Scrap Tenders
Scrap Tenders
DEPARTMENT OF EDUCATION SCHOOLS DIVISION OF EASTERN SAMAR Tender
Education And Training Services
Philippines
Details: Description Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 10- Arts And Crafts Support Service Area: Skills Development) 1. The Deped Schools Division Of Eastern Samar, Through The General Appropriation Act Of 2024 Intends To Apply The Sum Of ₱ 597,951.44 Being The Abc To Payments Under The Contract For Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 10- Arts And Crafts Support Service Area: Skills Development) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Deped Schools Division Of Eastern Samar Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Prospective Bidders May Obtain Further Information From Deped Schools Division Office Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below During Monday-friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 1,000.00. It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped Schools Division Of Eastern Samar Will Hold A Pre-bid Conference On January 13, 2025, 10:00am At The Bac Office, Deped Schools Division Of Eastern Samar Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 27, 2025, 9:00am 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 January 27, 2025, 10:00am At The Given Address Below Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Only The Proprietor Or Authorized Representative May Be Allowed To Purchase Bidding Documents. Letter Of Intent (loi), Special Power Of Attorney (spa) (for Authorized Representative), And Drl (document Request List From Philgeps) Are Required Upon Purchase. 11. The Deped Schools Division Of Eastern Samar 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. Items, Specifications, Quantity Of Delivery, And Abc: Sewing Machine Singer,15ch 179 Sewmaster, Automatic Bobbin Winder, Variable Stitch Length Control, Forward And Reverse Function, Numbered Dial Tension, Threadle Or Motor Options, Drop Feed Knob 5 Piece Utility Shelf, 1713s Utility Shelf 2 Pieces Table, Folding Table Ft-02 1200mm L X 400mm D X 750mm Ht., Structure: Melamine 3 Pieces Chairs, Cod Armchair Backrest Wood Horn Chair, 43x48x74, Material: High Quality Iron Wood, Max:150kg 6 Pieces Storage Cabinet, Dimension: 48*30*83cm, Material: Plastic, 3 Pieces Cork Bulletin Board, Wooden Frame, 30x40cm 1 Piece Glue Gun, Mitsushi Mit-gl40 40w, 100-240v, Hot Melt Glue Gun 2 Pieces Acrylic Color, Faber Castell, 12ml, 12 Colors 3 Pieces Scissors, Maped Reflex 3d Vivo Scissors, 16cm 4 Pieces Cutters, Ida Wallpaper Blade Cutter, Length 15cm, Width: 15cm 3 Pieces Watercolors, Prang 16 Watercolor Set 3 Sets Art Paper (multiple Colors), Avia Colors Assorted Colored Paper, 250 Sheets, 80 Gsm, Size: 8.5" X 11" 3 Reams Paint Brushes, Deli 73885 Brush Set 3 Pieces Yarn, Color, Dmc Natura Happy Cotton, 100% Cotton Yarnfor Crochet, Knitting And Yarn Crafts, Thickness: Light (8 Ply), Weight: 20 Grams, Length:43 Meters 10 Pieces Glue, Elmer's Glue, White 225 Grams 5 Pieces Colored Pencils, Staedtler Colored Pencil 136 C36 Luna Permanent 36 Colors 3 Sets Colored Pens, Faber-castell Coloring Pen, 12 Colors 3 Sets Sewing Pins, 40 Pieces 3 Pieces Sewing Needles, 16 Pcs Set Hand Sewing Needle, Size: S: 4cm (8pcs), M:4.5cm (6pcs)* L:5cm (2pcs), Mateial;stainless 10 Pieces Rotary Cutter, 45mm Fabric Rotary Cutter, Length:45m, Material:stainless Steel Blade+abs Handle, Color: Orange. Length: 165mm, Blade Diameter:45mm, Suitable For:leather Fabric Vinl Fiber Paper 2 Pieces Tape Measure, Deli 79650 Measuring Tape 150cm/60 Inches (1.5m*7mm) 10 Pieces Crochet Hooks, 100pcs Crochet Hook Set,perfect Round Point, Material: Plastic+metal, Size:18*13*3cm, Hook Size: 2mm,2.5mm,3.0mm,3.5mm,4.0mm,4.5mm,5.00mm,5.5mm,6.0mm,6.5mm 2 Pieces Knitting Needles, Sizes: 4,5,6 And 8 2 Pieces Crochet Thread, 5 Ply Monaco 100% Mercerized Cotton, Assorted Colors, Length:105 Meters, 50 Grams 20 Pieces Sewing Thread, Apple Spun Polyester Sewing Thread, Assorted Colors, 100 Meters, Polyester Material, 10pcs/box 2 Boxes Convertible Drawing And Drafting Table, Size: 24”x36” ▪color:raw Sienna / Brown ▪weight: 10-11kg 1 Piece Studio/painting Easel, Sizes: 85" - 120" Tall 2 Pieces Table/desk Painting Easel, Could Be An H Or An A Easel Type, For A Easel 38" To 75", For H Easel 84" To 96" 5 Pieces Manual And/or Electric Pencil Sharpener, Pencil Sharpener Hand Crank Manual Mechanical Pencil Sharpener,aluminum Alloy Knife Structure,cutting Outer Diameter Of 6.5-8mm Pencil 4 Pieces Wooden Mannequin, With Stand 11.5/14/21/30cm Wooden Human Mannequin Model Artist Movable Limbs Doll 2 Pieces Transparent Edge T-square, Hardwood Blade Dimensions: 30x13.5x0.2 Inches Weight: 14.4 Ounces Color: Wood Size: 36’’ 2 Pieces Carpentry Tools, Tool Set Includes: 1 – 9” Plastic Torpedo Level 1- Magnetic Bit Holder 1” Cr-v Bits Nut Drivers: 3/16”,1/4”,9/32”,5/16”, 11/32”,3/8” 10ft/3m Tape Measure 150mm Mini Saw 7” Locking Pliers 7-12” Diagonal Cutting Pliers 8” Long Nose Pliers 8” Adjustable Wrench 8” Water Pump Pliers Zinc-alloy Utility Knife Utility Knife Blade Black Cable Ties 160oz Claw Hammer Combination Wrench: ¼”, 5/16”, 3/8”, 7/16”. ½”, 9/16” Precision Screwdrivers:ph1, Ph0, Slotted:1/4, 2.0, 2.4, 3.0mm Metric Hex Keys: 1.5, 2, 2.5, 3, 4,5,5.5, 6mm Sae Hex Keys: 1/16”, 5/65”, 3/32”, 1/8”, 5/32”, 3/16”, 7/32”, ¼” 16” Zipper Tool Bag Item Weight; 8.8 Pounds 17.7x9x9 Inches 2 Sets T50 Staple Gun, Size: 7x9x3 Inches 5/16” Staples 3 Pieces Slop Sink, Size: 30.2x18.4x10.0inch Color: 30”m Style: Single Bowl Material: Stainless Steel Thickness: 3.0-1.2mm 1 Piece Roofing Square Dual Marking Right Angle Picture Framing Carpenter Ruler, Steel 90 Degrees Roofing Square Measuring Size: 20x 30cm/8x12” Rustproof Size: 30x20.5x 20.5 Weight: 0.16kg 3 Pieces Professional Compound Mitre Box & Saw, Adjustable Angle 20x8x9 Inches Miter Box 22 Inches Back Saw 2 Pieces Drawing Lamp, Overall Dimensions: 1.5 “w X 3.5 “d X 29.5 “h Long, Bendable Neck 21” (53 Cm) 28 Led Bulbs Stainless Steel Wattage: 1 Can Be Mounted To Table, Desk Or Easel Usb Plug 2 Pieces Artists Taboret Made Of Beechwood. Measures 35-1/2"h X 17-1/2"w X 14-1/2"d 1 Piece Open Shelves Utility Rack, 72" Height X 48" Width X 18" Depth Five Adjustable Shelves 4,000 Lb. Capacity Steel Frame Particle Board For Shelves Rivet Lock Design With Nuts And Bolts 2 Pieces Chisel Rack For Wood Carving, 3/4″ Thick, And 2 Pieces 3/8″ Tall Plywood Number Of Slots May Vary 2 Pieces Corner Clamp, Maximum Clamping Range 7.5cm, Generally 4 Right-angle Clamp All Together To Use. Material: Aluminum Type: 4 -inch 20.00 X 10.00 X 10.00 8 Pieces Decorative Realistic Artificial Fruits, Assorted Plastic Fruits And/or Eco-friendly Foam Material 2 Sets Geometric Shapes Set, 8-12 Shapes/forms Wood And/or Non-toxic Plastic Shapes Include Sphere, Square, Cylinder, Round Cylinder, Cone, Cube, Hexagonal Prism, Triangular Prism, Square Based Pyramid, Octagonal Prism, Pentagonal Prism, And 1/2 Sphere 2 Sets Geometric Designer Templates, Scale: 0-20 Cm/0-24 Cm Size : 8-1/4" X 5.1" (l*w) Plastic And/or Steel Material 4 Pieces Stack Rack, Dimension: 30 In H X 21 In W X 17 In L At Least 6 Shelves May Be Wooden Or Metal Materials Devised With Rollers To Roll The Rack In Any Location 4 Pieces Picture Frame And Miter Clamp, Weight: 2.5 Pounds Dimensions: 23.9 X 9 X 1.6 Inches Wood Material 4 Pieces Heat Gun, Power: 2,000 Watts Temperature: 50 / 380 / 570 Celcius Steps: 3 Steps Air Flow: 500 / 300 / 500 L/min 4 Pcs Nozzles (air Blast, Reducing, Reflector, Paint Scraper) 1 Pc Scraper 4 Pieces Hot Plate Single Electric Stove, Power:1000w Non-stick Coating Auto-thermostat Various Heat Operations Operating On/off Indicator Light 2 Pieces Tape Dispenser, Weight: 1 Kg Hard Durable Plastic Material 2 Pieces Multi-function Three-hole Puncher, 11.75 X 2.75 X 2.75 Inches High Quality Metal Construction With Clip-in Rings 2 Pieces Metric Scale, 30 Centimeters In Length Scale: 1:1, 1:10, 1:2, 1:20, 1:5, 1:50, 1:100, 1:200, 1:500, 1:1000, 1:1250 And 1:2500 4 Pieces Steel Tape Measure, Tape Rule With First 6 Feet Reinforced With Bladearmor Coating For Maximum Durability 11-inch Tape Standout; 16-inch And 19.2-inch Stud Center Markings Simplify Framing Jobs Mylar Polyester Film Extends The Life Of The Entire Blade Heat-treated Spring Provides Long Life And Smooth Blade Recoil Stanley's Limited Lifetime ; Measures 1-1/4-inch-by-25-feet 3 Pieces Heavy Duty Circular Saw, Corded Or Cordless Adjustable Depth Diameter: 4 1/2 In. With Electric Brake Maximum Cutting Depth At 45 Degrees: 1 In. Maximum Cutting Depth At 90 Degrees: 1-9/16 In. Maximum Speed: 4500 Rpm Spindle Lock 20 Volt 5.5 Lb. 4 Pieces Abrasive Disc Cutter Machine, Electric Powered 18.5” H X 12.2” W X 21.25” D 2200w 14” Blade Diameter 15 Amps Motor (3600 Rpm) Cutting Capacity Of 4.5” At 90˚ And 45˚ 2 Pieces Manual Canvas Pliers, Specifically Designed For Electrical And Mechanical Works 3 Pcs. In 1 Set 1 Combination Plier 6" 1 Cutter Plier 6" 1 Long Nose 6" Offers Comfortable Hand Grip 3 Set Jet-bow Compass Set, Set Includes 6" Speed Compass With Inter-changeable Pen, Pencil, Divider Parts, And Replaceable Needle Points. 4½" Bow Compass With Inter-changeable Pen, Pencil, And Divider Parts. 6" Beam Bar And Slide Coupling For Circles Up To 28" In Diameter And 6" Friction Divider With Self Centering Gear Head And Replaceable Needle Points. Set Also Includes Mechanical Lead Holder, Slip Handle For Spare Ruling Pen, Lead Pointer, Center Tack, And Screwdriver. Packaged In See-through, Hard Plastic Case. 2 Sets Human Head Model, Plastic, Life-size Anatomical Cast With Removable Jaw And 3 Removable Lower Teeth Type: Skull Model Material: Pvc Dimension: App.21x15x19cm/8.27x5.91x7.48in Color: As The Picture Shown Quantity: 1 Set 1 Set Screw Drivers Set, Philips Or Slotted Sl 3/16 In. X 3 In. (x2), 3/16 In. X 6 In., Sl 1/4 In. 1.5 In., Sl 1/4 In. X 4 In. (x2), Sl 1/4 In. X 6 In. Ph1 X 4 In. (x 2), Ph2 X 1.5 In., Ph2 X 4 In. (x2) 2 Offset Screwdrivers 6 Precision Screwdrivers: Ph0, Ph1, Sl 1.4 Mm, Sl 2 Mm, Sl 2.4 Mm, Sl 3 Mm 2 Sets Pliers And Grip Set, 10 Piece Tray Set Includes 1 Each Of The Following: 10r, 10wr, 7wr, 7r, 7cr, 6ln, 9ln, 5wr, 6r, 11r Weight: 11.80 Lb 28.00 X 11.80 X 1.30 Inches 2 Sets Artist Stool With Wheels, Height Adjustable & 360° Swivel Soft Pu Leather Cushion Detachable Design Dimension: Seat Diameter: 16.2" Seat Height: 25.6"-35.8" Full Height: 37.4"-47.6" Max Weight Capacity: 300lbs 6 Pieces Screen Print Squeegee, Material: Natural Rubber, Wood, Stainless Hardness: 70 Durometer Length: 25cm/10" Width: 10cm/3.9" Thickness: 2.3cm/0.9'' 8 Pieces Mixing Paint Palette, Material: Stainless Color: Silver Size: Approx 6.75" X 5.5"compact 12 Pieces Carving Chisels For Wood, Material: 45# Steel And Wood Color: Wood Color + Silver Quantity: 12 Pcs Total Weight : 892 Kg Wooden Handle Length Of Each Chisel: 95mm/3.74” Total Length Pf Each Chisel: 20.5mm / 8.07” Size: 1x V-straight Parting Tool: 14.6mm / 0.57” 1x Round Nose Chisel: 7.8 / 0.31 1x Skew Wood Turning Chisel: 7.8mm / 0.31” 1x Bent Chisel: 7.8mm / 0.31” 1x Wood Chisel: 7.8mm / 0.31” 1x Skew Wood Turning Chisel: 8mm / 0.31” 1x Pointed Wood Chisel: 8mm / 0.31” 2x Straight Chisel: 7.8mm 13.7mm”/ 0.31” 0.54” 3x Straight Gouge: 12.8” 16.1mm 11.7mm/ 0.50” 0.63” 0.46” 2 Sets Files Set For Jeweler, Wood Carving, Craft Metal And Glass Stone, 10 Pcs / Set 5x180mm Stone Precision Needle Files Tool Woodworking Carving The Craft Metal Rasp Wood Hand Tools Material: Metal Color: Gray/ Silver Model: Needle Files Size : 14.5x1x1 Weight: 0.05 Kg 2 Sets Heavy Duty Multi-purpose Bench Vise, Jaw Width: 5", Opening: 4-1/4" Durable Cast Steel Construction Head Swivel 360 Degree Full 360-degree Rotational Jaws Unique "v" Jaws Provide 4 Point Holding Power 2 Pieces Anvil, Weight: 55 Lbs. (sculpture) 9 Lbs. (jewelry Works) Metalsmith, Jewelers Forming Tool, Essential For Jewelry Repair, Shaping, Flattening, Hardening Metals Material: Iron Surface Size: (l X W X H): Approx. 6 X 3.3 X 9cm/2.36 X 1.3 X 3.54inch, Height: Approx. 5.5cm/2.17inch 1 Piece Welding Protective Suite, Made Of High-quality Denim Material, It Can Be Worn Many Times, It Will Not Fade For A Long Time. Unique And Comfortable Design, Wear-resistance And Dirty Resistance. Reinforced And Stitched The Crotch, Cuffs, Pockets To Prevent Accidental Tearing. The Highly Elastic Cuffs Make It Comfortable And Convenient To Wear. Size: 170 Height: 168-173cm Waist: 76-84cm/29.9-33 Inches Weight: 57.5-135kg 5 Pieces Welding Apron, Features: Material: Constructed With Artificial Cow Suede Which Is Not Only Durable But Also Flexible, And The Apron Offer Puncture Resistance, Tear Resistance And Cut Resistance. Size: (approx) (lxw) 90x60cm/35.4x23.6inch, Long Full Coverage Apron Protects You Until The Knee When You Are Working. Friendly: The Straps On The Waist Can Be Adjusted To Fit Your Body Better. They Are Designed To Hang Over The Shoulder Which Means That Weight Is Distributed Evenly Over The Shoulders. Never Suffer Neck And Back Pain Again. Pockets: 6 Pockets For Tools And Work Accessories, Include One Cell Phone Pocket And One Pencil Pocket. You Can Put Everything You Need Close To Hand In It Instead Of Constantly Search For Them. The Cell Phone Pocket Is Deep To Prevent The Phone From Falling Out. Application: Not Only For Woodworking And Welding But Also Useful For Many Other Work And Home Tasks Like Bbq And Gardening, Unique Gift Apron For Men, Women, Mothers, Fathers. Specifications: Material: Artificial Cow Suede Color: Yellow Size: (approx) (lxw) 90x60cm/35.4x23.6inch Package Included: 1 Pc X Apron 5 Pieces Welding Hood Caps, Flame Retardant Cloth Full Protection This Welding Hood Offers An Essential Mix Of Durability, Comfort And Protection. The Hood Features A Mesh Lining To Allow Sweat Vapour To Quickly Evaporate The Presoftened, Lightweight, Air Cushioned Fabric For Maximum Comfort. This Hood Can Protect Your Neck, Face And Head From Welding Fire Flash, Splash Very Well. Wear-resistant, Fire-retardant, Spark-proof, Double Protection Of Personal Safety And Sweat Absorption Specification: - Long :approx. 45cm/ 17.72inch - Shoulder Width: Approx. 43cm/16.93inch(xl) 5 Pieces Welding Gloves 10.5" Welding Leather Gloves Hgvc01 *winland* Product Description • Size: 10.5" • Use For Driver, Machining Operator Etc. • All Applications Which Require A High Level Of Anti-skid And Abrasion-resistant • Applying Universally To The Transporting And Cargo Handling Workers, Recycling Work, And Horticulture Workers, Drivers And Etc. • Cow Split Leather Gloves • Full Palm, Full Lining • Made With Top Quality Material For Industrial And Commercial Use 5 Pieces Welding Protective Visitor Glasses, Protective Visitor Glasses: Anti-fog With Uv Protection Glasses Product Name:safety Eyewear Glasses Color:clear, Dark Grey Feature:protective Glasses Lens Color:clear, Dark Grey Style:work Safety Glasses Package:blister Size: 17*17*7cm 5 Pieces Welding Helmet, Ingco Auto Darkening Welding Helmet Ahm009 Viewing Area:90×35mm Cartridge Size:110×90×10mm Arc Sensor:2 Light State:din 4 Dark State:fixed Shade 10 Shade Control:unadjustable Power On/off:fully Automatic Sensitivity Control:unadjustable,auto Uv/ir Protection:din 16 Power Supply:solar Cells. Re-chargeable Battery .no Battery Change Required Switching Time:1/5000s,from Light To Dark Dark To Light:0.15-0.45s Auto Low Amperage Tig:≥20amps(dc), ≥20amps(ac) Operating Tep:-5°c~+55°c Storing Tep:-20°c~+70°c 5 Pieces Welding Mask, Product Details Of Heavy Duty Welding Mask (108x50x3mm) Movable Glass Impacted Resistant Shell Anti Wear Moveable Type Glass Packing: Polybag With Color Sticker 5 Pieces Hard Hat, Hard Safety Helmet With Chin Strap Color: Blue, Orange, White, Yellow Material: Acrylonitrile Butadiene Styrene (abs) Shell, With Six Point Adjustable Ratchet Suspension For Shock Absorbing And Elastic Chinstrap Tough, Lightweight, Durable With Six Point Adjustable Ratchet Suspension For Shock Absorbing And Elastic Chinstrap. A Hard Hat Is A Type Of Helmet Predominantly Used In Workplace Environments Such As Industrial Or Construction Sites To Protect The Head From Injury Due To Falling Objects, Impact With Other Objects, Debris, Rain, And Electric Shock. Durable, Lightweight And Comfortable 12 Pieces Compact Electric Kilns, Degree F (max): 2300°f Cone: 6 Firebrick: 3" Volt: 240 / 208 Watt: 3,600 Ampere: 15 Recommended Breaker (amp): 20 Receptacle: 6-20 Size Interior (wide X High X Deep): 13.5 X 13.25" Size Exterior Including Stand (wide X High X Deep): 22 X 28 X 25.5" Volume (cu Ft.): 1.22 1 Piece Heat Press Transfer Machine, Electric Powered 21.2 X 20.2 X 19.2 In. 220v 1800w 0-400˚f (0-220˚c) 0-999 Sec. 1 Piece Rubber Mallet, Rubber Hammerhead Fiberglass Handle Packing: Color Label Weight: 32oz 4 Pieces Ball Peen Hammer, Material: Fiberglass Handle & Steel Head Size: 16 Ounce Weight: 3.7 Pound 4 Pieces Cutting Mat, Flexible Cutting Mat A2 Size (24 X 18 Inch) Self-healing 5 Layered Double Sided With Marked Pattern And Grids (green) Material: Polyvinyl Chloride Color: Green Item Dimensions: 15 X 15 X 15 Centimeters Shape: Hexagonal Weight: 200 Grams 6 Pieces Heavy Duty Extension Wire, Heavy Duty Extension Power Strip With Safety Switch Protection Socket 4 Meters, Extension 3 Pieces 36” Smart Led Tv, Width 96.74cm, Gross Weight: 10.8 Kg, Net Weight 7.9kg, Height 57.18, Length 7.99cm, Screen Size: 43-inch, Tv Resolution: Full Hd 2 Piece Laptop Computer, Laptop Screen Size: 15 Inches, Graphics Chipset: Integrated, Storage Capacity:512gb, Storage Type: Ssd, Ports/interface: Usb 2.0, Usb 3.0, Vga, Processor Type: Intel Core I7, Number Of Cores: Dual-core, Os:windows, Weight:3 Kg, Battery Capacity 4910mah, Cpu Frequency: 2.9ghz 1 Piece Photo Printer, Wireless Photo All-in-one With Auto Duplex Printing Print, Scan, Copy Auto Duplex Printing Wireless, Wireless Pictbridge, Mopria, Airprint, Direct Wireless Recommended Monthly Print Volume: 30 - 100 Pages Operating System: Win 8 / Win 7 / Vista / Xp, Mac Os X 10.7.5 And Later Borderless Printing: A4 / Letter / 4 X 6" / 5 X 7" / 8 X 10") Standard Paper Input (front Tray): 100 Sheets (a4/ Ltr) / 20 Sheets ( 4 X 6 “ ) Paper Weight: 64 To 105 G/m2 Up To 300 G/m2 Dimension (w X D X H): 449 X 304 X 152 Mm Weight: 5.4 Kg Interface / Connectivity: Usb 2.0 Hi-speed / Wireless Lan /wireless Pictbridge, Direct Wireless Scanner Type: Flatbed 1 Piece Portable Sound System With Microphone, Led Lights 2 Wireless Microphone Wired Microphone / Guitar / Line In Mic Priority Over Voice On/off Line Out Remote Control Usb / Bluetooth / Nfc / Fm Capabilities Frequency Response: 50hz-20khz Power System: Ac Adaptor / 12vdc In / Internal Rechargeable Battery 100v-240v, 60hz Power Supply Adaptor 1 Set 50” Led Tv, Height: 64.42 Cm, Width:111.68cm, Length:5.99cm, Gross Weight:16kg. Screen Size: 50-inch Led, Net Weight: 11.6kg, Tv Resolution: 4k Ultra Hd, Connectivity: Wireless Lan Built-in (wi-fi), Hdmi Ports: 3, Usb Ports:1 2 Piece Soft Box With Stand, 2 Pcs Studio Lighting Softbox 50*70cm, 2 Pcs 2m Light Stand, 2 Pcs 45w Light Bulb, Photography Kit 100-240v, Maximum Height: 200cm/78", Collapsible Height:65cm/32" 2 Pieces Display Panel Board, Product Weight:8kg, Choose Type:fabric,number Of Panels:4,type: Pole And Panel,graphic Type: Loop Nylon, 900x600mm Or 1000x700mm 6 X 900mm Poles 25 Mm Diameter With Clips Weight Approx 11-14kg 1 Piece Magnetic Whiteboard, Size:4x8 (48x96 Inches) Feet, Aluminum Frame,with Sliding Whiteboard Marker/eraser Tray,protective Plastic Rubber Corners 1 Piece Chalkboard, Length: 60.5", Height: 36.5",unit Weight: 24.00 Lbs Per Unit Color: Black Duro-slate Over ¼”hardboard Backing, Full Length Chalk Tray 1 Piece Offline Mini Compressor, 220v 60hz, Type: Single Cylinder Piston Compressor With Air Tank, Power: 1/6hp, Speed: 1700r.p.m, Air Output Per Min/lit.:20-23l/min, Auto Stop, Start At 3bar (43 Psi) Stop At 4bar (57psi), Working Pressure:0-4 Bar, Air Tank:3.0l, Suitable For Airbrush With Nozzle 0.2mm-1.0mm, Weight: 5kg, Dimension: 31x13x31cm 1 Pieces Styrofoam Cutter, Material:plastic, Size:approx. 190x90mm, Power: 2xc Size Battery (not Included), Feature: Electric Wire Needle Shap, Stainless Steel Wire, Hardness And Diameter Of 0.19mm 1 Piece Potter’s Wheel/electric Potter’s Wheel, Detachable Abs Basin, Advanced High-quality Brushless Motor, Rotary Speed:0-300 Rpm, Pottery Wheel: 25cm, Pottery Forming Machine:350w,electric Pottery Wheel With Foot Pedal And Detachable Basin, Rated Voltage: Ac 110v, Wheel Diameter: 25cm (9.8"), Speed: 0-300r/min, Working Noise:,60 Db, Gross Weight: 14kg (31.1 Lb), Package Dimensions (lxwxh) 53x42x35cm (20.8"x16.53"x13.78") 2 Pieces Weather-proof Safety Box Circuit Breaker, Metal Enclosure Panel Box, Weatherproof, Height:300mm, Depth:150mm, Door: 0.8mm, Body: 0.8mm, Plate: 0.8mm, Metal Body,width:400mm 1 Piece Fire Blanket, 120x99x4cm (l X W X H) Woven Glass Fiber 2 Pieces Exhaust Fan, Size: 12" 9" 6" Rpm: 1350, 1320, 1290 Finish: Power Coated 2 Pieces Medicine Cabinet, Stainless 20x26x5 Inch Single Door Medicine Cabinet 1 Piece Smoke Detector, 120 Volts Ionization Sensor, Clamshell Packaging 1 Piece Disposal Bins, 50 Cubic Movable Bins 2 Pieces Abc = 597,951.44
Closing Date28 Jan 2025
Tender AmountPHP 597.9 K (USD 10.1 K)
DEPT OF THE NAVY USA Tender
Others
United States
Details: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
time Of Delivery (june 1997)|20|||||||||||||||||||||
stop-work Order (aug 1989)|1||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo Type |n/a |tbd |n00383 |tbd |tbd |see Schedule |tbd |||||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
integrity Of Unit Prices (nov 2021)|1||
safeguarding Sensitive Conventional Arms, Ammunition, And Explosives (nov 2023)|9||||||||||
equal Opportuity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (oct 2024)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American--balance Of Payments Program (feb 2024)|1||
royalty Information (apr 1984)|1||
annual Representations And Certifications (may 2024)|12|334220|1250|||||||||||
type Of Contract (apr 1984)|1||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x|
subclin 0003aa Is Hereby Incorporated On This Requirement For Niin 015482779, Quantity 2 Ea.
subclin 0003ab Is Hereby Incorporated On This Requirement For Niin 015482779, Quantity 2 Ea.
