1. 5.4 For This Purpose, Similar Contracts Shall Refer To Bidder’s Annual Turnover From All Works Average Over The Last Three Years Shall Be Equal To 50% Of The Estimated Cost Of The Contract Being Procured. The Bidder Must Have Completed, Within The Past Ten (10) Years From The Submission Of Bids, A Single Contract That Is Similar To This Project, Equivalent To At Least Eighty Percent (80%) Of The Abc. 8.1 “subcontracting Is Not Allowed.” 8.2 “not Applicable”. 9.1 The Procuring Entity Will Hold A Pre-bid Conference For This Project On September 27, 2024 At 10:00 A.m. At Executive Conference 2nd Floor Of New Municipal Bldg. Mapanas, Northern Samar. 10.1 The Procuring Entity’s Address Is: The Municipality Of Mapanas, Province Of Northern Samar Ma. Teresa L. Minguez Lgu-bac Chairperson Tel. No. 09778033758 10.3 No Further Instructions. 12.1 Not Applicable 12.1(a)(i) “no Other Acceptable Proof Of Registration Is Recognized.” 12.1(a)(iv) No Further Instructions. 13.1 “no Additional Requirements” 13.1(b) The Abc Is Php399,666.44 Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. 14.2 “no Further Instructions.” 15.4 No Further Instruction. 16.1 The Bid Prices Shall Be Quoted In Philippine Pesos. 17.1 Bids Will Be Valid Until 120 Calendar Days After The Bid Submission Deadline Date As Prescribed By The Procuring Entity) 18.1 The Bid Security Shall Be In The Following Amount: 1. The Amount Of 7,993.33 If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. The Amount Of P19,983.32 If Bid Security Is In Surety Bond; Or 3. Any Combination Of The Foregoing Proportionate To The Share Of Form With Respect To Total Amount Of Security. 18.2 The Bid Security Shall Be Valid Twenty Eight Days Beyond The Validity Period Of The Bid. 20.3 Each Bidder Shall Submit One Original And One Copy Of The First And Second Components Of Its Bid. 21 The Address For Submission Of Bids Is Ma. Teresa L. Minguez Lgu-bac Chairperson Bac Office @ Mpdo, 1st Floor, New Municipal Bldg. Municipality Of Mapanas, Northern Samar The Deadline For Submission Of Bids Is 9:00 A.m. On October 10, 2024. 22 The Place Of Bid Opening Is Executive Conference Room, 2nd Floor, New Municipal Bldg. Municipality Of Mapanas, Northern Samar. The Date And Time Of Bid Opening Is October 10, 2024 At Exactly 10:00 A.m. 24.2 No Further Instructions. 27.3(b) Bid Modification Is Not Allowed. 27.4 No Further Instructions. 28.2(b) Bidders Have Option To Submit Manually Filed Tax Returns Or Tax Returns Filed Through The Electronic Filing And Payments System (efps). Note: The Latest Income And Business Tax Returns Are Those Within The Last Six Months Preceding The Date Of Bid Submission. 28.2(d) List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It. 1. Taxpayer’s Identification Number 2. Vat Registration 3. Philippine Contractors Accreditation Board (pcab) License The Requirements Are Applicable Only In A Case Where The Lowest Calculated Bid (lcb) Is Submitted By A Domestic Bidder, And If The Lowest Calculated Bid (lcb) Is Submitted By A Foreign Bidder, This Requirements Are Not Applicable 31.4(g) List Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Department Of Labor And Employment, And Pert/cpm. 32.2 The Performance Security Shall Be In The Following Amount: 1. The Amount Of 10% Of Contract If Performance Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. The Amount Of 30% Of Contract If Performance Security Is In Surety Bond; Or 3. Any Combination Of The Foregoing Proportionate To The Share Of Form With Respect To Total Amount Of Security. Section Iv. General Conditions Of Contract Table Of Contents 1. Definitions 41 2. Interpretation 43 3. Governing Language And Law 43 4. Communications 43 5. Possession Of Site 43 6. The Contractor’s Obligations 44 7. Performance Security 45 8. Subcontracting 46 9. Liquidated Damages 46 10. Site Investigation Reports 47 11. The Procuring Entity, Licenses And Permits 47 12. Contractor’s Risk And Warranty Security 47 13. Liability Of The Contractor 49 14. Procuring Entity’s Risk 49 15. Insurance 49 16. Termination For Default Of Contractor 51 17. Termination For Default Of Procuring Entity 51 18. Termination For Other Causes 52 19. Procedures For Termination Of Contracts 53 20. Force Majeure, Release From Performance 56 21. Resolution Of Disputes 56 22. Suspension Of Loan, Credit, Grant, Or Appropriation 57 23. Procuring Entity’s Representative’s Decisions 57 24. Approval Of Drawings And Temporary Works By The Procuring Entity’s Representative 57 25. Acceleration And Delays Ordered By The Procuring Entity’s Representative 58 26. Extension Of The Intended Completion Date 58 27. Right To Vary 58 28. Contractors Right To Claim 59 29. Dayworks 59 30. Early Warning 59 31. Program Of Work 59 32. Management Conferences 60 33. Bill Of Quantities 60 34. Instructions, Inspections And Audits 61 35. Identifying Defects 61 36. Cost Of Repairs 61 37. Correction Of Defects 61 38. Uncorrected Defects 62 39. Advance Payment 62 40. Progress Payments 62 41. Payment Certificates 63 42. Retention 63 43. Variation Orders 64 44. Contract Completion 66 45. Suspension Of Work 66 46. Payment On Termination 67 47. Extension Of Contract Time 67 48. Price Adjustment 68 49. Completion 68 50. Taking Over 69 51. Operating And Maintenance Manuals 69 1. Definitions For Purposes Of This Clause, Boldface Type Is Used To Identify Defined Terms. 1.1. The Arbiter Is The Person Appointed Jointly By The Procuring Entity And The Contractor To Resolve Disputes In The First Instance, As Provided For In Gcc Clause 21. 1.2. Bill Of Quantities Refers To A List Of The Specific Items Of The Work And Their Corresponding Unit Prices, Lump Sums, And/or Provisional Sums. 1.3. The Completion Date Is The Date Of Completion Of The Works As Certified By The Procuring Entity’s Representative, In Accordance With Gcc Clause 49. 1.4. The Contract Is The Contract Between The Procuring Entity And The Contractor To Execute, Complete, And Maintain The Works. 1.5. The Contract Price Is The Price Stated In The Letter Of Acceptance And Thereafter To Be Paid By The Procuring Entity To The Contractor For The Execution Of The Works In Accordance With This Contract. 1.6. Contract Time Extension Is The Allowable Period For The Contractor To Complete The Works In Addition To The Original Completion Date Stated In This Contract. 1.7. The Contractor Is The Juridical Entity Whose Proposal Has Been Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. 1.8. The Contractor’s Bid Is The Signed Offer Or Proposal Submitted By The Contractor To The Procuring Entity In Response To The Bidding Documents. 1.9. Days Are Calendar Days; Months Are Calendar Months. 1.10. Dayworks Are Varied Work Inputs Subject To Payment On A Time Basis For The Contractor’s Employees And Equipment, In Addition To Payments For Associated Materials And Plant. 1.11. A Defect Is Any Part Of The Works Not Completed In Accordance With The Contract. 1.12. The Defects Liability Certificate Is The Certificate Issued By Procuring Entity’s Representative Upon Correction Of Defects By The Contractor. 1.13. The Defects Liability Period Is The One Year Period Between Contract Completion And Final Acceptance Within Which The Contractor Assumes The Responsibility To Undertake The Repair Of Any Damage To The Works At His Own Expense. 1.14. Drawings Are Graphical Presentations Of The Works. They Include All Supplementary Details, Shop Drawings, Calculations, And Other Information Provided Or Approved For The Execution Of This Contract. 1.15. Equipment Refers To All Facilities, Supplies, Appliances, Materials Or Things Required For The Execution And Completion Of The Work Provided By The Contractor And Which Shall Not Form Or Are Not Intended To Form Part Of The Permanent Works. 1.16. The Intended Completion Date Refers To The Date Specified In The Scc When The Contractor Is Expected To Have Completed The Works. The Intended Completion Date May Be Revised Only By The Procuring Entity’s Representative By Issuing An Extension Of Time Or An Acceleration Order. 1.17. Materials Are All Supplies, Including Consumables, Used By The Contractor For Incorporation In The Works. 1.18. The Notice To Proceed Is A Written Notice Issued By The Procuring Entity Or The Procuring Entity’s Representative To The Contractor Requiring The Latter To Begin The Commencement Of The Work Not Later Than A Specified Or Determinable Date. 1.19. Permanent Works All Permanent Structures And All Other Project Features And Facilities Required To Be Constructed And Completed In Accordance With This Contract Which Shall Be Delivered To The Procuring Entity And Which Shall Remain At The Site After The Removal Of All Temporary Works. 1.20. Plant Refers To The Machinery, Apparatus, And The Like Intended To Form An Integral Part Of The Permanent Works. 1.21. The Procuring Entity Is The Party Who Employs The Contractor To Carry Out The Works Stated In The Scc. 1.22. The Procuring Entity’s Representative Refers To The Head Of The Procuring Entity Or His Duly Authorized Representative, Identified In The Scc, Who Shall Be Responsible For Supervising The Execution Of The Works And Administering This Contract. 1.23. The Site Is The Place Provided By The Procuring Entity Where The Works Shall Be Executed And Any Other Place Or Places Which May Be Designated In The Scc, Or Notified To The Contractor By The Procuring Entity’s Representative As Forming Part Of The Site. 1.24. Site Investigation Reports Are Those That Were Included In The Bidding Documents And Are Factual And Interpretative Reports About The Surface And Subsurface Conditions At The Site. 1.25. Slippage Is A Delay In Work Execution Occurring When Actual Accomplishment Falls Below The Target As Measured By The Difference Between The Scheduled And Actual Accomplishment Of The Work By The Contractor As Established From The Work Schedule. This Is Actually Described As A Percentage Of The Whole Works. 1.26. Specifications Means The Description Of Works To Be Done And The Qualities Of Materials To Be Used, The Equipment To Be Installed And The Mode Of Construction. 1.27. The Start Date, As Specified In The Scc, Is The Date When The Contractor Is Obliged To Commence Execution Of The Works. It Does Not Necessarily Coincide With Any Of The Site Possession Dates. 1.28. A Subcontractor Is Any Person Or Organization To Whom A Part Of The Works Has Been Subcontracted By The Contractor, As Allowed By The Procuring Entity, But Not Any Assignee Of Such Person. 1.29. Temporary Works Are Works Designed, Constructed, Installed, And Removed By The Contractor That Are Needed For Construction Or Installation Of The Permanent Works. 1.30. Work(s)refer To The Permanent Works And Temporary Works To Be Executed By The Contractor In Accordance With This Contract, Including (i) The Furnishing Of All Labor, Materials, Equipment And Others Incidental, Necessary Or Convenient To The Complete Execution Of The Works; (ii) The Passing Of Any Tests Before Acceptance By The Procuring Entity’s Representative; (iii) And The Carrying Out Of All Duties And Obligations Of The Contractor Imposed By This Contract As Described In The Scc. 2. Interpretation 2.1. In Interpreting The Conditions Of Contract, Singular Also Means Plural, Male Also Means Female Or Neuter, And The Other Way Around. Headings Have No Significance. Words Have Their Normal Meaning Under The Language Of This Contract Unless Specifically Defined. The Procuring Entity’s Representative Will Provide Instructions Clarifying Queries About The Conditions Of Contract. 2.2. If Sectional Completion Is Specified In The Scc, References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Governing Language And Law 3.1. 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 Which Are Exchanged By The Parties Shall Be Written In English. 3.2. This Contract Shall Be Interpreted In Accordance With The Laws Of The Republic Of The Philippines. 4. Communications Communications Between Parties That Are Referred To In The Conditions Shall Be Effective Only When In Writing. A Notice Shall Be Effective Only When It Is Received By The Concerned Party. 5. Possession Of Site 5.1. On The Date Specified In The Scc, The Procuring Entity Shall Grant The Contractor Possession Of So Much Of The Site As May Be Required To Enable It To Proceed With The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 5.2. If Possession Of A Portion Is Not Given By The Date Stated In The Scc Clause 5.1, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contact Time To Address Such Delay Shall Be In Accordance With Gcc Clause 47. 5.3. The Contractor Shall Bear All Costs And Charges For Special Or Temporary Right-of-way Required By It In Connection With Access To The Site. The Contractor Shall Also Provide At His Own Cost Any Additional Facilities Outside The Site Required By It For Purposes Of The Works. 5.4. The Contractor Shall Allow The Procuring Entity’s Representative And Any Person Authorized By The Procuring Entity’s Representative Access To The Site And To Any Place Where Work In Connection With This Contract Is Being Carried Out Or Is Intended To Be Carried Out. 6. The Contractor’s Obligations 6.1. The Contractor Shall Carry Out The Works Properly And In Accordance With This Contract. The Contractor Shall Provide All Supervision, Labor, Materials, Plant And Contractor's Equipment, Which May Be Required. All Materials And Plant On Site Shall Be Deemed To Be The Property Of The Procuring Entity. 6.2. The Contractor Shall Commence Execution Of The Works On The Start Date And Shall Carry Out The Works In Accordance With The Program Of Work Submitted By The Contractor, As Updated With The Approval Of The Procuring Entity’s Representative, And Complete Them By The Intended Completion Date. 6.3. The Contractor Shall Be Responsible For The Safety Of All Activities On The Site. 6.4. The Contractor Shall Carry Out All Instructions Of The Procuring Entity’s Representative That Comply With The Applicable Laws Where The Site Is Located. 6.5. The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel, As Referred To In The Scc, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 6.6. If The Procuring Entity’s Representative Asks The Contractor To Remove A Member Of The Contractor’s Staff Or Work Force, For Justifiable Cause, The Contractor Shall Ensure That The Person Leaves The Site Within Seven (7) Days And Has No Further Connection With The Work In This Contract. 6.7. During Contract Implementation, The Contractor And His Subcontractors Shall Abide At All Times By All Labor Laws, Including Child Labor Related Enactments, And Other Relevant Rules. 6.8. The Contractor Shall Submit To The Procuring Entity For Consent The Name And Particulars Of The Person Authorized To Receive Instructions On Behalf Of The Contractor. 