\
repair Turnaround Time (rtat) Definition: The Contractual Delivery Requirementis Measured From Asset Return To The Date Of Asset Acceptance Under The Termsof The Contract. For Purposes Of This Section, Return Is Defined As Physicalreceipt Of The F-condition Asset
at The Contractor's Facility As Reflected Inthe Action Date Entry In The Commercial Asset Visibility (cav) System. Inaccordance With The Cav Statement Of Work, The Contractor Is Required Toaccurately Report All Transactions By The End Of The Fifth Regular
businessday After Receipt And The Action Date Entered In Cav Must Be Dated To Reflectthe Actual Date Of Physical Receipt.
the Contractor Must Obtain Final Inspection And Acceptance By The Governmentfor All Assets Within The Rtats Established In The Subsequent Contract.
required Rtat For Each Niin:
01-542-6867: 315 Days After Receipt Of Asset
01-542-7169: 162 Days After Receipt Of Asset
throughput Constraint: Contractor Must Provide A Throughput Constraint Foreach Nsn(s). Total Assets To Be Repaired Monthly After Initial Deliverycommences X/month (contractor Fill In #). A Throughput Of ## Per Monthreflects No Throughput Constraint.
induction Expiration Date: 365 Days After Contract Award Date. Any Assetreceived After This Date In Days Is Not Authorized For Repair Withoutbi-lateral Agreement Between The Contractor And Navsup Wss Contractingofficer.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Ordersdelivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Depositedin The Mail, Transmitted By Facsimile, Or
sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Herein.
early And Incremental Deliveries Accepted And Preferred.
\
1. Scope
1.1 . Markings Shall Be In Accordance With Mil-std-130.
1.2 Articles To Be Furnished Hereunder Shall Be Repaired, Tested Andinspected In Accordance With The Terms And Conditions Specified In Therequirements Section Of This Document.
1.3 Unless Expressly Provided For Elsewhere In This Clause, Equipment Suchas Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Orany Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be
provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification.
1.4 The Use Of Mil-w-81381 Wire In Any Item To Be Delivered Under This Procurement Is Prohibited. The Foregoing Prohibition Applies Notwithstanding Any Reference To Mil-w-81381 Wire That May Be Made In Any Of The Drawings Or Specifications For This
procurement. Sae-as22759 Series Wire Shall Be Used In Lieu Of Mil-w-81381 Wire, In Any Place Where Mil-w-81381 Wire Is Cited In This Procurement. Any Questions Concerning This Requirement Should Be Directed To The Procuring Contracting Officer.
1.5 If Mil-std-454 Is Referenced In The Drawings Or In The Specification,the Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c Personnel Performing Tasks In Accordance With Ipc/eiaj-std-001c Shall Be Trained And Certified As Requried By
ipc/eiaj-std-001c Paragraph 5.1.4.
2. Applicable Documents - Not Applicable
3. Requirements
3.1 1.0 General
3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable
condition.
3.2 2.0 Definitions.
3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order.
3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested
in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled).
3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And
tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired).
3.3 3.0 Scope
3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property,
including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And
shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items.
3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary
facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition:
antenna ;3200000-2; P/n, ;5985-01-542-6867; Nsn, ;as Reqired; Tech Publications
3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow.
repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s).
3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration
management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes
to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change.
3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any
delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A
requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility.
3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be
read As The "government Designated Agency"
3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential
diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test.
3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be
used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be
ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of
the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any
disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements.
3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not
included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such
determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi
sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather,
repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract.
3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra).
3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either:
3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The
inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The
contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work.
3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section
6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed.
3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And
is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units
determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior
to Undertaking Repair Of The Item.
after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations
and Dcma Disposal Procedures And Requirements.
3.5 4.0 Parts And Materials
3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material
used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein.
authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And
requires Specific Approval By The Pco.
3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications
requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which
require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To
manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own
risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The
government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility.
3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The
requirements Of This Contract.
3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall
provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of
such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With
appropriate Pass/fail Criteria Such As Certifications
and Actual Dimensonal Readings.
3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde.
3.5.6
3.6 Source And Location Of Repair Source:
3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed.
antenna ;raytheon Company; Company Name , ;2501 W University Dr. Mckinney Tx 75071; Address , ;96214; Cage Code
inspection Will Be Accomplished On The Contractor's Equipment
3.7 5.0 Contractor Quality Requirements:
3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To
promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality.
3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government.
3.8 6.0 Configuration Management (cm):
3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract).
3.9 7.0 Markings.
3.9.1 Marking Shall Be As Indicated In The Contract When Applicable.
3.10 8.0 Storage;
3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored.
the Contractor Shall Maintain A Quality Control System Which Meets The Requirements Of Mil-i-45208a, Mil-q 9858,iso-9000 / 9001 / 9002 Or Equivalent.
responsibility For Inspection: Unless Otherwise Specified, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified
herein. Except As Otherwise Specified, The Contractor May Use His Own Or Any Other Facility Suitable For The Performance Of The Inspection Requirements Specified Herein.
procedures:the Contractor Shall Prepare And Maintain Quality Control
documentation, Test And Repair Procedures, And Inspection Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential Diagrams Of The Test, Repair, And Inspection Process, As Well As The
performance Spcifications To Perform The Procedures.
quality Assurance Program Plan: The Contractor Shall Develop, Implement And Maintain A Repair Quality Plan In Compliance With The Requirements Of Mil-i-45208a, Mil-q-9858, Iso,9000 / 9001 / 9002, Or Equvalent.the Plan Shall Define The Specific Methods By Which
compliance With Contractual Requirements
will Be Assured. All Quality Assurance Data Shall Be Provided To The Government For Review And Approval Upon Request.
purchased Material Control: The Contractor Shall Establish And Maintain A System Of Control Over Purchased Material Which Shall Assure That The Necessary Requirements Of This Contract Are Included. In All Sub
contract Agreements. A Parts Control System Shall Establish A Record Of Performance For Each Purchased And Internally Manufactured Part And Shall Be Used To Evaluate Continued Use Of The Source. The Contractors Control System Shall Be In Compliance Wil
either Mil-i 45208a/mil-q-9858 Or Equivalent Quality Quality Assurance Standared.(iso/as:9000, 9001, 9002).
receiving Inspection Of Purchased Material: Purchased Items Shall Be Inspected Upon Receipt At The Contractors Facility To Assure Conformance With All Requirements Of The Technical Data Package (tdp). Evidence Of Such Inspections Shall Be Maintained For
government Review At Least Twelve (12) Months Following Acceptance Of The End Item. Inspection Reports Shall Be Maintained By The Contractor. The Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material,
finish, And Process With Appropriate Pass/fail Criteria, Such Ascertifications, And Actual Dimensional Readings.
failure Analysis And Corrective Action:all Failure Analysis And Corrective Action Reports/plans Shall Be Submitted To The Government.
nonconforming Material:the Contractor Shall Establish An Effective System For Controlling Nonconforming Material Including Procedures For Identification, Segregation, And Disposition.
contractor Internal Review Board (irb):irb Authority Is Delegated To The Contractor For This Contract Only. The Irb May Be Used Only For Disposition Of Materials Exhibiting Minor Non-conformances, Scrap Or Rework To Return A Part To Conformance With Drawings Or
specifications As Authorized By The Approved Repair Procedures.irb Shall Not Use "as-is" Disposition. A Complete File Of Irb Actions Shall Be Maintained For Review By The Government For Concurrance Of Classification.
material Review Board (mrb):formal Mrb Authority For Disposition Of "as-is"and For Minor Non-conformances Is Retained By The Government. The Contractor Shall Submit The Appropriate Request For Variance Via The Dcmc To The Navsup Contracting Officer.
responsibility For Compliance: All Items Must Meet All Requirements Of This Statement Of Work. The Inspection Requirements Set Forth In This Sow Shall Become Part Of The Contractors Overall Inspection System Or Quality Program. The Absence Of Any Inspection
requirements In The Sow Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Government Equipment Submitted For Acceptance Comply With All Requirements. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective
items, Either Indicated Or Actual, Nor Does It Commit The Procuring Activity To Acceptance Of Any Defective Items.
repair Assessment Testing: The Government May Select Samples Of The Contract Line Items (clins) Which Have Completed Repair And Have Been Accepted By The Government Representative For The Purpose Of Conducting Performance Testing, Environmental Testing, And
quality Conformance Examination In A Repair Assessment Test Program. A Quantity Of Clin's May Be Randomly Selected From Each Quaterly Repair Production Completion For Shipment To The Cfa Or Other Government Designated Location To Conduct This Testing.
records Of Data Collection: The Contractor Shall Maintain A Historical Record File To Contain Copies Of Applicable Data And Documents For Individual Clin's
and Assemblies By Clin Serial Number. The Historical Record File Shall Include,but Not Be Limited To The Following Types Of Historical Records:
receipt Inspection Documentation.
repair Shop Travelers Or Repair Cards.
parts Replacement Records.
parts Inspection Data Before And After Repair As Applicable.
acceptance Test Data.
qa Personnel Shall Maintain A Complete Receipt Inspection,test, Repair
re-test, History Card For Each Item Processed. This Information Shall Be Made Available To The Government Upon Request.
4. Quality Assurance Provisions - Not Applicable.
5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes - Not Applicable
1. Scope
1.1 . Markings Shall Be In Accordance With Mil-std-130.
1.2 Articles To Be Furnished Hereunder Shall Be Repaired, Tested Andinspected In Accordance With The Terms And Conditions Specified In Therequirements Section Of This Document.
1.3 Unless Expressly Provided For Elsewhere In This Clause, Equipment Suchas Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Orany Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be
provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification.
1.4 The Use Of Mil-w-81381 Wire In Any Item To Be Delivered Under This Procurement Is Prohibited. The Foregoing Prohibition Applies Notwithstanding Any Reference To Mil-w-81381 Wire That May Be Made In Any Of The Drawings Or Specifications For This
procurement. Sae-as22759 Series Wire Shall Be Used In Lieu Of Mil-w-81381 Wire, In Any Place Where Mil-w-81381 Wire Is Cited In This Procurement. Any Questions Concerning This Requirement Should Be Directed To The Procuring Contracting Officer.
1.5 If Mil-std-454 Is Referenced In The Drawings Or In The Specification,the Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c Personnel Performing Tasks In Accordance With Ipc/eiaj-std-001c Shall Be Trained And Certified As Requried By
ipc/eiaj-std-001c Paragraph 5.1.4.
2. Applicable Documents - Not Applicable
3. Requirements
3.1 1.0 General
3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable
condition.
3.2 2.0 Definitions.
3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order.
3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested
in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled).
3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And
tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired).
3.3 3.0 Scope
3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property,
including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And
shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items.
3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary
facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition:
transmitter,radar ;2689520-6; P/n, ;5841-01-542-7169; Nsn, ;as Required; Tech Publications
3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow.
repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s).
3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration
management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes
to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change.
3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any
delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A
requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility.
3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be
read As The "government Designated Agency"
3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential
diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test.
3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be
used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be
ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of
the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any
disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements.
3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not
included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such
determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi
sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather,
repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract.
3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra).
3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either:
3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The
inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The
contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work.
3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section
6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed.
3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And
is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units
determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior
to Undertaking Repair Of The Item.
after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations
and Dcma Disposal Procedures And Requirements.
3.5 4.0 Parts And Materials
3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material
used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein.
authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And
requires Specific Approval By The Pco.
3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications
requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which
require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To
manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own
risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The
government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility.
3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The
requirements Of This Contract.
3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall
provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of
such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With
appropriate Pass/fail Criteria Such As Certifications
and Actual Dimensonal Readings.
3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde.
3.5.6
3.6 Source And Location Of Repair Source:
3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed.
transmitter,radar ;raytheon Company; Company Name , ;2501 W University Dr., Mckinney Tx. 75071; Address , ;96214; Cage Code
inspection Will Be Accomplished On The Contractor's Equipment
3.7 5.0 Contractor Quality Requirements:
3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To
promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality.
3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government.
3.8 6.0 Configuration Management (cm):
3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract).
3.9 7.0 Markings.
3.9.1 Marking Shall Be As Indicated In The Contract When Applicable.
3.10 8.0 Storage;
3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored.
the Contractor Shall Maintain A Quality Control System Which Meets The Requirements Of Mil-i-45208a, Mil-q 9858,iso-9000 / 9001 / 9002 Or Equivalent.
responsibility For Inspection: Unless Otherwise Specified, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified
herein. Except As Otherwise Specified, The Contractor May Use His Own Or Any Other Facility Suitable For The Performance Of The Inspection Requirements Specified Herein.
procedures:the Contractor Shall Prepare And Maintain Quality Control
documentation, Test And Repair Procedures, And Inspection Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential Diagrams Of The Test, Repair, And Inspection Process, As Well As The
performance Spcifications To Perform The Procedures.
quality Assurance Program Plan: The Contractor Shall Develop, Implement And Maintain A Repair Quality Plan In Compliance With The Requirements Of Mil-i-45208a, Mil-q-9858, Iso,9000 / 9001 / 9002, Or Equvalent.the Plan Shall Define The Specific Methods By Which
compliance With Contractual Requirements
will Be Assured. All Quality Assurance Data Shall Be Provided To The Government For Review And Approval Upon Request.
purchased Material Control: The Contractor Shall Establish And Maintain A System Of Control Over Purchased Material Which Shall Assure That The Necessary Requirements Of This Contract Are Included. In All Sub
contract Agreements. A Parts Control System Shall Establish A Record Of Performance For Each Purchased And Internally Manufactured Part And Shall Be Used To Evaluate Continued Use Of The Source. The Contractors Control System Shall Be In Compliance Wil
either Mil-i 45208a/mil-q-9858 Or Equivalent Quality Quality Assurance Standared.(iso/as:9000, 9001, 9002).
receiving Inspection Of Purchased Material: Purchased Items Shall Be Inspected Upon Receipt At The Contractors Facility To Assure Conformance With All Requirements Of The Technical Data Package (tdp). Evidence Of Such Inspections Shall Be Maintained For
government Review At Least Twelve (12) Months Following Acceptance Of The End Item. Inspection Reports Shall Be Maintained By The Contractor. The Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material,
finish, And Process With Appropriate Pass/fail Criteria, Such Ascertifications, And Actual Dimensional Readings.
failure Analysis And Corrective Action:all Failure Analysis And Corrective Action Reports/plans Shall Be Submitted To The Government.
nonconforming Material:the Contractor Shall Establish An Effective System For Controlling Nonconforming Material Including Procedures For Identification, Segregation, And Disposition.
contractor Internal Review Board (irb):irb Authority Is Delegated To The Contractor For This Contract Only. The Irb May Be Used Only For Disposition Of Materials Exhibiting Minor Non-conformances, Scrap Or Rework To Return A Part To Conformance With Drawings Or
specifications As Authorized By The Approved Repair Procedures.irb Shall Not Use "as-is" Disposition. A Complete File Of Irb Actions Shall Be Maintained For Review By The Government For Concurrance Of Classification.
material Review Board (mrb):formal Mrb Authority For Disposition Of "as-is"and For Minor Non-conformances Is Retained By The Government. The Contractor Shall Submit The Appropriate Request For Variance Via The Dcmc To The Navsup Contracting Officer.
responsibility For Compliance: All Items Must Meet All Requirements Of This Statement Of Work. The Inspection Requirements Set Forth In This Sow Shall Become Part Of The Contractors Overall Inspection System Or Quality Program. The Absence Of Any Inspection
requirements In The Sow Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Government Equipment Submitted For Acceptance Comply With All Requirements. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective
items, Either Indicated Or Actual, Nor Does It Commit The Procuring Activity To Acceptance Of Any Defective Items.
repair Assessment Testing: The Government May Select Samples Of The Contract Line Items (clins) Which Have Completed Repair And Have Been Accepted By The Government Representative For The Purpose Of Conducting Performance Testing, Environmental Testing, And
quality Conformance Examination In A Repair Assessment Test Program. A Quantity Of Clin's May Be Randomly Selected From Each Quaterly Repair Production Completion For Shipment To The Cfa Or Other Government Designated Location To Conduct This Testing.
records Of Data Collection: The Contractor Shall Maintain A Historical Record File To Contain Copies Of Applicable Data And Documents For Individual Clin's
and Assemblies By Clin Serial Number. The Historical Record File Shall Include,but Not Be Limited To The Following Types Of Historical Records:
receipt Inspection Documentation.
repair Shop Travelers Or Repair Cards.
parts Replacement Records.
parts Inspection Data Before And After Repair As Applicable.
acceptance Test Data.
qa Personnel Shall Maintain A Complete Receipt Inspection,test, Repair
re-test, History Card For Each Item Processed. This Information Shall Be Made Available To The Government Upon Request.
4. Quality Assurance Provisions - Not Applicable.
5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes - Not Applicable
1. Scope
1.1 . Markings Shall Be In Accordance With Mil-std-130.
1.2 Articles To Be Furnished Hereunder Shall Be Repaired, Tested Andinspected In Accordance With The Terms And Conditions Specified In Therequirements Section Of This Document.
1.3 Unless Expressly Provided For Elsewhere In This Clause, Equipment Suchas Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Orany Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be
provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification.
1.4 The Use Of Mil-w-81381 Wire In Any Item To Be Delivered Under This Procurement Is Prohibited. The Foregoing Prohibition Applies Notwithstanding Any Reference To Mil-w-81381 Wire That May Be Made In Any Of The Drawings Or Specifications For This
procurement. Sae-as22759 Series Wire Shall Be Used In Lieu Of Mil-w-81381 Wire, In Any Place Where Mil-w-81381 Wire Is Cited In This Procurement. Any Questions Concerning This Requirement Should Be Directed To The Procuring Contracting Officer.
1.5 If Mil-std-454 Is Referenced In The Drawings Or In The Specification,the Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c Personnel Performing Tasks In Accordance With Ipc/eiaj-std-001c Shall Be Trained And Certified As Requried By
ipc/eiaj-std-001c Paragraph 5.1.4.
2. Applicable Documents - Not Applicable
3. Requirements
3.1 1.0 General
3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable
condition.
3.2 2.0 Definitions.
3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order.
3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested
in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled).
3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And
tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired).
3.3 3.0 Scope
3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property,
including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And
shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items.
3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary
facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition:
receiver,radar ;2689530-6; P/n, ;5841-01-548-2779; Nsn, ;as Required; Tech Publications
3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow.
repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s).
3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration
management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes
to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change.
3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any
delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A
requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility.
3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be
read As The "government Designated Agency"
3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential
diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test.
3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be
used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be
ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of
the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any
disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements.
3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not
included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such
determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi
sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather,
repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract.
3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra).
3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either:
3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The
inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The
contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work.
3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section
6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed.
3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And
is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units
determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior
to Undertaking Repair Of The Item.
after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations
and Dcma Disposal Procedures And Requirements.
3.5 4.0 Parts And Materials
3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material
used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein.
authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And
requires Specific Approval By The Pco.
3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications
requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which
require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To
manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own
risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The
government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility.
3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The
requirements Of This Contract.
3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall
provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of
such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With
appropriate Pass/fail Criteria Such As Certifications
and Actual Dimensonal Readings.
3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde.
3.5.6
3.6 Source And Location Of Repair Source:
3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed.
receiver,radar ;raytheon Company; Company Name , ;2501 W University Dr., Mckinney Tx. 75071; Address , ;96214; Cage Code
inspection Will Be Accomplished On The Contractor's Equipment
3.7 5.0 Contractor Quality Requirements:
3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To
promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality.
3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government.
3.8 6.0 Configuration Management (cm):
3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract).
3.9 7.0 Markings.
3.9.1 Marking Shall Be As Indicated In The Contract When Applicable.
3.10 8.0 Storage;
3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored.
the Contractor Shall Maintain A Quality Control System Which Meets The Requirements Of Mil-i-45208a, Mil-q 9858,iso-9000 / 9001 / 9002 Or Equivalent.
responsibility For Inspection: Unless Otherwise Specified, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified
herein. Except As Otherwise Specified, The Contractor May Use His Own Or Any Other Facility Suitable For The Performance Of The Inspection Requirements Specified Herein.
procedures:the Contractor Shall Prepare And Maintain Quality Control
documentation, Test And Repair Procedures, And Inspection Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential Diagrams Of The Test, Repair, And Inspection Process, As Well As The
performance Spcifications To Perform The Procedures.
quality Assurance Program Plan: The Contractor Shall Develop, Implement And Maintain A Repair Quality Plan In Compliance With The Requirements Of Mil-i-45208a, Mil-q-9858, Iso,9000 / 9001 / 9002, Or Equvalent.the Plan Shall Define The Specific Methods By Which
compliance With Contractual Requirements
will Be Assured. All Quality Assurance Data Shall Be Provided To The Government For Review And Approval Upon Request.
purchased Material Control: The Contractor Shall Establish And Maintain A System Of Control Over Purchased Material Which Shall Assure That The Necessary Requirements Of This Contract Are Included. In All Sub
contract Agreements. A Parts Control System Shall Establish A Record Of Performance For Each Purchased And Internally Manufactured Part And Shall Be Used To Evaluate Continued Use Of The Source. The Contractors Control System Shall Be In Compliance Wil
either Mil-i 45208a/mil-q-9858 Or Equivalent Quality Quality Assurance Standared.(iso/as:9000, 9001, 9002).
receiving Inspection Of Purchased Material: Purchased Items Shall Be Inspected Upon Receipt At The Contractors Facility To Assure Conformance With All Requirements Of The Technical Data Package (tdp). Evidence Of Such Inspections Shall Be Maintained For
government Review At Least Twelve (12) Months Following Acceptance Of The End Item. Inspection Reports Shall Be Maintained By The Contractor. The Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material,
finish, And Process With Appropriate Pass/fail Criteria, Such Ascertifications, And Actual Dimensional Readings.
failure Analysis And Corrective Action:all Failure Analysis And Corrective Action Reports/plans Shall Be Submitted To The Government.