6.9. The Contractor Shall Cooperate And Share The Site With Other Contractors, Public Authorities, Utilities, And The Procuring Entity Between The Dates Given In The Schedule Of Other Contractors Particularly When They Shall Require Access To The Site. The Contractor Shall Also Provide Facilities And Services For Them During This Period. The Procuring Entity May Modify The Schedule Of Other Contractors, And Shall Notify The Contractor Of Any Such Modification Thereto. 6.10. Should Anything Of Historical Or Other Interest Or Of Significant Value Be Unexpectedly Discovered On The Site, It Shall Be The Property Of The Procuring Entity. The Contractor Shall Notify The Procuring Entity’s Representative Of Such Discoveries And Carry Out The Procuring Entity’s Representative’s Instructions In Dealing With Them. 7. Performance Security 7.1. 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 Contractor Shall Furnish The Performance Security In Any The Forms Prescribed In Itb Clause 32.2. 7.2. The Performance Security Posted In Favor Of The Procuring Entity Shall Be Forfeited In The Event It Is Established That The Contractor Is In Default In Any Of Its Obligations Under The Contract. 7.3. The Performance Security Shall Remain Valid Until Issuance By The Procuring Entity Of The Certificate Of Final Acceptance. 7.4. The Performance Security May Be Released By The Procuring Entity And Returned To The Contractor After The Issuance Of The Certificate Of Final Acceptance Subject To The Following Conditions: (a) There Are No Pending Claims Against The Contractor Or The Surety Company Filed By The Procuring Entity; (b) The Contractor Has No Pending Claims For Labor And Materials Filed Against It; And (c) Other Terms Specified In The Scc. 7.5. The Contractor Shall Post An Additional Performance Security Following The Amount And Form Specified In Itb Clause 32.2 To Cover Any Cumulative Increase Of More Than Ten Percent (10%) Over The Original Value Of The Contract As A Result Of Amendments To Order Or Change Orders, Extra Work Orders And Supplemental Agreements, As The Case May Be. The Contractor Shall Cause The Extension Of The Validity Of The Performance Security To Cover Approved Contract Time Extensions. 7.6. In Case Of A Reduction In The Contract Value Or For Partially Completed Works Under The Contract Which Are Usable And Accepted By The Procuring Entity The Use Of Which, In The Judgment Of The Implementing Agency Or The Procuring Entity, Will Not Affect The Structural Integrity Of The Entire Project, 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. 7.7. Unless Otherwise Indicated In The Scc, The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Act 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 8. Subcontracting 8.1. Unless Otherwise Indicated In The Scc, The Contractor Cannot Subcontract Works More Than The Percentage Specified In Itb Clause 8.1. 8.2. Subcontracting Of Any Portion Of The Works Does Not Relieve The Contractor Of Any Liability Or Obligation Under This Contract. The Contractor Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants Or Workmen. 8.3. 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. 9. Liquidated Damages 9.1. The Contractor Shall Pay Liquidated Damages To The Procuring Entity For Each Day That The Completion Date Is Later Than The Intended Completion Date. The Applicable Liquidated Damages Is At Least One-tenth (1/10) Of A Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Total Amount Of Liquidated Damages Shall Not Exceed Ten Percent (10%) Of The Amount Of The Contract. The Procuring Entity May Deduct Liquidated Damages From Payments Due To The Contractor. Payment Of Liquidated Damages Shall Not Affect The Contractor. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of This Contract, The Procuring Entity Shall Rescind This Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 9.2. If The Intended Completion Date Is Extended After Liquidated Damages Have Been Paid, The Engineer Of The Procuring Entity Shall Correct Any Overpayment Of Liquidated Damages By The Contractor By Adjusting The Next Payment Certificate. The Contractor Shall Be Paid Interest On The Overpayment, Calculated From The Date Of Payment To The Date Of Repayment, At The Rates Specified In Gcc Clause 40.3. 10. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 11. The Procuring Entity, Licenses And Permits The Procuring Entity Shall, If Requested By The Contractor, Assist Him In Applying For Permits, Licenses Or Approvals, Which Are Required For The Works. 12. Contractor’s Risk And Warranty Security 12.1. The Contractor Shall Assume Full Responsibility For The Works From The Time Project Construction Commenced Up To Final Acceptance By The Procuring Entity And Shall Be Held Responsible For Any Damage Or Destruction Of The Works Except Those Occasioned By Force Majeure. The Contractor Shall Be Fully Responsible For The Safety, Protection, Security, And Convenience Of His Personnel, Third Parties, And The Public At Large, As Well As The Works, Equipment, Installation, And The Like To Be Affected By His Construction Work. 12.2. The Defects Liability Period For Infrastructure Projects Shall Be One Year From Contract Completion Up To Final Acceptance By The Procuring Entity. During This Period, The Contractor Shall Undertake The Repair Works, At His Own Expense, Of Any Damage To The Works On Account Of The Use Of Materials Of Inferior Quality Within Ninety (90) Days From The Time The Head Of The Procuring Entity Has Issued An Order To Undertake Repair. In Case Of Failure Or Refusal To Comply With This Mandate, The Procuring Entity Shall Undertake Such Repair Works And Shall Be Entitled To Full Reimbursement Of Expenses Incurred Therein Upon Demand. 12.3. Unless Otherwise Indicated In The Scc, In Case The Contractor Fails To Comply With The Preceding Paragraph, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property (ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 12.4. After Final Acceptance Of The Works By The Procuring Entity, The Contractor Shall Be Held Responsible For “structural Defects”, I.e., Major Faults/flaws/deficiencies In One Or More Key Structural Elements Of The Project Which May Lead To Structural Failure Of The Completed Elements Or Structure, Or “structural Failures”, I.e., Where One Or More Key Structural Elements In An Infrastructure Facility Fails Or Collapses, Thereby Rendering The Facility Or Part Thereof Incapable Of Withstanding The Design Loads, And/or Endangering The Safety Of The Users Or The General Public: (a) Contractor – Where Structural Defects/failures Arise Due To Faults Attributable To Improper Construction, Use Of Inferior Quality/substandard Materials, And Any Violation Of The Contract Plans And Specifications, The Contractor Shall Be Held Liable; (b) Consultants – Where Structural Defects/failures Arise Due To Faulty And/or Inadequate Design And Specifications As Well As Construction Supervision, Then The Consultant Who Prepared The Design Or Undertook Construction Supervision For The Project Shall Be Held Liable; (c) Procuring Entity’s Representatives/project Manager/construction Managers And Supervisors – The Project Owner’s Representative(s), Project Manager, Construction Manager, And Supervisor(s) Shall Be Held Liable In Cases Where The Structural Defects/failures Are Due To His/their Willful Intervention In Altering The Designs And Other Specifications; Negligence Or Omission In Not Approving Or Acting On Proposed Changes To Noted Defects Or Deficiencies In The Design And/or Specifications; And The Use Of Substandard Construction Materials In The Project; (d) Third Parties - Third Parties Shall Be Held Liable In Cases Where Structural Defects/failures Are Caused By Work Undertaken By Them Such As Leaking Pipes, Diggings Or Excavations, Underground Cables And Electrical Wires, Underground Tunnel, Mining Shaft And The Like, In Which Case The Applicable Warranty To Such Structure Should Be Levied To Third Parties For Their Construction Or Restoration Works. (e) Users - In Cases Where Structural Defects/failures Are Due To Abuse/misuse By The End User Of The Constructed Facility And/or Non–compliance By A User With The Technical Design Limits And/or Intended Purpose Of The Same, Then The User Concerned Shall Be Held Liable. 12.5. The Warranty Against Structural Defects/failures, Except Those Occasioned On Force Majeure, Shall Cover The Period Specified In The Scc Reckoned From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. 12.6. The Contractor Shall Be Required To Put Up A Warranty Security In The Form Of Cash, Bank Guarantee, Letter Of Credit, Gsis Or Surety Bond Callable On Demand, In Accordance With The Following Schedule: Form Of Warranty Minimum Amount In Percentage (%) Of Total Contract Price (a) Cash Or Letter Of Credit Issued By Universal Or Commercial Bank: Provided, However, That The Letter Of Credit Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank Five Percent (5%) (b) Bank Guarantee Confirmed By Universal Or Commercial Bank: Provided, However, That The Letter Of Credit Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank Ten Percent (10%) (c) Surety Bond Callable Upon Demand Issued By Gsis Or Any Surety Or Insurance Company Duly Certified By The Insurance Commission Thirty Percent (30%) 12.7. The Warranty Security Shall Be Stated In Philippine Pesos And Shall Remain Effective For One Year From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity, And Returned Only After The Lapse Of Said One Year Period. 12.8. In Case Of Structural Defects/failure Occurring During The Applicable Warranty Period Provided In Gcc Clause 12.5, The Procuring Entity Shall Undertake The Necessary Restoration Or Reconstruction Works And Shall Be Entitled To Full Reimbursement By The Parties Found To Be Liable For Expenses Incurred Therein Upon Demand, Without Prejudice To The Filing Of Appropriate Administrative, Civil, And/or Criminal Charges Against The Responsible Persons As Well As The Forfeiture Of The Warranty Security Posted In Favor Of The Procuring Entity. 13. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. 14. Procuring Entity’s Risk 14.1. From The Start Date Until The Certificate Of Final Acceptance Has Been Issued, The Following Are Risks Of The Procuring Entity: (a) The Risk Of Personal Injury, Death, Or Loss Of Or Damage To Property (excluding The Works, Plant, Materials, And Equipment), Which Are Due To: (i) Any Type Of Use Or Occupation Of The Site Authorized By The Procuring Entity After The Official Acceptance Of The Works; Or (ii) Negligence, Breach Of Statutory Duty, Or Interference With Any Legal Right By The Procuring Entity Or By Any Person Employed By Or Contracted To Him Except The Contractor. (b) The Risk Of Damage To The Works, Plant, Materials, And Equipment To The Extent That It Is Due To A Fault Of The Procuring Entity Or In The Procuring Entity’s Design, Or Due To War Or Radioactive Contamination Directly Affecting The Country Where The Works Are To Be Executed. 15. Insurance 15.1. The Contractor Shall, Under His Name And At His Own Expense, Obtain And Maintain, For The Duration Of This Contract, The Following Insurance Coverage: (a) Contractor’s All Risk Insurance; (b) Transportation To The Project Site Of Equipment, Machinery, And Supplies Owned By The Contractor; (c) Personal Injury Or Death Of Contractor’s Employees; And (d) Comprehensive Insurance For Third Party Liability To Contractor’s Direct Or Indirect Act Or Omission Causing Damage To Third Persons. 15.2. The Contractor Shall Provide Evidence To The Procuring Entity’s Representative That The Insurances Required Under This Contract Have Been Effected And Shall, Within A Reasonable Time, Provide Copies Of The Insurance Policies To The Procuring Entity’s Representative. Such Evidence And Such Policies Shall Be Provided To The Procuring Entity’s Through The Procuring Entity’s Representative. 15.3. The Contractor Shall Notify The Insurers Of Changes In The Nature, Extent, Or Program For The Execution Of The Works And Ensure The Adequacy Of The Insurances At All Times In Accordance With The Terms Of This Contract And Shall Produce To The Procuring Entity’s Representative The Insurance Policies In Force Including The Receipts For Payment Of The Current Premiums. The Above Insurance Policies Shall Be Obtained From Any Reputable Insurance Company Approved By The Procuring Entity’s Representative. 15.4. If The Contractor Fails To Obtain And Keep In Force The Insurances Referred To Herein Or Any Other Insurance Which He May Be Required To Obtain Under The Terms Of This Contract, The Procuring Entity May Obtain And Keep In Force Any Such Insurances And Pay Such Premiums As May Be Necessary For The Purpose. From Time To Time, The Procuring Entity May Deduct The Amount It Shall Pay For Said Premiums Including Twenty Five Percent (25%) Therein From Any Monies Due, Or Which May Become Due, To The Contractor, Without Prejudice To The Procuring Entity Exercising Its Right To Impose Other Sanctions Against The Contractor Pursuant To The Provisions Of This Contract. 15.5. In The Event The Contractor Fails To Observe The Above Safeguards, The Procuring Entity May, At The Contractor’s Expense, Take Whatever Measure Is Deemed Necessary For Its Protection And That Of The Contractor’s Personnel And Third Parties, And/or Order The Interruption Of Dangerous Works. In Addition, The Procuring Entity May Refuse To Make The Payments Under Gcc Clause 40 Until The Contractor Complies With This Clause. 15.6. The Contractor Shall Immediately Replace The Insurance Policy Obtained As Required In This Contract, Without Need Of The Procuring Entity’s Demand, With A New Policy Issued By A New Insurance Company Acceptable To The Procuring Entity For Any Of The Following Grounds: (a) The Issuer Of The Insurance Policy To Be Replaced Has: (i) Become Bankrupt; (ii) Been Placed Under Receivership Or Under A Management Committee; (iii) Been Sued For Suspension Of Payment; Or (iv) Been Suspended By The Insurance Commission And Its License To Engage In Business Or Its Authority To Issue Insurance Policies Cancelled; Or (v) Where Reasonable Grounds Exist That The Insurer May Not Be Able, Fully And Promptly, To Fulfill Its Obligation Under The Insurance Policy. 16. Termination For Default Of Contractor 16.1. The Procuring Entity Shall Terminate This Contract For Default When Any Of The Following Conditions Attend Its Implementation: 16.2. Due To The Contractor’s Fault And While The Project Is On-going, It Has Incurred Negative Slippage Of Fifteen Percent (15%) Or More In Accordance With Presidential Decree 1870, Regardless Of Whether Or Not Previous Warnings And Notices Have Been Issued For The Contractor To Improve His Performance; 16.3. Due To Its Own Fault And After This Contract Time Has Expired, The Contractor Incurs Delay In The Completion Of The Work After This Contract Has Expired; Or 16.4. The Contractor: (a) Abandons The Contract Works, Refuses Or Fails To Comply With A Valid Instruction Of The Procuring Entity Or Fails To Proceed Expeditiously And Without Delay Despite A Written Notice By The Procuring Entity; (b) Does Not Actually Have On The Project Site The Minimum Essential Equipment Listed On The Bid Necessary To Prosecute The Works In Accordance With The Approved Program Of Work And Equipment Deployment Schedule As Required For The Project; (c) Does Not Execute The Works In Accordance With This Contract Or Persistently Or Flagrantly Neglects To Carry Out Its Obligations Under This Contract; (d) Neglects Or Refuses To Remove Materials Or To Perform A New Work That Has Been Rejected As Defective Or Unsuitable; Or (e) Sub-lets Any Part Of This Contract Without Approval By The Procuring Entity. 16.5. All Materials On The Site, Plant, Equipment, And Works Shall Be Deemed To Be The Property Of The Procuring Entity If This Contract Is Rescinded Because Of The Contractor’s Default. 17. Termination For Default Of Procuring Entity The Contractor May Terminate This Contract With The Procuring Entity If The Works Are Completely Stopped For A Continuous Period Of At Least Sixty (60) Calendar Days Through No Fault Of Its Own, Due To Any Of The Following Reasons: (a) Failure Of The Procuring Entity To Deliver, Within A Reasonable Time, Supplies, Materials, Right-of-way, Or Other Items It Is Obligated To Furnish Under The Terms Of This Contract; Or (b) The Prosecution Of The Work Is Disrupted By The Adverse Peace And Order Situation, As Certified By The Armed Forces Of The Philippines Provincial Commander And Approved By The Secretary Of National Defense. 18. Termination For Other Causes 18.1. 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 This Contract For The Convenience Of The Procuring Entity 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. 18.2. The Procuring Entity Or The Contractor May Terminate This Contract If The Other Party Causes A Fundamental Breach Of This Contract. 18.3. Fundamental Breaches Of Contract Shall Include, But Shall Not Be Limited To, The Following: (a) The Contractor Stops Work For Twenty Eight (28) Days When No Stoppage Of Work Is Shown On The Current Program Of Work And The Stoppage Has Not Been Authorized By The Procuring Entity’s Representative; (b) The Procuring Entity’s Representative Instructs The Contractor To Delay The Progress Of The Works, And The Instruction Is Not Withdrawn Within Twenty Eight (28) Days; (c) The Procuring Entity Shall Terminate This Contract If The Contractor 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 Contractor, 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 Contractor. In The Case Of The Contractor's Insolvency, Any Contractor's Equipment Which The Procuring Entity Instructs In The Notice Is To Be Used Until The Completion Of The Works; (d) A Payment Certified By The Procuring Entity’s Representative Is Not Paid By The Procuring Entity To The Contractor Within Eighty Four (84) Days From The Date Of The Procuring Entity’s Representative’s Certificate; (e) The Procuring Entity’s Representative Gives Notice That Failure To Correct A Particular Defect Is A Fundamental Breach Of Contract And The Contractor Fails To Correct It Within A Reasonable Period Of Time Determined By The Procuring Entity’s Representative; (f) The Contractor Does Not Maintain A Security, Which Is Required; (g) The Contractor Has Delayed The Completion Of The Works By The Number Of Days For Which The Maximum Amount Of Liquidated Damages Can Be Paid, As Defined In The Gcc Clause 9; And (h) In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To, The Following: (i) Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Defined In Itb Clause 3.1(a), Unless Otherwise Specified In The Scc; (ii) Drawing Up Or Using Forged Documents; (iii) Using Adulterated Materials, Means Or Methods, Or Engaging In Production Contrary To Rules Of Science Or The Trade; And (iv) Any Other Act Analogous To The Foregoing. 18.4. The Funding Source Or The Procuring Entity, As Appropriate, Will Seek To Impose The Maximum Civil, Administrative And/or Criminal Penalties Available Under The Applicable Law On Individuals And Organizations Deemed To Be Involved With Corrupt, Fraudulent, Or Coercive Practices. 18.5. When Persons From Either Party To This Contract Gives Notice Of A Fundamental Breach To The Procuring Entity’s Representative In Order To Terminate The Existing Contract For A Cause Other Than Those Listed Under Gcc Clause 18.3, The Procuring Entity’s Representative Shall Decide Whether The Breach Is Fundamental Or Not. 18.6. If This Contract Is Terminated, The Contractor Shall Stop Work Immediately, Make The Site Safe And Secure, And Leave The Site As Soon As Reasonably Possible. 19. Procedures For Termination Of Contracts 19.1. The Following Provisions Shall Govern The Procedures For The 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 Procuring Entity 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 Procuring Entity, The Head Of The Procuring Entity Shall Terminate This Contract Only By A Written Notice To The Contractor 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 Contractor To Show Cause As To Why This Contract Should Not Be Terminated; And (iv) Special Instructions Of The Procuring Entity, If Any. The Notice To Terminate Shall Be Accompanied By A Copy Of The Verified Report; (c) Within A Period Of Seven (7) Calendar Days From Receipt Of The Notice Of Termination, The Contractor Shall Submit To The Head Of The Procuring Entity A Verified Position Paper Stating Why The Contract Should Not Be Terminated. If The Contractor 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 The Contract; (d) The Procuring Entity May, At Anytime Before Receipt Of The Bidder’s Verified Position Paper Described In Item (c) Above 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 Contractor’s Receipt Of The Notice; (e) 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 Contractor Of Its Decision And, Unless Otherwise Provided In The Said Notice, This Contract Is Deemed Terminated From Receipt Of The Contractor Of The Notice Of Decision. The Termination Shall Only Be Based On The Ground(s) Stated In The Notice To Terminate; And (f) 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. 19.2. Pursuant To Section 69(f) Of Ra 9184 And Without Prejudice To The Imposition Of Additional Administrative Sanctions As The Internal Rules Of The Agency May Provide And/or Further Criminal Prosecution As Provided By Applicable Laws, The Procuring Entity Shall Impose On Contractors After The Termination Of The Contract The Penalty Of Suspension For One (1) Year For The First Offense, Suspension For Two (2) Years For The Second Offense From Participating In The Public Bidding Process, For Violations Committed During The Contract Implementation Stage, Which Include But Not Limited To The Following: (a) Failure Of The Contractor, Due Solely To His Fault Or Negligence, To Mobilize And Start Work Or Performance Within The Specified Period In The Notice To Proceed (“ntp”); (b) Failure By The Contractor To Fully And Faithfully Comply With Its Contractual Obligations Without Valid Cause, Or Failure By The Contractor To Comply With Any Written Lawful Instruction Of The Procuring Entity Or Its Representative(s) Pursuant To The Implementation Of The Contract. For The Procurement Of Infrastructure Projects Or Consultancy Contracts, Lawful Instructions Include But Are Not Limited To The Following: (i) Employment Of Competent Technical Personnel, Competent Engineers And/or Work Supervisors; (ii) Provision Of Warning Signs And Barricades In Accordance With Approved Plans And Specifications And Contract Provisions; (iii) Stockpiling In Proper Places Of All Materials And Removal From The Project Site Of Waste And Excess Materials, Including Broken Pavement And Excavated Debris In Accordance With Approved Plans And Specifications And Contract Provisions; (iv) Deployment Of Committed Equipment, Facilities, Support Staff And Manpower; And (v) Renewal Of The Effectivity Dates Of The Performance Security After Its Expiration During The Course Of Contract Implementation. (c) Assignment And Subcontracting Of The Contract Or Any Part Thereof Or Substitution Of Key Personnel Named In The Proposal Without Prior Written Approval By The Procuring Entity. (d) Poor Performance By The Contractor Or Unsatisfactory Quality And/or Progress Of Work Arising From His Fault Or Negligence As Reflected In The Constructor's Performance Evaluation System (“cpes”) Rating Sheet. In The Absence Of The Cpes Rating Sheet, The Existing Performance Monitoring System Of The Procuring Entity Shall Be Applied. Any Of The Following Acts By The Contractor Shall Be Construed As Poor Performance: (i) Negative Slippage Of 15% And Above Within The Critical Path Of The Project Due Entirely To The Fault Or Negligence Of The Contractor; And (ii) Quality Of Materials And Workmanship Not Complying With The Approved Specifications Arising From The Contractor's Fault Or Negligence. (e) Willful Or Deliberate Abandonment Or Non-performance Of The Project Or Contract By The Contractor Resulting To Substantial Breach Thereof Without Lawful And/or Just Cause. In Addition To The Penalty Of Suspension, The Performance Security Posted By The Contractor Shall Also Be Forfeited. 20. Force Majeure, Release From Performance 20.1. 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. 20.2. If This Contract Is Discontinued By An Outbreak Of War Or By Any Other Event Entirely Outside The Control Of Either The Procuring Entity Or The Contractor, The Procuring Entity’s Representative Shall Certify That This Contract Has Been Discontinued. The Contractor Shall Make The Site Safe And Stop Work As Quickly As Possible After Receiving This Certificate And Shall Be Paid For All Works Carried Out Before Receiving It And For Any Work Carried Out Afterwards To Which A Commitment Was Made. 20.3. If The Event Continues For A Period Of Eighty Four (84) Days, Either Party May Then Give Notice Of Termination, Which Shall Take Effect Twenty Eight (28) Days After The Giving Of The Notice. 20.4. After Termination, The Contractor Shall Be Entitled To Payment Of The Unpaid Balance Of The Value Of The Works Executed And Of The Materials And Plant Reasonably Delivered To The Site, Adjusted By The Following: (a) Any Sum To Which The Contractor Is Entitled Under Gcc Clause 28; (b) The Cost Of His Suspension And Demobilization; (c) Any Sum To Which The Procuring Entity Is Entitled. 20.5. The Net Balance Due Shall Be Paid Or Repaid Within A Reasonable Time Period From The Time Of The Notice Of Termination. 21. Resolution Of Disputes 21.1. If Any Dispute Or Difference Of Any Kind Whatsoever Shall Arise Between The Parties In Connection With The Implementation Of The Contract Covered By The Act And This Irr, The Parties Shall Make Every Effort To Resolve Amicably Such Dispute Or Difference By Mutual Consultation. 21.2. If The Contractor Believes That A Decision Taken By The Procuring Entity’s Representative Was Either Outside The Authority Given To The Procuring Entity’s Representative By This Contract Or That The Decision Was Wrongly Taken, The Decision Shall Be Referred To The Arbiter Indicated In The Scc Within Fourteen (14) Days Of The Notification Of The Procuring Entity’s Representative’s Decision. 21.3. Any And All Disputes Arising From The Implementation Of This Contract Covered By The R.a. 9184 And Its Irr Shall Be Submitted To Arbitration In The Philippines According To The Provisions Of Republic Act No. 876, Otherwise Known As The “ Arbitration Law” And Republic Act 9285, Otherwise Known As The “alternative Dispute Resolution Act Of 2004”: Provided, However, That, Disputes That Are Within The Competence Of The Construction Industry Arbitration Commission To Resolve Shall Be Referred Thereto. The Process Of Arbitration Shall Be Incorporated As A Provision In This Contract That Will Be Executed Pursuant To The Provisions Of The Act And Its Irr: Provided, Further, That, By Mutual Agreement, The Parties May Agree In Writing To Resort To Other Alternative Modes Of Dispute Resolution. 22. Suspension Of Loan, Credit, Grant, Or Appropriation In The Event That The Funding Source Suspends The Loan, Credit, Grant, Or Appropriation To The Procuring Entity, From Which Part Of The Payments To The Contractor Are Being Made: (a) The Procuring Entity Is Obligated To Notify The Contractor Of Such Suspension Within Seven (7) Days Of Having Received The Suspension Notice. (b) If The Contractor Has Not Received Sums Due It For Work Already Done Within Forty Five (45) Days From The Time The Contractor’s Claim For Payment Has Been Certified By The Procuring Entity’s Representative, The Contractor May Immediately Issue A Suspension Of Work Notice In Accordance With Gcc Clause 45.2. 23. Procuring Entity’s Representative’s Decisions 23.1. Except Where Otherwise Specifically Stated, The Procuring Entity’s Representative Will Decide Contractual Matters Between The Procuring Entity And The Contractor In The Role Representing The Procuring Entity. 23.2. The Procuring Entity’s Representative May Delegate Any Of His Duties And Responsibilities To Other People, Except To The Arbiter, After Notifying The Contractor, And May Cancel Any Delegation After Notifying The Contractor. 24. Approval Of Drawings And Temporary Works By The Procuring Entity’s Representative 24.1. All Drawings Prepared By The Contractor For The Execution Of The Temporary Works, Are Subject To Prior Approval By The Procuring Entity’s Representative Before Its Use. 24.2. The Contractor Shall Be Responsible For Design Of Temporary Works. 24.3. The Procuring Entity’s Representative’s Approval Shall Not Alter The Contractor’s Responsibility For Design Of The Temporary Works. 24.4. The Contractor Shall Obtain Approval Of Third Parties To The Design Of The Temporary Works, When Required By The Procuring Entity. 25. Acceleration And Delays Ordered By The Procuring Entity’s Representative 25.1. When The Procuring Entity Wants The Contractor To Finish Before The Intended Completion Date, The Procuring Entity’s Representative Will Obtain Priced Proposals For Achieving The Necessary Acceleration From The Contractor. If The Procuring Entity Accepts These Proposals, The Intended Completion Date Will Be Adjusted Accordingly And Confirmed By Both The Procuring Entity And The Contractor. 25.2. If The Contractor’s Financial Proposals For An Acceleration Are Accepted By The Procuring Entity, They Are Incorporated In The Contract Price And Treated As A Variation. 