nonconforming Material:the Contractor Shall Establish An Effective System For Controlling Nonconforming Material Including Procedures For Identific
Closing Date16 Jan 2025
Tender AmountRefer Documents
Municipality Of Mercedes, Camarines Norte Tender
Solar Installation and Products...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Province Of Camarines Norte Municipality Of Mercedes Bids And Awards Committee Bids And Awards Committee Office, Lgu - Mercedes, Camarines Norte Invitation To Bid For Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte. The Local Government Unit Of Mercedes, Camarines Norte, Through The Trust Fund Intends To Apply The Sum Of Two Million Seven Hundred Twenty-five Thousand Two Hundred Sixty-six Pesos Only (php2,725,266.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte - Identification Number 401-24-11-1495/1496/1497/1498/1499. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Local Government Unit Of Mercedes, Camarines Norte, Now Invites Bids For The Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte As Follows: Item No. Qty Unit Description Lot 1 - Hardware Tools 1 1 Unit Air Compressor Machine, Motor: 1/2 Hp; No. Of Cylinder: 2; Phase: 1; Pressure: 85 Psi; Capacity 46 Liters; Approximate Dimension: 95-100cm (l) X 31-35cm (w) X 64-70cm (h); Weight: 47kg; Inflation Time: 53min; Air Displacement: 208l/min 2 1 Unit Air Spray Gun, Standard Nozzle:1.4mm, Pattern Width:180-250mm, Paint Capacity:600cc, Suitable For Finishing Coat, Optional Nozzle:1.3-2.5mm, Operating Pressure:2-3.5bar Air Cons:4.2-7.1cfm(119-200l/min)" 3 11 Set Angle Grinder Cutting Disk, 10 Pcs.per Set; Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8") 4 11 Unit Angle Grinder, Rated Input Power: 730w; Wheel Diameter: 4"; Rated Voltage: 220v; Frequency: 60hz; No Load Speed: 12,000 Rpm; Weight: Approximately 1.6kg; Grinding Spindle Thread: M10; Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h) 5 7 Pc Chipping Hammer, Item Weight: atleast 13.8 Ounces; Product Dimensions: 11" (l) X 1" (w) X 7.5" (h); Material:, Genuine Leather Grip And Forged Steel 6 3 Set Circular Saw With Diamond Blade, 1400w, 185 Mm Blade, Spindle Lock With 24t Diamond Blade 7 3 Pc Claw Hammer, Head Weight: 16oz; Overall Weight: 17oz-23oz; Forged Steel Head; Smooth Face; Fiberglass Handle With Rubber Cushion; Overall Length: 12-14" 8 3 Pc Concrete Chisel, 10'' Forged Steel Chisel 9 3 Pc Crow Bar, 36" Long; Length Tolerance: +- 1/8; Forged Steel Carbon 10 1 Pc Electric Planer; Voltage: 220-240v; Input Power: 1050w; No Load Speed: 1600rpm; Planing Width And Depth: 82x3mm; Heavy Duty Aluminum Base; 11 1 Pc Framing Hammer, Handle Material: Alloy Steel; Item Dimensions: Approximately 16-17" (l) X 5.75-6" (w) X 1.5-2" (h); Item Weight: Atleast 1.4 Pounds 12 1 Unit Gasoline Marine 7hp Speed Type, Single Cylinder; 4 Stroke, Forced Air Cooling; Ohv Displacement (cc): 196 Compression Ratio: 8.5:1 Bore X Stroke (mm): 68x54 Min. Fuel Consumption;395/(kw.h) Valve Clearance: Input Valve: 0.10-0.15mm Idle Speed (rpm): 1400+-140 Max A.c. Output/rpm:3.8/3600 Noise Level:70db (a) Ignition System: Transistorize Magento Ignition Max Torque (n.m/rpm): 10.7/300 Starting System: Recoil Start (recoil Start/electric Starting) 13 10 Pc Hacksaw With Blade, Adjustable Aluminun Alloy Frame With Soft-grip Handle, 90" Adjustable Bladec Angle, 12 Inches (+/- 1/4") Bi-metal Hacksaw Blade, 24 Tpi 14 10 Unit Heavy Duty Corded Drill, Rated Input Power: 750w; Chuck Capacity: Upto 13mm; Drill Capacity: Metal (16mm), Wood (25mm), Masonry (12mm); Dimension: 268mm (l) X 69mm (w) X 192mm (h); Weight W/out Cable: Approximately 1.6-1.8 Kg; Spindle Collar Diameter Of 43 Mm 15 1 Pc Level, Box Beam Style, Material: Alluminum; Dimension: Approximately 24-24.5" (l) X 2-2.6" (w) X 1.2-1.5" (h); Weight: Atleast 0.8 Pounds 16 3 Pc Mashing Hammer, 3 Lb With Fiberglass Handle, Forged Steel Head 17 3 Pc Masonry Hammer, 800g Solid Rubber Head, Fiberglass Core And Bi-material Slip-resistant Handle, 18 3 Pc Masonry Hand Saw, 15" 380mm Carbon Steel 19 3 Pc Masonry Square, 24"x 16"aluminum, 1/8 '' Thick 20 3 Pc Mason's Level, 60cm Aluminum Reinforced Frame 21 3 Tube Mason's Line, #18 Braided Nylon, 500 Ft, 170 Lb Test 22 10 Set Metal Drill Bit Set, Material: High Speed Steel; 19pcs Per Set (1mm,1.5mm,2mm,2.5mm,3mm,3.5mm,4mm,4.5mm,5mm,5.5mm,6mm,6.5mm,7mm,7.5mm,8mm,8.5mm,9mm,9.5mm,10mm); Point Angle:118degree C; Standards: Din 338; Bit Geometry: Standard Twist Bit 23 8 Pc Meter Tape With Magnetic Hook, Blade Material: Nylon Coated Blade; Dimensions: 16ft (l) X 25mm (w) 24 7 Pc Mig Welding Pliers, Overall Length: Atleast 210mm; Material: High Carbon Steel; Handle Material: Thermoplastic Rubber 25 1 Unit Portable Hand Drill, Power Sourced: Battery Powered - 2pc 21 Volt 1500mah Lithium-ion Batteries; Maximum Rotational Speed: 1500 Rpm; Voltage: 21v; Amperage: 1.5 Amps; Chuck Size: 0.38"; Bit Heads Diameters: From 0.8mm - 10mm; Product Dimensions: 9.6" (l) X 2.1" (w) X 7.5" (h); Material: plastic, Rubber, Metal; Item Dimensions: Approx. 9.6" (l) X 2.1" (w) X 7.5" (h); Item Weight: Atleast 2.5 Pounds; Item Torque: 330 Inch Pounds; Inclusions: 1x21 Volt Inspiritech Cordless Power Drill, 2x Rechargeable Battery, 1x English User Manual, 10x Self-drilling Drywall Anchors,10x Screwdriver Bits, 2x Double Ended Bits, 3x Drilling Bits, 1x Magnetic Extension Socket Bit Holder, 10x Anchors With Screws,1x One-hour Fast Charger, 1x Flexible Extension Shaft, 1x Carrying Bag 26 7 Unit Portable Welding Machine, Input Voltage: 220-240; Frequency: 50-60hz; Output Current: 10-220a; Led Display; No-load Voltage: 85v; Max. Output Current: 220a; Diameter Of Electrode: 1.6-3.2mm; Inclusions: 1 Pc Electrode Holder, 1 Pc Earth Clamp With Cable, 27 3 Pc Pull-push Rule, Blade Length 8m/26ft, Blade Width 1", High Impact Abs Case With Durable Rubber, Corrosion Resistant Tru-zero End 28 3 Pc Putty Knife, 3" Stainless Steel With Rubber Handle 29 1 Pc Roofing Hammer: Item Weight: 1.25 Pounds; Product Dimensions: Approx. 13.7" (l) X 6.75" (w) X 1.5" (h) 30 1 Unit Sander, Item Dimensions: Approx 11.63" (l) X 5.63" (w) X 6.19" (h); Voltage: 110 Volts; Power Source: Corded Electric; Amperage Capacity: 8.8 Amps; Variable Speed Control Dial (690 -1,440 Ft./min.); Grit Number: 80; Item Weight: Atleast 9.5 Pounds; Included Components: belt Sander, 1 Belt, Dust Bag 31 3 Pc Shovel, Rectangular End, Tempered Steel Blade (0.8mm Gauge Orv Higher), 17-23 Cm Blade Tip Width,22-28cm Blade Tip Lenght, All Metal Handle, Overall Lenght 100cm-115 Cm 32 3 Pc Shovel, Round End, Tempered Steel Blade (0.8mm Gauge Orv Higher), 17-23 Cm Blade Tip Width,22-28cm Blade Tip Lenght, All Metal Handle, Overall Lenght 100cm-115 Cm 33 1 Pc Speed Square, Material: Cast Aluminum; Size: About 18x18x2cm/7.09x7.09x0.79"; Weight: About 130g; Triangle-shaped 34 3 Pc Spirit Level Bar, Aluminum Frame With Magnet, Size 12" (+-1/8"), With 3 Vials (horizontal, Vertical And 45 Degrees) 35 3 Pc Steel Float/plastering Trowel, Thickness 0.7 Mm, Surface Measurement 280mm X 125 Mm(+/- 1mm), High Carbon Steel, Soliod Forged Steel With Plastic Handle 36 1 Pc Trim Hammer, Handle Material: Wood; Head Material: Alloy Steel; Item Dimensions Approximately: 14-15" (l) X 5-6"(w) X 1-2" (h); Item Weight: Atleast 594 Grams 37 3 Pc Trowel, 280x120mm Stainless Plastering Trowel With Plastic Handle 38 1 Pc Utility Knife, Handle Material: Aluminum; Material: Aluminum Alloy; Weight: 120g/pcs; Blade Size: 19mm (w) X 61mm (h) X 0.6mm (t); Blade Material: Steel; Thickness: Atleast 0.6mm 39 7 Pc Welding Helmet, Auto Darkening Helmet, Power Supply: Battery And Solar Powered; Light Shade: Din9-1;, Dark Shade: Din4; Switching Time: 1/25000s; Delay Time: 0.1-0.8s; Sensitivity Adjustment: Stepless Control; Operation Temperature: -5 Degrees- 55 Degrees; Active Viewing Area: 93mmx43mm; Active Viewing Area Size: (+/- 10mm); Item Weight: Atleast 1.85 Pounds; Package Dimensions: approximately 12-12.4" (l) X 9-9.61" (w) X 7-7.68" (h) 40 7 Set Welding Magnets, 6 Pcs/set, Overall Length: Atleast (3"); Hold Capacity: Up To 25lbs; Arrow Design Supports Angle: 45°, 90°, And 135°; Item Weight: 295g; Package Dimensions: 4.88 X 4.72 X 3.98 Inches; material: Steel; Magnets Size: Approximately - Top (1-1.4cm), Bottom (6.5-7cm), Side (7-7.5cm) Thickness (1-1.3cm) 41 1 Set Wood Chisel; 4-piece Set (6mm; 12mm; 19m; 25mm); Tempered Chrome Carbon Steel Blade; Hardened Shank; Rust-resistant, Lacquered Coated Blade; Bi-material Handle 42 3 Pc Wooden Float, 18"x 32", Multi-layered Lot 2 - Food Preparation 1 1 Unit 3 In 1 Burger Griller With Deep Fryer And Steamer, Gas Type; Made Of Stainless Steel And Polished Metal Griddle Plate; Dimensions: Burger Griddle - 18" (l) X 12" (w); Deep Fryer - 8" (l) X 12" (w), Capacity: 2.5 L; Steamer: 11" (l) X 12" (w) 2 6 Unit Barbeque Grill With Sauce Holder And Top Grill, Material: Stainless Steel, Dimension(lwh): 24 In X 12 In X 30 In (3.5 In Grill Pan's Depth) 3 33 Pc Basin; Stainless; Diameter: 22"; Base: 16"; Depth: 7"; Thickness: 1cm 4 47 Pc Beach Umbrella; Round-shaped; Material: Poly Canvass; Diameter: 40""; Pole Stand Length: At Least 45""; Pole Material: Stainless Steel Chrome" 5 6 Pc Boiler Caldero; Big Size & Heavy Duty; Size: Diameter 48cm; Height: 42cm; Makapal, Material: Aluminum 6 6 Pc Boning Knife, 27.3cm, Blade Length:14.6cm, Blade Thickness: 4mm, Wood Handle 7 32 Pc Butcher's Knife; Materials: Stainless; Wood Handle; Size: About 10" 8 29 Pc Caldero With Double Handle; Aluminum Material; Diameter: 46cm; Height: 37cm; With Double Handle; Capacity 5kilos/20l(volume Capacity) 9 48 Set Casserole Set, Stainless Steel, 28, 30 And 32cm Diameter; 16, 18, 20cm Height 10 50 Pc Chef's Knife; About 10 3/4" Long; Material: Stainless Steel; Blade: Full Tang; Riveted Handle 11 56 Pc Chest Cooler, Item Package Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h), Package Weight: 5.76kg, Inside Dimensions: 24.95" (l) X 14.58" (w) X 14.77" (h), Material: plastic, Chamber Depth: 24.95", Capacity: 52l, Color: Any Color 12 51 Pc Chopping Board; Thick Wood; 12"x12" 13 6 Pc Cleaver Knife, 11" Stainless Steel, Weight: 310-340g, Blade Size: 6.5 Inches 14 48 Pc Colander; Stainless Steel; 11"diameter; With Stainless Base And Handle 15 6 Unit Digital Weighing Scale ,30kg Capacity,stainless Tray Size: 35x23cm For 30kg Capacity Weighing Scale, Dual - Display : Weight, Unit Price, Amount, High Light Led Display, Rechargeable Battery, Power Supply: Ac/dc Charger (included) 16 47 Unit Double Burner Gas Stove; Stainless Top And Front; Automatic Ignition; Reversible Trivet; Double Detachable Top Burner; Removable Drip Pan; Dimension: 700mm(l) X 390mm(w) X 140mm(h) 17 7 Unit Double Ring Burner; Heavy-duty Cast Iron; Includes Pol Regulator And 1-metre Hose 16750 Btu Brass Valve With Individual Gas Control Minimal Assembly Required Weight; 3.9kg, Material;cast Iron, Dimensions: (lwh) 36cm X 20cm X 9cm, Fuel Type: Lpg Tank Cylinder With Content And Accessories 18 2 Pc Egg Ring, Stainless Steel, 8.5cm Diameter, 1.5cm Height 19 4 Box Face Masks; 3 Ply Non-woven Disposable Earloop Mask; Quantity: 50pcs/box 20 30 Pc Fish Drying Rack, 4-layer, 45x45x66cm, Foldable 21 6 Pc Fish Scaler, 20cm Stainless Steel 22 6 Pc Fish Scraping Tool, 20cm Stainless Steel 23 54 Unit Food Shelve, 2 Layers: Glass Thickness: 3/16 And 1/4, (w-14" X H-17" X L-30"); Adjustable Layer, Material: Glass & Aluminum With Sliding Door, Offer: Screen Sliding Door To Prevent Moisture 24 204 Pc Food Tray With Glass And Stainless Lid/cover, Stainless Body, Rubberized Stand 32x28x10cm 25 12 Pc Food Tray, Flat, Stainless, 60x40x2cm, Depth: 2cm 26 2 Unit Freezer Chest Type, Gross / Net Volume 10.6 Cu.ft. (10 Liters) / 10.1 Cu.ft. (286 Liters), Functionality 3-in-1 Function – Chilling | Freezing | Fast Freezing, Defrosting System: Manual Defrost, Evaporator:aluminum Defrost,led: 6 Led’s, P:2w, Lamp Life: Min. 50,000 Hours, Weight 40 Kg, Dimensions L 63 X W 111.4 X H 84.7 (cm), Key Features: Inverter Compressor, Sliding Glass Door, Embossed Door & Cabinet, Recessed Side Handle (left & Right), Led Light, Removable Gasket , 1x Basket Wire Shelf, 4x Roller Wheel 27 5 Pc Fruit Crate Plastic 21 X 15 X 12 Inches, Heavy Duty Plastic Material, Color : Black 28 37 Pc Frying Pan 14" In Diameter, Cast Iron 29 4 Unit Gas Range, Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h); 4-gas Burner; 62l Gas Oven; Button Ignition; Top Glass Lid; Net Weight: Maximum Of 28kg; Pan Support: Light Cast Iron Pan Support 30 1 Box Gloves; 100pcs; Food Grade; Size: Medium(7.5cm); Thermoplastic Elastomer(tpe) Material 31 23 Pc Hairnet With Cap; White; Nylon; Washable 32 1 Unit Industrial Oven Stainless Steel, With Wall Insulator To Minimize Penetration Of Heat To The Walls, With Temperature Gauge, Approx. Outer Dimension: 46.5 X 23.5 X 30 Inches; Oven Stand/rack Is Made Of Metal With Rollers And Braking Systems; Stainless Steel Front Panel, With See Thru Glass; About 4 Inch Thickness Of Walls With 2 Trays Per Deck - 4 Trays Capacity; Gas Type 33 35 Pc Kawa 62 Cm Diameter 18 Cm Height, Aluminum With 2 Aluminum Handles 34 12 Pc Kitchen Apron, Waterproof; Stain Resistant Leather Apron 35 6 Pc Kitchen Scissors, Material: Stainless Steel And Plastic Silicone, Size: 22.5x7.3x1.2cm 36 3 Pc Long Handle Stainless Steel Soup Spoon; Color: Silver; Caliber Length; Approx. 12cm.14cm.16cm.18cm, Handle Length; Approx.45cm(17.72inches) 37 6 Pc Long Wooden Ladle; 14" Stainless Steel 38 58 Set Lpg Tank, 11kg Cylinder With Gas Regulator, 1.8m Hose & Steel Hose Clamp 39 9 Set Measuring Cup (set For Liquid), 1 Measuring Cup With Red Graphics; Made Of Nonporous Glass That Won't Warp, Stain, Or Absorb Odors; Glass Is Preheated Oven, Microwave, Fridge, Freezer & Dishwasher Safe; Dimension: Approx. 7.13" (l) X 6.75" (w) X 4.38" (h); Measuring Capacity: 500ml 40 9 Set Measuring Cups (set For Dry), Smithcraft Stainless Steel Measuring Cups Set Have 8 Cups.the Sizes Are: 1 Cup (240ml), 3/4 Cup (180ml), 2/3 Cup (160ml), 1/2 Cup (120ml), 1/3 Cup (80ml), 1/4 Cup (60ml), 1/8 Cup (30ml), 1/16 Cup (15ml),1 Locking Ring. 41 6 Unit Mini Electric Fan 7.5" - With Base 10'' 69hz 20w (for Bbq), Non-adjustable Height; Any Color; Electric Powered Fan; 3 Blade 42 21 Pc Mixing Bowl Medium, Approx. Diameter: 28cm, Height:11.2cm; Material: Stainless; Capacity: Atleast 4l 43 200 Pc Monoblock Chair Front:monoblock Chair, Front Legs Distance: 355mm Width Seat, With Backrest, Color: Beige, Seat Width :375 Mm, Deapth: 330 Mm, Side Legs Distance Left: 378 Mm, Side Legs Distance Right 378 Mm, Back Legs Distance: 210 Mm, Back Rest Height:779 Mm, Set Back Height: 405 Mm, Seat Height: 376 Mm, Gross Weight: 2.25 Kgs 44 54 Pc Monoblock Table, 36x36 Inches, H- 28 Inches, Color: Beige, Atleast 3mm Thick 45 2 Pc Non-slip Rectangular Chopping Board; Materials:polypropylene Plastic; Approx Length: 40cm; Width: 25cm; Thickness: 0.5cm; Color : White 46 45 Pc Palamigan Container W/ Gripo 15l, Dimension: 31.8x23.8x48.5cm, Material: High Quality Durable Plastic 47 1 Unit Pressure Cooker 50 Liters Capacity, Aluminum Alloy Material, Pressure: 90kpa, Dimension: 44cm Diameter X 47cm Height 48 40 Pc Round Glass Jars With Lid, 220ml 49 41 Pc Sandok, Stainless Steel, 24.7" Length, With Wooden Handle 50 33 Pc Sandok, Stainless Steel, Length: 14" 51 39 Pc Shansi, Stainless Steel, Length: 14" 52 9 Pc Stainless Steel Dough Cutter Scraper Baking Smoother Cake , Approx. Size: 14-15cm (l) X 11.5-12cm (w) And 22cm (h); Material: Stainless Steel 53 41 Pc Stainless Steel Food Tong 14" Length 54 5 Unit Steamer; Aluminum; About 16"/42cm Diameter; 3 Layers With Cover; With Handle Per Layer 55 3 Unit Vacuum Sealer Machine, 220v, 90w, Sealing Width: 270mm, Power Supply: Ac100-240v/50-60hz, Temperature Control Range: 170-210 Celsius, Abs Material, Size: 370*75*50 (mm) 56 15 Pack Vacuum Sealer Storage Pouches | Bpa Free, Commercial Grade For Food Storage & Sous Vides, Size: 17 X 25cm Material: Plastic, 100pcs/pack 57 27 Pc Water Jug/dispenser With Faucet, 5 Gallons, 20 Liters, Color: Blue, Durable And High Quality Plastic Material 58 7 Unit Weighing Scale; Analog; 20kg Capacity; Approx. Dimensions: 6-7" (l); 8-9" (w); 10-11" (h); Dual Unit (kg And Pounds) 59 2 Pc Wide Mouth Funnel, Stainless Steel, Top Opening: At Least 17 X 5.5 X 6cm, Bottom Opening: At Least 13 X 3.7 X 4cm 60 8 Pc Wire Whisk, Large, Stainless, Approx. 14-15" (l) Lot 3 - Fabrication Of Food Cart 1 7 Unit Bicycle With Sidecar: Bicycle Specifications: Bmx Type Bike (frame 1//2 Gi Hd, Rim Set Front X 10 G Wide Jap Hub, Rim Set Rear X 10g Wide Jap Hub, Tire 20 X 2.125 Jumbo, Tube 20 X 2.125, Handle Bar Painted Black, Fork Ex-900 Landing Gear Cp, Head Parts Nikyo/whw, H-post Bmx Ord.m, H-grip Ord. Opc Parts Neco Bearing Type, Opc Plate 36t, Chain Cp Bmx, Freewheel 24t, Pedal Opc Bearing Type, Seat Clamp/s-pin/ S-post P, Saddle With Spring, Footbreak With Spring "full Size" Frame, 175-180mm Cranks Side Car With Provision Of Umbrella And 2 Chest Coolers (52l Capacity) - Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h) Materials: 1/2 J1 Pipe 540, 316 X 1 Flat Square Bar, J1 Pipe De Una 520, 1/4 X 2 Flat Bar, 6203 Gi Set, Tire 20 X 2.125 Jumbo, Note: With Dole, Dilp Logo Fully Painted In A Galvanized Sheet Iron Attached On The Front Of The Sidecar With Approx. 15.7 Inches(h)x15.7 Inches(l) Fully Painted Color: Any Color 2 1 Unit Motorcycle Sidecar (for Fruits And Vegetable Vending): Metal Body, Dimensions L-4ft W-2ft H-2ft, With 17inch Side Wheel 3 11 Unit Negocart With Bicycle Roofing Materials: Bolt & Nut W/ Washer 3/16 X 1 Polycarbonate 6mm X 1.2 X 1.70 Welding Rod Body Materials:tubular 1 X 1 X 1.5;flat Bar 1/8 X 1;flat Bar 2' X 3/8 X 1;plain G.i.;sheet 4' X 8' #26;cylindrical Hinge 1/2" ᴓ;blind Rivets 1/8 X 1/2;cylindrical 1/2;cabinet Handle;cabinet Lock;round Bar 8mm ᴓ;transparents Barrier 1/4 X 4' X 8';welding Rod;stainless Sheet 4' X 8';plain Round Bar 16mm ᴓ: Bicycle Specs: Bmx Type Bike Frame, Front And Rear Free Wheel Hub For Rim Set Single Speed (wheel Set), Tire Size (20"x2.125 Jumbo), Interior Tube (20"x2.125), Bmx Handle Bar, Bmx Fork, Head Parts (h Post, Handle Grip), Chain (single Speed), Pedal (bearing Type), Seat Clamp, Saddle With Spring, Foot Brake (clamp W/ Spring), Crank Pedals (175mm-180mm Cranks) Note: With Dole, Dilp Logo And Tourism Spot At The Front And Side Of Cart, Logo Material: Weather Proof Sticker, Sizes Of Sticker: H-60cm X W-130cm (for Front Of Cart) And H-60cm X W:75cm (for Side Of Cart) Or H-23.6" X W-51" And H-23.6" X W-29.5" Fully Painted Color: Light Blue Lot 4 - Grooming Tools 1 1 Pc All Purpose Comb, 7inch, Plastic Material 2 3 Pc Barber Apron, With Two Pockets, Waterproof, Material: Fiber Size: Approximately 89x69cm - 35x27.2 Inches 3 1 Pc Barber Cape, 140cmx100cm Silk, Waterproof 4 1 Unit Barber Chair, Reclining, Modern Style, Chair Back Height: High-back; Upholstery: Faux Leather; Material: Stainless Steel; Dimension: 21"x22.5"x38" 5 1 Unit Clipper, Cordless, Includes 3 Metal Clip Attachment Comb Cutting Guides, 1/16", 1/8",3/16, 6.25 Inches And Weighs 13 Oz, Equipped With A 2191 Adjustable 0000 Blade 6 2 Unit Curling Iron, 38.5cm, Tourmaline Ceramic, 25-39w, 360 Degree Rotatable 7 2 Set Eyebrow Grooming Kit, 6pcs (2 Eyebrow Razor, 1 Facial Razor, 1 Brush, 1 Scissors, 1 Tweezer) 8 1 Pc Fade Brush, Material: Plastic & Nylon, (hxw) 12.3 X 2.3 Cm, Weight: 0.015 Kg 9 2 Unit Flat Iron, Ceramic Wide Plate, 100-240v Dual Votage, 40-59w, 27.8cm Long 10 2 Unit Hair Blower, 2 Speed - 3 Heat Settings, 2400w, Removable Filter Cover, Cool Shut Function, Dimension: 21.5x8.5x26.5cm 11 1 Set Hair Clips, Plastic, Size: Approximately 7.8cm 12 2 Set Hair Dying Tool Set, (5-pc) Small Brush - 19.5cmx4.5cm, Big Brush - 20.5x6cm, Secondary Comb - 19x5.5cm, Small Bowl - 13x4.5cm, 1 Pair Of Earmuffs 8x4.5cm 13 3 Pc Hair Shear, 6.9 Inch Stainless 14 10 Pc Hair Towel Turban, 49x18cm Microfiber 15 2 Set Make Up Brush Kit, 12 Pcs With Box 16 2 Set Make Up Kit, 35pcs (1 Eyeshadow, 1 Concealer, 4 Osmetic Brush, 3 Lipgloss, 1 Eyebrow Pencil, 1 Pressed Powder, 4 Lipstick, 4 Face Makeup, 1 Lip Balm, 1 12.5cmx19cm Makeup Bag, 1 Eyebrow Cream, 1 Primer, 1 Powder Puff, 1 Mascara) 17 2 Pc Makeup Kit Organizer, 50cmx39.5cmx21.5cm, Black,046 Glittery, Checkered 18 1 Pc Mirror, Double Sided Folding Mirror, (wxh) 24x 37cm, Weight: 0.532 Kg 19 1 Pc Neck Duster, Weight : 100g , Size : 18x7x7cm 20 1 Roll Neck Strips, (28cmx6.5cm) Self Adhesive, Material: Paper 21 4 Set Plastic Hair Roller, 25mm Assorted, 10-pc Large 22 3 Pc Pomade, 80g, Water-based 23 1 Pack Razor Blades, Durable, Stainless, 100 Pcs, (lxwxh) 14x10x1 24 1 Set Shaver, Abs Material,110-220v, Power: 3w, Size: 16.6x5.8cm, Battery Capacity: 600mah 25 2 Pc Shaving Gel, 195g With Aloe 26 2 Pc Talc Powder, 500g 27 1 Set Trimmer, Rechargable, 2 Blades, Power: 50-60 Hz, Voltage:100-240v, Dimension: 11.5x6.5x3cm 28 4 Pc Wide-tooth Comb, 16cm Plastic, Durable 29 1 Pc Wide-tooth Comb, Size: Approximately 21.5x5 Cm, Plastic Material Lot 5 - Sewing 1 7 Set Ball Point Pins, 250 Pcs Per Box With 8 Colors; Durable 2 8 Unit Bobbin Case, Diameter: 20.3mm Width: 11.7mm 3 8 Pc Bobbin, Diameter: 20.3mm Width: 11.7mm 4 4 Set Dressmaker's Shears, Material: Stainless Steel; Item Dimensions: Approximately 0.8" (l) X 3.9" (w) X 10" (h); Blade Length: 8"; Item Weight: Approximately 8.8 Ounces 5 1 Pc Edging/ Overlock Sewing Machine, Metal Material; Overlocker; 1 Stitch; Dimension(lxwxh) 12x13x14 6 3 Pc Electric High Speed Sewing Machine, Power: 90w; Rated Voltage: 220v; Gross Weight: About 7kg; Max Sewing Speed: 1,100 Stiches/min; Materials: Stainless Steel Needle Plate, Metal Frame; Dimensions: Approximately 44cm (l) X 16cm (w) X 28cm (h); Voltage: 220v, Secondary Lifting Height Or Presser Foot: 14mm; Needle Pitch: From 0-4.5mm, Needle Width: From 0-7.0mm 7 4 Pc Flat Iron, 1200w; Stainless Steel Sole Plate; Power Light Indicator; With Steaming/spray Function 8 4 Set French Curve, Dimension(21.65x0.39x7.09); 4.6 Ounce; Made Of Aluminum Or Plastic 9 4 Pc L-square, Material: Stainless; Item Weight: 0.32oz; Product Dimensions: Approx. 14" (l) X 24" (w) 10 1 Pc Manual Sewing Machine With Motor And Foot Controller, Metal Material, Heavy Duty, 9kg Weight, 1 Stitch Dimensions, (lxwxh) 12x13x14 11 4 Unit Meter Stick, Yellow Color; Wood Type 12 4 Pc Needle Threader, Metal Material; Oval Shape; 1 Inch Size 13 31 Pack Sewing Machine Needle, Flat Needles 10pcs/pack 14 11 Pc Sewing Threads 12pcs/box, Material: Cotton; Package Dimensions: Approx. 5.71" (l) X 3.74" (w) X 2.36" (h); Thread Size: Approx. 56mm (h) X 22mm (w); 550 Yards Each Roll 15 25 Pc Tailor’s Chalk, Square Shape; Orange Color;fades Or Brushes Away Easily 16 4 Pc Tape Measure, Material: Durable Soft Plastic; Color: Blue; Measurements: Inches (can Measure Upto 60") And Centimetres (can Measure Upto 150cm) Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx 2. Delivery Of The Goods Is Required Ninety (90) Calendar Days Delivery Period And Upon Receipt Of Notice To Proceed And Purchase. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Mercedes, Camarines Norte-bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours - 8:00 Am-12:00 To 1:00 Pm-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 14, 2024 Until 8:30 Am Of January 6, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only Php5,000.00. 6. The Local Government Unit Of Mercedes, Camarines Norte Will Hold A Pre-bid Conference On December 23, 2024 9:00am At Bids And Awards Committee Office- Second Floor Jpl Sports Complex - Municipal Compound, Eco Avenue Street, Barangay 5, Mercedes, Camarines Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, On Or Before 8:30am January 6, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 9:00 Am Of January 6, 2025 At The Bids And Awards Committee Office- Second Floor Jpl Sports Complex - Municipal Compound, Eco Avenue Street, Barangay 5, Mercedes, Camarines Norte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Mercedes, Camarines Norte, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Macario B. Totanes Municipal Planning And Development Office Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0998-576-8321 Arsenia M. Ordiales Bac Secretariat Bids And Awards Committee Office 2nd Floor Jpl Sports Complex, Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0908-896-9684 Email Address: Lgubac.mercedes@yahoo.com 12. You May Visit The Website: For Downloading Of Bidding Documents: Www.mercedes.gov.ph December 13, 2024 ________________________________ Macario B. Totanes Bac Chairman