26. Extension Of The Intended Completion Date 26.1. The Procuring Entity’s Representative Shall Extend The Intended Completion Date If A Variation Is Issued Which Makes It Impossible For The Intended Completion Date To Be Achieved By The Contractor Without Taking Steps To Accelerate The Remaining Work, Which Would Cause The Contractor To Incur Additional Costs. No Payment Shall Be Made For Any Event Which May Warrant The Extension Of The Intended Completion Date. 26.2. The Procuring Entity’s Representative Shall Decide Whether And By How Much To Extend The Intended Completion Date Within Twenty One (21) Days Of The Contractor Asking The Procuring Entity’s Representative For A Decision Thereto After Fully Submitting All Supporting Information. If The Contractor Has Failed To Give Early Warning Of A Delay Or Has Failed To Cooperate In Dealing With A Delay, The Delay By This Failure Shall Not Be Considered In Assessing The New Intended Completion Date. 27. Right To Vary 27.1. The Procuring Entity’s Representative With The Prior Approval Of The Procuring Entity May Instruct Variations, Up To A Maximum Cumulative Amount Of Ten Percent (10%) Of The Original Contract Cost. 27.2. Variations Shall Be Valued As Follows: (a) At A Lump Sum Price Agreed Between The Parties; (b) Where Appropriate, At Rates In This Contract; (c) In The Absence Of Appropriate Rates, The Rates In This Contract Shall Be Used As The Basis For Valuation; Or Failing Which (d) At Appropriate New Rates, Equal To Or Lower Than Current Industry Rates And To Be Agreed Upon By Both Parties And Approved By The Head Of The Procuring Entity. 28. Contractor's Right To Claim If The Contractor Incurs Cost As A Result Of Any Of The Events Under Gcc Clause 13, The Contractor Shall Be Entitled To The Amount Of Such Cost. If As A Result Of Any Of The Said Events, It Is Necessary To Change The Works, This Shall Be Dealt With As A Variation. 29. Dayworks 29.1. Subject To Gcc Clause 43 On Variation Order, And If Applicable As Indicated In The Scc, The Day Works Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 29.2. All Work To Be Paid For As Day Works Shall Be Recorded By The Contractor On Forms Approved By The Procuring Entity’s Representative. Each Completed Form Shall Be Verified And Signed By The Procuring Entity’s Representative Within Two Days Of The Work Being Done. 29.3. The Contractor Shall Be Paid For Day Works Subject To Obtaining Signed Dayworks Forms. 30. Early Warning 30.1. The Contractor Shall Warn The Procuring Entity’s Representative At The Earliest Opportunity Of Specific Likely Future Events Or Circumstances That May Adversely Affect The Quality Of The Work, Increase The Contract Price, Or Delay The Execution Of The Works. The Procuring Entity’s Representative May Require The Contractor To Provide An Estimate Of The Expected Effect Of The Future Event Or Circumstance On The Contract Price And Completion Date. The Estimate Shall Be Provided By The Contractor As Soon As Reasonably Possible. 30.2. The Contractor Shall Cooperate With The Procuring Entity’s Representative In Making And Considering Proposals For How The Effect Of Such An Event Or Circumstance Can Be Avoided Or Reduced By Anyone Involved In The Work And In Carrying Out Any Resulting Instruction Of The Procuring Entity’s Representative. 31. Program Of Work 31.1. Within The Time Stated In The Scc, The Contractor Shall Submit To The Procuring Entity’s Representative For Approval A Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. 31.2. An Update Of The Program Of Work Shall The Show The Actual Progress Achieved On Each Activity And The Effect Of The Progress Achieved On The Timing Of The Remaining Work, Including Any Changes To The Sequence Of The Activities. 31.3. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 31.4. The Procuring Entity’s Representative’s Approval Of The Program Of Work Shall Not Alter The Contractor’s Obligations. The Contractor May Revise The Program Of Work And Submit It To The Procuring Entity’s Representative Again At Any Time. A Revised Program Of Work Shall Show The Effect Of Any Approved Variations. 31.5. When The Program Of Work Is Updated, The Contractor Shall Provide The Procuring Entity’s Representative With An Updated Cash Flow Forecast. The Cash Flow Forecast Shall Include Different Currencies, As Defined In The Contract, Converted As Necessary Using The Contract Exchange Rates. 31.6. All Variations Shall Be Included In Updated Program Of Work Produced By The Contractor. 32. Management Conferences 32.1. Either The Procuring Entity’s Representative Or The Contractor May Require The Other To Attend A Management Conference. The Management Conference Shall Review The Plans For Remaining Work And Deal With Matters Raised In Accordance With The Early Warning Procedure. 32.2. The Procuring Entity’s Representative Shall Record The Business Of Management Conferences And Provide Copies Of The Record To Those Attending The Conference And To The Procuring Entity . The Responsibility Of The Parties For Actions To Be Taken Shall Be Decided By The Procuring Entity’s Representative Either At The Management Conference Or After The Management Conference And Stated In Writing To All Who Attended The Conference. 33. Bill Of Quantities 33.1. The Bill Of Quantities Shall Contain Items Of Work For The Construction, Installation, Testing, And Commissioning Of Work To Be Done By The Contractor. 33.2. The Bill Of Quantities Is Used To Calculate The Contract Price. The Contractor Is Paid For The Quantity Of The Work Done At The Rate In The Bill Of Quantities For Each Item. 33.3. If The Final Quantity Of Any Work Done Differs From The Quantity In The Bill Of Quantities For The Particular Item And Is Not More Than Twenty Five Percent (25%) Of The Original Quantity, Provided The Aggregate Changes For All Items Do Not Exceed Ten Percent (10%) Of The Contract Price, The Procuring Entity’s Representative Shall Make The Necessary Adjustments To Allow For The Changes Subject To Applicable Laws, Rules, And Regulations. 33.4. If Requested By The Procuring Entity’s Representative, The Contractor Shall Provide The Procuring Entity’s Representative With A Detailed Cost Breakdown Of Any Rate In The Bill Of Quantities. 34. Instructions, Inspections And Audits 34.1. The Procuring Entity’s Personnel Shall At All Reasonable Times During Construction Of The Work Be Entitled To Examine, Inspect, Measure And Test The Materials And Workmanship, And To Check The Progress Of The Construction. 34.2. If The Procuring Entity’s Representative Instructs The Contractor To Carry Out A Test Not Specified In The Specification To Check Whether Any Work Has A Defect And The Test Shows That It Does, The Contractor Shall Pay For The Test And Any Samples. If There Is No Defect, The Test Shall Be A Compensation Event. 34.3. The Contractor Shall Permit The Funding Source Named In The Scc To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Appointed By The Funding Source, If So Required By The Funding Source. 35. Identifying Defects The Procuring Entity’s Representative Shall Check The Contractor’s Work And Notify The Contractor Of Any Defects That Are Found. Such Checking Shall Not Affect The Contractor’s Responsibilities. The Procuring Entity’s Representative May Instruct The Contractor To Search Uncover Defects And Test Any Work That The Procuring Entity’s Representative Considers Below Standards And Defective. 36. Cost Of Repairs Loss Or Damage To The Works Or Materials To Be Incorporated In The Works Between The Start Date And The End Of The Defects Liability Periods Shall Be Remedied By The Contractor At The Contractor’s Cost If The Loss Or Damage Arises From The Contractor’s Acts Or Omissions. 37. Correction Of Defects 37.1. The Procuring Entity’s Representative Shall Give Notice To The Contractor Of Any Defects Before The End Of The Defects Liability Period, Which Isone (1) Year From Project Completion Up To Final Acceptance By The Procuring Entity’s. 37.2. Every Time Notice Of A Defect Is Given, The Contractor Shall Correct The Notified Defect Within The Length Of Time Specified In The Procuring Entity’s Representative’s Notice. 37.3. The Contractor Shall Correct The Defects Which He Notices Himself Before The End Of The Defects Liability Period. 37.4. The Procuring Entity Shall Certify That All Defects Have Been Corrected. If The Procuring Entity Considers That Correction Of A Defect Is Not Essential, He Can Request The Contractor To Submit A Quotation For The Corresponding Reduction In The Contract Price. If The Procuring Entity Accepts The Quotation, The Corresponding Change In The Scc Is A Variation. 38. Uncorrected Defects 38.1. The Procuring Entity Shall Give The Contractor At Least Fourteen (14) Days Notice Of His Intention To Use A Third Party To Correct A Defect. If The Contractor Does Not Correct The Defect Himself Within The Period, The Procuring Entity May Have The Defect Corrected By The Third Party. The Cost Of The Correction Will Be Deducted From The Contract Price. 38.2. The Use Of A Third Party To Correct Defects That Are Uncorrected By The Contractor Will In No Way Relieve The Contractor Of Its Liabilities And Warranties Under The Contract. 39. Advance Payment 39.1. The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum Or, At The Most Two, Installments According To A Schedule Specified In The Scc. 39.2. The Advance Payment Shall Be Made Only Upon The Submission To And Acceptance By The Procuring Entity Of An Irrevocable Standby Letter Of Credit Of Equivalent Value From A Commercial Bank, A Bank Guarantee Or A Surety Bond Callable Upon Demand, Issued By A Surety Or Insurance Company Duly Licensed By The Insurance Commission And Confirmed By The Procuring Entity. 39.3. The Advance Payment Shall Be Repaid By The Contractor By An Amount Equal To The Percentage Of The Total Contract Price Used For The Advance Payment. 39.4. The Contractor May Reduce His Standby Letter Of Credit Or Guarantee Instrument By The Amounts Refunded By The Monthly Certificates In The Advance Payment. 39.5. The Procuring Entity Will Provide An Advance Payment On The Contract Price As Stipulated In The Conditions Of Contract, Subject To The Maximum Amount Stated In Scc Clause 39.1. 40. Progress Payments 40.1. The Contractor May Submit A Request For Payment For Work Accomplished. Such Request For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 40.2. The Procuring Entity Shall Deduct The Following From The Certified Gross Amounts To Be Paid To The Contractor As Progress Payment: (a) Cumulative Value Of The Work Previously Certified And Paid For. (b) Portion Of The Advance Payment To Be Recouped For The Month. (c) Retention Money In Accordance With The Condition Of Contract. (d) Amount To Cover Third Party Liabilities. (e) Amount To Cover Uncorrected Discovered Defects In The Works. 40.3. Payments Shall Be Adjusted By Deducting There From The Amounts For Advance Payments And Retention. The Procuring Entity Shall Pay The Contractor The Amounts Certified By The Procuring Entity’s Representative Within Twenty Eight (28) Days From The Date Each Certificate Was Issued. No Payment Of Interest For Delayed Payments And Adjustments Shall Be Made By The Procuring Entity. 40.4. The First Progress Payment May Be Paid By The Procuring Entity To The Contractor Provided That At Least Twenty Percent (20%) Of The Work Has Been Accomplished As Certified By The Procuring Entity’s Representative. 40.5. Items Of The Works For Which A Price Of “0” (zero) Has Been Entered Will Not Be Paid For By The Procuring Entity And Shall Be Deemed Covered By Other Rates And Prices In The Contract. 41. Payment Certificates 41.1. The Contractor Shall Submit To The Procuring Entity’s Representative Monthly Statements Of The Estimated Value Of The Work Executed Less The Cumulative Amount Certified Previously. 41.2. The Procuring Entity’s Representative Shall Check The Contractor’s Monthly Statement And Certify The Amount To Be Paid To The Contractor. 41.3. The Value Of Work Executed Shall: (a) Be Determined By The Procuring Entity’s Representative; (b) Comprise The Value Of The Quantities Of The Items In The Bill Of Quantities Completed; And (c) Include The Valuations Of Approved Variations. 41.4. The Procuring Entity’s Representative May Exclude Any Item Certified In A Previous Certificate Or Reduce The Proportion Of Any Item Previously Certified In Any Certificate In The Light Of Later Information. 42. Retention 42.1. The Procuring Entity Shall Retain From Each Payment Due To The Contractor An Amount Equal To A Percentage Thereof Using The Rate As Specified In Itb Sub-clause 42.2. 42.2. Progress Payments Are Subject To Retention Of Ten Percent (10%), Referred To As The “retention Money.” Such Retention Shall Be Based On The Total Amount Due To The Contractor Prior To Any Deduction And Shall Be Retained From Every Progress Payment Until Fifty Percent (50%) Of The Value Of Works, As Determined By The Procuring Entity, Are Completed. If, After Fifty Percent (50%) Completion, The Work Is Satisfactorily Done And On Schedule, No Additional Retention Shall Be Made; Otherwise, The Ten Percent (10%) Retention Shall Again Be Imposed Using The Rate Specified Therefore. 42.3. The Total “retention Money” Shall Be Due For Release Upon Final Acceptance Of The Works. The Contractor May, However, Request The Substitution Of The Retention Money For Each Progress Billing With Irrevocable Standby Letters Of Credit From A Commercial Bank, Bank Guarantees Or Surety Bonds Callable On Demand, Of Amounts Equivalent To The Retention Money Substituted For And Acceptable To The Procuring Entity, Provided That The Project Is On Schedule And Is Satisfactorily Undertaken. Otherwise, The Ten (10%) Percent Retention Shall Be Made. Said Irrevocable Standby Letters Of Credit, Bank Guarantees And/or Surety Bonds, To Be Posted In Favor Of The Government Shall Be Valid For A Duration To Be Determined By The Concerned Implementing Office/agency Or Procuring Entity And Will Answer For The Purpose For Which The Ten (10%) Percent Retention Is Intended, I.e., To Cover Uncorrected Discovered Defects And Third Party Liabilities. 42.4. On Completion Of The Whole Works, The Contractor May Substitute Retention Money With An “on Demand” Bank Guarantee In A Form Acceptable To The Procuring Entity. 43. Variation Orders 43.1. Variation Orders May Be Issued By The Procuring Entity To Cover Any Increase/decrease In Quantities, Including The Introduction Of New Work Items That Are Not Included In The Original Contract Or Reclassification Of Work Items That Are Either Due To Change Of Plans, Design Or Alignment To Suit Actual Field Conditions Resulting In Disparity Between The Preconstruction Plans Used For Purposes Of Bidding And The “as Staked Plans” Or Construction Drawings Prepared After A Joint Survey By The Contractor And The Procuring Entity After Award Of The Contract, Provided That The Cumulative Amount Of The Variation Order Does Not Exceed Ten Percent (10%) Of The Original Project Cost. The Addition/deletion Of Works Should Be Within The General Scope Of The Project As Bid And Awarded. The Scope Of Works Shall Not Be Reduced So As To Accommodate A Positive Variation Order. A Variation Order May Either Be In The Form Of A Change Order Or Extra Work Order. 