Closing Date6 Jan 2025
Tender AmountPHP 2.7 Million (USD 46.9 K)
Municipality Of Irosin, Sorsogon Tender
Others
Philippines
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Supply & Delivery Of Various Supplies & Materials For Dole Integrated Livelihood Program And Sustainable Industry Project 1. The Local Government Unit Of Irosin, Through The Trust Fund(dole) Intends To Apply The Sum Of Three Million Four Hundred Twenty Six Thousand One Hundred Thirty Six Pesos (p 3,426,136.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply & Delivery Of Various Supplies And Materials For Dole Integrated Livelihood Program And Sustainable Industry Project, Good-01-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Supply & Delivery Of Various Supplies & Materials For Dole Integrated Livelihood Program And Sustainable Industry Project Brief Description: 4 Pcs Barber Brush: 23.3cmx7cm, Soft Fiber Material And Wooden Handle/4 Pcs Hair Clipper: Electric, 110v-240v, 50-60hz,all Metal Machine,led Light Display Stainless Steel Blade, Blade Width 45mm,low Noise High Power, 2000 Ma Lithium Battery, 210 Minutes Working Time,4pcs Comb Guide 3/6/10/13mm,body Size: 17x4cm, Body Weight: 371g,with Complete Accessories - Fiber Comb, Cleaning Brush, Lubricant, Charger/4 Pcs Paddle Brush:body Material: Wood, Dimensions: (lxwxh) 25x8x3cm, Brown/8pcs Spray Bottle: 250ml Plastic Hairdressing Spray Bottle/4pcs Hair Blower: 4000w Accurate Power,2-speed Settings (high & Low), 3 Temperature (cold, Hot & Hotter), Glossy, Thick Long Wires, With Light And Perfume Button/4pcs Hair Blower: 4000w Accurate Power,2-speed Settings (high & Low), 3 Temperature (cold, Hot & Hotter), Glossy, Thick Long Wires,with Light And Perfume Button/4pcs Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm,length: 20.9"/52cm,width: 14"/36cm,4 Drawers, Blower Holder/4pcs Talcum Powder: 200g, Hypo-allergenic, Dermatologist Tested/4 Pcs Cordless Clipper: Body Material: Aluminum,motor: Rotary,power/source Battery: Lithium-ion Battery (90+ Minutes Of Runtime), Blades: Titanium Blades, 3 Guide Combs Plastic Material (#1/2, #1, And #1½),cutting Lengths: 0.4-25mm,inclusions: A Blade Guard, 1 Recharging Transformer (charger), 1 Cleaning Brush, With Lubricating Oil Of At Least 5 Ml And English User Manual,product Dimension: Approximately 6.5-7" (l) X 2-3" (w),weight: Maximum Of 400g, Input: Can Be Used For 110-240 Voltage/4pcs Hair Trimmer: Running Time 120 Minutes Battery Powered, Rechargeable Li-ion Battery 1500 Mah, Dimension: Approximately 6-7" (l) X 1.5-2.5 (w), Material: Stainless,accessories: 4 Plastic Combs In Different Sizes 3mm, 6mm, 9mm, 12mm, Inclusions: 1 Recharging Transformer (charger) And 1 English User Manual, Input: Can Be Used For 110-240 Voltage/4pcs Electric Shaver: With 3d Floating Cutter Head, 40mins. Running Time For 8hrs Fully Charged, Material: Stainless Steel,product Dimension: Approximately 6.5-7" (l) X 2-3" (w),automatic Voltage 100-240v,battery: 2 Cell Nickel-metal Hydride Cylindrical Battery Pack, 4000mah,power Type: Rechargeable/4pcs Hair Shear: Material: Stainless Steel,1 Precision Scissor Approximately 6-7",1 Thinning Scissor Atleast 6",accesories: Scissors Oil Atleast 5ml/4 Pcs Razor Blades: 10pcs/box (double Edge Stainless)/4 Pcs Shaving Razor/labaha: Dimensions: Approximately 5-6" (l) X 3/4-1" (w), Material: Carbon Steel, Color: Black/ 4 Pcs Barber Skin Fade Brush: Handle: Wood, With Soft Bristles 1" (l),dimensions: Atleast 5.5" (l) X 1" (w)/4pcs Comb Set: (4pcs/set), Material: High Quality Plastic, Inclusions: #1-approx. Size: 4.88" (l) X 1.02" (w), #2-approx. Size: 7.09" (l) X 1.46" (w), #3-approx. Size: 7.87" (l) X 1.18" (w), #4-6.10" (l) X 0.20" (w)/4pcs Shaving Gel: (foam), 195g/4pcs Barber's Cape: Color: Black,about 140cm (l) X 110cm (w), Cloth: Polyester/4pcs 360 Degree Swivel Barber Chair: Classic Back Seat With Chrome Steel Base, Premium Steel Frame And High Class Foot Pump, Heavy Duty Leather Cover; Lower Height - At Least 51cm, Top Height - At Least 61cm, Sandles Height - At Least 40cm/8pcs Barber Apron: With Two Pockets, Waterproof, Material: Cotton And Acrylic, Item Size: Approx. 38-38.19" (l) X 27-27.36" (w)/ 4pcs Pomade: 80g, Water-based/26pcs Speed Square: Material: Cast Aluminum, Size: About 18x18x2cm/7.09x7.09x0.79", Weight: About 130g, Triangle-shaped/26pcs Meter Tape With Magnetic Hook: Blade Material, Nylon Coated Blade,dimensions: 16ft (l) X 25mm (w)/26pcs Circular Saw: Voltage: 220-240v, Frequency: 50-60hz, Input Power: 1400w, No-load Speed: Atleast 4800rpm, Blade Diameter: 185mm, Cutting Capacity: 45degree,44mm, 90 Degree: 65mm,maximum Cutting Depth: Atleast 90°62mm, Weight: Maximum Of 5.2kg,item Approximate Dimension: 15-17cm (h), 25-28cm (w), 30-35cm (l)/26pcs Angle Grinder: Rated Input Power: 730w, Wheel Diameter: 4", Rated Voltage: 220v,frequency: 60hz, No Load Speed: 12,000 Rpm, Weight: Approximately 1.6kg, Grinding Spindle Thread: M10, Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h )/26pcs Angle Grinder Cutting Disk: 10 Pcs. Per Set, Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8")/26 Pcs Portable Hand Drill: Power Sourced: Battery Powered - 2pc 21 Volt 1500mah Lithium-ion Batteries, Maximum Rotational Speed: 1500 Rpm, Voltage: 210v,amperage: 1.5 Amps, Chuck Size: 0.38",bit Heads Diameters: From 0.8mm-10mm,product Dimensions: 9.6" (l) X 2.1" (w) X 7.5" (h), Material: plastic, Rubber, Metal, Item Dimensions: Approx. 9.6" (l) X 2.1" (w) X 7.5" (h),item Weight: Atleast 2.5 Pounds,item Torque: 330 Inch Pounds; Inclusions: 1x21 Volt Inspiritech Cordless Power Drill, 2x Rechargeable Battery, 1x English User Manual, 10x Self-drilling Drywall Anchors,10x Screwdriver Bits, 2x Double Ended Bits, 3x Drilling Bits, 1x Magnetic Extension Socket Bit Holder, 10x Anchors With Screws,1x One-hour Fast Charger, 1x Flexible Extension Shaft, 1x Carrying Bag/26pcs Wood Planer: Rated Voltage: 220v, Rated Input Power: 600w, Cutting Width: 82mm, Load Speed: 15,000rpm, Frequency: 60hz, Weight: 3kg./26 Pcs Framing Hammer: Handle Material: Alloy Steel, Item Dimensions: Approximately 16-17" (l) X 5.75-6" (w) X 1.5-2" (h), Item Weight: Atleast 1.4 Pounds/26 Pcs Trim Hammer: Handle Material: Wood, Head Material: Alloy Steel; Item Dimensions Approximately: 14-15" (l) X 5-6"(w) X 1-2" (h),item Weight: Atleast 594 Grams/26pcs Roofing Hammer: Item Weight: 1.25 Pounds, Product Dimensions: Approx. 13.7" (l) X 6.75" (w) X 1.5" (h)/26 Pcs Chalk Line: Item Weight: 10.6 Ounces, Product Dimensions: approx. 1200" (l) X 4.72" (w) X 5.91" (h) Inches, Color: blue, Material Type: Alloy Steel, Rubber/26 Pcs Utility Knife: Handle Material: Aluminum, Material: Aluminum Alloy, Weight: 120g/pcs, Blade Size: 19mm (w) X 61mm (h) X 0.6mm (t),blade Material: Steel, Thickness: Atleast 0.6mm/26 Pcs Tin Snips: Item Weight: atleast 1 Pound, Package Dimensions: Approx. 12.36" (l) X 3.7" (w) X 1.3" (h),size: long Straight, 12 Inches Long, Blade Length: 3.20",material: Steel, Cutting Thickness Range Up To 1.2mm Carbon Steel And 0.7mm/26 Pcs Framing Square: Shorter Leg Measures At 8 Inch Outside And 6.5 Inch Inside, Longer Leg Measures At 12 Inch Outside And 11 Inch Inside,material: Carbon Steel/26 Pcs Level: Box Beam Style, Material: Aluminum,dimension: Approximately 24-24.5" (l) X 2-2.6" (w) X 1.2-1.5" (h), Weight: Atleast 0.8 Pounds/26 Pcs Electric Planer: Voltage: 220-240v,input Power: 1050w, No Load Speed: 1600rpm, Planing Width And Depth,82x3mm,heavy Duty Aluminum Base/1 Pc Meter Tape With Magnetic Hook: Blade Material: Nylon Coated Blade, Dimensions: 16ft (l) X 25mm (w)/1 Pc Air Compressor Machine: Motor Power: 1hp, Size: Approx. 935x385x800mm,voltage: 220-240v, 60hz, Speed: 3400 Rpm, Tank Capacity: 24l , Operating Pressure: Max 8 Bar, Air Displacement: 93l/min, Pump Lubricated With Oil/1 Pc Blue Painters Tape, Color: Blue, Size: Atleast 1.41" X 20m,thickness: 0.13mm, Item Weight: 1.92 Pounds, Material: Paper/2pcs Electric Spray Gun: Voltage: 220-240v~50/60hz,spraying Pressure: 0.1-0.2 Bar, Max Flow: 850ml/min, Max Viscosity: 50din-s, Container Capacity: Atleast 800ml,power Cord Length: 2m, Rated Power 500w, Spraying Pressure: Atleast 0.1-0.2bar, Item Dimensions: Approximately 13" (l) X 5" (w) X 11" (h)/1 Pc Extension Pole, (3 Stage Extender) Reach: 1.5-to-3ft,weight: Maximum Of 0.5 Pounds, Max. Standing Reach: 10ft, Material : Aluminum/2 Pcs Paint Brush Set, 5 Pcs/set, Material: Synthetic Bristle, Wood Handle, Overall Length: Atleast 11", Bristles Length: Atleast 3", Brush Width: 1", 1-1/2" 2", 2-2.5", 3"and 4"/ 5 Pcs Paint Roller, Material: Plastic,package Dimensions: Approximately 15.16" (l) X 11.22" (w) X 3.15" (h),item Weight: Atleast 1.06 Pounds, Inclusion: Roller, Atleast 7" In Length, Material: Polyester/2 Pcs Painters Gloves, 12 Pcs/pack, Material: Cotton, Color: Red/1 Pc Putty Knife/paint Scraper Set (4pcs), Stainless Steel Blade With Rubberized Handle, Blade Width: 1", 2" And 3", Length Including Handle: Approximately 8-9"/1 Pc Steel Float/plastering Trowel: Thickness: Atleast 0.7 Mm, Surface Measurement, Length: 12", Width: 4", Material: High Carbon Steel With Wood Handle/2 Pcs Lpg Tank With Gas Regulator And Accessories, Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/2 Pcs Kawali: Aluminum, (diameter X Height) 28cmx8cm With Double Handle/2 Pcs Food Warmer/chafing Dish: Rectangular, 2l Capacity, 6 Pcs In 1 Set Stainless Steel, No Side Handle, Glass Lid Cover With Handle, Dimensions: Same Sizes - 32cm (l) X 26cm (w) X 8cm (h)/2 Pcs Gas Range: Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h), 4-gas Burner, 62l Gas Oven, Button Ignition, Top Glass Lid, Net Weight: Maximum Of 28kg, Pan Support: Light Cast Iron Pan Support/2 Pcs Baking Sheet: Aluminum, 12x16 Inches/2 Pcs Digital Kitchen Scale: Accurate Measurement; Weigh Up To 5 Kg / 11 Lb Precisely In 1 G / 0.05 Oz Increments, Quality Material: Measure Food, Small Items, And Liquids With Confidence On The 304 Food-grade, Stainless Steel Platform, Approx. Dimension 7.3-7.5" (l) X 5.7-5.90" (w) X 0.6-08" (h), 2 X 1.5v Aaa Batteries/2 Pcs Measuring Cup (for Liquid Ingredients): 1 Measuring Cup With Red Graphics, Made Of Non-porous Glass That Won't Warp, Stain, Or Absorb Odors, Glass Is Preheated Oven, Microwave, Fridge, Freezer & Dishwasher Safe, Dimension: Approx. 7.13" (l) X 6.75" (w) X 4.38" (h), Measuring Capacity: 500ml/2 Pcs Measuring Cups (for Dry Ingredients): Material: Stainless Steel, 5 Pieces Per Set (1 Cup, 1/2 Cup, 1/3 Cup, 1/4 Cup, 1/8 Cup)/2 Pcs Measuring Spoons (set): 7pcs Stainless Measuring Spoon Kit, The Kit Includes: 1/8 Tsp (0.63ml), 1/4 Tsp (1.25ml), 1/2 Tsp (2.5ml), 3/4 Tsp (3.75ml), 1 Tsp (5ml), 1/2 Tbsp (7.5ml), 1 Tbsp (15ml)/2 Pcs Mixing Bowl: Medium, Approx. Diameter: 28cm, Height:11.2cm, Material: Stainless; Capacity: At Least 4l/2 Pcs Standmixer: 2-in-1 360 Automatic Rotating Bowl Electric Stand & Hand Mixer, 4.5l W/ 5-speed Turbo Function,color: Black/1 Pc Double Burner Gas Stove: Stainless Top And Front, Automatic Ignition ,reversible Trivet, Double Detachable Top Burner, Removable Drip Pan, Dimension: 730mm(l) X 395mm(w) X 105mm(h)/1 Pc Lpg Tank With Gas Regulator And Accessories: Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/1 Pc Caldero: Aluminum, #2, Diameter Height 28cmx16cm With Double Handle/2 Pcs Kawali: Aluminum, (diameter X Height) 28cmx8cm With Double Handle/1 Pc Kawa: 19.5" Cast Iron With Double Handle Depth/height: 21cm (medium)/1 Pc Food Warmer/chafing Dish: Rectangular, 2l Capacity, 6 Pcs In 1 Set Stainless Steel, No Side Handle, Glass Lid Cover With Handle, Dimensions: Same Sizes - 32cm (l) X 26cm (w) X 8cm (h)1 Pc Food Glass Display (estante): 3 Layers; 20(h)x18(w)x36(l)", Aluminum Base, Glass With Screen Door/1 Pc Casserole With Double Handle: Material: Aluminum, Size: 26cm Dimension: 36(l) X 28.5(w) X 21(h)cm/2 Pcs Frying Tongs: Materials: Stainless Steel With Rubber Or Plastic Coated Handles, 12 Inch Long/1 Pc Chopping Board: Material: Polypropylene/1 Pc Chopping Knife: 10” Stainless,wood Handle/1 Pc Butcher's Knife: Materials: Stainless, Wood Handle, Size: About 10"/1 Pc Plastic Table: 4 Seaters, Square Type With Umbrella Hole At The Center, Table Dimension: 36" (length) X 36" (width) X 30" (height), Thickness: Approximately 1.5in To 2in; Color: Beige2 Pcs Monoblock Chairs: With Backrest, Seat 375mmxdepth 330mm, 2.25 Kg, Class B Plastic, Thickness: Approximately 1.5in, Color: Beige/1 Pc Beach Umbrella: 90" Diameter X 8 Ft. Height, 8 Rib Round Metal Pole, Polyester Multi-coloured Umbrella Canopy/2 Pcs Cooler Container: Chest Insulated Cooler, Materials: Polystyrene, Sizes And Capacities: 30 Liters - 45.5cm(l) X 39cm(w) X 31cm(h),color: Blue Or Red/1 Pc Grill/ Ihawan With Stand,material Of Body And Stand: Stainless , 24x12x33inches (lxwxh), Depth: 5inches/2 Pcs Bicycle With Sidecar: Bicycle Specifications: Bmx Type Bike (frame 1//2 Gi Hd, Rim Set Front X 10 G Wide Jap Hub, Rim Set Rear X 10g Wide Jap Hub, Tire 20 X 2.125 Jumbo, Tube 20 X 2.125, Handle Bar Painted Black, Fork Ex-900 Landing Gear Cp, Head Parts Nikyo/whw, H-post Bmx Ord.m, H-grip Ord. Opc Parts Neco Bearing Type, Opc Plate 36t, Chain Cp Bmx, Freewheel 24t, Pedal Opc Bearing Type, Seat Clamp/s-pin/ S-post P, Saddle With Spring, Footbreak With Spring "full Size" Frame, 175-180mm Cranks Side Car With Umbrella Holder And 2 Chest Coolers Carrier (52l Capacity) - Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h) Materials: 1/2 J1 Pipe 540, 316 X 1 Flat Square Bar, J1 Pipe De Una 520, 1/4 X 2 Flat Bar, 6203 Gi Set, Tire 20 X 2.125 Jumbo/2 Pcs Weighing Scale: 10kg Capacity, Colored Body / Stainless Pan, Graduation: 50g, Powder Coated Body, Pan Size: 255mm Ø X 55mm Deep, Dial Face: 185mm Ø, 4 Units/master Carton/4 Pcs Plastic Fruit Crate 21 X 15 X 12 Inches/1 Pc Hair Dryer, With 3 Temperature Setting (from High To Low): Size: Atleast 200mm (h), 74mm (w), Weight: Minimum Of 315g, Wattage: 2200w, Voltage: 120-240v, Body Material: Plastic/1 Pc 2 In 1 Steam Pro Hair Straightener (straightener & Curler): Tourmaline Ceramic Wide Plates - 1.25" Wide Heating Plate, Adjustable Temperature Display - 150-235◦c, 360◦, Swivel Cord - Tangle-free, Hanger Design, Ptc Heater - Instant Heat-up/1 Pc Hair Combs: Material: Plastic, Inclusions: Flat Comb Size - 21.5cm (l) X 4.2cm (w), Massage Comb Size: 22cm (l) X 8.5cm (w), Ribs Comb Size: 21.5cm (l) X 4cm (w), Curling Comb Size: 20.2cm (l) X 2.5cm (w), Mirror Size: Atleast 22cm (l) X 10cm (w); Storage Base Size: Atleast 10cm (l) X 15cm (w), Package Size: Approx. 22-23cm (l) X 16cm (w) X 11cm (h), Package Weight: Approx. 305g/1 Pc Hair Clips: Plastic, Product Size: Approx. 4.5", Color: Black (12pcs)/1 Pc 7pcs Face Brush Set, Inclusion: Powder Brush, Size: 17cm, Bristle Length: 3.2cm, Ferrule Width:1.9cm, Powder Buffer Brush, Size: 19cm, Bristle Length: 5cm, Ferrule Width: 2.1cm,foundation Brush, Size: 17cm, Bristle Length: 3.3cm, Ferrule Width: 2.2cm, Flat Foundation Brush, Size: 17cm,bristle Length: 3.2cm; Ferrule Width:1.2cm, Highlight Brush, Size: 16.5cm,bristle Length: 2.7cm, Ferrule Width: 2.3cm,angle Cheek Brush, Size: 17cm, Bristle Length: 3.1-2.3cm,ferrule Width: 2.4cm, Highlighting Fan Brush, Size: 16.5cm, Bristle Length: 4cm, Ferrule Width: 2.5cm, With Brush Bag/1 Pc Eyelash Curler: Material: Carbon Steel, Size: Approx. 5.91 X 3.94 X 1.97"/1 Pc Eyebrow Razor: Handle Material: Plastic, Size: Approx. 6.8(l) X 2(w) X 0.1"(h), 6pcs/pack/1 Pc Makeup Sponge Set Blender: Material: Sponge, Size: Approx. 4.02 (l) X 3.94(w) X 2.52"(h), 4pcs/set/1 Pc False Eyelashes, Product Dimensions: Approx. 0.75(l) X 3.88(w) X 5.38"(h), 5pairs/pack/1 Pc Eye Shadow Pallete: 12 Curated Peach-inspired Shades, Finish Type: Metallic, Matte, Product Dimension: Approx. 0.08 (l) X 0.04 (w) X 0.06" (h)/1 Pc Contour Palette: Multi-colored, Finish Type: Matte, Package Dimension: Approx. 5.75 (l) X 4.25 (w) X 0.5" (h)/1 Pc Hypercurl Waterproof Mascara Make Up Set: Product Dimensions: Approx. 0.85 (l) X 2.75 (w) X 5.63" (h), Color: Black/1 Pc Waterproof Matte Gel Eyeliner Pencil: Item Form: Pencil, Powder, Creamy, Finish Type: Matte, Product Dimensions: About 5.77 X 1.97 X 0.81", Color: Black/1 Pc Eyebrow Gel, Waterproof: Weight: About 0.16 Oz, Product Dimension: Approx. 0.75 (l) X 1.9 (w) X 5.65 (h) Inches, Color Black, Brown/1 Pc Blush On, 3 Complimentary Skin-flushed Shades, Product Dimensions: Approx. 2.89 (l) X 0.43 (w) X 2.33" (h)/1 Pc Powder Blush Makeup Palette, Product Dimensions: approx. 2.43 (l) X 2.43 (w) X 0.66" (h)/1 Pc Eye Shadow Palette; 12 Curated Peach-inspired Shades, Finished Type:metallic,matte, Product Dimensions:approx 0.08(l)x0.04(w) X0.06”(h)/ 1 Pc Applicator Brush And Plastic Comb: 13cm Black, Double-sided Comb, Pointed Handle For Sectioning Hair/1 Pc Hair Clipper: Electric; 110v-240v, 50-60hz,all Metal Machine, Led Light Display Stainless Steel Blade, Blade Width 45mm,low Noise High Power, 2000 Ma Lithium Battery, 210 Minutes Working Time, 4pcs Comb Guide 3/6/10/13mm, Body Size: 17x4cm, Body Weight: 371g, With Complete Accessories - Fiber Comb: Cleaning Brush, Lubricant, Charger/1 Pc Spray Bottle: 250ml Plastic Hairdressing Spray Bottle/1 Pc Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm, Length: 20.9"/52cm, Width: 14"/36cm, 4 Drawers, Blower Holder/1 Pc Curling Iron: 220v Power, 4gen; White, 32x25x13mm, Energy Efficient-48w,360degree Rotating Tail, Automatic Hair Curler, Iron Ceramic, Adjustable Size/1 Pc Apron: Length: 76cm, Width: 59cm, Color: Black, Material: Nylon, Waterproof/1 Pc Curling Rod: Small, 2cm, Cylindrical, Plastic Resin With Rubber Band Kits,multi-color/1 Pc Curling Rod: Medium, 2.5cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/1 Pc Curling Rod: Large, 3cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/1 Pc Spray Net: 600ml, 27.5cm, Hard Hold/1 Pc Hair Spray Aerosol Extra Hold: Weight: About 7ounces /198g, Scented, Package Dimensions: 7.83 X 6.69 X 2.17"/1 Pc Hair Trimmer: Running Time 120 Minutes Battery Powered,rechargeable Li-ion Battery 1500 Mah, Dimension: Approximately 6-7" (l) X 1.5-2.5 (w), Material: Stainless; Accessories: 4 Plastic Combs In Different Sizes 3mm, 6mm, 9mm, 12mm, Inclusions: 1 Recharging Transformer (charger), And 1 English User Manual, Input: Can Be Used For 110-240 Voltage/3 Pcs Hair Dryer, With 3 Temperature Setting (from High To Low): Size: Atleast 200mm (h), 74mm (w), Weight: Minimum Of 315g, Wattage: 2200w, Voltage: 120-240v,body Material: Plastic/3 Pcs 2 In 1 Steam Pro Hair Straightener (straightener & Curler): Tourmaline Ceramic Wide Plates - 1.25" Wide Heating Plate, Adjustable Temperature Display - 150-235◦c, 360◦, Swivel Cord - Tangle-free; Hanger Design, Ptc Heater - Instant Heat-up/3 Pcs Hair Combs: Material: Plastic, Inclusions: Flat Comb Size - 21.5cm (l) X 4.2cm (w), Massage Comb Size: 22cm (l) X 8.5cm (w), Ribs Comb Size: 21.5cm (l) X 4cm (w),curling Comb Size: 20.2cm (l) X 2.5cm (w), Mirror Size: Atleast 22cm (l) X 10cm (w), Storage Base Size: Atleast 10cm (l) X 15cm (w),package Size: Approx. 22-23cm (l) X 16cm (w) X 11cm (h), Package Weight: Approx. 305g/3 Pcs Hair Clips: Plastic, Product Size: Approx. 4.5",color: Black (12pcs)/3 Pcs Disposable Latex Free Gloves: Non-sterile, 100 Pcs Per Pack, Product Dimensions: Approx. 8.6" (l) X 4.9" (w) X 3" (h), Weight: 1.25 Pounds, Material: Synthetic Pvc/3 Pcs Cutting Scissors: 6" Stainless Steel, 65g/3 Pcs Thinning Scissors: 17.5x5cm Stainless Steel/3 Pcs Drip Pan: 32cmx35cm Plastic, Black/3 Pcs Hair Clipper: Electric,110v-240v, 50-60hz,all Metal Machine,led Light Display Stainless Steel Blade, Blade Width 45mm, Low Noise High Power, 2000 Ma Lithium Battery, 210 Minutes Working Time, 4pcs Comb Guide 3/6/10/13mm, Body Size: 17x4cm, Body Weight: 371g,with Complete Accessories - Fiber Comb, Cleaning Brush, Lubricant, Charger/3 Pcs Nail Tool Set: Material: Stainless Steel, Case: Leather, Package Size: Approximately 15-15.5cm (l) X 8cm (w) X 2cm (h),inclusions: Cuticle Trimmer (95mm), Blackhead Needle And Loop Remover (83mm), Eyebrow Tweezer (86mm) Peeling Knife (90mm), Nail File (75mm), Ear Pick (78mm), Double Pick (75mm), Dead Skin Fork (86mm), Small Pedicure Plier (95mm), Acne Needle (83mm), Small Nail Clipper (62mm) Bevel Nail Clipper (61mm), Large Nail Clipper (82mm), Beauty Tip Scissor (89mm), Pusher/3 Pcs Cotton Balls: 300g (100 Pcs Large Cotton Balls)/3 Pcs Nail Polish: Volume: 15ml, With 24 Colors Inclusions: 14k Gold, 18k Gold, 24k Gold, African Plum, Baby Pink, Black Velvet, Carolina Peach, Cashmere, Emerald Shimmer, Golden Bronze, Italian Nude, Platinum Special, Pussy Red, Red Pearl, Saphire Glow, Silver Platinum, Simply Red, Tahiti Brown, White Satin, White Rose, Platinum Silver, Touch Of Tan, Touch Of Beige, Colorless/3 Pcs Foot Spa Soaker: With Pumice Stone, Package Dimensions: Approximately 16.42" X 13.58" X 7.91", Weight: About 4.63 Pounds, Rated Power: 500 Watts, Rated Voltage: 110~120v, Rated Frequency: 50hz, Temperature Adjustable Range: 35℃ To 48℃/3 Pcs Astringent Foot Soaker: 128oz/3 Pcs Cooling Foot Soak: Product Dimensions: approximately 6.5-7" X 2.38-2.50" X 9.259.50", Weight: Atleast 900g/3 Pcs Exfoliating Foot Scrub: Package Dimensions: Approximately 7.05-7.50" X 2.32-3" X 1.97-2", Weight: Atleast 6oz/3 Pcs Foot File And Callus Remover: Material: Metal, Steel, Item Dimensions: Approx. 