43.2. A Change Order May Be Issued By The Procuring Entity To Cover Any Increase/decrease In Quantities Of Original Work Items In The Contract. 43.3. An Extra Work Order May Be Issued By The Procuring Entity To Cover The Introduction Of New Work Necessary For The Completion, Improvement Or Protection Of The Project Which Were Not Included As Items Of Work In The Original Contract, Such As, Where There Are Subsurface Or Latent Physical Conditions At The Site Differing Materially From Those Indicated In The Contract, Or Where There Are Duly Unknown Physical Conditions At The Site Of An Unusual Nature Differing Materially From Those Ordinarily Encountered And Generally Recognized As Inherent In The Work Or Character Provided For In The Contract. 43.4. Any Cumulative Variation Order Beyond Ten Percent (10%) Shall Be Subject Of Another Contract To Be Bid Out If The Works Are Separable From The Original Contract. In Exceptional Cases Where It Is Urgently Necessary To Complete The Original Scope Of Work, The Head Of The Procuring Entity May Authorize A Positive Variation Order Go Beyond Ten Percent (10%) But Not More Than Twenty Percent (20%) Of The Original Contract Price, Subject To The Guidelines To Be Determined By The Gppb: Provided, However, That Appropriate Sanctions Shall Be Imposed On The Designer, Consultant Or Official Responsible For The Original Detailed Engineering Design Which Failed To Consider The Variation Order Beyond Ten Percent (10%). 43.5. In Claiming For Any Variation Order, The Contractor Shall, Within Seven (7) Calendar Days After Such Work Has Been Commenced Or After The Circumstances Leading To Such Condition(s) Leading To The Extra Cost, And Within Twenty-eight (28) Calendar Days Deliver A Written Communication Giving Full And Detailed Particulars Of Any Extra Cost In Order That It May Be Investigated At That Time. Failure To Provide Either Of Such Notices In The Time Stipulated Shall Constitute A Waiver By The Contractor For Any Claim. The Preparation And Submission Of Variation Orders Are As Follows: (a) If The Procuring Entity’s Representative/project Engineer Believes That A Change Order Or Extra Work Order Should Be Issued, He Shall Prepare The Proposed Order Accompanied With The Notices Submitted By The Contractor, The Plans Therefore, His Computations As To The Quantities Of The Additional Works Involved Per Item Indicating The Specific Stations Where Such Works Are Needed, The Date Of His Inspections And Investigations Thereon, And The Log Book Thereof, And A Detailed Estimate Of The Unit Cost Of Such Items Of Work, Together With His Justifications For The Need Of Such Change Order Or Extra Work Order, And Shall Submit The Same To The Head Of The Procuring Entity For Approval. (b) The Head Of The Procuring Entity Or His Duly Authorized Representative, Upon Receipt Of The Proposed Change Order Or Extra Work Order Shall Immediately Instruct The Technical Staff Of The Procuring Entity’s To Conduct An On-the-spot Investigation To Verify The Need For The Work To Be Prosecuted. A Report Of Such Verification Shall Be Submitted Directly To The Head Of The Procuring Entity Or His Duly Authorized Representative. (c) The, Head Of The Procuring Entity Or His Duly Authorized Representative, After Being Satisfied That Such Change Order Or Extra Work Order Is Justified And Necessary, Shall Review The Estimated Quantities And Prices And Forward The Proposal With The Supporting Documentation To The Head Of Procuring Entity For Consideration. (d) If, After Review Of The Plans, Quantities And Estimated Unit Cost Of The Items Of Work Involved, The Proper Office Of The Procuring Entity Empowered To Review And Evaluate Change Orders Or Extra Work Orders Recommends Approval Thereof, Head Of The Procuring Entity Or His Duly Authorized Representative, Believing The Change Order Or Extra Work Order To Be In Order, Shall Approve The Same. (e) The Timeframe For The Processing Of Variation Orders From The Preparation Up To The Approval By The Head Of The Procuring Entity Concerned Shall Not Exceed Thirty (30) Calendar Days. 44. Contract Completion Once The Project Reaches An Accomplishment Of Ninety Five (95%) Of The Total Contract Amount, The Procuring Entity May Create An Inspectorate Team To Make Preliminary Inspection And Submit A Punch-list To The Contractor In Preparation For The Final Turnover Of The Project. Said Punch-list Will Contain, Among Others, The Remaining Works, Work Deficiencies For Necessary Corrections, And The Specific Duration/time To Fully Complete The Project Considering The Approved Remaining Contract Time. This, However, Shall Not Preclude The Claim Of The Procuring Entity For Liquidated Damages. 45. Suspension Of Work 45.1. The Procuring Entity Shall Have The Authority To Suspend The Work Wholly Or Partly By Written Order For Such Period As May Be Deemed Necessary, Due To Force Majeure Or Any Fortuitous Events Or For Failure On The Part Of The Contractor To Correct Bad Conditions Which Are Unsafe For Workers Or For The General Public, To Carry Out Valid Orders Given By The Procuring Entity Or To Perform Any Provisions Of The Contract, Or Due To Adjustment Of Plans To Suit Field Conditions As Found Necessary During Construction. The Contractor Shall Immediately Comply With Such Order To Suspend The Work Wholly Or Partly. 45.2. The Contractor Or Its Duly Authorized Representative Shall Have The Right To Suspend Work Operation On Any Or All Projects/activities Along The Critical Path Of Activities After Fifteen (15) Calendar Days From Date Of Receipt Of Written Notice From The Contractor To The District Engineer/regional Director/consultant Or Equivalent Official, As The Case May Be, Due To The Following: (a) There Exist Right-of-way Problems Which Prohibit The Contractor From Performing Work In Accordance With The Approved Construction Schedule. (b) Requisite Construction Plans Which Must Be Owner-furnished Are Not Issued To The Contractor Precluding Any Work Called For By Such Plans. (c) Peace And Order Conditions Make It Extremely Dangerous, If Not Possible, To Work. However, This Condition Must Be Certified In Writing By The Philippine National Police (pnp) Station Which Has Responsibility Over The Affected Area And Confirmed By The Department Of Interior And Local Government (dilg) Regional Director. (d) There Is Failure On The Part Of The Procuring Entity To Deliver Government-furnished Materials And Equipment As Stipulated In The Contract. (e) Delay In The Payment Of Contractor’s Claim For Progress Billing Beyond Forty-five (45) Calendar Days From The Time The Contractor’s Claim Has Been Certified To By The Procuring Entity’s Authorized Representative That The Documents Are Complete Unless There Are Justifiable Reasons Thereof Which Shall Be Communicated In Writing To The Contractor. 45.3. In Case Of Total Suspension, Or Suspension Of Activities Along The Critical Path, Which Is Not Due To Any Fault Of The Contractor, The Elapsed Time Between The Effective Order Of Suspending Operation And The Order To Resume Work Shall Be Allowed The Contractor By Adjusting The Contract Time Accordingly. 46. Payment On Termination 46.1. If The Contract Is Terminated Because Of A Fundamental Breach Of Contract By The Contractor, The Procuring Entity’s Representative Shall Issue A Certificate For The Value Of The Work Done And Materials Ordered Less Advance Payments Received Up To The Date Of The Issue Of The Certificate And Less The Percentage To Apply To The Value Of The Work Not Completed, As Indicated In The Scc. Additional Liquidated Damages Shall Not Apply. If The Total Amount Due To The Procuring Entity Exceeds Any Payment Due To The Contractor, The Difference Shall Be A Debt Payable To The Procuring Entity. 46.2. If The Contract Is Terminated For The Procuring Entity’s Convenience Or Because Of A Fundamental Breach Of Contract By The Procuring Entity, The Procuring Entity’s Representative Shall Issue A Certificate For The Value Of The Work Done, Materials Ordered, The Reasonable Cost Of Removal Of Equipment, Repatriation Of The Contractor’s Personnel Employed Solely On The Works, And The Contractor’s Costs Of Protecting And Securing The Works, And Less Advance Payments Received Up To The Date Of The Certificate. 46.3. The Net Balance Due Shall Be Paid Or Repaid Within Twenty Eight (28) Days From The Notice Of Termination. 46.4. If The Contractor Has Terminated The Contract Under Gcc Clauses 17 Or 18, The Procuring Entity Shall Promptly Return The Performance Security To The Contractor. 47. Extension Of Contract Time 47.1. Should The Amount Of Additional Work Of Any Kind Or Other Special Circumstances Of Any Kind Whatsoever Occur Such As To Fairly Entitle The Contractor To An Extension Of Contract Time, The Procuring Entity Shall Determine The Amount Of Such Extension; Provided That The Procuring Entity Is Not Bound To Take Into Account Any Claim For An Extension Of Time Unless The Contractor Has, Prior To The Expiration Of The Contract Time And Within Thirty (30) Calendar Days After Such Work Has Been Commenced Or After The Circumstances Leading To Such Claim Have Arisen, Delivered To The Procuring Entity Notices In Order That It Could Have Investigated Them At That Time. Failure To Provide Such Notice Shall Constitute A Waiver By The Contractor Of Any Claim. Upon Receipt Of Full And Detailed Particulars, The Procuring Entity Shall Examine The Facts And Extent Of The Delay And Shall Extend The Contract Time Completing The Contract Work When, In The Procuring Entity’s Opinion, The Findings Of Facts Justify An Extension. 47.2. No Extension Of Contract Time Shall Be Granted The Contractor Due To (a) Ordinary Unfavorable Weather Conditions And (b) Inexcusable Failure Or Negligence Of Contractor To Provide The Required Equipment, Supplies Or Materials. 47.3. Extension Of Contract Time May Be Granted Only When The Affected Activities Fall Within The Critical Path Of The Pert/cpm Network. 47.4. No Extension Of Contract Time Shall Be Granted When The Reason Given To Support The Request For Extension Was Already Considered In The Determination Of The Original Contract Time During The Conduct Of Detailed Engineering And In The Preparation Of The Contract Documents As Agreed Upon By The Parties Before Contract Perfection. 47.5. Extension Of Contract Time Shall Be Granted For Rainy/unworkable Days Considered Unfavorable For The Prosecution Of The Works At The Site, Based On The Actual Conditions Obtained At The Site, In Excess Of The Number Of Rainy/unworkable Days Pre-determined By The Procuring Entity In Relation To The Original Contract Time During The Conduct Of Detailed Engineering And In The Preparation Of The Contract Documents As Agreed Upon By The Parties Before Contract Perfection, And/or For Equivalent Period Of Delay Due To Major Calamities Such As Exceptionally Destructive Typhoons, Floods And Earthquakes, And Epidemics, And For Causes Such As Non-delivery On Time Of Materials, Working Drawings, Or Written Information To Be Furnished By The Procuring Entity, Non-acquisition Of Permit To Enter Private Properties Within The Right-of-way Resulting In Complete Paralyzation Of Construction Activities, And Other Meritorious Causes As Determined By The Procuring Entity’s Representative And Approved By The Head Of The Procuring Entity. Shortage Of Construction Materials, General Labor Strikes, And Peace And Order Problems That Disrupt Construction Operations Through No Fault Of The Contractor May Be Considered As Additional Grounds For Extension Of Contract Time Provided They Are Publicly Felt And Certified By Appropriate Government Agencies Such As Dti, Dole, Dilg, And Dnd, Among Others. The Written Consent Of Bondsmen Must Be Attached To Any Request Of The Contractor For Extension Of Contract Time And Submitted To The Procuring Entity For Consideration And The Validity Of The Performance Security Shall Be Correspondingly Extended. 48. Price Adjustment Except For Extraordinary Circumstances As Determined By Neda And Approved By The Gppb, No Price Adjustment Shall Be Allowed. Nevertheless, In Cases Where The Cost Of The Awarded Contract Is Affected By Any Applicable New Laws, Ordinances, Regulations, Or Other Acts Of The Gop, Promulgated After The Date Of Bid Opening, A Contract Price Adjustment Shall Be Made Or Appropriate Relief Shall Be Applied On A No Loss-no Gain Basis. 49. Completion The Contractor Shall Request The Procuring Entity’s Representative To Issue A Certificate Of Completion Of The Works, And The Procuring Entity’s Representative Will Do So Upon Deciding That The Work Is Completed. 50. Taking Over The Procuring Entity Shall Take Over The Site And The Works Within Seven (7) Days From The Date The Procuring Entity’s Representative Issues A Certificate Of Completion. 51. Operating And Maintenance Manuals 51.1. If “as Built” Drawings And/or Operating And Maintenance Manuals Are Required, The Contractor Shall Supply Them By The Dates Stated In The Scc. 51.2. If The Contractor Does Not Supply The Drawings And/or Manuals By The Dates Stated In The Scc, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative Shall Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Gcc Clause 1.16 The Intended Completion Date Is 45 Cd From Ntp. 1.21 The Procuring Entity Is Lgu- Mapanas, Northern Samar. 1.22 The Procuring Entity’s Representative Is Atty. Ronn Michael L. Tejano Municipal Mayor Municipality Of Mapanas Province Of Northern Samar 1.23 The Site Is Located At Mapanas, Northern Samar. 1.27 The Start Date Is: Upon Receipt Of Notice To Proceed. 1.30 The Works Consist Of: Item No. Scope Of Work Quantity Unit Construction Of Multi-purpose Hall (stage) @ Sta Potenciana Elementary School, Brgy. Sta Potenciana, Mapanas, N. Samar B.5 Project Billboard/signboard 1.0 Lot. B.9 Mobilization And Demobilization 1.0 Lot. 103(1)a Structure Excavation (common Soil) 4.00 Cu.m. 804(4) Gravel Bedding 2.43 Cu.m. 804 Embankment 24.11 Cu.m 900(1)c1 Structural Concrete (class A), 28 Days 7.83 Cu.m. 902(1)a Reinforcing Steel, Deformed Grade 40 512.33 Kg. 903 Formworks And Falseworks 37.63 Sq.m 1013 Corrugated Metal Roofing, Gauge 24 37.63 Sq.m. 1046 Masonry Works 32.40 Sq.m 1003 Carpentry And Joinery Works 20.16 Sq.m. 2.2 Note: The Items To Follow 5.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon The Issuance Of Notice To Proceed. 6.5 The Contractor Shall Employ The Following Key Personnel: Key Personnel Number Civil Engineer 1 Construction Foreman 1 Labor Workers 3 7.4(c) “no Further Instructions”. 7.7 No Further Instructions. 8.1 No Further Instructions. 10 The Site Investigation Reports Are: None 12.3 No Further Instructions. 12.5 In Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures: Five (5) Years. 13 “no Additional Provision.” 18.3(h)(i) No Further Instructions. 21.2 The Arbiter Is: Construction Industry Arbitration Commission 29.1 No Day Works Are Applicable To The Contract. 