10-10.78" X 2.7" X 0.29", Item Weight: 3.2 Pounds/3 Pcs Foot Scrub/3 Pcs Manicurist Bag: Made Of Heavy Duty Nylon, Large Capacity: Enough Room To Hold Up To 42 Bottles Of 15ml Nail Polish, Size: Approx. 8-9" (l) X 6-7" (w) X 4-5" (h)/3 Pcs Spray Bottle: 250ml Plastic Hairdressing Spray Bottle/3 Pcs Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm, Length: 20.9"/52cm, Width: 14"/36cm, 4 Drawers, Blower Holder/3 Pcs Apron: Length: 76cm, Width: 59cm,color: Black,material: Nylon, Waterproof/3 Pcs Alcohol: 70% Ethyl Alcohol With Moisturizer,500ml/3 Pcs Shampoo: 1000ml, Green Apple And Citrus Lemon Variant/3 Pcs Hair Spa: 1000ml, Lavender And Strawberry Variant/3 Pcs Hot Oil: Keratin Organic Hot Oil, 1000ml, Aloe Vera Variant/3 Pcs Hair Cellophane: 500ml, Natural, Brown,burgundy And Ash Blonde Variant/3 Pcs Hair Rebonding Set: 1000ml Hair Straightening And Hair Neutralizing (ion Perm)/3 Pcs Hair Color Dye:100 Ml, 2pcs Each (black, Dark Brown, Medium Brown, Light Brown, Blonde, Light Blond, Lighter Blonde, Lightest Blonde, Dust)/3 Pcs Hair Color Developer: 100ml 2pcs Each 6%, 9%, 12% Oxidizer/3 Pcs Hair Bleaching Powder: 500g/3 Pcs Brazilian Blowout: 120ml, 3-in-1 Set (clarifying Shampoo, Brazilian Blowout, After Treatment Conditioner)/24 Pcs Hair Dryer, With 3 Temperature Setting (from High To Low): Size: Atleast 200mm (h), 74mm (w), Weight: Minimum Of 315g, Wattage: 2200w, Voltage: 120-240v, Body Material: Plastic/24 Pcs 2 In 1 Steam Pro Hair Straightener (straightener & Curler): Tourmaline Ceramic Wide Plates - 1.25" Wide Heating Plate, Adjustable Temperature Display - 150-235◦c, 360◦,swivel Cord - Tangle-free, Hanger Design, Ptc Heater - Instant Heat-up/24 Pcs Hair Combs: Material: Plastic, Inclusions: Flat Comb Size - 21.5cm (l) X 4.2cm (w), Massage Comb Size: 22cm (l) X 8.5cm (w), Ribs Comb Size: 21.5cm (l) X 4cm (w), Curling Comb Size: 20.2cm (l) X 2.5cm (w), Mirror Size: Atleast 22cm (l) X 10cm (w), Storage Base Size: Atleast 10cm (l) X 15cm (w), Package Size: Approx. 22-23cm (l) X 16cm (w) X 11cm (h), Package Weight: Approx. 305g/24 Pcs Hair Clips: Plastic, Product Size: Approx. 4.5", Color: Black (12pcs)/24 Pcs Disposable Latex Free Gloves: Non-sterile, 100 Pcs Per Pack, Product Dimensions: Approx. 8.6" (l) X 4.9" (w) X 3" (h), Weight: 1.25 Pounds, Material: Synthetic Pvc/24 Pcs Drip Pan: 32cmx35cm Plastic, Black/24 Pcs Shower Caps: 32cm, Thick Plastic, Elastic, Washable/24 Pcs Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm, Length: 20.9"/52cm, Width: 14"/36cm, 4 Drawers, Blower Holder/24 Pcs Curling Iron: 220v Power, 4gen, White, 32x25x13mm, Energy Efficient-48w, 360degree Rotating Tail, Automatic Hair Curler, Iron Ceramic, Adjustable Size/24 Pcs Hair Steamer: With 4 Wheels, 360degrees Movable, Gray Color, Adjustable Height With Timer And Control/120 Pcs Cape: 140x110cm, Satin, Nylon, Waterproof, Black/72 Pcs Microfiber Towel: 25x65cm, 135g, Microfiber, Dark Colors/24 Pcs Curling Rod:small, 2cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/24 Pcs Curling Rod: Medium, 2.5cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/24 Pcs Curling Rod: Large, 3cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/120 Pcs Ear Caps: (l X W X T): 8cm X 4.5cm X 2.1cm/3.15" X 1.77" X 0.83", Black,plastic/24 Pcs Shampoo: 1000ml, Green Apple And Citrus Lemon Variant/24 Pcs Hair Spa: 1000ml, Lavender And Strawberry Variant/24 Pcs Hot Oil: Keratin Organic Hot Oil, 1000ml, Aloe Vera Variant/24 Pcs Hair Cellophane: 500ml, Natural, Brown, Burgundy And Ash Blonde Variant/24 Pcs Hair Rebonding Set: 1000ml Hair Straightening And Hair Neutralizing (ion Perm)/24 Pc Hair Color Dye:100 Ml, 2pcs Each (black, Dark Brown, Medium Brown, Light Brown, Blonde, Light Blond, Lighter Blonde, Lightest Blonde, Dust)/24 Pcs Hair Color Developer: 100ml 2pcs Each 6%, 9%, 12% Oxidizer/24 Pcs Hair Bleaching Powder: 500g/24 Pcs Brazilian Blowout: 120ml, 3-in-1 Set (clarifying Shampoo, Brazilian Blowout, After Treatment Conditioner)/24 Pcs Hair Shear: Material: Stainless Steel, 1 Precision Scissor Approximately 6-7",1 Thinning Scissor Atleast 6", Accesories: Scissors Oil Atleast 5ml/34 Pcs Angle Grinder Cutting Disk: 10 Pcs. Per Set, Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8")/34 Pcs Crow Bar: At Least 36" Long,length Tolerance: +- 1/8, Material: Forged Steel Carbon/34 Pcs Claw Hammer: Round Head, Head Weight: At Least 16oz, Overall Weight: Approximately 17oz-23oz, Head Material: Forged Steel, Handle Material: Fiberglass Handle With Rubber Cushion, Overall Length: Approximately 12-14"/34 Pcs Hacksaw With Blade: Material: Aluminum Alloy Frame With Soft-grip Handle, At Least 12"-15" Long Including Handle, With Soft-grip Rubber Handle, Bi-metal, Blade Length: About 30cm, Width: 3cm/34 Pcs Meter Tape With Magnetic Hook: Blade Material: Nylon Coated Blade, Dimensions: 16ft (l) X 25mm (w)/34 Pcs Handsaw: Blade Length: About 15",blade Material: Carbon Steel, Handle Length: 5", Handle Material: Plastic/rubber, Color: Gray,8 Teeth Per Inch/34 Pcs Shovel: Round End, Tempered Steel Blade: 17-23 Cm, Blade Tip Width, 22-28cm Blade Tip Length, All Metal Handle, Overall Length: 100cm-115 Cm, Capacity: 350-400 Lbs/34 Pcs Shovel: Rectangular End, Tempered Steel Blade: 22-26 Cm, Blade Tip Width, 22-28cm Blade Tip Length, All Metal Handle, Overall Length: 100cm-115 Cm/34 Pcs Level Bar: Aluminum Frame, Length: At Least 24"/60cm, Aluminum Thickness: 1.5mm, Double Side Milles, 0.5mm/m Accurate Vials/34 Pcs Steel Float/plastering Trowel: Thickness: At Least 0.7 Mm, Surface Measurement, Length: 12", Width: 4", Mmaterial: High Carbon Steel With Wood Handle/34 Pcs Steel Square: Carpenter's Framing Square, Blade Width: 2" Scale: At Least 16" (l) X 24" (w), Material: Steel/34 Pcs Masonry Trowel: Length: At Least 12"long, Width: 6", Material: Flat Steel, With Wood Handle/34 Pcs Circular Saw: Voltage: 220-240v, Frequency: 50-60hz, Input Power: 1400w, No-load Speed: Atleast 4800rpm, Blade Diameter: 185mm, Cutting Capacity: 45degree: 44mm, 90 Degree: 65mm, Maximum Cutting Depth: Atleast 90°62mm, Weight: Maximum Of 5.2kg, Item Approximate Dimension: 15-17cm (h), 25-28cm (w), 30-35cm (l)/34 Pcs Masonry Square/metric Square: Material: Aluminum, Length: Approx. 24", Width: 16", 1/8 '' Thickness/34 Pcs Mason's Level: At Least 48'' Long, Aluminum Reinforced Frame, 60cm Only/34 Pcs Sledgehammer: Weight: At Least 3 Lbs With Fiberglass Handle, Forged Steel Round Head, Length: Approximately 25-27"/34 Pcs Concrete Chisel: Pointed Sharp End, Material: Forged Steel Chisel, With Rubberized Handle, Length: Approximately 10''/34 Pcs Putty Knife/paint Scraper Set (4pcs): Stainless Steel Blade With Rubberized Handle, Blade Width: 1", 2" And 3", Length Including Handle: Approximately 8-9"/34 Pcs Mason's Line: #18 Braided Nylon, 500 Ft/roll, Color Orange/34 Pcs Hammer Drill: Electric, 1980w 220v, Rated Frequency: 50/60hz, Load Speed: 0-3800rpm (revolutions Per Minute), Chuck: 13mm With Ergonomic Anti-slip Handle/34 Pcs Angle Grinder: Rated Input Power: 730w, Wheel Diameter: 4",rated Voltage: 220v, Frequency: 60hz, No Load Speed: 12,000 Rpm, Weight: Approximately 1.6kg, Grinding Spindle Thread: M10, Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h )/34 Pcs Wooden Float: Size: At Least 12x4", Has 5/8" Thick Rubber Pad, With Wooden Handle/4 Pcs Nail Tool Set: Material: Stainless Steel, Case: Leather, Package Size: Approximately 15-15.5cm (l) X 8cm (w) X 2cm (h), Inclusions: Cuticle Trimmer (95mm), Blackhead Needle And Loop Remover (83mm), Eyebrow Tweezer (86mm) Peeling Knife (90mm), Nail File (75mm), Ear Pick (78mm), Double Pick (75mm), Dead Skin Fork (86mm), Small Pedicure Plier (95mm), Acne Needle (83mm), Small Nail Clipper (62mm) Bevel Nail Clipper (61mm), Large Nail Clipper (82mm), Beauty Tip Scissor (89mm), Pusher/4 Pcs Cotton Balls: 300g (100 Pcs Large Cotton Balls)/4 Pcs Nail Polish: Volume: 15ml, With 24 Colors Inclusions: 14k Gold, 18k Gold, 24k Gold, African Plum, Baby Pink, Black Velvet, Carolina Peach, Cashmere, Emerald Shimmer, Golden Bronze, Italian Nude, Platinum Special, Pussy Red, Red Pearl, Sapphire Glow, Silver Platinum, Simply Red, Tahiti Brown, White Satin, White Rose, Platinum Silver, Touch Of Tan, Touch Of Beige, Colorless/4 Pcs Foot Spa Soaker: With Pumice Stone, Package Dimensions: Approximately 16.42" X 13.58" X 7.91", Weight: About 4.63 Pounds, Rated Power: 500 Watts, Rated Voltage: 110~120v, Rated Frequency: 50hz, Temperature Adjustable Range: 35℃ To 48℃/2 Pcs Astringent Foot Soaker: 128oz/2 Pcs Cooling Foot Soak: Product Dimensions: approximately 6.5-7" X 2.38-2.50" X 9.259.50", Weight: Atleast 900g/2 Pcs Exfoliating Foot Scrub: Package Dimensions: Approximately 7.05-7.50" X 2.32-3" X 1.97-2", Weight: Atleast 6oz/4 Pcs Foot File And Callus Remover: Material: Metal, Steel, Item Dimensions: Approx. 10-10.78" X 2.7" X 0.29", Item Weight: 3.2 Pounds/2 Pcs Foot Scrub/2 Pcs Manicurist Bag: Made Of Heavy Duty Nylon, Large Capacity: Enough Room To Hold Up To 42 Bottles Of 15ml Nail Polish, Size: Approx. 8-9" (l) X 6-7" (w) X 4-5" (h)/6 Pcs Microfiber Towel: 25x65cm, 135g, Microfiber,dark Colors/2 Pcs Alcohol: 70% Ethyl Alcohol With Moisturizer, 500ml/1 Pc Double Burner Gas Stove: Stainless Top And Front, Automatic Ignition ,reversible Trivet, Double Detachable Top Burner, Removable Drip Pan, Dimension: 730mm(l) X 395mm(w) X 105mm(h)/1 Pc Lpg Tank With Gas Regulator And Accessories: Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/2 Pcs Kawa: 19.5" Cast Iron With Double Handle Depth/height: 21cm (medium)/1 Pc Plastic Table: 4 Seaters, Square Type With Umbrella Hole At The Center, Table Dimension: 36" (length) X 36" (width) X 30" (height), Thickness: Approximately 1.5in To 2in, Color: Beige/1 Pc Monoblock Chairs: With Backrest, Seat 375mmxdepth 330mm, 2.25 Kg, Class B Plastic, Thickness: Approximately 1.5in, Color: Beige/1 Pc Peanut Grinding Machine: Electric, 220v, 300w, 50-60hz,material: High Quality Stainless Steel Body And Base, Color: Black, Dimension: Approx. Length: 43.5cm, Width: 23cm, Height: 13.5cm/1 Pc Hand Cobbler Shoe Repair Machine Dual Cotton Nylon Line Sewing Machine Manual Leather Machine Shoe Sewing Machine Color Silver: Product Dimensions 14.4"d X 20.5"w X 5.5"h, Material: Cast Iron Item Weight: 22 Pounds, Power Source: Crank/5 Pcs Wooden Handle Shoes Repairing Awl Shoe Sewing Tool Diy Craft Repair Hand Straight Hook Shoes Sewing Awl Type: Shoes Sewing Awl Material: Wood+metal, Features: Shoes Sewing Awl, Repair Hand , Crochet Needle Tool Dimension: 1: App.2x13.5x6cm/0.79x5.31x2.36in 2: App.2x13x5.5cm/0.79x5.12x2.17in 3: App.2x13x5.5cm/0.79x5.12x2.17in, Color: Wood Color + Silver/5 Pcs Upholstery Stitching Thread Black 100 Mtr. 1 Pc Upholstery Hand Stitching Tools For Belts, Saddles, Shoes, Fabric Household Use Handwork Sewing Leather Craft Shoes Repairing/5 Pcs Upholstery Stitching Thread Brown 100 Mtr 1 Pc Upholstery Hand Stitching Tools For Belts, Saddles, Shoes, Fabric Household Use Handwork Sewing Leather Craft Shoes Repairing/5 Pcs Upholstery Stitching Thread White 100 Mtr. 1 Pc Upholstery Hand Stitching Tools For Belts, Saddles, Shoes, Fabric Household Use Handwork Sewing Leather Craft Shoes Repairing/2 Pcs Angle Grinder Cutting Disk: 10 Pcs. Per Set, Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8")/2 Pcs Angle Grinder: Rated Input Power: 730w, Wheel Diameter: 4", Rated Voltage: 220v,frequency: 60hz, No Load Speed: 12,000 Rpm, Weight: Approximately 1.6kg, Grinding Spindle Thread: M10, Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h)/2 Pcs Chipping Hammer: Item Weight: at Least 13.8 Ounces, Product Dimensions: 11" (l) X 1" (w) X 7.5" (h), Material: Genuine Leather Grip And Forged Steel/2 Pcs Heavy Duty Corded Drill: Rated Input Power: 750w, Chuck Capacity: Up To 13mm, Drill Capacity: Metal (16mm), Wood (25mm), Masonry (12mm), Dimension: 268mm (l) X 69mm (w) X 192mm (h), Weight W/out Cable: Approximately 1.6-1.8 Kg, Spindle Collar Diameter Of 43 Mm/2 Pcs Metal Drill Bit Set: Material: High Speed Steel, 19pcs Per Set(1mm,1.5mm,2mm,2.5mm,3mm,3.5mm,4mm,4.5mm,5mm,5.5mm,6mm,6.5mm,7mm,7.5mm,8mm,8.5mm,9mm,9.5mm,10mm), Point Angle: 118degree C, Standards: Din 338, Bit Geometry: Standard Twist Bit/2 Pcs Mig Welding Pliers: Overall Length: Atleast 210mm, Material: High Carbon Steel, Handle Material: Thermoplastic Rubber/2 Pcs Needle File Set: (6 Pieces Hand Metal Files, Hardened Alloy, Strength Steel Set Includes Flat, Flat Warding, Square, Triangular, Round, And Half-round File), Color Black, Metal Type: Carbon Steel, Handle Material: Wood, Alloy Steel, Item Dimensions: Approximately 6.1" (l) X 3" (w) X 0.5" (h)/2 Pcs Portable Welding Machine: Input Voltage: 220-240, Frequency: 50-60hz, Output Current: 10-220a, Led Display, No-load Voltage: 85v, Max. Output Current: 220a, Diameter Of Electrode: 1.6-3.2mm, Inclusions: 1 Pc Electrode Holder, 1 Pc Earth Clamp With Cable/2 Pcs Speed Square: Material: Cast Aluminum, Size: About 18x18x2cm/7.09x7.09x0.79", Weight: About 130g,triangle-shaped/2 Pcs Welding Helmet: Auto Darkening Helmet: Power Supply: Battery And Solar Powered, Light Shade: Din9-1, Dark Shade: Din4, Switching Time: 1/25000s, Delay Time: 0.1-0.8s, Sensitivity Adjustment: Stepless Control, Operation Temperature: -5 Degrees- 55 Degrees, Active Viewing Area: 93mmx43mm, Active Viewing Area Size: (+/- 10mm), Item Weight: At Least 1.85 Pounds, Package Dimensions: approximately 12-12.4" (l) X 9-9.61" (w) X 7-7.68" (h)/2 Pcs Welding Magnets: 6 Pcs/set, Overall Length: At Least (3"), Hold Capacity: Up To 25lbs, Arrow Design Supports Angle: 45°, 90°, And 135°, Item Weight: 295g, Package Dimensions: 4.88 X 4.72 X 3.98 Inches, material: Steel, Magnets Size: Approximately - Top (1-1.4cm), Bottom (6.5-7cm), Side (7-7.5cm) Thickness (1-1.3cm)/2 Pcs Welding Suit: 100% Cotton With Pyrovatex, 2 Back Pockets And Rule Pocket With Safety Gusset Feature, High Quality And Long Lasting, Two Way Zipper, Approximate Cloth Size: Large/10 Pcs Camping Dome Tent: Product Dimensions: 82.7"l X 55"w X 43.5"h, Item Weight: 4 Pounds Shape: D Shape Occupancy: 2 Person Included Components: Carry Bag, Stakes, Rainfly Water Resistance Technology 1000 Millimeters, Special Feature: Windproof, Sun Protection/outdoor Mat (banig):size (48" X 75") Material: Palm Leaves (buri)/10 Pcs Double Burner Gas Stove: Stainless Top And Front, Automatic Ignition ,reversible Trivet, Double Detachable Top Burner, Removable Drip Pan, Dimension: 730mm(l) X 395mm(w) X 105mm(h)/2 Unit Lpg Tank With Gas Regulator And Accessories: Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/1 Unit Gas Range: Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h), 4-gas Burner, 62l Gas Oven, Button Ignition, Top Glass Lid, Net Weight: Maximum Of 28kg, Pan Support: Light Cast Iron Pan Support/5 Pcs Kawali: Aluminum, (diameter X Height) 28cmx8cm With Double Handle/2 Pc S Kawa: 19.5" Cast Iron With Double Handle Depth/height: 21cm (medium)/5 Pcs Wok Ladle: Material: Stainless Steel With Wooden Handle: Total Length Of Item: 24 Inches/5 Pcs Wok Spatula: Material: Stainless Steel With Wooden Handle, Total Length Of Item:24 Inches/5 Pcs Stainless Steel Long Wooden Handle Skimmer Strainer: Material: Stainless Steel, Size: 32.3*11.5cm/5 Pcs Casserole With Double Handle: Material: Aluminum, Size: 26cm, Dimension: 36(l) X 28.5(w) X 21(h)cm/5 Pcs Frying Tongs: Materials: Stainless Steel With Rubber Or Plastic Coated Handles, 12 Inch Long/5 Pcs Chopping Board: Material: Polypropylene Plastic: 8"(w) X 10"(l), 1cm (thickness)/5 Pcs Chopping Knife: 10" Stainless; Wood Handle/5 Pcs Grill/ Ihawan With Stand, Material Of Body And Stand: Stainless, 24x12x33inches (lxwxh), Depth: 5inches/1 Unit Heavy Duty Commercial Micromatic Big 7.8l Mrc-50 Rice Cooker 45cups (white)/10 Dz Melamine Round Dinner Plate: 9" Diameter, Color; White/10dz Platito (saucer): Material: Melamine Plastic, Standard Size: 6 Inch (diameter) X ¾ Inch Height/10 Pcs Serving Tray Bamboo - Wooden Tray With Handles, Color Brown Material Wood, Product Dimensions 17"l X 11"w X 2"h/10dz Drinking Glass: 8 Oz, Glass, Product Size: Base Diameter-7cm, Top Diameter: 7cm, H-11.4cm, Heat Resistant, Dishwasher Safe/10dz Spoon: Stainless, 12pcs/per Pack, Size: 8"/10dz Fork: Stainless, 12 Pcs/per Pack, Size 8"/5dz Mangkok (round Shape Bowl), Materials: Ceramic, Size: 6inch (diameter) X 5cm (height)/5 Pcs Storage Box With Wheels For Easy Transport, Measurements: L72 X W52 X H44cm, Food Grade Material, 120l Capacity, Stackable; With Lid And Handle, Color: White/2 Pcs Butcher's Knife: Materials: Stainless, Wood Handle, Size: About 10"/5 Pcs Gallon Acrylic Juice Dispenser Type: Type: Water/juice Dispensers, Overall Dimensions: Height:32 1/2 Inches, Top Diameter: 6 11/16 Inches, Capacity:1.1 Gallons, Base Material: Stainless Steel, Container Material: Acrylic, Style: Single/5 Pcs Chafing Dish Food Warmer Buffet Set: Size: 1/1pan*3, Color: Silver, Material: Stainless Steel, Product Dimensions: 13.39"l X 15.35"w X 23.62"h, Capacity: 8 Quarts/5 Pcs Chest Cooler: Item Package Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h), Package Weight: 5.76kg, Inside Dimensions: 24.95" (l) X 14.58" (w) X 14.77" (h), Material: plastic, Chamber Depth: 24.95", Capacity: 52l , Color: Blue Or Red/5 Pcs Matress: Size: Semi Double (48" X 75"), Thickness: 4"/15 Pcs Matress Size: Queen (60" X 75") Thickness: 4"/15 Pcs Pillow: Size: Standard (20" X 26")/10 Sets Bed Linen Set Of 3pcs, 1-bed Sheet Size (48" X 75"), 2-pillow Case (20" X 26")/2 Sets Bed Linen Set Of 3pcs: 1-bed Sheet Size (60" X 75"), 2-pillow Case (20" X 26")/6 Unit Electric Fan: Color: Black, Electric Fan Design: Floor Fan, Power Source: Corded Electric Style: 3-speed Ac Motor Fan, Product Dimensions: 15.75"d X 17.72"w X 53.15"h, Room Type: Bedroom, Special Feature: Oscillating, Adjustable Height, Adjustable Tilt,wattage: 60 Watt/4 Unit Industrial Ceiling Fan: Product Material: Cast Aluminum Casing, Product Specifications: 2000mm, Operating Voltage: 220v, Wind Speed: 5th Gear, Number Of Fan Product Color: Black, White, Product Power: 165w, Blades: 6 Blades/150 Pcs Monoblock Chairs: With Backrest, Seat 375mmxdepth 330mm, 2.25 Kg, Class B Plastic, Thickness: Approximately 1.5in, Color: White/15 Pcs Solid Top Round Table: Material: Plastic, Color: White, Size(cm): 115 X 74 X 4.5, Foldable Legs,diameter: 45″, 6 To 8 Seater Capacity Approved Budget For The Contract : P 3,426,136.00 Contract Duration : 30 Calendar Days Delivery Period : 7 Calendar Days After The Issuance Of Notice To Proceed Source Of Fund : Trust Fund((dole) 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Seven(7) Calendar Days. Bidders Should Have Completed For The Last Two(2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 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 Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 Until January 30, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Hold A Pre-bid Conference On January 15, 2025, 9:00am At The Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon Which Shall Be Open To All Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 30, 2025, 8:59 Am At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. 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 16. 9. Bid Opening Shall Be On January 30, 2025, 9:00 Am At The Given Address Below Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Judith O. Baeza Peso Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Publication: January 8, 2025 _____________________ Noel D. Mercado Ii Bac Chairman Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Supply & Delivery Of Various Supplies And Materials For Dole Integrated Livelihood Program And Sustainable Industry Project, With Project Identification Number Good-01-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website. The Procurement Project (referred To Herein As “project”) Is Composed Of 1 Lot Various Supplies And Materials For Livelihood Program, 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 Trust Fund(dole) In The Amount Of 2.2. The Source Of Funding Is: Three Million Four Hundred Twenty Six Thousand One Hundred Thirty Six Pesos (p 3,426,136.00) Trust Fund(dole) 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 Manual 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 Invitation To Bid 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 Inspected The Site, Determined 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, Coercive, And Obstructive 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: Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or B. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 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 At Least Equivalent To: A. For The Procurement Of Expandable 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. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.2 Subcontracting Is Not Allowed During The Bidding. 7.3 Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.4 Subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On January 15, 2025, 9:00am At The Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. 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 Indicted In Itb Clause 5.3 Should Have Completed Within The Last Two(2) 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 Apostile Convention, Only The Translated Documents Shall Be Authenticated Through The 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 From 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. 