31.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within 15days Of Delivery Of The Letter Of Acceptance. 31.3 The Period Between Program Of Work Updates Is 15days. The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is P 1,000.00. 34.3 The Funding Source Is Coming From Nia 39.1 The Amount Of The Advance Payment Is 15% Of The Contract Price (lump Sum) And Shall Be Release Once Upon Presentation Of The Following Documents As Required: 1. Letter Request For Advance Payment From The Contractor 2. Bank Guarantee For Advance Payment 40.1 Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Be Included For Payment. 51.1 The Date By Which Operating And Maintenance Manuals Are Required Is Not Applicable. The Date By Which “as Built” Drawings Are Required Is 20 Days Upon Completion Of The Subproject. 51.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is P1,000.00. Section Vi. Specifications Project Name: Construction Of Multi-purpose (stage) ,@ Sta Potenciana Elementary School, Barangay Sta Potenciana Mapanas, N. Samar. Location : Brgy. Sta Potenciana, Mapanas, Northern Samar Item No. Description Qty. Unit. B.5 Project Billboard/signboard 1.00 Lot A. Material A. Tarpauline (8’x8’) 1.00 Pc B. Plywood Marine (1/4”x1.2m X 2.44m) 2.00 Pc C. Coco Lumber, 2” X 3” X 12’ 84.00 Bd.ft. D. Common Nails Assorted 1.00 Kg B. Freight And Handling C. Name And Capacity Of Equipment D. Labor Derivation (subsidiary Work Description (1 Gang =1- Foreman, 1-carpenter, 1-laborer 1.00 E. Labor Requirement Foreman 1 1.00 Skilled Carpenter 1 1.00 Unskilled 1 1.00 B.9 Mobilization And Demobilization 1.00 Lot A. Material B. Freight And Handling C. Name And Capacity Of Equipment Cargo/service Truck (2-5 Mt) 1.00 D. Labor Derivation (subsidiary Work Description E. Labor Requirement 103(1) A Structure Excavation (common Soil) 4.00 Cu.m. A. Material B. Freight And Handling C. Name And Capacity Of Equipment D. Labor Derivation (subsidiary Work Description (1 Gang =1- Foreman, 1-laborer ) 1.5 Cu.m./man-day 4.00 E. Labor Requirement Foreman 1 1.00 Unskilled 1 7.00 804 (4) Gravel Bedding A. Material A. Gravel G1-1/2 3.00 Cu.m. B. Freight And Handling C. Name And Capacity Of Equipment D. Labor Derivation (subsidiary Work Description (1 Gang =1- Foreman, 1-laborer ) 4.3 Cu.m./man-day 3.00 E. Labor Requirement Foreman 1 1.00 Unskilled 1 1.00 804 Embankment 24.11 Cu.m. A. Material A. Common Borrow (w/25% Shrinkage Factor) 25.00 Cu.m. B. Freight And Handling C. Name And Capacity Of Equipment D. Labor Derivation (subsidiary Work Description (1 Gang =1- Foreman, 1-laborer ) Placing 4.0 Cu.m./ Man-day 24.11 Compaction 2.0 Cu.m./ Man-day 24.11 E. Labor Requirement Foreman 1 1.00 Unskilled 1 8.00 900 (1) C1 Structural Concrete (class A), 28 Days 7.83 Cu.m. A. Material A. Portland Cement, Type I 71.00 Bag B. Gravel, 3/4” 7.00 Cu.m. C. Sand, Washed 4.00 Cu.m. B. Freight And Handling C. Name And Capacity Of Equipment One Bagger Mixer 1.00 D. Labor Derivation (subsidiary Work Description (1 Gang =1- Foreman, 2-masons, 8-laborers) 40 Bags/day/gang 71.00 E. Labor Requirement Foreman 1 1.00 Skilled Mason 2 2.00 Unskilled 8 8.00 902 (1)a Reinforcing Steel, Deformed Grade 40 512.33 Kg A. Material A. Rsb, Deformed, 10mmꝋ 70.00 Pcs 258.72 Kg B. Rsb, Deformed, 12mmꝋ 12.00 Pcs 64.01 Kg C. Rsb, Deformed, 16mmꝋ 20.00 Pcs 189.60 Kg D. Rsb, Deformed, 20mmꝋ Pcs - Kg E. Tie Wire #16 13.00 Kg B. Freight And Handling C. Name And Capacity Of Equipment Bar Cutter, Single Phase 1.00 D. Labor Derivation (subsidiary Work Description (1 Gang =1- Foreman, 1-steelman, 1-laborers) 80 Kgs/day/gang 512.33 E. Labor Requirement Foreman 1 1.00 Skilled Mason 1 4.00 Unskilled 1 4.00 903 Formworks And Falsework 37.63 Sq.m. A. Material Forms (2 Uses) 37.63 Sq.m. A. Plywood Ordinary (1/4”vx 1.2m X 2.44m) 7.00 Pc B. Good Lumber, 2”x 3” X12’ 19.00 Pc C. Cwn 1” 8.00 Kg Scaffolding's (2 Uses) 10.80 Sq.m. A. Good Lumber, 2” X 3” X 12’ 26.00 Pc B. Coco Lumber, 2” X3 X 12’ 33.00 Pc C. Cwn 4” Kg B. Freight And Handling C. Name And Capacity Of Equipment D. Labor Derivation (subsidiary Work Description Formworks: Fabrication And Install: 1 Gang = 1-foreman, 2-carpenter, 4-laborers 37.63 Stripping: 1 Gang =1- Foreman, 2-carpenter, 4- Laborers 37.63 E. Labor Requirement Foreman 1 1.00 Skilled Carpenter 2 2.00 Unskilled 4 4.00 1013 Corrugated Metal Roofing, Gauge 24 32.40 Sq.m. A. Material Roofing: 32.40 Sq.m. A. Pre-painted Metal Roofing Sheet Ga. 24 X 2.44m 32.40 In.m. B. J Bolt 1/4 X 2 1/2”, With Nut And Bonded Washer 324.00 Pc C. Touchup Paint 2.00 L D. Paint Brush, 2” 2.00 Pc E. Pre Painted G.i. Plain Sheet (flashing) 1.00 Sheet B. Freight And Handling C. Name And Capacity Of Equipment D. Labor Derivation (subsidiary Work Description Roofing Sheet Installation Install: 1 Gang =1-foreman, 1-carpenter, 3-laborers 32.40 Capability: 20 Sq.m/day/gang E. Labor Requirement Foreman 1 1.00 Skilled Carpenter 1 1.00 Unskilled 3 3.00 1046 Masonry Works 31.51 Sq.m. A. Material Chb Laying A. Chb Ordinary, 4” 31.51 Sq.m. 414.00 Pc B. Portland Cement, Type I 25.00 Bag C. Sand Washed 1.00 Cu.m. D. Rsb, Deformed, 10mmꝋ 10.00 Pcs 36.96 Kgs E. Tie Wire #16 1.00 Kg F. Hacksaw Blade, Heavyduty Pc Plastering A. Portland Cement, Type I 11.00 Bag B. Sand Washed 1.00 Cu.m. B. Freight And Handling C. Name And Capacity Of Equipment D. Labor Derivation (subsidiary Work Description Chb Laying Install: 1 Gang = 1-foreman, 2-mason, 3-laborers 414.00 Capability: 230 Pcs Chb/day/gang Chb Plastering Install: 1 Gang =1-foreman, 2-mason, 2-laborers Capability: 12 Sq.m/day/gang 54.26 E. Labor Requirement Chb Laying Foreman 1 1.00 Skilled Mason 2 2.00 Unskilled 3 3.00 Chb Plastering Foreman 1 1.00 Skilled Mason 2 2.00 Unskilled 2 2.00 1003 Carpentry And Joinery Works 20.16 Sq.m. A. Material Roof Framing 20.16 Sq.m. A. Good Lumber 3”x6”x18ft. Rafter 2.00 Pcs 54 Bd.ft. B. Good Lumber 2”x4”x20ft. Purlins 2.00 Pcs 26.67 Bd.ft. C. Good Lumber 1”x12”x20ft. Flashing 3.00 Pcs 60.00 Bd.ft. D. Good Lumber 3”x6”x8ft. Flashing 2.00 Pcs 24.00 Bd.ft. E. Assorted Cwn 6.00 Kg F. Concrete Nails Assorted 0.50 Kg B. Freight And Handling C. Name And Capacity Of Equipment D. Labor Derivation (subsidiary Work Description Roof Framing Install: 1 Gang =1-foreman, 2-carpenters, 2-laborers 20.16 Capability: 15 Sq.m/day/gang E. Labor Requirement Foreman 1 1.00 Skilled Carpenter 2 2.00 Unskilled 2 2.00 Section Vii. Drawings Bill Of Quantities Item No. Scope Of Work Quantity Unit Unit Cost Total Amount 1.) Construction Of Multipurpose Hall (stage) , Brgy. Sta Potenciana, Mapanas, N. Samar B.5 Project Billboard/signboard 1.00 Lot 9,015.36 9,015.36 B.9 Mobilization And Demobilization 1.00 Lot 12,528.00 12,528.00 103(1)a Structure Excavation (common Soil) 4.00 Cu.m. 937.32 3,749.28 804 (4) Gravel Bedding 2.43 Cu.m. 3,564.30 8,650.56 804 Embankment 24.11 Cu.m. 1,142.41 27,547.20 900(1)c1 Structural Concrete (class A), 28 Days 7.83 Cu.m. 7,774.97 60,878.00 902(1)a Reinforcing Steel, Deformed Grade 40 512.33 Kg. 87.75 44,957.92 903 Formworks And Falseworks 37.63 Sq.m. 1,031.85 39,581.04 1013 Corrugated Metal Roofing, Gauge 24 32.40 Sq.m. 760.89 24,652.80 1046 Masonry Works 31.51 Sq.m. 1,551.91 48,900.80 1003 Carpentry And Joinery Works 20.16 Sq.m. 1,317.08 26,552.40 Total 307,013.36 Total Cost Of All Line Item Includes Cost Of Contractor’s Profit, Taxes And Ocm. Attached Detailed Cost Estimates Section Ix. Bidding Forms Table Of Contents Bid Form 79 Form Of Contract Agreement 81 Omnibus Sworn Statement 83 Bid Form Date: Iaeb No: To: Lgu-mapanas Northern Samar Address: Mapanas Northern Samar We, The Undersigned, Declare That: We Have Examined And Have No Reservation To The Bidding Documents, Including Addenda, For The Contract Construction Of Multi-purpose Hall (stage) @ Sta Potenciana Elementary School, Barangay Sta Potenciana , Mapanas N. Samar (a) We Offer To Execute The Works For This Contract In Accordance With The Bid And Bid Data Sheet, General And Special Conditions Of Contract Accompanying This Bid; The Total Price Of Our Bid, Excluding Any Discounts Offered In Item (d) Below Is: [insert Information]; The Discounts Offered And The Methodology For Their Application Are: [insert Information]; (b) Our Bid Shall Be Valid For A Period Of 120 Days From The Date Fixed For The Bid Submission Deadline In Accordance With The Bidding Documents, And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period; (c) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract; (d) Our Firm, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Have Nationalities From The Following Eligible Countries: [insert Information]; (e) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (f) Our Firm, Its Affiliates Or Subsidiaries, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Has Not Been Declared Ineligible By The Funding Source; (g) We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And (h) We Understand That You Are Not Bound To Accept The Lowest Evaluated Bid Or Any Other Bid That You May Receive. Name: In The Capacity Of: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Form Of Contract Agreement This Agreement, Made This [insert Date] Day Of [insert Month], [insert Year] Between [name And Address Of Procuring Entity](hereinafter Called The “entity”) And [name And Address Of Contractor] (hereinafter Called The “contractor”). Whereas, The Entity Is Desirous That The Contractor Execute [name And Identification Number Of Contract] (hereinafter Called “the Works”) And The Entity Has Accepted The Bid For [insert The Amount In Specified Currency In Numbers And Words] By The Contractor For The Execution And Completion Of Such Works And The Remedying Of Any Defects Therein. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents Shall Be Attached, Deemed To Form, And Be Read And Construed As Part Of This Agreement, To Wit: (a) General And Special Conditions Of Contract; (b) Drawings/plans; (c) Specifications; (d) Invitation To Apply For Eligibility And To Bid; (e) Instructions To Bidders; (f) Bid Data Sheet; (g) Addenda And/or Supplemental/bid Bulletins, If Any; (h) Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes; (i) Eligibility Requirements, Documents And/or Statements; (j) Performance Security; (k) Credit Line Issued By A Licensed Bank, If Any; (l) Notice Of Award Of Contract And The Bidder’s Conforme Thereto; (m) Other Contract Documents That May Be Required By Existing Laws And/or The Entity. 3. In Consideration Of The Payments To Be Made By The Entity To The Contractor As Hereinafter Mentioned, The Contractor Hereby Covenants With The Entity To Execute And Complete The Works And Remedy Any Defects Therein In Conformity With The Provisions Of This Contract In All Respects. 4. The Entity Hereby Covenants To Pay The Contractor In Consideration Of The Execution And Completion Of The Works And The Remedying Of Defects Wherein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of This Contract At The Times And In The Manner Prescribed By This Contract. In Witness Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Contractor). Binding Signature Of Procuring Entity ________________________________________________ Binding Signature Of Contractor _____________________________________________ [addendum Showing The Corrections, If Any, Made During The Bid Evaluation Should Be Attached With This Agreement] Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Bidding For [name Of The Project] Of The [name Of The Procuring Entity]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The [name Of Bidder] In The Bidding As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder]is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: I Am Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [jurat] * This Form Will Not Apply For Wb Funded Projects.
Closing Date10 Oct 2024
Tender AmountPHP 399.6 K (USD 7.1 K)

MUNICIPALITY OF LIBJO, DINAGAT ISLANDS Tender

Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
Corrigendum : Tender Amount Updated
Philippines
Details: Description Carpentry 6 Unit Plainer Electric Hand Plainer Wattage=580w, Frequency=60hz, Voltage=220v, Prm=15,800/min 5 Unit Grinder 710w Angle Grinder 4" Continuous Rating Input: 710w Wheel Diameter: 100mm (4") Abrasive Disc100mm Diamond Wheel 100mm (4") No Load Speed11.000rpm Dimensions: 5.8cm X 11.8cm X 9.7cm 5 Set Drill/driller Professional Electric Drill 320w Coc Gbm Rated Input Power: 320w Weight: 1kg, No Load Speed:2,500-4/200rpm, Chuck Capacity Min/max:6.5mm, Drill Diameter In Wood:13mm Steel 6.5mm, Features: Variable Speed, Compact Offering For Speedy And Precision Drilling, Reverse Function For Metal And Wood Drilling 1 Set Drill/driller Professional Electric Drill 320w Coc Gbm Rated Input Power: 320w Weight: 1kg, No Load Speed:2,500-4/200rpm, Chuck Capacity Min/max:6.5mm, Drill Diameter In Wood:13mm Steel 6.5mm, Features: Variable Speed, Compact Offering For Speedy And Precision Drilling, Reverse Function For Metal And Wood Drilling 1 Unit Welding Machine 300amp 75 Mts Heavy Duty Cable Extension Wire #13 2 Pc Plier (flat Type With Insulated Handles 8') 1 Set Plier (long Nose Types Steel+rubber Handle Varied Dimensions) 3 Pc Industrial Heavy Duty Hand Riveter 2 Unit Compressor Single 1/70 Psis6 1/4hp 2 Set Plier (all Types In 1 With Insulated Handles) 2 Unit Saw Portable Circular Saw 1400w, 220v, 5800rpm 1 Pc Tri-square Measure Length:10/25cm; Ruler Size: 10x4.5(l*w) 2 Pc Hammer Specifications: Handle Size 27.5cm Long, Claw Hammer 13.5cm, Wood Handle 1 Pc Hammer Specifications: Handle Size 27.5cm Long, Claw Hammer 13.5cm, Wood Handle 1 Set Chisel 12pcs Wood Chisel Heavy Duty Rubber Grip 1 Pc Trowel Steel Head Wood Handle, 27cm Long 1 Pc Level Bar Ruler Level Bar, 24inch Long, Aluminum 2 Pc Measuring Tape 8mtrs. Steel Tape With Dual Print And Autolock 2 Pc Portable Welding Machine 1 Set Saw Portable Circular Saw 185mm, Disc Blade 1500watts, N 0-5000 R/min Jigsaw 220v, 650 Watts, 3000/m 50/60hz 1 Unit Grinder (bench Grinder, Rated Power:180watts Speed: 2950rpm, Frequency:60hz, Rated Voltage:220v, Grinder Wheel Dimension:125x16x12.7mm, Blade Diameter: 5'inch 1 Pc Tri-square Measure Length:10/25cm; Ruler Size: 10x4.5(l*w)/25.3cm X 11.4cm(l*w) 1 Pc Hammer Specifications: Handle Size 27.5cm Long, Claw Hammer 13.5cm, Wood Handle 1 Set Wood Chisel (12pcs Wood Chisel Heavy Duty Rubber Grip Material: Chromium_vanadium Steel(cr-v) 1 Pc Tool Box (17"3 Layers Metal Storage Toolbox) 1 Pc Level Bar Ruler Level Bar, 24inch Long, Aluminum 1 Pc Scissor (cutting Scissor Straight Avaition Tin Snip Sheet Metal Shear Plier-steel+rubber Handle-250 X 55mm) 1 Unit Plainer Electric Hand Plainer Wattage=580w, Frequency=60hz, Voltage=220v, Prm=15,800/min 1 Unit Grinder 710w Angle Grinder 4" Continuous Rating Input: 710w Wheel Diameter: 100mm (4") Abrasive Disc100mm Diamond Wheel 100mm (4") No Load Speed11.000rpm Dimensions: 5.8cm X 11.8cm X 9.7cm 1 Set Drill/driller Professional Electric Drill 320w Coc Gbm Rated Input Power: 320w Weight: 1kg, No Load Speed:2,500-4/200rpm, Chuck Capacity Min/max:6.5mm, Drill Diameter In Wood:13mm Steel 6.5mm, Features: Variable Speed, Compact Offering For Speedy And Preccision Drilling, Reverse Function, For Metal And Wood Drilling 1 Unit Welding Machine 300amp 1 Pc Claw Bar (heavy Duty -steel 30in) 1 Pc Chainsaw (52cc 20" Portable Gasoline Powered Chainsaw) Kakanin Making 1 Pc Electric Oven (100ml-2800watts, Voltages Rating 230a.c, 60hz, Unit Dimension Size: 77cm X 54cm X 53cm 1 Pc Oven (68l Capacity, 100-250°c Temperature Control, 60min,timer,with Convection & Rotisserie Function, Inner Light, Indicator Lamp, Heater Selector Swicth Tempered Glass Door, Stainless Stee Heating Element, 5 Stages Of Swicthheating And Function Selector) 4 Pcs Cake Round Pan Stainless (8 Inches.) 