3184. 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 Custom Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other(incidental) Services, If Any, Listed In The Bds. 13. Bid And Payment Currencies 14.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Adopted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreigh 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. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 14. Bid Security 15.1. 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. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar 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. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 18.1. 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. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1 The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 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 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii(technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Option 1- One Project Having Several Items That Shall Be Awarded As One Contract. 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 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. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply & Delivery Of Various Supplies And Materials For Dole Integrated Livelihood Program And Sustainable Industry Project Brief Description: 4 Pcs Barber Brush: 23.3cmx7cm, Soft Fiber Material And Wooden Handle/4 Pcs Hair Clipper: Electric, 110v-240v, 50-60hz,all Metal Machine,led Light Display Stainless Steel Blade, Blade Width 45mm,low Noise High Power, 2000 Ma Lithium Battery, 210 Minutes Working Time,4pcs Comb Guide 3/6/10/13mm,body Size: 17x4cm, Body Weight: 371g,with Complete Accessories - Fiber Comb, Cleaning Brush, Lubricant, Charger/4 Pcs Paddle Brush:body Material: Wood, Dimensions: (lxwxh) 25x8x3cm, Brown/8pcs Spray Bottle: 250ml Plastic Hairdressing Spray Bottle/4pcs Hair Blower: 4000w Accurate Power,2-speed Settings (high & Low), 3 Temperature (cold, Hot & Hotter), Glossy, Thick Long Wires, With Light And Perfume Button/4pcs Hair Blower: 4000w Accurate Power,2-speed Settings (high & Low), 3 Temperature (cold, Hot & Hotter), Glossy, Thick Long Wires,with Light And Perfume Button/4pcs Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm,length: 20.9"/52cm,width: 14"/36cm,4 Drawers, Blower Holder/4pcs Talcum Powder: 200g, Hypo-allergenic, Dermatologist Tested/4 Pcs Cordless Clipper: Body Material: Aluminum,motor: Rotary,power/source Battery: Lithium-ion Battery (90+ Minutes Of Runtime), Blades: Titanium Blades, 3 Guide Combs Plastic Material (#1/2, #1, And #1½),cutting Lengths: 0.4-25mm,inclusions: A Blade Guard, 1 Recharging Transformer (charger), 1 Cleaning Brush, With Lubricating Oil Of At Least 5 Ml And English User Manual,product Dimension: Approximately 6.5-7" (l) X 2-3" (w),weight: Maximum Of 400g, Input: Can Be Used For 110-240 Voltage/4pcs Hair Trimmer: Running Time 120 Minutes Battery Powered, Rechargeable Li-ion Battery 1500 Mah, Dimension: Approximately 6-7" (l) X 1.5-2.5 (w), Material: Stainless,accessories: 4 Plastic Combs In Different Sizes 3mm, 6mm, 9mm, 12mm, Inclusions: 1 Recharging Transformer (charger) And 1 English User Manual, Input: Can Be Used For 110-240 Voltage/4pcs Electric Shaver: With 3d Floating Cutter Head, 40mins. Running Time For 8hrs Fully Charged, Material: Stainless Steel,product Dimension: Approximately 6.5-7" (l) X 2-3" (w),automatic Voltage 100-240v,battery: 2 Cell Nickel-metal Hydride Cylindrical Battery Pack, 4000mah,power Type: Rechargeable/4pcs Hair Shear: Material: Stainless Steel,1 Precision Scissor Approximately 6-7",1 Thinning Scissor Atleast 6",accesories: Scissors Oil Atleast 5ml/4 Pcs Razor Blades: 10pcs/box (double Edge Stainless)/4 Pcs Shaving Razor/labaha: Dimensions: Approximately 5-6" (l) X 3/4-1" (w), Material: Carbon Steel, Color: Black/ 4 Pcs Barber Skin Fade Brush: Handle: Wood, With Soft Bristles 1" (l),dimensions: Atleast 5.5" (l) X 1" (w)/4pcs Comb Set: (4pcs/set), Material: High Quality Plastic, Inclusions: #1-approx. Size: 4.88" (l) X 1.02" (w), #2-approx. Size: 7.09" (l) X 1.46" (w), #3-approx. Size: 7.87" (l) X 1.18" (w), #4-6.10" (l) X 0.20" (w)/4pcs Shaving Gel: (foam), 195g/4pcs Barber's Cape: Color: Black,about 140cm (l) X 110cm (w), Cloth: Polyester/4pcs 360 Degree Swivel Barber Chair: Classic Back Seat With Chrome Steel Base, Premium Steel Frame And High Class Foot Pump, Heavy Duty Leather Cover; Lower Height - At Least 51cm, Top Height - At Least 61cm, Sandles Height - At Least 40cm/8pcs Barber Apron: With Two Pockets, Waterproof, Material: Cotton And Acrylic, Item Size: Approx. 38-38.19" (l) X 27-27.36" (w)/ 4pcs Pomade: 80g, Water-based/26pcs Speed Square: Material: Cast Aluminum, Size: About 18x18x2cm/7.09x7.09x0.79", Weight: About 130g, Triangle-shaped/26pcs Meter Tape With Magnetic Hook: Blade Material, Nylon Coated Blade,dimensions: 16ft (l) X 25mm (w)/26pcs Circular Saw: Voltage: 220-240v, Frequency: 50-60hz, Input Power: 1400w, No-load Speed: Atleast 4800rpm, Blade Diameter: 185mm, Cutting Capacity: 45degree,44mm, 90 Degree: 65mm,maximum Cutting Depth: Atleast 90°62mm, Weight: Maximum Of 5.2kg,item Approximate Dimension: 15-17cm (h), 25-28cm (w), 30-35cm (l)/26pcs Angle Grinder: Rated Input Power: 730w, Wheel Diameter: 4", Rated Voltage: 220v,frequency: 60hz, No Load Speed: 12,000 Rpm, Weight: Approximately 1.6kg, Grinding Spindle Thread: M10, Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h )/26pcs Angle Grinder Cutting Disk: 10 Pcs. Per Set, Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8")/26 Pcs Portable Hand Drill: Power Sourced: Battery Powered - 2pc 21 Volt 1500mah Lithium-ion Batteries, Maximum Rotational Speed: 1500 Rpm, Voltage: 210v,amperage: 1.5 Amps, Chuck Size: 0.38",bit Heads Diameters: From 0.8mm-10mm,product Dimensions: 9.6" (l) X 2.1" (w) X 7.5" (h), Material: plastic, Rubber, Metal, Item Dimensions: Approx. 9.6" (l) X 2.1" (w) X 7.5" (h),item Weight: Atleast 2.5 Pounds,item Torque: 330 Inch Pounds; Inclusions: 1x21 Volt Inspiritech Cordless Power Drill, 2x Rechargeable Battery, 1x English User Manual, 10x Self-drilling Drywall Anchors,10x Screwdriver Bits, 2x Double Ended Bits, 3x Drilling Bits, 1x Magnetic Extension Socket Bit Holder, 10x Anchors With Screws,1x One-hour Fast Charger, 1x Flexible Extension Shaft, 1x Carrying Bag/26pcs Wood Planer: Rated Voltage: 220v, Rated Input Power: 600w, Cutting Width: 82mm, Load Speed: 15,000rpm, Frequency: 60hz, Weight: 3kg./26 Pcs Framing Hammer: Handle Material: Alloy Steel, Item Dimensions: Approximately 16-17" (l) X 5.75-6" (w) X 1.5-2" (h), Item Weight: Atleast 1.4 Pounds/26 Pcs Trim Hammer: Handle Material: Wood, Head Material: Alloy Steel; Item Dimensions Approximately: 14-15" (l) X 5-6"(w) X 1-2" (h),item Weight: Atleast 594 Grams/26pcs Roofing Hammer: Item Weight: 1.25 Pounds, Product Dimensions: Approx. 13.7" (l) X 6.75" (w) X 1.5" (h)/26 Pcs Chalk Line: Item Weight: 10.6 Ounces, Product Dimensions: approx. 1200" (l) X 4.72" (w) X 5.91" (h) Inches, Color: blue, Material Type: Alloy Steel, Rubber/26 Pcs Utility Knife: Handle Material: Aluminum, Material: Aluminum Alloy, Weight: 120g/pcs, Blade Size: 19mm (w) X 61mm (h) X 0.6mm (t),blade Material: Steel, Thickness: Atleast 0.6mm/26 Pcs Tin Snips: Item Weight: atleast 1 Pound, Package Dimensions: Approx. 12.36" (l) X 3.7" (w) X 1.3" (h),size: long Straight, 12 Inches Long, Blade Length: 3.20",material: Steel, Cutting Thickness Range Up To 1.2mm Carbon Steel And 0.7mm/26 Pcs Framing Square: Shorter Leg Measures At 8 Inch Outside And 6.5 Inch Inside, Longer Leg Measures At 12 Inch Outside And 11 Inch Inside,material: Carbon Steel/26 Pcs Level: Box Beam Style, Material: Aluminum,dimension: Approximately 24-24.5" (l) X 2-2.6" (w) X 1.2-1.5" (h), Weight: Atleast 0.8 Pounds/26 Pcs Electric Planer: Voltage: 220-240v,input Power: 1050w, No Load Speed: 1600rpm, Planing Width And Depth,82x3mm,heavy Duty Aluminum Base/1 Pc Meter Tape With Magnetic Hook: Blade Material: Nylon Coated Blade, Dimensions: 16ft (l) X 25mm (w)/1 Pc Air Compressor Machine: Motor Power: 1hp, Size: Approx. 935x385x800mm,voltage: 220-240v, 60hz, Speed: 3400 Rpm, Tank Capacity: 24l , Operating Pressure: Max 8 Bar, Air Displacement: 93l/min, Pump Lubricated With Oil/1 Pc Blue Painters Tape, Color: Blue, Size: Atleast 1.41" X 20m,thickness: 0.13mm, Item Weight: 1.92 Pounds, Material: Paper/2pcs Electric Spray Gun: Voltage: 220-240v~50/60hz,spraying Pressure: 0.1-0.2 Bar, Max Flow: 850ml/min, Max Viscosity: 50din-s, Container Capacity: Atleast 800ml,power Cord Length: 2m, Rated Power 500w, Spraying Pressure: Atleast 0.1-0.2bar, Item Dimensions: Approximately 13" (l) X 5" (w) X 11" (h)/1 Pc Extension Pole, (3 Stage Extender) Reach: 1.5-to-3ft,weight: Maximum Of 0.5 Pounds, Max. Standing Reach: 10ft, Material : Aluminum/2 Pcs Paint Brush Set, 5 Pcs/set, Material: Synthetic Bristle, Wood Handle, Overall Length: Atleast 11", Bristles Length: Atleast 3", Brush Width: 1", 1-1/2" 2", 2-2.5", 3"and 4"/ 5 Pcs Paint Roller, Material: Plastic,package Dimensions: Approximately 15.16" (l) X 11.22" (w) X 3.15" (h),item Weight: Atleast 1.06 Pounds, Inclusion: Roller, Atleast 7" In Length, Material: Polyester/2 Pcs Painters Gloves, 12 Pcs/pack, Material: Cotton, Color: Red/1 Pc Putty Knife/paint Scraper Set (4pcs), Stainless Steel Blade With Rubberized Handle, Blade Width: 1", 2" And 3", Length Including Handle: Approximately 8-9"/1 Pc Steel Float/plastering Trowel: Thickness: Atleast 0.7 Mm, Surface Measurement, Length: 12", Width: 4", Material: High Carbon Steel With Wood Handle/2 Pcs Lpg Tank With Gas Regulator And Accessories, Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/2 Pcs Kawali: Aluminum, (diameter X Height) 28cmx8cm With Double Handle/2 Pcs Food Warmer/chafing Dish: Rectangular, 2l Capacity, 6 Pcs In 1 Set Stainless Steel, No Side Handle, Glass Lid Cover With Handle, Dimensions: Same Sizes - 32cm (l) X 26cm (w) X 8cm (h)/2 Pcs Gas Range: Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h), 4-gas Burner, 62l Gas Oven, Button Ignition, Top Glass Lid, Net Weight: Maximum Of 28kg, Pan Support: Light Cast Iron Pan Support/2 Pcs Baking Sheet: Aluminum, 12x16 Inches/2 Pcs Digital Kitchen Scale: Accurate Measurement; Weigh Up To 5 Kg / 11 Lb Precisely In 1 G / 0.05 Oz Increments, Quality Material: Measure Food, Small Items, And Liquids With Confidence On The 304 Food-grade, Stainless Steel Platform, Approx. Dimension 7.3-7.5" (l) X 5.7-5.90" (w) X 0.6-08" (h), 2 X 1.5v Aaa Batteries/2 Pcs Measuring Cup (for Liquid Ingredients): 1 Measuring Cup With Red Graphics, Made Of Non-porous Glass That Won't Warp, Stain, Or Absorb Odors, Glass Is Preheated Oven, Microwave, Fridge, Freezer & Dishwasher Safe, Dimension: Approx. 7.13" (l) X 6.75" (w) X 4.38" (h), Measuring Capacity: 500ml/2 Pcs Measuring Cups (for Dry Ingredients): Material: Stainless Steel, 5 Pieces Per Set (1 Cup, 1/2 Cup, 1/3 Cup, 1/4 Cup, 1/8 Cup)/2 Pcs Measuring Spoons (set): 7pcs Stainless Measuring Spoon Kit, The Kit Includes: 1/8 Tsp (0.63ml), 1/4 Tsp (1.25ml), 1/2 Tsp (2.5ml), 3/4 Tsp (3.75ml), 1 Tsp (5ml), 1/2 Tbsp (7.5ml), 1 Tbsp (15ml)/2 Pcs Mixing Bowl: Medium, Approx. Diameter: 28cm, Height:11.2cm, Material: Stainless; Capacity: At Least 4l/2 Pcs Standmixer: 2-in-1 360 Automatic Rotating Bowl Electric Stand & Hand Mixer, 4.5l W/ 5-speed Turbo Function,color: Black/1 Pc Double Burner Gas Stove: Stainless Top And Front, Automatic Ignition ,reversible Trivet, Double Detachable Top Burner, Removable Drip Pan, Dimension: 730mm(l) X 395mm(w) X 105mm(h)/1 Pc Lpg Tank With Gas Regulator And Accessories: Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/1 Pc Caldero: Aluminum, #2, Diameter Height 28cmx16cm With Double Handle/2 Pcs Kawali: Aluminum, (diameter X Height) 28cmx8cm With Double Handle/1 Pc Kawa: 19.5" Cast Iron With Double Handle Depth/height: 21cm (medium)/1 Pc Food Warmer/chafing Dish: Rectangular, 2l Capacity, 6 Pcs In 1 Set Stainless Steel, No Side Handle, Glass Lid Cover With Handle, Dimensions: Same Sizes - 32cm (l) X 26cm (w) X 8cm (h)1 Pc Food Glass Display (estante): 3 Layers; 20(h)x18(w)x36(l)", Aluminum Base, Glass With Screen Door/1 Pc Casserole With Double Handle: Material: Aluminum, Size: 26cm Dimension: 36(l) X 28.5(w) X 21(h)cm/2 Pcs Frying Tongs: Materials: Stainless Steel With Rubber Or Plastic Coated Handles, 12 Inch Long/1 Pc Chopping Board: Material: Polypropylene/1 Pc Chopping Knife: 10” Stainless,wood Handle/1 Pc Butcher's Knife: Materials: Stainless, Wood Handle, Size: About 10"/1 Pc Plastic Table: 4 Seaters, Square Type With Umbrella Hole At The Center, Table Dimension: 36" (length) X 36" (width) X 30" (height), Thickness: Approximately 1.5in To 2in; Color: Beige2 Pcs Monoblock Chairs: With Backrest, Seat 375mmxdepth 330mm, 2.25 Kg, Class B Plastic, Thickness: Approximately 1.5in, Color: Beige/1 Pc Beach Umbrella: 90" Diameter X 8 Ft. Height, 8 Rib Round Metal Pole, Polyester Multi-coloured Umbrella Canopy/2 Pcs Cooler Container: Chest Insulated Cooler, Materials: Polystyrene, Sizes And Capacities: 30 Liters - 45.5cm(l) X 39cm(w) X 31cm(h),color: Blue Or Red/1 Pc Grill/ Ihawan With Stand,material Of Body And Stand: Stainless , 24x12x33inches (lxwxh), Depth: 5inches/2 Pcs Bicycle With Sidecar: Bicycle Specifications: Bmx Type Bike (frame 1//2 Gi Hd, Rim Set Front X 10 G Wide Jap Hub, Rim Set Rear X 10g Wide Jap Hub, Tire 20 X 2.125 Jumbo, Tube 20 X 2.125, Handle Bar Painted Black, Fork Ex-900 Landing Gear Cp, Head Parts Nikyo/whw, H-post Bmx Ord.m, H-grip Ord. Opc Parts Neco Bearing Type, Opc Plate 36t, Chain Cp Bmx, Freewheel 24t, Pedal Opc Bearing Type, Seat Clamp/s-pin/ S-post P, Saddle With Spring, Footbreak With Spring "full Size" Frame, 175-180mm Cranks Side Car With Umbrella Holder And 2 Chest Coolers Carrier (52l Capacity) - Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h) Materials: 1/2 J1 Pipe 540, 316 X 1 Flat Square Bar, J1 Pipe De Una 520, 1/4 X 2 Flat Bar, 6203 Gi Set, Tire 20 X 2.125 Jumbo/2 Pcs Weighing Scale: 10kg Capacity, Colored Body / Stainless Pan, Graduation: 50g, Powder Coated Body, Pan Size: 255mm Ø X 55mm Deep, Dial Face: 185mm Ø, 4 Units/master Carton/4 Pcs Plastic Fruit Crate 21 X 15 X 12 Inches/1 Pc Hair Dryer, With 3 Temperature Setting (from High To Low): Size: Atleast 200mm (h), 74mm (w), Weight: Minimum Of 315g, Wattage: 2200w, Voltage: 120-240v, Body Material: Plastic/1 Pc 2 In 1 Steam Pro Hair Straightener (straightener & Curler): Tourmaline Ceramic Wide Plates - 1.25" Wide Heating Plate, Adjustable Temperature Display - 150-235◦c, 360◦, Swivel Cord - Tangle-free, Hanger Design, Ptc Heater - Instant Heat-up/1 Pc Hair Combs: Material: Plastic, Inclusions: Flat Comb Size - 21.5cm (l) X 4.2cm (w), Massage Comb Size: 22cm (l) X 8.5cm (w), Ribs Comb Size: 21.5cm (l) X 4cm (w), Curling Comb Size: 20.2cm (l) X 2.5cm (w), Mirror Size: Atleast 22cm (l) X 10cm (w); Storage Base Size: Atleast 10cm (l) X 15cm (w), Package Size: Approx. 22-23cm (l) X 16cm (w) X 11cm (h), Package Weight: Approx. 305g/1 Pc Hair Clips: Plastic, Product Size: Approx. 4.5", Color: Black (12pcs)/1 Pc 7pcs Face Brush Set, Inclusion: Powder Brush, Size: 17cm, Bristle Length: 3.2cm, Ferrule Width:1.9cm, Powder Buffer Brush, Size: 19cm, Bristle Length: 5cm, Ferrule Width: 2.1cm,foundation Brush, Size: 17cm, Bristle Length: 3.3cm, Ferrule Width: 2.2cm, Flat Foundation Brush, Size: 17cm,bristle Length: 3.2cm; Ferrule Width:1.2cm, Highlight Brush, Size: 16.5cm,bristle Length: 2.7cm, Ferrule Width: 2.3cm,angle Cheek Brush, Size: 17cm, Bristle Length: 3.1-2.3cm,ferrule Width: 2.4cm, Highlighting Fan Brush, Size: 16.5cm, Bristle Length: 4cm, Ferrule Width: 2.5cm, With Brush Bag/1 Pc Eyelash Curler: Material: Carbon Steel, Size: Approx. 5.91 X 3.94 X 1.97"/1 Pc Eyebrow Razor: Handle Material: Plastic, Size: Approx. 6.8(l) X 2(w) X 0.1"(h), 6pcs/pack/1 Pc Makeup Sponge Set Blender: Material: Sponge, Size: Approx. 4.02 (l) X 3.94(w) X 2.52"(h), 4pcs/set/1 Pc False Eyelashes, Product Dimensions: Approx. 0.75(l) X 3.88(w) X 5.38"(h), 5pairs/pack/1 Pc Eye Shadow Pallete: 12 Curated Peach-inspired Shades, Finish Type: Metallic, Matte, Product Dimension: Approx. 0.08 (l) X 0.04 (w) X 0.06" (h)/1 Pc Contour Palette: Multi-colored, Finish Type: Matte, Package Dimension: Approx. 5.75 (l) X 4.25 (w) X 0.5" (h)/1 Pc Hypercurl Waterproof Mascara Make Up Set: Product Dimensions: Approx. 0.85 (l) X 2.75 (w) X 5.63" (h), Color: Black/1 Pc Waterproof Matte Gel Eyeliner Pencil: Item Form: Pencil, Powder, Creamy, Finish Type: Matte, Product Dimensions: About 5.77 X 1.97 X 0.81", Color: Black/1 Pc Eyebrow Gel, Waterproof: Weight: About 0.16 Oz, Product Dimension: Approx. 0.75 (l) X 1.9 (w) X 5.65 (h) Inches, Color Black, Brown/1 Pc Blush On, 3 Complimentary Skin-flushed Shades, Product Dimensions: Approx. 2.89 (l) X 0.43 (w) X 2.33" (h)/1 Pc Powder Blush Makeup Palette, Product Dimensions: approx. 2.43 (l) X 2.43 (w) X 0.66" (h)/1 Pc Eye Shadow Palette; 12 Curated Peach-inspired Shades, Finished Type:metallic,matte, Product Dimensions:approx 0.08(l)x0.04(w) X0.06”(h)/ 1 Pc Applicator Brush And Plastic Comb: 13cm Black, Double-sided Comb, Pointed Handle For Sectioning Hair/1 Pc Hair Clipper: Electric; 110v-240v, 50-60hz,all Metal Machine, Led Light Display Stainless Steel Blade, Blade Width 45mm,low Noise High Power, 2000 Ma Lithium Battery, 210 Minutes Working Time, 4pcs Comb Guide 3/6/10/13mm, Body Size: 17x4cm, Body Weight: 371g, With Complete Accessories - Fiber Comb: Cleaning Brush, Lubricant, Charger/1 Pc Spray Bottle: 250ml Plastic Hairdressing Spray Bottle/1 Pc Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm, Length: 20.9"/52cm, Width: 14"/36cm, 4 Drawers, Blower Holder/1 Pc Curling Iron: 220v Power, 4gen; White, 32x25x13mm, Energy Efficient-48w,360degree Rotating Tail, Automatic Hair Curler, Iron Ceramic, Adjustable Size/1 Pc Apron: Length: 76cm, Width: 59cm, Color: Black, Material: Nylon, Waterproof/1 Pc Curling Rod: Small, 2cm, Cylindrical, Plastic Resin With Rubber Band Kits,multi-color/1 Pc Curling Rod: Medium, 2.5cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/1 Pc Curling Rod: Large, 3cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/1 Pc Spray Net: 600ml, 27.5cm, Hard Hold/1 Pc Hair Spray Aerosol Extra Hold: Weight: About 7ounces /198g, Scented, Package Dimensions: 7.83 X 6.69 X 2.17"/1 Pc Hair Trimmer: Running Time 120 Minutes Battery Powered,rechargeable Li-ion Battery 1500 Mah, Dimension: Approximately 6-7" (l) X 1.5-2.5 (w), Material: Stainless; Accessories: 4 Plastic Combs In Different Sizes 3mm, 6mm, 9mm, 12mm, Inclusions: 1 Recharging Transformer (charger), And 1 English User Manual, Input: Can Be Used For 110-240 Voltage/3 Pcs Hair Dryer, With 3 Temperature Setting (from High To Low): Size: Atleast 200mm (h), 74mm (w), Weight: Minimum Of 315g, Wattage: 2200w, Voltage: 120-240v,body Material: Plastic/3 Pcs 2 In 1 Steam Pro Hair Straightener (straightener & Curler): Tourmaline Ceramic Wide Plates - 1.25" Wide Heating Plate, Adjustable Temperature Display - 150-235◦c, 360◦, Swivel Cord - Tangle-free; Hanger Design, Ptc Heater - Instant Heat-up/3 Pcs Hair Combs: Material: Plastic, Inclusions: Flat Comb Size - 21.5cm (l) X 4.2cm (w), Massage Comb Size: 22cm (l) X 8.5cm (w), Ribs Comb Size: 21.5cm (l) X 4cm (w),curling Comb Size: 20.2cm (l) X 2.5cm (w), Mirror Size: Atleast 22cm (l) X 10cm (w), Storage Base Size: Atleast 10cm (l) X 15cm (w),package Size: Approx. 22-23cm (l) X 16cm (w) X 11cm (h), Package Weight: Approx. 305g/3 Pcs Hair Clips: Plastic, Product Size: Approx. 4.5",color: Black (12pcs)/3 Pcs Disposable Latex Free Gloves: Non-sterile, 100 Pcs Per Pack, Product Dimensions: Approx. 8.6" (l) X 4.9" (w) X 3" (h), Weight: 1.25 Pounds, Material: Synthetic Pvc/3 Pcs Cutting Scissors: 6" Stainless Steel, 65g/3 Pcs Thinning Scissors: 17.5x5cm Stainless Steel/3 Pcs Drip Pan: 32cmx35cm Plastic, Black/3 Pcs Hair Clipper: Electric,110v-240v, 50-60hz,all Metal Machine,led Light Display Stainless Steel Blade, Blade Width 45mm, Low Noise High Power, 2000 Ma Lithium Battery, 210 Minutes Working Time, 4pcs Comb Guide 3/6/10/13mm, Body Size: 17x4cm, Body Weight: 371g,with Complete Accessories - Fiber Comb, Cleaning Brush, Lubricant, Charger/3 Pcs Nail Tool Set: Material: Stainless Steel, Case: Leather, Package Size: Approximately 15-15.5cm (l) X 8cm (w) X 2cm (h),inclusions: Cuticle Trimmer (95mm), Blackhead Needle And Loop Remover (83mm), Eyebrow Tweezer (86mm) Peeling Knife (90mm), Nail File (75mm), Ear Pick (78mm), Double Pick (75mm), Dead Skin Fork (86mm), Small Pedicure Plier (95mm), Acne Needle (83mm), Small Nail Clipper (62mm) Bevel Nail Clipper (61mm), Large Nail Clipper (82mm), Beauty Tip Scissor (89mm), Pusher/3 Pcs Cotton Balls: 300g (100 Pcs Large Cotton Balls)/3 Pcs Nail Polish: Volume: 15ml, With 24 Colors Inclusions: 14k Gold, 18k Gold, 24k Gold, African Plum, Baby Pink, Black Velvet, Carolina Peach, Cashmere, Emerald Shimmer, Golden Bronze, Italian Nude, Platinum Special, Pussy Red, Red Pearl, Saphire Glow, Silver Platinum, Simply Red, Tahiti Brown, White Satin, White Rose, Platinum Silver, Touch Of Tan, Touch Of Beige, Colorless/3 Pcs Foot Spa Soaker: With Pumice Stone, Package Dimensions: Approximately 16.42" X 13.58" X 7.91", Weight: About 4.63 Pounds, Rated Power: 500 Watts, Rated Voltage: 110~120v, Rated Frequency: 50hz, Temperature Adjustable Range: 35℃ To 48℃/3 Pcs Astringent Foot Soaker: 128oz/3 Pcs Cooling Foot Soak: Product Dimensions: approximately 6.5-7" X 2.38-2.50" X 9.259.50", Weight: Atleast 900g/3 Pcs Exfoliating Foot Scrub: Package Dimensions: Approximately 7.05-7.50" X 2.32-3" X 1.97-2", Weight: Atleast 6oz/3 Pcs Foot File And Callus Remover: Material: Metal, Steel, Item Dimensions: Approx. 10-10.78" X 2.7" X 0.29", Item Weight: 3.2 Pounds/3 Pcs Foot Scrub/3 Pcs Manicurist Bag: Made Of Heavy Duty Nylon, Large Capacity: Enough Room To Hold Up To 42 Bottles Of 15ml Nail Polish, Size: Approx. 