4 Pcs Cake Round Pan Stainless (6 Inches.) 2 Pcs Cling Wrap (15.7" X 300m) 10 Packs Eco Plastic Clamshell Pastry (container Dimension: Length 19.5cm X Width 13.7cm X Height 5.9cm, Color: Hazzy, 50pcs Per Packs. 5 Sacks All Purpose Flour (extracted Form The Purest, White Part, 25kg/sack) 2 Sacks Flour 3rd Class (extracted Form The Purest, White Part, 25kg/sack) 8 Sack Sugar Brown. (25kg/sack) 3 Sack Sugar White (granulated Refined Cane Sugar 25kg/sack) 48 Pcs Evaporated Milk (410ml/can) 100 Can Condensed Milk (390g) 24 Pcs Condensed Milk (390g) 1 Gal. Water-lye (water Lihiya 4l/gallon) 1 Sack Cake Flour (25kg/sack) 40 Pcs Hairnet 40 Pcs Apron (long, Waterproof For Adult) 35 Boxes Hand Gloves (cellophane 50 Pcs/box) 5 Pc Gas Stove (double Burner, Stainless Top And Front Automatic Ignition) 6 Pc Gas Tank (11kg) 60 Kg Glutinous Rice (malagkit Sweet Rice, White) 60 Kg Glutinous Rice (malagkit Sweet Rice, Black) 8 Btl. Flavoring (complex Flavor, 350ml) 24 Kg Peanut (raw Peanuts With Skin 1kg) 12 Kg Starch (corn Starch) 1 Set Steamer (stainless Steel, 3 Layers, Size 41cm, Heavy Duty) 2 Pc Stainless Steel Steamer (3 Layers For Siopao, 30cm,2l) 1 Pc Wok Pan (stainless Steel, Large 50cm With Handle) 1 Pc Nonstick Wok Pan (36cm) 1 Pc Wok (45cm Double Ear Wok Pan) 2 Pcs Pot (cooking Pot, Aluminum With Double Handle, Thick Size: 40x40x28cm) 5 Pcs Pot Holder (round) 4 Pcs Pot (45cm Diameter, 15cm Height, Aluminum) 1 Pc Ladle (stainless, Large) 1 Pc Strainer (solid Stainless Steel Spider, Strainer Skimmer Ladle For Cooking And Frying With Handle, Large) 2 Pcs Strainer (solid Stainless Steel Spider, Strainer Skimmer Ladle For Cooking And Frying With Handle, Large) 3 Pcs Basin (round, Stainless, Large) 2 Pcs Basket (multi-functional With Handle Large) 2 Pcs Egg Beater (stainless Large) 4 Tray Egg (medium Tray) 3 Tray Egg (larger) 4 Pcs Food Tong (utility Tong, Stainless Steel, Medium) 4 Pcs Food Keeper (rectangular Transparent, Plastic With Cover, Bilao/large) 1 Set Food Warmer (rectangular Tray Stainless 14x10.25x4 Inches) 6 Pcs Food Warmer (rectangular Tray Stainless 14x10.25x4 Inches) 100 Pcs Molder (puto Molder Cups,plastic Size: Medium 2inches. 4 Cont. Oil (cooking Oil, 20l/container) 1 Pc Rice Cooker (13l, 1950w Size(outside):340*470mm, Size (inside):168*345mm) 2 Pcs Casserole (double Handle 31cm Diameter, 19cm Height) 2 Gal. Soy Sauce (4l/gallon) 4 Gal. Banana Catsup (4kg Plastic Bottle) 40 Packs Jelly Powder (lemon & Choco Flavor, 24kg/pack) 10 Packs Disposable Cup (plastic 120z) 50 Packs Disposable Drinking Straw (plastic 20.8cm (8.1in) 2 Bags Plastic Sando Bag (tiny Transparent Bio Bag 8x14, 100pcs/pack) 1 Kg Baking Powder 2 Kg Baking Powder (4kg/pack) 1 Gal. Vinegar (4l/gallon) 3 Pack Yeast Powder (1kg/pack) 1 Set Stante Glass (3 Layers Food Display) 6 Pcs Chair Plastic (plastic Tool No Back Rest) 1 Set Table (foldable Table Plastic Ware 180cm) 2 Pcs Juice Container (10l Jar With Ladle, 12cm X 37cm Height) 1 Pc Electric Deep Fryer (plastic, Stainless Steel, Voltage:220-240v, Frequency: 50-60hz, Power:1000w,capacity 2.5l, Size: Length 20cm, Widht 21cm, Height 18.5cm, Variable Temperature:80-190 Degree 1 Pc Preasure Cooker (24cm, 7.3l) 1 Pc Electric Steamer (3 Layer For Siomai, Dimension 22*19*21cm, 450w) 1 Set Empanada Molder Set Stainless (diameter: Approx. 10cm/3.94 &qout: Large 8.5cm/3.35qout, Medium: 7.5cm/2.95qout:small) 1 Pc Electric Hand Stand Mixer (7 Speed Control, Size:270x295x145mm/1.4kg, Rated Power Ssupply: 200v 50hz, Rated Power:100w) 50 Pcs Plastic Puto Molder (large 8cm Diameter) 2 Set Stainless Donut Molder (1 Set In 3 Size, +large=d 8cm Overall Diameter 8cm, Middle Hole Diameter 3cm +medium= D7cm Overall Diameter 7cm, Middle Hole Diameter 2cm +small=d6cm Overall Diameter 6cm, Middle Hole Diameter 1.5cm) 2 Pcs Rolling Pen ( Wood Size 35cm X 3.5cm) 1 Pc Medium Hotcake Pan Maker Or Molder (diameter 5 Inches) 2 Btl. Food Coloring Powder (yellow,orange, 125g) 3 Kg Margarine (1kg) Snacks And Refreshments 1 Set Burger Griller, Deep Fryer W/ Steamer Set (stainless Steel Single Deep Fryer, 12x20cm Burger Griller And 3 Layers Steamer) 1 Set Gas Tank (11kg With Content) 3 Pc Gas Tank (11kg With Content) 1 Pc Gas Stove (double Burner Stainless Steel With Regulator) 1 Pc Crusher (6 Blades Ice Crusher Machine 1000w, Ice Crasher Manual Ice) 3 Pcs Container (palamig Container Jar Plastic Ware 10ltrs. 30 Pcs Food Serving Tray (multi-purpose Plastic Rectangular Shape) 2 Pcs Clear Food Container With Scooper (elongated Shape, Large) 1 Set Stante Glass (3 Layers Food Display) 20 Packs Disposable Glass (plastic Disposable Glass 6oz.) 1 Cont. Cooking Oil (20ltrs) 1 Pc Table (foldable Table Plastic Ware 180cm) 4 Pcs Chair Plastic (plastic Tool No Back Rest) 1 Pc Hotcake Molder (multi-functional Manual Hotcake Molder) 6 Pcs Glass (clear Drinking Glass 12oz.) 1 Pc Steamer (electric Siomai Steamer 3 Layers Dimension 22*19*21cm, 450w) 15 Pcs Juice Powder (instant Powdered Milk Drink (chocolate, Melon, And Buko Pandan Flavor) 500grms.) 5 Pcs French Fries (ready To Fry 1kg Pack) 15 Pcs Fish Ball (fresh Shanghai Food 1kg Per Pack) 20 Pcs Paper Plate (fish Ball Tray Silver (small) 15 Pcs Kikiam (500grms Per Pack) 3 Pcs Squeeze Bottle (plastic Condiment Squeeze Squirt Bottle With 3 Holes 450ml) 3 Pcs Sauce Dispenser (plastic Bottle Condiment With 1 Hole 450ml) 1 Gal. Vinegar -4liters 1 Gal. Banana Catsup (4kg Plastic Bottle) 10 Pcs Cheese (powder Cheese For Fries Flavoring 200g) 17 Pcs Hairnet 18 Pcs Apron (long, Waterproof For Adult) 4 Pc Gas Stove Double Burner, Stainless Top And Front Automatic Ignitio 1 Pc Preasure Cooker -stainless Stell 6l (6.3ft) 1 Pc Charcoal Stove -xl Size 12x8-1/2x12 Ich. 1 Pc Pot-extra Size #3 (28cm Diameter, 16cm Height) 1 Pc Pot-broiler Size #2 (43.3cm Diameter, 39.3cm Height) 8 Pcs Castel Wheel Rubber Caster Wheel Heavy Duty Pu Wheel (1 Piece Of Pu Material, 2inches.) 7 Cont. Oil (cooking Oil, 20l/container) 2 Pcs Solar Pannel Waterproof Streetlight Solar Light, Solar Led Flooding Ip67 With Remote And Solar Panel, 1000w 48 Pcs Bowl Plastic Bowl/medium Size (12pcs) Diameter:12cm Depth 5.5cm Per Pack 2 Set Burger Grill 3in1 Burger Grill With Deep Fryer And Steamer (with Complete Cooking Kits) Made In 304 Pure Stainless Body, Metal Plate 3 Box Hand Gloves (cellophane 50 Pcs/box) 6 Boxes Disposable Facemask 2 Set Steamer (stainless Steel, 3 Layers, Size 41cm, Heavy Duty) 1 Pc Frying Pan Aluminum, 66cmx59cmx22cmh 5 Sck Flour 3rd Class (extracted Form The Purest, White Part, 25kg/sack) 2 Pc Strainer (solid Stainless Steel Spider, Strainer Skimmer Ladle For Cooking And Frying With Handle, Large) 1 Pc Crusher (6 Blades Ice Crusher Machine 1000w, Ice Crasher Manual Ice) 1 Pc Food Tong (utility Tong, Stainless Steel, Medium) 1 Pc Frying Pan 32/34cm Non Stick Diamond Frying Pan Kitchen Iron With Cover 24 Pouch Soysauce Sachet, 200ml 24 Pouch Vinegar Sachet, 200ml 20 Pck Seasoning Food Seasoning 55/pck 44 Can Condensed Milk (390g 48 Can Evaporated Milk (410ml/can) 10 Kg Sugar White (granulated Refined Cane Sugar 5 Kg Sugar Brown. 1 Pc Burner-super Kalan Set, Full Set Of Gas Burner With 2.7kg Gas, Burner & Tank. 1 Pc Blender 1.5 Liters Glass Jar Capacity 500watts,2speed Fucntion Light Indicator, 4 Spoke Stainless Steel Blade Antiskid Rubber Footing With Safety Swicth 1 Pc Ice Crusher -300watts,50hz,220v,2200rpm,65kg/hr.,stainless 1 Pc Deep Fryer-3.81kg, L23.5 X W47.7 X H31.8cm, Stainless Oilot Light Indicator 200watts Power, Smoke Filter 4liters Capacitytempered Glass Lid 1 Pc Ice Cooler-15l=40cm X 25cm X 32.5cm, Insulated Ice Box Ice Chest, Unit Dimension 1 Set Electric Steamer For Siomai 9l 4 Sck Sugar Brown 25kg/sack 2 Sck Sugar White Granulated Refined Cane Sugar 25kg/sck 50 Pck Jelly Powder (assorted Flavor, 24kg/pack) 40 Pck Disposable Cup (plastic 120z) 20 Pck Disposable Drinking Straw (plastic 20.8cm (8.1in) 1 Pc Steamer-siomai Steamer 3layer 7.5 Timer Platics 3 Pcs Ladle (stainless, Steel 9cm X 41cm 2 Cont. Margarine-classic Fortified With Growth Building Nutrients Like Vit.a-b-d-e And More 2kg/cont. 10 Pcks Baking Powder -1kg/pack 1 Sck Salt White 25kg/sack 20 Tray Egg White Color Large Size 1 Tie Powder Fortified Powdered Milk 33g 1 Pc Wok Pan (stainless Steel, Large 50cm With Handle) 1 Pc Dispenser Double Quencher Plastic Large 5 Pck Yeast Powder (1kg/pack) 2 Gal. Ketchup Banana Flavor 3.7l/gal 3 Bot. Food Coloring Powder (yellow,10ml 5 Pcs Pot Holder (round) Food Vending 120 Can Evaporated Milk (410ml/can) 3 Unit Lpg Set 11kgs (double Burner, With Hose And Regulator) 94 Can Condensed Milk 390 Grams 3 Sack Brown Sugar (50kg) 10 Scks Flour 3rd Class All Purpose Flour 2sck , 25kg/sack) 108 Kg Cooking Oil (vegetable Cooking Oil, 36kg) 60 Kg Soy Sauce (20kg) 9 Kg Baking Yeast (3kg) 300 Kg Banana (cardava 100kg) 15 Kg Margarine (5kg) 60 Packs Vetsin (20pcks,18sachets Per Pack) 27 Doz. Broth Seasoning (pork And Chicken Flavor 9doz. 108cubes) 45 Kg Monggo Beans (15kg) 9 Kg Black Pepper Assorted (3kg Powder 1kg, Crushed Black Pepper 1kg, Laurel Leaves) 12 Packs Matchstick (50 Pack Of 10 Match Boxes With 48 Sticks 17 Kg Baking Powder (5kg) 13 Pcks Soy Sauce 100ml 1 Unit 3in1 Burger Grill Fries W/steamer 12x20inches Deep Fryer:8inches House Steamer:10 Inches Gas Type,3 Burner, 304 Pure Stainless Automatic Ignition, Tempered Glass Steamer 1 Unit Meat Grinder (2liter Electric Meat Grinder 300watts With 4 Cutting Blades Thickened Glass Bowl, Stainless Steel Head) 1 Set Ceramic Kitchen Knife Set(6pcs Knife Set, Stainless Steel Materials 2 Cont. Cooking Oil Vegetable Cooking Oil One Container (19.3l) 2 Unit Ice Crusher -machine 500 Watts Motor And Stainless Steel Blades 2 Unit Hot Cake Maker (5.5inchs Diameter, With Long Handle 23 Pcs Basket Tray(for Food Dine In Plastic, Rectangular 8 X 5 X 1.45 Inchs.) 2 Unit Electric Siomai Steamer 3 Layers Steamer, 22x19x21cm. 450 Watts 1 Pc Big Cooler (15liters Ice Box Chest Insulated Cooler L-28cm X H20cm X W16cm 1 Pc Big Cooler (15liters Ice Box Chest Insulated Cooler L-28cm X H20cm X W16cm 1 Set Folding Table With Chairs Set (square Table 34x34x29 Stall Type Height: 47cm, Diameter:30cm 1 Pc Folding Table Square 34 X 34 X 29 1 Set Stainless Steel Food Warmer (6pcs Rectangular Food Warmer 34cm X 28cm X 16cm Glass Cover, Food Tray 1 Pc Aluminum Wok (43cm, Silver Color) 2 Pcs Big Container For Seasoning (3liters, 163cm X 123cm X 202cm, Capacity:21cups 2 Sck Brown Sugar (washed) 2 Sack (25kg Per Sack( 1 Unit Lpg Tank And Regulator (11kgs) 1 Unit Super Kalan (4.5kg) 2 Sck Cake Flour (25kg/sack) 1 Pc Big Beach Umbrella (6ft, 2mx2m Parasol Umbrella, Oxford Cloth, Steel Mixed Material. 5 Pcs Plastic Chair (stall Type Height: 47cm, Diameter: 30cm 1 Unit Microwave Oven (20liter Capacity, Metal Body, 6 Power Levels, 230v-60hz, 700watts 240mhz, Diamension: 45cm X 34cm X 26cm 1 Pc Solar Light (400watts, 2-3 Meter Height, Led: Smd 5730 69pcs, Battery: 3.2v/10,000mah 1 Unit Blender 1.5 Liters Capacity, 4 Speed Level With Pulse Function 2 With Safety Lock, One Grinding Mill, Stainless Steel Body And Blades 10 Pack Disposable Cup (50pcs/pack 6oz Transparent, Clear Cup) Bake And Pastry 1 Unit Oven (68l Capacity, 100-250°c Temperature Control, 60min,timer,with Convection & Rotisserie Function, Inner Light, Indicator Lamp, Heater Selector Swicth Tempered Glass Door, Stainless Stee Heating Element, 5 Stages Of Swicthheating And Function Selector) 15 Pcs Baking Tin (round Shape, Size: 9x13 20 Pcs Baking Tin (round Shape, Size: 6x10 30 Kg Sugar (white, Granulated Refined Sugar) 35 Pcs Cream (all Purpose Cream 250ml) 3 Pcs Baking Powder (1kg/pack) 30 Pcs Condensed Milk (1kg/can) 30 Pcs Evaporated Milk (410ml/can) 2 Gal. Oil (cooking Oil 4liters) 1 Sack Flour(cake Flour 50kg) 15 Tray Egg White Color, Large Size 3 Gal. Flavoring ( Complex Flavor 4 Liters) Tailoring Services 25 Mtrs Cloth (alpha Geena Fabric Floral) 25 Mtrs Cloth (kritona Fabric Abstract Design) 25 Mtrs Cloth (textile White Cloth For Uniform) 25 Mtrs Cloth (think Plain Woven Cotton For Uniform Pants) 25 Mtrs Cloth (peach Twill High Quality Soer Soft For Uniform, Yellow Light Color) 25 Mtrs Cloth (checked Red Red Cloth) 72 Pcs Thread (sewing Thread, 1000mtrs/spool, White Color) 72 Pcs Thread (sewing Thread, 1000mtrs/spool, Black Color) 72 Pcs Thread (sewing Thread, 1000mtrs/spool, Green Color) 2 Doz. Zipper (60cm Nylon Invisible Zipper) 2 Doz. Zipper (20cm Nylon Invisible Zipper) 15 Set Needle (sewing Needle No. 18, 5pcs/set 15 Set Needle (sewing Needle No.20, 5pcs/set) 54 Pcs Gloves (rubber, Weight: 100g, Qunatity: Set Left And Right, Long And Think Rubber, Multi-purpose Hand Gloves 3 Pc Scissor (8.5inchs. Professional Tailoring/sewing Scissor, Stainless Steel +zinc Alloy) 3 Pack Button (plastic 12.5mm, 2 Holes, Red, 100pcs/pack 3 Pack Button (plastic 12.5mm, 2 Holes, White, 100pcs/pack) 2 Unit Sewing Machine (electric, 9 Automatic Stitches, 800 Stitches Per Minute, Motorized 70watts, 2 Needle Position, Automatic Bobbin Winding, 4-step Button Hole, Embroidery Featuring, Zipper Insertion, Twin Needle Capability, Push Lever Reverse, Stitch Pattern Indicator,weight: 6.5kg, Size: H38xw46.5xl24.5cm *body Only No Table* 2 Roll Pattern Sewing Paper (patern Paperno.70, Brown,rolled, 48sheet Per Roll, Dimension:36x48 40 Mtrs Cloth (alpha Geena Fabric -golden Yellow) 40 Mtrs Cloth (pitswel Fabric White) 40 Mtrs Cloth (katrina Fabric Golden Yellow) 40 Mtrs Cloth (alpha Geena Fabric Blue) Fishing Business 1 Unit Engine (model Lf188f-bq (13hp) 389cc 4stroke Ohv Industrial Gasoline Engine With 1" Keyway Shaft. Dimension: 19x18x20 Inches. 