8-9" (l) X 6-7" (w) X 4-5" (h)/3 Pcs Spray Bottle: 250ml Plastic Hairdressing Spray Bottle/3 Pcs Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm, Length: 20.9"/52cm, Width: 14"/36cm, 4 Drawers, Blower Holder/3 Pcs Apron: Length: 76cm, Width: 59cm,color: Black,material: Nylon, Waterproof/3 Pcs Alcohol: 70% Ethyl Alcohol With Moisturizer,500ml/3 Pcs Shampoo: 1000ml, Green Apple And Citrus Lemon Variant/3 Pcs Hair Spa: 1000ml, Lavender And Strawberry Variant/3 Pcs Hot Oil: Keratin Organic Hot Oil, 1000ml, Aloe Vera Variant/3 Pcs Hair Cellophane: 500ml, Natural, Brown,burgundy And Ash Blonde Variant/3 Pcs Hair Rebonding Set: 1000ml Hair Straightening And Hair Neutralizing (ion Perm)/3 Pcs Hair Color Dye:100 Ml, 2pcs Each (black, Dark Brown, Medium Brown, Light Brown, Blonde, Light Blond, Lighter Blonde, Lightest Blonde, Dust)/3 Pcs Hair Color Developer: 100ml 2pcs Each 6%, 9%, 12% Oxidizer/3 Pcs Hair Bleaching Powder: 500g/3 Pcs Brazilian Blowout: 120ml, 3-in-1 Set (clarifying Shampoo, Brazilian Blowout, After Treatment Conditioner)/24 Pcs Hair Dryer, With 3 Temperature Setting (from High To Low): Size: Atleast 200mm (h), 74mm (w), Weight: Minimum Of 315g, Wattage: 2200w, Voltage: 120-240v, Body Material: Plastic/24 Pcs 2 In 1 Steam Pro Hair Straightener (straightener & Curler): Tourmaline Ceramic Wide Plates - 1.25" Wide Heating Plate, Adjustable Temperature Display - 150-235◦c, 360◦,swivel Cord - Tangle-free, Hanger Design, Ptc Heater - Instant Heat-up/24 Pcs Hair Combs: Material: Plastic, Inclusions: Flat Comb Size - 21.5cm (l) X 4.2cm (w), Massage Comb Size: 22cm (l) X 8.5cm (w), Ribs Comb Size: 21.5cm (l) X 4cm (w), Curling Comb Size: 20.2cm (l) X 2.5cm (w), Mirror Size: Atleast 22cm (l) X 10cm (w), Storage Base Size: Atleast 10cm (l) X 15cm (w), Package Size: Approx. 22-23cm (l) X 16cm (w) X 11cm (h), Package Weight: Approx. 305g/24 Pcs Hair Clips: Plastic, Product Size: Approx. 4.5", Color: Black (12pcs)/24 Pcs Disposable Latex Free Gloves: Non-sterile, 100 Pcs Per Pack, Product Dimensions: Approx. 8.6" (l) X 4.9" (w) X 3" (h), Weight: 1.25 Pounds, Material: Synthetic Pvc/24 Pcs Drip Pan: 32cmx35cm Plastic, Black/24 Pcs Shower Caps: 32cm, Thick Plastic, Elastic, Washable/24 Pcs Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm, Length: 20.9"/52cm, Width: 14"/36cm, 4 Drawers, Blower Holder/24 Pcs Curling Iron: 220v Power, 4gen, White, 32x25x13mm, Energy Efficient-48w, 360degree Rotating Tail, Automatic Hair Curler, Iron Ceramic, Adjustable Size/24 Pcs Hair Steamer: With 4 Wheels, 360degrees Movable, Gray Color, Adjustable Height With Timer And Control/120 Pcs Cape: 140x110cm, Satin, Nylon, Waterproof, Black/72 Pcs Microfiber Towel: 25x65cm, 135g, Microfiber, Dark Colors/24 Pcs Curling Rod:small, 2cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/24 Pcs Curling Rod: Medium, 2.5cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/24 Pcs Curling Rod: Large, 3cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/120 Pcs Ear Caps: (l X W X T): 8cm X 4.5cm X 2.1cm/3.15" X 1.77" X 0.83", Black,plastic/24 Pcs Shampoo: 1000ml, Green Apple And Citrus Lemon Variant/24 Pcs Hair Spa: 1000ml, Lavender And Strawberry Variant/24 Pcs Hot Oil: Keratin Organic Hot Oil, 1000ml, Aloe Vera Variant/24 Pcs Hair Cellophane: 500ml, Natural, Brown, Burgundy And Ash Blonde Variant/24 Pcs Hair Rebonding Set: 1000ml Hair Straightening And Hair Neutralizing (ion Perm)/24 Pc Hair Color Dye:100 Ml, 2pcs Each (black, Dark Brown, Medium Brown, Light Brown, Blonde, Light Blond, Lighter Blonde, Lightest Blonde, Dust)/24 Pcs Hair Color Developer: 100ml 2pcs Each 6%, 9%, 12% Oxidizer/24 Pcs Hair Bleaching Powder: 500g/24 Pcs Brazilian Blowout: 120ml, 3-in-1 Set (clarifying Shampoo, Brazilian Blowout, After Treatment Conditioner)/24 Pcs Hair Shear: Material: Stainless Steel, 1 Precision Scissor Approximately 6-7",1 Thinning Scissor Atleast 6", Accesories: Scissors Oil Atleast 5ml/34 Pcs Angle Grinder Cutting Disk: 10 Pcs. Per Set, Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8")/34 Pcs Crow Bar: At Least 36" Long,length Tolerance: +- 1/8, Material: Forged Steel Carbon/34 Pcs Claw Hammer: Round Head, Head Weight: At Least 16oz, Overall Weight: Approximately 17oz-23oz, Head Material: Forged Steel, Handle Material: Fiberglass Handle With Rubber Cushion, Overall Length: Approximately 12-14"/34 Pcs Hacksaw With Blade: Material: Aluminum Alloy Frame With Soft-grip Handle, At Least 12"-15" Long Including Handle, With Soft-grip Rubber Handle, Bi-metal, Blade Length: About 30cm, Width: 3cm/34 Pcs Meter Tape With Magnetic Hook: Blade Material: Nylon Coated Blade, Dimensions: 16ft (l) X 25mm (w)/34 Pcs Handsaw: Blade Length: About 15",blade Material: Carbon Steel, Handle Length: 5", Handle Material: Plastic/rubber, Color: Gray,8 Teeth Per Inch/34 Pcs Shovel: Round End, Tempered Steel Blade: 17-23 Cm, Blade Tip Width, 22-28cm Blade Tip Length, All Metal Handle, Overall Length: 100cm-115 Cm, Capacity: 350-400 Lbs/34 Pcs Shovel: Rectangular End, Tempered Steel Blade: 22-26 Cm, Blade Tip Width, 22-28cm Blade Tip Length, All Metal Handle, Overall Length: 100cm-115 Cm/34 Pcs Level Bar: Aluminum Frame, Length: At Least 24"/60cm, Aluminum Thickness: 1.5mm, Double Side Milles, 0.5mm/m Accurate Vials/34 Pcs Steel Float/plastering Trowel: Thickness: At Least 0.7 Mm, Surface Measurement, Length: 12", Width: 4", Mmaterial: High Carbon Steel With Wood Handle/34 Pcs Steel Square: Carpenter's Framing Square, Blade Width: 2" Scale: At Least 16" (l) X 24" (w), Material: Steel/34 Pcs Masonry Trowel: Length: At Least 12"long, Width: 6", Material: Flat Steel, With Wood Handle/34 Pcs Circular Saw: Voltage: 220-240v, Frequency: 50-60hz, Input Power: 1400w, No-load Speed: Atleast 4800rpm, Blade Diameter: 185mm, Cutting Capacity: 45degree: 44mm, 90 Degree: 65mm, Maximum Cutting Depth: Atleast 90°62mm, Weight: Maximum Of 5.2kg, Item Approximate Dimension: 15-17cm (h), 25-28cm (w), 30-35cm (l)/34 Pcs Masonry Square/metric Square: Material: Aluminum, Length: Approx. 24", Width: 16", 1/8 '' Thickness/34 Pcs Mason's Level: At Least 48'' Long, Aluminum Reinforced Frame, 60cm Only/34 Pcs Sledgehammer: Weight: At Least 3 Lbs With Fiberglass Handle, Forged Steel Round Head, Length: Approximately 25-27"/34 Pcs Concrete Chisel: Pointed Sharp End, Material: Forged Steel Chisel, With Rubberized Handle, Length: Approximately 10''/34 Pcs Putty Knife/paint Scraper Set (4pcs): Stainless Steel Blade With Rubberized Handle, Blade Width: 1", 2" And 3", Length Including Handle: Approximately 8-9"/34 Pcs Mason's Line: #18 Braided Nylon, 500 Ft/roll, Color Orange/34 Pcs Hammer Drill: Electric, 1980w 220v, Rated Frequency: 50/60hz, Load Speed: 0-3800rpm (revolutions Per Minute), Chuck: 13mm With Ergonomic Anti-slip Handle/34 Pcs Angle Grinder: Rated Input Power: 730w, Wheel Diameter: 4",rated Voltage: 220v, Frequency: 60hz, No Load Speed: 12,000 Rpm, Weight: Approximately 1.6kg, Grinding Spindle Thread: M10, Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h )/34 Pcs Wooden Float: Size: At Least 12x4", Has 5/8" Thick Rubber Pad, With Wooden Handle/4 Pcs Nail Tool Set: Material: Stainless Steel, Case: Leather, Package Size: Approximately 15-15.5cm (l) X 8cm (w) X 2cm (h), Inclusions: Cuticle Trimmer (95mm), Blackhead Needle And Loop Remover (83mm), Eyebrow Tweezer (86mm) Peeling Knife (90mm), Nail File (75mm), Ear Pick (78mm), Double Pick (75mm), Dead Skin Fork (86mm), Small Pedicure Plier (95mm), Acne Needle (83mm), Small Nail Clipper (62mm) Bevel Nail Clipper (61mm), Large Nail Clipper (82mm), Beauty Tip Scissor (89mm), Pusher/4 Pcs Cotton Balls: 300g (100 Pcs Large Cotton Balls)/4 Pcs Nail Polish: Volume: 15ml, With 24 Colors Inclusions: 14k Gold, 18k Gold, 24k Gold, African Plum, Baby Pink, Black Velvet, Carolina Peach, Cashmere, Emerald Shimmer, Golden Bronze, Italian Nude, Platinum Special, Pussy Red, Red Pearl, Sapphire Glow, Silver Platinum, Simply Red, Tahiti Brown, White Satin, White Rose, Platinum Silver, Touch Of Tan, Touch Of Beige, Colorless/4 Pcs Foot Spa Soaker: With Pumice Stone, Package Dimensions: Approximately 16.42" X 13.58" X 7.91", Weight: About 4.63 Pounds, Rated Power: 500 Watts, Rated Voltage: 110~120v, Rated Frequency: 50hz, Temperature Adjustable Range: 35℃ To 48℃/2 Pcs Astringent Foot Soaker: 128oz/2 Pcs Cooling Foot Soak: Product Dimensions: approximately 6.5-7" X 2.38-2.50" X 9.259.50", Weight: Atleast 900g/2 Pcs Exfoliating Foot Scrub: Package Dimensions: Approximately 7.05-7.50" X 2.32-3" X 1.97-2", Weight: Atleast 6oz/4 Pcs Foot File And Callus Remover: Material: Metal, Steel, Item Dimensions: Approx. 10-10.78" X 2.7" X 0.29", Item Weight: 3.2 Pounds/2 Pcs Foot Scrub/2 Pcs Manicurist Bag: Made Of Heavy Duty Nylon, Large Capacity: Enough Room To Hold Up To 42 Bottles Of 15ml Nail Polish, Size: Approx. 8-9" (l) X 6-7" (w) X 4-5" (h)/6 Pcs Microfiber Towel: 25x65cm, 135g, Microfiber,dark Colors/2 Pcs Alcohol: 70% Ethyl Alcohol With Moisturizer, 500ml/1 Pc Double Burner Gas Stove: Stainless Top And Front, Automatic Ignition ,reversible Trivet, Double Detachable Top Burner, Removable Drip Pan, Dimension: 730mm(l) X 395mm(w) X 105mm(h)/1 Pc Lpg Tank With Gas Regulator And Accessories: Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/2 Pcs Kawa: 19.5" Cast Iron With Double Handle Depth/height: 21cm (medium)/1 Pc Plastic Table: 4 Seaters, Square Type With Umbrella Hole At The Center, Table Dimension: 36" (length) X 36" (width) X 30" (height), Thickness: Approximately 1.5in To 2in, Color: Beige/1 Pc Monoblock Chairs: With Backrest, Seat 375mmxdepth 330mm, 2.25 Kg, Class B Plastic, Thickness: Approximately 1.5in, Color: Beige/1 Pc Peanut Grinding Machine: Electric, 220v, 300w, 50-60hz,material: High Quality Stainless Steel Body And Base, Color: Black, Dimension: Approx. Length: 43.5cm, Width: 23cm, Height: 13.5cm/1 Pc Hand Cobbler Shoe Repair Machine Dual Cotton Nylon Line Sewing Machine Manual Leather Machine Shoe Sewing Machine Color Silver: Product Dimensions 14.4"d X 20.5"w X 5.5"h, Material: Cast Iron Item Weight: 22 Pounds, Power Source: Crank/5 Pcs Wooden Handle Shoes Repairing Awl Shoe Sewing Tool Diy Craft Repair Hand Straight Hook Shoes Sewing Awl Type: Shoes Sewing Awl Material: Wood+metal, Features: Shoes Sewing Awl, Repair Hand , Crochet Needle Tool Dimension: 1: App.2x13.5x6cm/0.79x5.31x2.36in 2: App.2x13x5.5cm/0.79x5.12x2.17in 3: App.2x13x5.5cm/0.79x5.12x2.17in, Color: Wood Color + Silver/5 Pcs Upholstery Stitching Thread Black 100 Mtr. 1 Pc Upholstery Hand Stitching Tools For Belts, Saddles, Shoes, Fabric Household Use Handwork Sewing Leather Craft Shoes Repairing/5 Pcs Upholstery Stitching Thread Brown 100 Mtr 1 Pc Upholstery Hand Stitching Tools For Belts, Saddles, Shoes, Fabric Household Use Handwork Sewing Leather Craft Shoes Repairing/5 Pcs Upholstery Stitching Thread White 100 Mtr. 1 Pc Upholstery Hand Stitching Tools For Belts, Saddles, Shoes, Fabric Household Use Handwork Sewing Leather Craft Shoes Repairing/2 Pcs Angle Grinder Cutting Disk: 10 Pcs. Per Set, Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8")/2 Pcs Angle Grinder: Rated Input Power: 730w, Wheel Diameter: 4", Rated Voltage: 220v,frequency: 60hz, No Load Speed: 12,000 Rpm, Weight: Approximately 1.6kg, Grinding Spindle Thread: M10, Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h)/2 Pcs Chipping Hammer: Item Weight: at Least 13.8 Ounces, Product Dimensions: 11" (l) X 1" (w) X 7.5" (h), Material: Genuine Leather Grip And Forged Steel/2 Pcs Heavy Duty Corded Drill: Rated Input Power: 750w, Chuck Capacity: Up To 13mm, Drill Capacity: Metal (16mm), Wood (25mm), Masonry (12mm), Dimension: 268mm (l) X 69mm (w) X 192mm (h), Weight W/out Cable: Approximately 1.6-1.8 Kg, Spindle Collar Diameter Of 43 Mm/2 Pcs Metal Drill Bit Set: Material: High Speed Steel, 19pcs Per Set(1mm,1.5mm,2mm,2.5mm,3mm,3.5mm,4mm,4.5mm,5mm,5.5mm,6mm,6.5mm,7mm,7.5mm,8mm,8.5mm,9mm,9.5mm,10mm), Point Angle: 118degree C, Standards: Din 338, Bit Geometry: Standard Twist Bit/2 Pcs Mig Welding Pliers: Overall Length: Atleast 210mm, Material: High Carbon Steel, Handle Material: Thermoplastic Rubber/2 Pcs Needle File Set: (6 Pieces Hand Metal Files, Hardened Alloy, Strength Steel Set Includes Flat, Flat Warding, Square, Triangular, Round, And Half-round File), Color Black, Metal Type: Carbon Steel, Handle Material: Wood, Alloy Steel, Item Dimensions: Approximately 6.1" (l) X 3" (w) X 0.5" (h)/2 Pcs Portable Welding Machine: Input Voltage: 220-240, Frequency: 50-60hz, Output Current: 10-220a, Led Display, No-load Voltage: 85v, Max. Output Current: 220a, Diameter Of Electrode: 1.6-3.2mm, Inclusions: 1 Pc Electrode Holder, 1 Pc Earth Clamp With Cable/2 Pcs Speed Square: Material: Cast Aluminum, Size: About 18x18x2cm/7.09x7.09x0.79", Weight: About 130g,triangle-shaped/2 Pcs Welding Helmet: Auto Darkening Helmet: Power Supply: Battery And Solar Powered, Light Shade: Din9-1, Dark Shade: Din4, Switching Time: 1/25000s, Delay Time: 0.1-0.8s, Sensitivity Adjustment: Stepless Control, Operation Temperature: -5 Degrees- 55 Degrees, Active Viewing Area: 93mmx43mm, Active Viewing Area Size: (+/- 10mm), Item Weight: At Least 1.85 Pounds, Package Dimensions: approximately 12-12.4" (l) X 9-9.61" (w) X 7-7.68" (h)/2 Pcs Welding Magnets: 6 Pcs/set, Overall Length: At Least (3"), Hold Capacity: Up To 25lbs, Arrow Design Supports Angle: 45°, 90°, And 135°, Item Weight: 295g, Package Dimensions: 4.88 X 4.72 X 3.98 Inches, material: Steel, Magnets Size: Approximately - Top (1-1.4cm), Bottom (6.5-7cm), Side (7-7.5cm) Thickness (1-1.3cm)/2 Pcs Welding Suit: 100% Cotton With Pyrovatex, 2 Back Pockets And Rule Pocket With Safety Gusset Feature, High Quality And Long Lasting, Two Way Zipper, Approximate Cloth Size: Large/10 Pcs Camping Dome Tent: Product Dimensions: 82.7"l X 55"w X 43.5"h, Item Weight: 4 Pounds Shape: D Shape Occupancy: 2 Person Included Components: Carry Bag, Stakes, Rainfly Water Resistance Technology 1000 Millimeters, Special Feature: Windproof, Sun Protection/outdoor Mat (banig):size (48" X 75") Material: Palm Leaves (buri)/10 Pcs Double Burner Gas Stove: Stainless Top And Front, Automatic Ignition ,reversible Trivet, Double Detachable Top Burner, Removable Drip Pan, Dimension: 730mm(l) X 395mm(w) X 105mm(h)/2 Unit Lpg Tank With Gas Regulator And Accessories: Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/1 Unit Gas Range: Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h), 4-gas Burner, 62l Gas Oven, Button Ignition, Top Glass Lid, Net Weight: Maximum Of 28kg, Pan Support: Light Cast Iron Pan Support/5 Pcs Kawali: Aluminum, (diameter X Height) 28cmx8cm With Double Handle/2 Pc S Kawa: 19.5" Cast Iron With Double Handle Depth/height: 21cm (medium)/5 Pcs Wok Ladle: Material: Stainless Steel With Wooden Handle: Total Length Of Item: 24 Inches/5 Pcs Wok Spatula: Material: Stainless Steel With Wooden Handle, Total Length Of Item:24 Inches/5 Pcs Stainless Steel Long Wooden Handle Skimmer Strainer: Material: Stainless Steel, Size: 32.3*11.5cm/5 Pcs Casserole With Double Handle: Material: Aluminum, Size: 26cm, Dimension: 36(l) X 28.5(w) X 21(h)cm/5 Pcs Frying Tongs: Materials: Stainless Steel With Rubber Or Plastic Coated Handles, 12 Inch Long/5 Pcs Chopping Board: Material: Polypropylene Plastic: 8"(w) X 10"(l), 1cm (thickness)/5 Pcs Chopping Knife: 10" Stainless; Wood Handle/5 Pcs Grill/ Ihawan With Stand, Material Of Body And Stand: Stainless, 24x12x33inches (lxwxh), Depth: 5inches/1 Unit Heavy Duty Commercial Micromatic Big 7.8l Mrc-50 Rice Cooker 45cups (white)/10 Dz Melamine Round Dinner Plate: 9" Diameter, Color; White/10dz Platito (saucer): Material: Melamine Plastic, Standard Size: 6 Inch (diameter) X ¾ Inch Height/10 Pcs Serving Tray Bamboo - Wooden Tray With Handles, Color Brown Material Wood, Product Dimensions 17"l X 11"w X 2"h/10dz Drinking Glass: 8 Oz, Glass, Product Size: Base Diameter-7cm, Top Diameter: 7cm, H-11.4cm, Heat Resistant, Dishwasher Safe/10dz Spoon: Stainless, 12pcs/per Pack, Size: 8"/10dz Fork: Stainless, 12 Pcs/per Pack, Size 8"/5dz Mangkok (round Shape Bowl), Materials: Ceramic, Size: 6inch (diameter) X 5cm (height)/5 Pcs Storage Box With Wheels For Easy Transport, Measurements: L72 X W52 X H44cm, Food Grade Material, 120l Capacity, Stackable; With Lid And Handle, Color: White/2 Pcs Butcher's Knife: Materials: Stainless, Wood Handle, Size: About 10"/5 Pcs Gallon Acrylic Juice Dispenser Type: Type: Water/juice Dispensers, Overall Dimensions: Height:32 1/2 Inches, Top Diameter: 6 11/16 Inches, Capacity:1.1 Gallons, Base Material: Stainless Steel, Container Material: Acrylic, Style: Single/5 Pcs Chafing Dish Food Warmer Buffet Set: Size: 1/1pan*3, Color: Silver, Material: Stainless Steel, Product Dimensions: 13.39"l X 15.35"w X 23.62"h, Capacity: 8 Quarts/5 Pcs Chest Cooler: Item Package Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h), Package Weight: 5.76kg, Inside Dimensions: 24.95" (l) X 14.58" (w) X 14.77" (h), Material: plastic, Chamber Depth: 24.95", Capacity: 52l , Color: Blue Or Red/5 Pcs Matress: Size: Semi Double (48" X 75"), Thickness: 4"/15 Pcs Matress Size: Queen (60" X 75") Thickness: 4"/15 Pcs Pillow: Size: Standard (20" X 26")/10 Sets Bed Linen Set Of 3pcs, 1-bed Sheet Size (48" X 75"), 2-pillow Case (20" X 26")/2 Sets Bed Linen Set Of 3pcs: 1-bed Sheet Size (60" X 75"), 2-pillow Case (20" X 26")/6 Unit Electric Fan: Color: Black, Electric Fan Design: Floor Fan, Power Source: Corded Electric Style: 3-speed Ac Motor Fan, Product Dimensions: 15.75"d X 17.72"w X 53.15"h, Room Type: Bedroom, Special Feature: Oscillating, Adjustable Height, Adjustable Tilt,wattage: 60 Watt/4 Unit Industrial Ceiling Fan: Product Material: Cast Aluminum Casing, Product Specifications: 2000mm, Operating Voltage: 220v, Wind Speed: 5th Gear, Number Of Fan Product Color: Black, White, Product Power: 165w, Blades: 6 Blades/150 Pcs Monoblock Chairs: With Backrest, Seat 375mmxdepth 330mm, 2.25 Kg, Class B Plastic, Thickness: Approximately 1.5in, Color: White/15 Pcs Solid Top Round Table: Material: Plastic, Color: White, Size(cm): 115 X 74 X 4.5, Foldable Legs,diameter: 45″, 6 To 8 Seater Capacity B. Completed Within The Last Two(2) Years From The Date Of The Submission Of Bids 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 12 The Price Of Goods Shall Be Quoted Ddp Lgu-irosin, Irosin, Sorsogon. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.3 Various Supplies And Materials For Dole Integrated Livelihood Program And Sustainable Industry Project 4 Pcs Barber Brush: 23.3cmx7cm, Soft Fiber Material And Wooden Handle/4 Pcs Hair Clipper: Electric, 110v-240v, 50-60hz,all Metal Machine,led Light Display Stainless Steel Blade, Blade Width 45mm,low Noise High Power, 2000 Ma Lithium Battery, 210 Minutes Working Time,4pcs Comb Guide 3/6/10/13mm,body Size: 17x4cm, Body Weight: 371g,with Complete Accessories - Fiber Comb, Cleaning Brush, Lubricant, Charger/4 Pcs Paddle Brush:body Material: Wood, Dimensions: (lxwxh) 25x8x3cm, Brown/8pcs Spray Bottle: 250ml Plastic Hairdressing Spray Bottle/4pcs Hair Blower: 4000w Accurate Power,2-speed Settings (high & Low), 3 Temperature (cold, Hot & Hotter), Glossy, Thick Long Wires, With Light And Perfume Button/4pcs Hair Blower: 4000w Accurate Power,2-speed Settings (high & Low), 3 Temperature (cold, Hot & Hotter), Glossy, Thick Long Wires,with Light And Perfume Button/4pcs Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm,length: 20.9"/52cm,width: 14"/36cm,4 Drawers, Blower Holder/4pcs Talcum Powder: 200g, Hypo-allergenic, Dermatologist Tested/4 Pcs Cordless Clipper: Body Material: Aluminum,motor: Rotary,power/source Battery: Lithium-ion Battery (90+ Minutes Of Runtime), Blades: Titanium Blades, 3 Guide Combs Plastic Material (#1/2, #1, And #1½),cutting Lengths: 0.4-25mm,inclusions: A Blade Guard, 1 Recharging Transformer (charger), 1 Cleaning Brush, With Lubricating Oil Of At Least 5 Ml And English User Manual,product Dimension: Approximately 6.5-7" (l) X 2-3" (w),weight: Maximum Of 400g, Input: Can Be Used For 110-240 Voltage/4pcs Hair Trimmer: Running Time 120 Minutes Battery Powered, Rechargeable Li-ion Battery 1500 Mah, Dimension: Approximately 6-7" (l) X 1.5-2.5 (w), Material: Stainless,accessories: 4 Plastic Combs In Different Sizes 3mm, 6mm, 9mm, 12mm, Inclusions: 1 Recharging Transformer (charger) And 1 English User Manual, Input: Can Be Used For 110-240 Voltage/4pcs Electric Shaver: With 3d Floating Cutter Head, 40mins. Running Time For 8hrs Fully Charged, Material: Stainless Steel,product Dimension: Approximately 6.5-7" (l) X 2-3" (w),automatic Voltage 100-240v,battery: 2 Cell Nickel-metal Hydride Cylindrical Battery Pack, 4000mah,power Type: Rechargeable/4pcs Hair Shear: Material: Stainless Steel,1 Precision Scissor Approximately 6-7",1 Thinning Scissor Atleast 6",accesories: Scissors Oil Atleast 5ml/4 Pcs Razor Blades: 10pcs/box (double Edge Stainless)/4 Pcs Shaving Razor/labaha: Dimensions: Approximately 5-6" (l) X 3/4-1" (w), Material: Carbon Steel, Color: Black/ 4 Pcs Barber Skin Fade Brush: Handle: Wood, With Soft Bristles 1" (l),dimensions: Atleast 5.5" (l) X 1" (w)/4pcs Comb Set: (4pcs/set), Material: High Quality Plastic, Inclusions: #1-approx. Size: 4.88" (l) X 1.02" (w), #2-approx. Size: 7.09" (l) X 1.46" (w), #3-approx. Size: 7.87" (l) X 1.18" (w), #4-6.10" (l) X 0.20" (w)/4pcs Shaving Gel: (foam), 195g/4pcs Barber's Cape: Color: Black,about 140cm (l) X 110cm (w), Cloth: Polyester/4pcs 360 Degree Swivel Barber Chair: Classic Back Seat With Chrome Steel Base, Premium Steel Frame And High Class Foot Pump, Heavy Duty Leather Cover; Lower Height - At Least 51cm, Top Height - At Least 61cm, Sandles Height - At Least 40cm/8pcs Barber Apron: With Two Pockets, Waterproof, Material: Cotton And Acrylic, Item Size: Approx. 38-38.19" (l) X 27-27.36" (w)/ 4pcs Pomade: 80g, Water-based/26pcs Speed Square: Material: Cast Aluminum, Size: About 18x18x2cm/7.09x7.09x0.79", Weight: About 130g, Triangle-shaped/26pcs Meter Tape With Magnetic Hook: Blade Material, Nylon Coated Blade,dimensions: 16ft (l) X 25mm (w)/26pcs Circular Saw: Voltage: 220-240v, Frequency: 50-60hz, Input Power: 1400w, No-load Speed: Atleast 4800rpm, Blade Diameter: 185mm, Cutting Capacity: 45degree,44mm, 90 Degree: 65mm,maximum Cutting Depth: Atleast 90°62mm, Weight: Maximum Of 5.2kg,item Approximate Dimension: 15-17cm (h), 25-28cm (w), 30-35cm (l)/26pcs Angle Grinder: Rated Input Power: 730w, Wheel Diameter: 4", Rated Voltage: 220v,frequency: 60hz, No Load Speed: 12,000 Rpm, Weight: Approximately 1.6kg, Grinding Spindle Thread: M10, Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h )/26pcs Angle Grinder Cutting Disk: 10 Pcs. Per Set, Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8")/26 Pcs Portable Hand Drill: Power Sourced: Battery Powered - 2pc 21 Volt 1500mah Lithium-ion Batteries, Maximum Rotational Speed: 1500 Rpm, Voltage: 210v,amperage: 1.5 Amps, Chuck Size: 0.38",bit Heads Diameters: From 0.8mm-10mm,product Dimensions: 9.6" (l) X 2.1" (w) X 7.5" (h), Material: plastic, Rubber, Metal, Item Dimensions: Approx. 