1 Unit Boat Engine (9hp) Gasoline Powered) 1 Unit Boat Engine (9hp Gasoline Powered) 2 Unit Boat Engine (9hp) 1 Pc Light Bulb-6 Watts 1 Pc Light Bulb-12 Watts 1 Pc Light Bulb-20watts 6 Bundle Fishing Net (nylon, Mesh Size 7, Nylon Size 4, 100 Mesh) 12 Bundle Fishing Net (nylon, Mesh Size 6, Nylon Size 4, 100 Mesh) 21 Kilos Fishing Net Lead Sinker #2 25 Kilos Fishing Net Lead Sinker #2 4 Kilos Fishing Net Lead Sinker #2 18 Bags Patao Fishing Float #2 6 Pack Floater (pataw , No.1 Round, 100pcs/pack) 9 Kilos Nylon (# 100, Bahajan) 6 Bundle Nylon (size200) 6 Kilos Nylon (#100) 1 Pc 6ft Stainless Steel Shaft (ihi) 1 Pc Rubber Plate (timon) 1 Pc Boat Propeller (pala) 1 Pc Cross Joint 1 Roll Rope (#10) 1 Roll Nylon Rope #200 6 Bundle Pamo Net (300mtrs) Vegetable Production 55 Sack Fertilizer (chicken Dung) 3 Sack Fertilizer (urea 46-0-0 Soil Fertilizer) 12 Sack Fertilizer (14-14-14 Controlled Release Fertilizer, 50kg/sack) 6 Sachet 40 Sp Broad Spectrum Insecticide (systemic Carbamate Insecticide) 2 Pc Sprayer (plastic, Manual Agricultural Sprayer, 20l, 3.2kg, Dimension:45x21x57.5cm 2 Pcs Farming Shovel 3 Pcs Farming Shovel 2 Pcs Blunt Bolo (guna) 2 Pcs Pickaxe (piko) 2 Pcs Lagaraw 1 Unit Water Pump (13hp Diesel Engine) 1 Roll Heavy Duty Garden Hose (2x2, 100mtrs.) 1 Pc Drum Big (plastic, Dimension: 16in Body Dia: 13in Lid Dia:, 25 Inchs Height) Broiler Production 3 Sack Chick Booster (crumble) 2 Sack Broiler Starter Crumble (50kg) 10 Sack Broiler Starter Crumble (50kg) 4 Sack Broiler Grower Feeds (50kg) 20 Sack Broiler Grower Feeds (50kg) 4 Sack Broiler Finisher Feeds (50kg) 20 Sack Broiler Finisher Feeds (50kg) 15 Boxes Antibiotic (broad Spectrum Antibiotic Broiler) 4 Pcs Water Plastic (1l Capacity) 25 Pcs Waterer (plastic. 1l Capacity) 5 Pcs Feeder Plastic (linear 18inchs.) 25 Pcs Feeder Plastic (linear 18inchs.) 10 Botl. Vitamin B Complex (broiler Vitamins 50ml/bottle) 10 Bags Chick Booster 24 Bags Chick Booster (crumble) Electrical Services 2 Pcs Pliers (side Cutting 9inchs.) 1 Pc Long Nose (cutting 8inchs.) 1 Pc Crimping Pliers (8inchs) 1 Pc Heavy Duty Diagonal Cutter (8 Inchs.) 1 Pc Screwdriver (8 Inchs. Round Shaft) 1 Pc Screwdriver (flat Screw 8 Inchs.) 1 Pc Non-contact Non Voltage Tester Pen (50-1000v) 1 Pc Analog Tester Multimeter 1 Pc Electric Drill Cordless (68v Battery) 1 Pc Heavy Duty Wire Stripper (9 Inchs 223mm) 1 Pc Electric Knife Cutter (5 Inchs.) 1 Pc Grinder (power Electric Tool 1400watts 220v) 1 Set Wood Working Hardware Toolbox Barbershop 2 Pcs Hair Clipper/hair Trimmer Rechargeable (100-240v, 50/60hz, 8-10w) 1 Pc Hair Clipper (with Wire, Heavy Duty 220v) 1 Pc Shaver (electric Shaver, Men's Wet And Dry Trimmer, Rechargeable) 1 Pc Hair Trimmer (rechargeable Hair Trimmer Detailer, 1200mah 90mins Use) 1 Pc Hair Blower (220v, 2800w) 1 Set Comb (barber Set, 9pcs Salon Hairdressing Comb) 1 Set Scissor (hair Dressing Set, 5pcs Set 7" 19.5cm Professional Hair Hairdressing Scissor, Comb,+cutting Shears + Thinning + Up Down Curved Shears) 1 Pc Trolley (barber Trolley, 5 Layer, Plastic Aluminum Composition, Black/silver) 1 Pc Box (barber Box Hard Case With Lock, 12*23*53.5cm, Black Color) 2 Pcs Cape (neck/gown Cape 11x7.5cm, 4.3x3 Inch.) 1 Botl. Disinfectant (barber Salon Disinfectant, Barbicide Concentrate For Salon, 16oz/bottle) 1 Pc Mirror (barber Shop Mirror, 40*150cm Motorcycle Repair And Welding Shop 1 Unit Welding Machine (unit Size: 12,300amperes Single Phase, Portable, Fan Cooled Low Energy Consumption, Light In Weight, 66inchs Welding Cable) 5 Pcs Welding Rod (n7018 1/8 3.2mm, 5kgs) 1 Pc Welding Helmet (auto Darkening, Open Helmet Type) 1 Pc Side Cutter Pliers (length:160mm, Material-chromium-vanadium Steel, Width: 57mm, Height: 26mm, Weight: 213g) 1 Pc Compressor Single 1/70 Psis6 1/4hp (air Compressor Belt Driven Horizontal Type Single Phase Model Hp Tank, Capacity No. Of Cylinder Working Psi Price Jacp-1/4 1/4 Hp 40 Liters 2 70-155psi) 1 Pc Drill (hand Electric Drill Home 550w High Power Variable Speed Handgun Drill Home Portable Multi-function Electric Drill) 1 Pc Grinder (angle Grinder 1500w 150mm Length 35cm Width 65cm) 1 Box Socket Wrench (heavy Duty Size 1/2 #8 To 32mm, 24pcs Socket Set 3/8 Drive) 1 Pc Spray Gun (1000cc, 1.8mm Standard Nozzle:1.8mm Optional Nozzle:1.5-2.0mm, Operating Preasure:3-4bar, Pattern Width:180-250mm, Aircons:3.5-6.0cfm 99-170l/min Paint Capacity:1000cc) 1 Set Welding Pliers, Clamps And Magnets (1x4inch (10cm), Curved Jaw Locking Pliers 1x5inch (12.7cm) Mini C-clamp Pliers 1x5 Inch (12.7cm) Long Nose Locking Pliers, Magnets Size :8-1/2") 1 Unit Welding Machine (300amp) 1 Unit 1/2 Double Piston Compressor 1 Pc Grinder (710watts) 1 Pc Welding Pliers
Closing Date16 Oct 2024
Tender AmountPHP 1.4 Million (USD 26.3 K)

Province Of Iloilo Tender

Philippines
Details: Description Bids And Awards Committee Iloilo Provincial Government Procurement Of Patrol Boat Bid No. Adm-24-1318-b Philippine Bidding Documents Sixth Edition July 2020 Table Of Contents Section I. Invitation To Bid……………………………………………………..3 Section Ii. Instructions To Bidders………………………………………..…...5 1. Scope Of Bid ………………………………………………………………………. 5 2. Funding Information………………………………………………………………. 5 3. Bidding Requirements ……………………………………………………………. 5 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 5 5. Eligible Bidders…………………………………………………………………… 5 6. Origin Of Goods ………………………………………………………………….. 6 7. Subcontracts ……………………………………………………………………… 6 8. Pre-bid Conference ………………………………………………………………. 7 9. Clarification And Amendment Of Bidding Documents …………………………… 7 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 7 11. Documents Comprising The Bid: Financial Component …………………………... 7 12. Bid Prices …………………………………………………………………………. 8 13. Bid And Payment Currencies ……………………………………………………… 8 14. Bid Security ………………………………………………………………………. 8 15. Sealing And Marking Of Bids ……………………………………………………… 9 16. Deadline For Submission Of Bids …………………………………………………. 9 17. Opening And Preliminary Examination Of Bids ………………………………….. 9 18. Domestic Preference ……………………………………………………………… 9 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 9 20. Post-qualification ………………………………………………………………… 10 21. Signing Of The Contract …………………………………………………………… 10 Section Iii. Bid Data Sheet …………………………………………………..11 Section Iv. General Conditions Of Contract ……………………...………..12 1. Scope Of Contract ………………………………………………………………… 12 2. Advance Payment And Terms Of Payment ……………………………………….. 12 3. Performance Security ……………………………………………………………. 12 4. Inspection And Tests ……………………………………………………………… 12 5. Warranty …………………………………………………………………………. 13 6. Liability Of The Supplier ………………………………………………………….. 13 Section V. Special Conditions Of Contract ………………………………….14 Section Vi. Schedule Of Requirements ……………………………………....16 Section Vii. Technical Specifications …………………………………………17 Section Viii. Checklist Of Technical And Financial Documents …………..17 Section I. Invitation To Bid Purchase Of Patrol Boat Bid No. Adm-24-1318-b 1. The Iloilo Provincial Government Through The Trust Fund 2024 Intends To Apply The Sum Of One Million Eight Hundred Fifty Thousand Eight Hundred Seventy-seven Pesos (php8,850.00.00) Being The Abc To Payments Under The Contract For The Purchase Of Patrol Boat Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 120 Days Upon Receipt Of The Notice To Proceed (ntp). Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat Of The Iloilo Provincial Government And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On September 17, 2024 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (php10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On September 24, 2024 At The Bac Office, 5th Floor, New Iloilo Provincial Capitol And/or Through Video Conferencing Or Webcasting, Upon Request At Least Three (3) Days Before The Pre-bid Conference, Via Zoom Or Other Videoconferencing Portals, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office,5th Floor, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before October 08, 2024 At 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On October 08, 2024 At 9:01 A.m. At The Bac Office, 5th Floor, New Iloilo Provincial Capitol. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. A. The Participating Bidder/supplier Or Its Authorized Representative Must Indicate In Any Of The Eligibility Documents, An Email Address Or A Working Fax Number. The Absence Of Which Shall Be A Ground For Disqualification. Notice To The Bidder/supplier Through The Use Of Either Of These Means (email/fax) Is Considered Sufficient Notice. The Date Of Filing Of Reconsideration And All Communications With The Bac Shall Be Its (bac) Date Of Receipt. B. The Bidder(s)/awardee(s) Or Its Authorized Representative Must Conform To The Notice Of Award Within Three (3) Calendar Days From Receipt Of Such Notice And The Winning Bidder Shall Post The Required Performance Security And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award In Accordance With Section 37.2.1 Of The Revised Irr Of R.a. No. 9184. C. The Bidder/supplier Must Have No Pending Unaccepted Notice To Proceed Three (3) Days From The Date Of Acceptance And Signing Of The Purchase Order. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. D. The Bidder/supplier Must Have No Notice Of Award Pending Its Conformity Three (3) Days From The Date Of Its Receipt Of The Notice Of Award. Otherwise, It Shall Be Aground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. E. The Bidder/supplier Shall Submit A List Of All Its Ongoing And Completed Projects With The Iloilo Provincial Government Indicating The Delivery Periods And Accomplishments Of Such Projects. F. The Bidder/supplier At The Time Of The Bidding Must Have No Pending Unposted Performance Or Warranty Security, As The Case May Be, Beyond The Period Allowed In The Notice Of Award. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. G. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 11. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Bac Secretariat Head 5th Floor, Bids And Awards Committee Iloilo Provincial Capitol Email Address: Ipg_bacs@yahoo.com Website: Iloilo.gov.ph Telephone Number: (033) 336-0736 13. You May Visit The Following Websites For Downloading Of Bidding Documents: Ipg.gov.ph And/or Philgeps.com September 09, 2024 Atty. Dennis T. Ventilacion Chairman, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Wishes To Receive Bids For The Purchase Of Patrol Boat With Bid No. Adm-24-1318-b. The Procurement Project (referred To Herein As “project”) Is Composed Of One (1) Item, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2023 In The Amount Of One Million Eight Hundred Fifty Thousand Eight Hundred Seventy-seven Pesos (php8,850.00.00 2.2. The Source Of Funding Is: A. Lgus, The Annual Or Supplemental Budget, As Approved By The Sanggunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. C. For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: [select Either Failure Or Monopoly Of Bidding Based On Market Research Conducted] I. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And Ii. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Complete Bid - One Project Having Several Items That Shall Be Awarded As One Contract In Case Of Complete Bid. Line Bidding/partial Bidding - One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Refers To The Contracts To Be Bid Or The Object Of The Contract; B. Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Price Of The Goods Shall Be Quoted Ddp Iloilo Provincial Administrator’s Office Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Five Percent (5%) Of Abc, If Bid Security Is In Surety Bond. 15 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.3 No Further Instructions. 20.2 For The Procurement Of Drugs And Medicines And Medical Equipment/supplies, The Bidder Shall Submit The Following: A. Certificate Of Product Registration From Food And Drug Administration (fda) For Easy Validation During The Post-qualification; B. Certificate If Good Manufacturing Practice From Fda, For Easy Validation During The Post-qualification; C. Batch Release Certificate From Fda, For Easy Validation During The Post-qualification; D. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/ Dealer Of The Products / Items For Easy Validation During The Post-qualification; E. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license: S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer); F. License To Operate (lto) Issued By Fda, If Applicable; G. After-sales Services/parts, If Applicable; H. Manpower Requirements, If Applicable. 21.2 No Further Instructions. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered To Iloilo Provincial Administrator’s Office. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Authorized Employee/official Of The Iloilo Provincial Government. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. 2.2 Partial Payment Is Not Allowed. 4 The Inspections And Tests That Will Be Conducted Are Through Physical Inspection. Item Number Description Quantity Total Delivered, Weeks/months 1 Patrol Boat 3 3 Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site _______________________ Signature Over Printed Name Section Vii. Technical Specifications Bid No.: Adm-24-1318-b Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Patrol Boat With Complete Accessories Specification: Body: Lawa-an Wood, Good Quality Overall Length: 45 To 55 Feet Hull Length: 40 To 45 Feet, Hull Beam: 32 To 35 Inches Beam: 60 Inches (or 5 Feet) Draft: 40 Inches Ribs (tasok): 2" X 2" 10" Apart Purlins (hawak): 4 Pcs 3" X 2" Sidings (dagpak): 3/8" Marine Plywood, Good Quality Outrigger (katig): 6 Pcs Bamboo Pole, Large Outrigger Arm (tarik): 12 Pcs Bamboo Marine Epoxy Laminated / Painted Semi-self Bailing Superstructure Design (kobyertado) Wheelhouse With Passenger Benches And Windshield Navigational Lights (portside, Starboard, Deck Light) Anchor (big): Stainless Rudder: Stainless Fibercloth / Marine Epoxy Laminated Sidings Engine: 6d14 6 Cylinders Diesel With Turbo Charger Marine Freshwater Cooling System With Stainless Heat Exchangers Crankshaft: Emergency Rope Start Propeller Shaft: 2’’ Dia X 14 Ft Marine Grade Stainless Shafting Propeller: 24 Inches To 26 Inches Diameter, 3 Blades Bilge Pump Helm: Ampere, Temperature, Oil Pressure Gauges Remote Shift And Throttle Controls Tarpauline Tent 10 Ft. X 14 Ft. Accessories: 1. Gps Map 4" Screen Colored Display, High Sensitivity Receiver G2 Card Philippine Java Marianas Island Map, Installation And Configuration For Bantay Dagat Application, 2. Marine Binoculars, Zoom Rangefinder, Compass Telescope Eyepiece, Waterproof At Least 1,000 Yards, Cat Least 10 X 50 Hd, At Least 396 Ft At 1,000 Yards, 3. Hand Held Search Light Halogen, Waterproof, Power 140w-155w Power Supply 12 V Application, Terms And Condition: 1. Delivery Within 120 Days Upon Reciept Of Notice To Proceed At The Provincial Bantay Dagat Station In Concepcion, Iloilo 2. Warranty Of 6 Months 3. Sea Trials Must Be Conducted Prior To Delivery In The Presence Of The Supplier And End-user 4. After Sales Service And Spare Parts _______________________ Signature Over Printed Name Section Viii. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages);or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (e) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (o) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (p) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Closing Date8 Oct 2024
Tender AmountPHP 8.8 Million (USD 158.2 K)
4341-4350 of 4352 active Tenders