9.6" (l) X 2.1" (w) X 7.5" (h),item Weight: Atleast 2.5 Pounds,item Torque: 330 Inch Pounds; Inclusions: 1x21 Volt Inspiritech Cordless Power Drill, 2x Rechargeable Battery, 1x English User Manual, 10x Self-drilling Drywall Anchors,10x Screwdriver Bits, 2x Double Ended Bits, 3x Drilling Bits, 1x Magnetic Extension Socket Bit Holder, 10x Anchors With Screws,1x One-hour Fast Charger, 1x Flexible Extension Shaft, 1x Carrying Bag/26pcs Wood Planer: Rated Voltage: 220v, Rated Input Power: 600w, Cutting Width: 82mm, Load Speed: 15,000rpm, Frequency: 60hz, Weight: 3kg./26 Pcs Framing Hammer: Handle Material: Alloy Steel, Item Dimensions: Approximately 16-17" (l) X 5.75-6" (w) X 1.5-2" (h), Item Weight: Atleast 1.4 Pounds/26 Pcs Trim Hammer: Handle Material: Wood, Head Material: Alloy Steel; Item Dimensions Approximately: 14-15" (l) X 5-6"(w) X 1-2" (h),item Weight: Atleast 594 Grams/26pcs Roofing Hammer: Item Weight: 1.25 Pounds, Product Dimensions: Approx. 13.7" (l) X 6.75" (w) X 1.5" (h)/26 Pcs Chalk Line: Item Weight: 10.6 Ounces, Product Dimensions: approx. 1200" (l) X 4.72" (w) X 5.91" (h) Inches, Color: blue, Material Type: Alloy Steel, Rubber/26 Pcs Utility Knife: Handle Material: Aluminum, Material: Aluminum Alloy, Weight: 120g/pcs, Blade Size: 19mm (w) X 61mm (h) X 0.6mm (t),blade Material: Steel, Thickness: Atleast 0.6mm/26 Pcs Tin Snips: Item Weight: atleast 1 Pound, Package Dimensions: Approx. 12.36" (l) X 3.7" (w) X 1.3" (h),size: long Straight, 12 Inches Long, Blade Length: 3.20",material: Steel, Cutting Thickness Range Up To 1.2mm Carbon Steel And 0.7mm/26 Pcs Framing Square: Shorter Leg Measures At 8 Inch Outside And 6.5 Inch Inside, Longer Leg Measures At 12 Inch Outside And 11 Inch Inside,material: Carbon Steel/26 Pcs Level: Box Beam Style, Material: Aluminum,dimension: Approximately 24-24.5" (l) X 2-2.6" (w) X 1.2-1.5" (h), Weight: Atleast 0.8 Pounds/26 Pcs Electric Planer: Voltage: 220-240v,input Power: 1050w, No Load Speed: 1600rpm, Planing Width And Depth,82x3mm,heavy Duty Aluminum Base/1 Pc Meter Tape With Magnetic Hook: Blade Material: Nylon Coated Blade, Dimensions: 16ft (l) X 25mm (w)/1 Pc Air Compressor Machine: Motor Power: 1hp, Size: Approx. 935x385x800mm,voltage: 220-240v, 60hz, Speed: 3400 Rpm, Tank Capacity: 24l , Operating Pressure: Max 8 Bar, Air Displacement: 93l/min, Pump Lubricated With Oil/1 Pc Blue Painters Tape, Color: Blue, Size: Atleast 1.41" X 20m,thickness: 0.13mm, Item Weight: 1.92 Pounds, Material: Paper/2pcs Electric Spray Gun: Voltage: 220-240v~50/60hz,spraying Pressure: 0.1-0.2 Bar, Max Flow: 850ml/min, Max Viscosity: 50din-s, Container Capacity: Atleast 800ml,power Cord Length: 2m, Rated Power 500w, Spraying Pressure: Atleast 0.1-0.2bar, Item Dimensions: Approximately 13" (l) X 5" (w) X 11" (h)/1 Pc Extension Pole, (3 Stage Extender) Reach: 1.5-to-3ft,weight: Maximum Of 0.5 Pounds, Max. Standing Reach: 10ft, Material : Aluminum/2 Pcs Paint Brush Set, 5 Pcs/set, Material: Synthetic Bristle, Wood Handle, Overall Length: Atleast 11", Bristles Length: Atleast 3", Brush Width: 1", 1-1/2" 2", 2-2.5", 3"and 4"/ 5 Pcs Paint Roller, Material: Plastic,package Dimensions: Approximately 15.16" (l) X 11.22" (w) X 3.15" (h),item Weight: Atleast 1.06 Pounds, Inclusion: Roller, Atleast 7" In Length, Material: Polyester/2 Pcs Painters Gloves, 12 Pcs/pack, Material: Cotton, Color: Red/1 Pc Putty Knife/paint Scraper Set (4pcs), Stainless Steel Blade With Rubberized Handle, Blade Width: 1", 2" And 3", Length Including Handle: Approximately 8-9"/1 Pc Steel Float/plastering Trowel: Thickness: Atleast 0.7 Mm, Surface Measurement, Length: 12", Width: 4", Material: High Carbon Steel With Wood Handle/2 Pcs Lpg Tank With Gas Regulator And Accessories, Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/2 Pcs Kawali: Aluminum, (diameter X Height) 28cmx8cm With Double Handle/2 Pcs Food Warmer/chafing Dish: Rectangular, 2l Capacity, 6 Pcs In 1 Set Stainless Steel, No Side Handle, Glass Lid Cover With Handle, Dimensions: Same Sizes - 32cm (l) X 26cm (w) X 8cm (h)/2 Pcs Gas Range: Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h), 4-gas Burner, 62l Gas Oven, Button Ignition, Top Glass Lid, Net Weight: Maximum Of 28kg, Pan Support: Light Cast Iron Pan Support/2 Pcs Baking Sheet: Aluminum, 12x16 Inches/2 Pcs Digital Kitchen Scale: Accurate Measurement; Weigh Up To 5 Kg / 11 Lb Precisely In 1 G / 0.05 Oz Increments, Quality Material: Measure Food, Small Items, And Liquids With Confidence On The 304 Food-grade, Stainless Steel Platform, Approx. Dimension 7.3-7.5" (l) X 5.7-5.90" (w) X 0.6-08" (h), 2 X 1.5v Aaa Batteries/2 Pcs Measuring Cup (for Liquid Ingredients): 1 Measuring Cup With Red Graphics, Made Of Non-porous Glass That Won't Warp, Stain, Or Absorb Odors, Glass Is Preheated Oven, Microwave, Fridge, Freezer & Dishwasher Safe, Dimension: Approx. 7.13" (l) X 6.75" (w) X 4.38" (h), Measuring Capacity: 500ml/2 Pcs Measuring Cups (for Dry Ingredients): Material: Stainless Steel, 5 Pieces Per Set (1 Cup, 1/2 Cup, 1/3 Cup, 1/4 Cup, 1/8 Cup)/2 Pcs Measuring Spoons (set): 7pcs Stainless Measuring Spoon Kit, The Kit Includes: 1/8 Tsp (0.63ml), 1/4 Tsp (1.25ml), 1/2 Tsp (2.5ml), 3/4 Tsp (3.75ml), 1 Tsp (5ml), 1/2 Tbsp (7.5ml), 1 Tbsp (15ml)/2 Pcs Mixing Bowl: Medium, Approx. Diameter: 28cm, Height:11.2cm, Material: Stainless; Capacity: At Least 4l/2 Pcs Standmixer: 2-in-1 360 Automatic Rotating Bowl Electric Stand & Hand Mixer, 4.5l W/ 5-speed Turbo Function,color: Black/1 Pc Double Burner Gas Stove: Stainless Top And Front, Automatic Ignition ,reversible Trivet, Double Detachable Top Burner, Removable Drip Pan, Dimension: 730mm(l) X 395mm(w) X 105mm(h)/1 Pc Lpg Tank With Gas Regulator And Accessories: Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/1 Pc Caldero: Aluminum, #2, Diameter Height 28cmx16cm With Double Handle/2 Pcs Kawali: Aluminum, (diameter X Height) 28cmx8cm With Double Handle/1 Pc Kawa: 19.5" Cast Iron With Double Handle Depth/height: 21cm (medium)/1 Pc Food Warmer/chafing Dish: Rectangular, 2l Capacity, 6 Pcs In 1 Set Stainless Steel, No Side Handle, Glass Lid Cover With Handle, Dimensions: Same Sizes - 32cm (l) X 26cm (w) X 8cm (h)1 Pc Food Glass Display (estante): 3 Layers; 20(h)x18(w)x36(l)", Aluminum Base, Glass With Screen Door/1 Pc Casserole With Double Handle: Material: Aluminum, Size: 26cm Dimension: 36(l) X 28.5(w) X 21(h)cm/2 Pcs Frying Tongs: Materials: Stainless Steel With Rubber Or Plastic Coated Handles, 12 Inch Long/1 Pc Chopping Board: Material: Polypropylene/1 Pc Chopping Knife: 10” Stainless,wood Handle/1 Pc Butcher's Knife: Materials: Stainless, Wood Handle, Size: About 10"/1 Pc Plastic Table: 4 Seaters, Square Type With Umbrella Hole At The Center, Table Dimension: 36" (length) X 36" (width) X 30" (height), Thickness: Approximately 1.5in To 2in; Color: Beige2 Pcs Monoblock Chairs: With Backrest, Seat 375mmxdepth 330mm, 2.25 Kg, Class B Plastic, Thickness: Approximately 1.5in, Color: Beige/1 Pc Beach Umbrella: 90" Diameter X 8 Ft. Height, 8 Rib Round Metal Pole, Polyester Multi-coloured Umbrella Canopy/2 Pcs Cooler Container: Chest Insulated Cooler, Materials: Polystyrene, Sizes And Capacities: 30 Liters - 45.5cm(l) X 39cm(w) X 31cm(h),color: Blue Or Red/1 Pc Grill/ Ihawan With Stand,material Of Body And Stand: Stainless , 24x12x33inches (lxwxh), Depth: 5inches/2 Pcs Bicycle With Sidecar: Bicycle Specifications: Bmx Type Bike (frame 1//2 Gi Hd, Rim Set Front X 10 G Wide Jap Hub, Rim Set Rear X 10g Wide Jap Hub, Tire 20 X 2.125 Jumbo, Tube 20 X 2.125, Handle Bar Painted Black, Fork Ex-900 Landing Gear Cp, Head Parts Nikyo/whw, H-post Bmx Ord.m, H-grip Ord. Opc Parts Neco Bearing Type, Opc Plate 36t, Chain Cp Bmx, Freewheel 24t, Pedal Opc Bearing Type, Seat Clamp/s-pin/ S-post P, Saddle With Spring, Footbreak With Spring "full Size" Frame, 175-180mm Cranks Side Car With Umbrella Holder And 2 Chest Coolers Carrier (52l Capacity) - Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h) Materials: 1/2 J1 Pipe 540, 316 X 1 Flat Square Bar, J1 Pipe De Una 520, 1/4 X 2 Flat Bar, 6203 Gi Set, Tire 20 X 2.125 Jumbo/2 Pcs Weighing Scale: 10kg Capacity, Colored Body / Stainless Pan, Graduation: 50g, Powder Coated Body, Pan Size: 255mm Ø X 55mm Deep, Dial Face: 185mm Ø, 4 Units/master Carton/4 Pcs Plastic Fruit Crate 21 X 15 X 12 Inches/1 Pc Hair Dryer, With 3 Temperature Setting (from High To Low): Size: Atleast 200mm (h), 74mm (w), Weight: Minimum Of 315g, Wattage: 2200w, Voltage: 120-240v, Body Material: Plastic/1 Pc 2 In 1 Steam Pro Hair Straightener (straightener & Curler): Tourmaline Ceramic Wide Plates - 1.25" Wide Heating Plate, Adjustable Temperature Display - 150-235◦c, 360◦, Swivel Cord - Tangle-free, Hanger Design, Ptc Heater - Instant Heat-up/1 Pc Hair Combs: Material: Plastic, Inclusions: Flat Comb Size - 21.5cm (l) X 4.2cm (w), Massage Comb Size: 22cm (l) X 8.5cm (w), Ribs Comb Size: 21.5cm (l) X 4cm (w), Curling Comb Size: 20.2cm (l) X 2.5cm (w), Mirror Size: Atleast 22cm (l) X 10cm (w); Storage Base Size: Atleast 10cm (l) X 15cm (w), Package Size: Approx. 22-23cm (l) X 16cm (w) X 11cm (h), Package Weight: Approx. 305g/1 Pc Hair Clips: Plastic, Product Size: Approx. 4.5", Color: Black (12pcs)/1 Pc 7pcs Face Brush Set, Inclusion: Powder Brush, Size: 17cm, Bristle Length: 3.2cm, Ferrule Width:1.9cm, Powder Buffer Brush, Size: 19cm, Bristle Length: 5cm, Ferrule Width: 2.1cm,foundation Brush, Size: 17cm, Bristle Length: 3.3cm, Ferrule Width: 2.2cm, Flat Foundation Brush, Size: 17cm,bristle Length: 3.2cm; Ferrule Width:1.2cm, Highlight Brush, Size: 16.5cm,bristle Length: 2.7cm, Ferrule Width: 2.3cm,angle Cheek Brush, Size: 17cm, Bristle Length: 3.1-2.3cm,ferrule Width: 2.4cm, Highlighting Fan Brush, Size: 16.5cm, Bristle Length: 4cm, Ferrule Width: 2.5cm, With Brush Bag/1 Pc Eyelash Curler: Material: Carbon Steel, Size: Approx. 5.91 X 3.94 X 1.97"/1 Pc Eyebrow Razor: Handle Material: Plastic, Size: Approx. 6.8(l) X 2(w) X 0.1"(h), 6pcs/pack/1 Pc Makeup Sponge Set Blender: Material: Sponge, Size: Approx. 4.02 (l) X 3.94(w) X 2.52"(h), 4pcs/set/1 Pc False Eyelashes, Product Dimensions: Approx. 0.75(l) X 3.88(w) X 5.38"(h), 5pairs/pack/1 Pc Eye Shadow Pallete: 12 Curated Peach-inspired Shades, Finish Type: Metallic, Matte, Product Dimension: Approx. 0.08 (l) X 0.04 (w) X 0.06" (h)/1 Pc Contour Palette: Multi-colored, Finish Type: Matte, Package Dimension: Approx. 5.75 (l) X 4.25 (w) X 0.5" (h)/1 Pc Hypercurl Waterproof Mascara Make Up Set: Product Dimensions: Approx. 0.85 (l) X 2.75 (w) X 5.63" (h), Color: Black/1 Pc Waterproof Matte Gel Eyeliner Pencil: Item Form: Pencil, Powder, Creamy, Finish Type: Matte, Product Dimensions: About 5.77 X 1.97 X 0.81", Color: Black/1 Pc Eyebrow Gel, Waterproof: Weight: About 0.16 Oz, Product Dimension: Approx. 0.75 (l) X 1.9 (w) X 5.65 (h) Inches, Color Black, Brown/1 Pc Blush On, 3 Complimentary Skin-flushed Shades, Product Dimensions: Approx. 2.89 (l) X 0.43 (w) X 2.33" (h)/1 Pc Powder Blush Makeup Palette, Product Dimensions: approx. 2.43 (l) X 2.43 (w) X 0.66" (h)/1 Pc Eye Shadow Palette; 12 Curated Peach-inspired Shades, Finished Type:metallic,matte, Product Dimensions:approx 0.08(l)x0.04(w) X0.06”(h)/ 1 Pc Applicator Brush And Plastic Comb: 13cm Black, Double-sided Comb, Pointed Handle For Sectioning Hair/1 Pc Hair Clipper: Electric; 110v-240v, 50-60hz,all Metal Machine, Led Light Display Stainless Steel Blade, Blade Width 45mm,low Noise High Power, 2000 Ma Lithium Battery, 210 Minutes Working Time, 4pcs Comb Guide 3/6/10/13mm, Body Size: 17x4cm, Body Weight: 371g, With Complete Accessories - Fiber Comb: Cleaning Brush, Lubricant, Charger/1 Pc Spray Bottle: 250ml Plastic Hairdressing Spray Bottle/1 Pc Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm, Length: 20.9"/52cm, Width: 14"/36cm, 4 Drawers, Blower Holder/1 Pc Curling Iron: 220v Power, 4gen; White, 32x25x13mm, Energy Efficient-48w,360degree Rotating Tail, Automatic Hair Curler, Iron Ceramic, Adjustable Size/1 Pc Apron: Length: 76cm, Width: 59cm, Color: Black, Material: Nylon, Waterproof/1 Pc Curling Rod: Small, 2cm, Cylindrical, Plastic Resin With Rubber Band Kits,multi-color/1 Pc Curling Rod: Medium, 2.5cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/1 Pc Curling Rod: Large, 3cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/1 Pc Spray Net: 600ml, 27.5cm, Hard Hold/1 Pc Hair Spray Aerosol Extra Hold: Weight: About 7ounces /198g, Scented, Package Dimensions: 7.83 X 6.69 X 2.17"/1 Pc Hair Trimmer: Running Time 120 Minutes Battery Powered,rechargeable Li-ion Battery 1500 Mah, Dimension: Approximately 6-7" (l) X 1.5-2.5 (w), Material: Stainless; Accessories: 4 Plastic Combs In Different Sizes 3mm, 6mm, 9mm, 12mm, Inclusions: 1 Recharging Transformer (charger), And 1 English User Manual, Input: Can Be Used For 110-240 Voltage/3 Pcs Hair Dryer, With 3 Temperature Setting (from High To Low): Size: Atleast 200mm (h), 74mm (w), Weight: Minimum Of 315g, Wattage: 2200w, Voltage: 120-240v,body Material: Plastic/3 Pcs 2 In 1 Steam Pro Hair Straightener (straightener & Curler): Tourmaline Ceramic Wide Plates - 1.25" Wide Heating Plate, Adjustable Temperature Display - 150-235◦c, 360◦, Swivel Cord - Tangle-free; Hanger Design, Ptc Heater - Instant Heat-up/3 Pcs Hair Combs: Material: Plastic, Inclusions: Flat Comb Size - 21.5cm (l) X 4.2cm (w), Massage Comb Size: 22cm (l) X 8.5cm (w), Ribs Comb Size: 21.5cm (l) X 4cm (w),curling Comb Size: 20.2cm (l) X 2.5cm (w), Mirror Size: Atleast 22cm (l) X 10cm (w), Storage Base Size: Atleast 10cm (l) X 15cm (w),package Size: Approx. 22-23cm (l) X 16cm (w) X 11cm (h), Package Weight: Approx. 305g/3 Pcs Hair Clips: Plastic, Product Size: Approx. 4.5",color: Black (12pcs)/3 Pcs Disposable Latex Free Gloves: Non-sterile, 100 Pcs Per Pack, Product Dimensions: Approx. 8.6" (l) X 4.9" (w) X 3" (h), Weight: 1.25 Pounds, Material: Synthetic Pvc/3 Pcs Cutting Scissors: 6" Stainless Steel, 65g/3 Pcs Thinning Scissors: 17.5x5cm Stainless Steel/3 Pcs Drip Pan: 32cmx35cm Plastic, Black/3 Pcs Hair Clipper: Electric,110v-240v, 50-60hz,all Metal Machine,led Light Display Stainless Steel Blade, Blade Width 45mm, Low Noise High Power, 2000 Ma Lithium Battery, 210 Minutes Working Time, 4pcs Comb Guide 3/6/10/13mm, Body Size: 17x4cm, Body Weight: 371g,with Complete Accessories - Fiber Comb, Cleaning Brush, Lubricant, Charger/3 Pcs Nail Tool Set: Material: Stainless Steel, Case: Leather, Package Size: Approximately 15-15.5cm (l) X 8cm (w) X 2cm (h),inclusions: Cuticle Trimmer (95mm), Blackhead Needle And Loop Remover (83mm), Eyebrow Tweezer (86mm) Peeling Knife (90mm), Nail File (75mm), Ear Pick (78mm), Double Pick (75mm), Dead Skin Fork (86mm), Small Pedicure Plier (95mm), Acne Needle (83mm), Small Nail Clipper (62mm) Bevel Nail Clipper (61mm), Large Nail Clipper (82mm), Beauty Tip Scissor (89mm), Pusher/3 Pcs Cotton Balls: 300g (100 Pcs Large Cotton Balls)/3 Pcs Nail Polish: Volume: 15ml, With 24 Colors Inclusions: 14k Gold, 18k Gold, 24k Gold, African Plum, Baby Pink, Black Velvet, Carolina Peach, Cashmere, Emerald Shimmer, Golden Bronze, Italian Nude, Platinum Special, Pussy Red, Red Pearl, Saphire Glow, Silver Platinum, Simply Red, Tahiti Brown, White Satin, White Rose, Platinum Silver, Touch Of Tan, Touch Of Beige, Colorless/3 Pcs Foot Spa Soaker: With Pumice Stone, Package Dimensions: Approximately 16.42" X 13.58" X 7.91", Weight: About 4.63 Pounds, Rated Power: 500 Watts, Rated Voltage: 110~120v, Rated Frequency: 50hz, Temperature Adjustable Range: 35℃ To 48℃/3 Pcs Astringent Foot Soaker: 128oz/3 Pcs Cooling Foot Soak: Product Dimensions: approximately 6.5-7" X 2.38-2.50" X 9.259.50", Weight: Atleast 900g/3 Pcs Exfoliating Foot Scrub: Package Dimensions: Approximately 7.05-7.50" X 2.32-3" X 1.97-2", Weight: Atleast 6oz/3 Pcs Foot File And Callus Remover: Material: Metal, Steel, Item Dimensions: Approx. 10-10.78" X 2.7" X 0.29", Item Weight: 3.2 Pounds/3 Pcs Foot Scrub/3 Pcs Manicurist Bag: Made Of Heavy Duty Nylon, Large Capacity: Enough Room To Hold Up To 42 Bottles Of 15ml Nail Polish, Size: Approx. 8-9" (l) X 6-7" (w) X 4-5" (h)/3 Pcs Spray Bottle: 250ml Plastic Hairdressing Spray Bottle/3 Pcs Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm, Length: 20.9"/52cm, Width: 14"/36cm, 4 Drawers, Blower Holder/3 Pcs Apron: Length: 76cm, Width: 59cm,color: Black,material: Nylon, Waterproof/3 Pcs Alcohol: 70% Ethyl Alcohol With Moisturizer,500ml/3 Pcs Shampoo: 1000ml, Green Apple And Citrus Lemon Variant/3 Pcs Hair Spa: 1000ml, Lavender And Strawberry Variant/3 Pcs Hot Oil: Keratin Organic Hot Oil, 1000ml, Aloe Vera Variant/3 Pcs Hair Cellophane: 500ml, Natural, Brown,burgundy And Ash Blonde Variant/3 Pcs Hair Rebonding Set: 1000ml Hair Straightening And Hair Neutralizing (ion Perm)/3 Pcs Hair Color Dye:100 Ml, 2pcs Each (black, Dark Brown, Medium Brown, Light Brown, Blonde, Light Blond, Lighter Blonde, Lightest Blonde, Dust)/3 Pcs Hair Color Developer: 100ml 2pcs Each 6%, 9%, 12% Oxidizer/3 Pcs Hair Bleaching Powder: 500g/3 Pcs Brazilian Blowout: 120ml, 3-in-1 Set (clarifying Shampoo, Brazilian Blowout, After Treatment Conditioner)/24 Pcs Hair Dryer, With 3 Temperature Setting (from High To Low): Size: Atleast 200mm (h), 74mm (w), Weight: Minimum Of 315g, Wattage: 2200w, Voltage: 120-240v, Body Material: Plastic/24 Pcs 2 In 1 Steam Pro Hair Straightener (straightener & Curler): Tourmaline Ceramic Wide Plates - 1.25" Wide Heating Plate, Adjustable Temperature Display - 150-235◦c, 360◦,swivel Cord - Tangle-free, Hanger Design, Ptc Heater - Instant Heat-up/24 Pcs Hair Combs: Material: Plastic, Inclusions: Flat Comb Size - 21.5cm (l) X 4.2cm (w), Massage Comb Size: 22cm (l) X 8.5cm (w), Ribs Comb Size: 21.5cm (l) X 4cm (w), Curling Comb Size: 20.2cm (l) X 2.5cm (w), Mirror Size: Atleast 22cm (l) X 10cm (w), Storage Base Size: Atleast 10cm (l) X 15cm (w), Package Size: Approx. 22-23cm (l) X 16cm (w) X 11cm (h), Package Weight: Approx. 305g/24 Pcs Hair Clips: Plastic, Product Size: Approx. 4.5", Color: Black (12pcs)/24 Pcs Disposable Latex Free Gloves: Non-sterile, 100 Pcs Per Pack, Product Dimensions: Approx. 8.6" (l) X 4.9" (w) X 3" (h), Weight: 1.25 Pounds, Material: Synthetic Pvc/24 Pcs Drip Pan: 32cmx35cm Plastic, Black/24 Pcs Shower Caps: 32cm, Thick Plastic, Elastic, Washable/24 Pcs Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm, Length: 20.9"/52cm, Width: 14"/36cm, 4 Drawers, Blower Holder/24 Pcs Curling Iron: 220v Power, 4gen, White, 32x25x13mm, Energy Efficient-48w, 360degree Rotating Tail, Automatic Hair Curler, Iron Ceramic, Adjustable Size/24 Pcs Hair Steamer: With 4 Wheels, 360degrees Movable, Gray Color, Adjustable Height With Timer And Control/120 Pcs Cape: 140x110cm, Satin, Nylon, Waterproof, Black/72 Pcs Microfiber Towel: 25x65cm, 135g, Microfiber, Dark Colors/24 Pcs Curling Rod:small, 2cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/24 Pcs Curling Rod: Medium, 2.5cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/24 Pcs Curling Rod: Large, 3cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/120 Pcs Ear Caps: (l X W X T): 8cm X 4.5cm X 2.1cm/3.15" X 1.77" X 0.83", Black,plastic/24 Pcs Shampoo: 1000ml, Green Apple And Citrus Lemon Variant/24 Pcs Hair Spa: 1000ml, Lavender And Strawberry Variant/24 Pcs Hot Oil: Keratin Organic Hot Oil, 1000ml, Aloe Vera Variant/24 Pcs Hair Cellophane: 500ml, Natural, Brown, Burgundy And Ash Blonde Variant/24 Pcs Hair Rebonding Set: 1000ml Hair Straightening And Hair Neutralizing (ion Perm)/24 Pc Hair Color Dye:100 Ml, 2pcs Each (black, Dark Brown, Medium Brown, Light Brown, Blonde, Light Blond, Lighter Blonde, Lightest Blonde, Dust)/24 Pcs Hair Color Developer: 100ml 2pcs Each 6%, 9%, 12% Oxidizer/24 Pcs Hair Bleaching Powder: 500g/24 Pcs Brazilian Blowout: 120ml, 3-in-1 Set (clarifying Shampoo, Brazilian Blowout, After Treatment Conditioner)/24 Pcs Hair Shear: Material: Stainless Steel, 1 Precision Scissor Approximately 6-7",1 Thinning Scissor Atleast 6", Accesories: Scissors Oil Atleast 5ml/34 Pcs Angle Grinder Cutting Disk: 10 Pcs. Per Set, Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8")/34 Pcs Crow Bar: At Least 36" Long,length Tolerance: +- 1/8, Material: Forged Steel Carbon/34 Pcs Claw Hammer: Round Head, Head Weight: At Least 16oz, Overall Weight: Approximately 17oz-23oz, Head Material: Forged Steel, Handle Material: Fiberglass Handle With Rubber Cushion, Overall Length: Approximately 12-14"/34 Pcs Hacksaw With Blade: Material: Aluminum Alloy Frame With Soft-grip Handle, At Least 12"-15" Long Including Handle, With Soft-grip Rubber Handle, Bi-metal, Blade Length: About 30cm, Width: 3cm/34 Pcs Meter Tape With Magnetic Hook: Blade Material: Nylon Coated Blade, Dimensions: 16ft (l) X 25mm (w)/34 Pcs Handsaw: Blade Length: About 15",blade Material: Carbon Steel, Handle Length: 5", Handle Material: Plastic/rubber, Color: Gray,8 Teeth Per Inch/34 Pcs Shovel: Round End, Tempered Steel Blade: 17-23 Cm, Blade Tip Width, 22-28cm Blade Tip Length, All Metal Handle, Overall Length: 100cm-115 Cm, Capacity: 350-400 Lbs/34 Pcs Shovel: Rectangular End, Tempered Steel Blade: 22-26 Cm, Blade Tip Width, 22-28cm Blade Tip Length, All Metal Handle, Overall Length: 100cm-115 Cm/34 Pcs Level Bar: Aluminum Frame, Length: At Least 24"/60cm, Aluminum Thickness: 1.5mm, Double Side Milles, 0.5mm/m Accurate Vials/34 Pcs Steel Float/plastering Trowel: Thickness: At Least 0.7 Mm, Surface Measurement, Length: 12", Width: 4", Mmaterial: High Carbon Steel With Wood Handle/34 Pcs Steel Square: Carpenter's Framing Square, Blade Width: 2" Scale: At Least 16" (l) X 24" (w), Material: Steel/34 Pcs Masonry Trowel: Length: At Least 12"long, Width: 6", Material: Flat Steel, With Wood Handle/34 Pcs Circular Saw: Voltage: 220-240v, Frequency: 50-60hz, Input Power: 1400w, No-load Speed: Atleast 4800rpm, Blade Diameter: 185mm, Cutting Capacity: 45degree: 44mm, 90 Degree: 65mm, Maximum Cutting Depth: Atleast 90°62mm, Weight: Maximum Of 5.2kg, Item Approximate Dimension: 15-17cm (h), 25-28cm (w), 30-35cm (l)/34 Pcs Masonry Square/metric Square: Material: Aluminum, Length: Approx. 24", Width: 16", 1/8 '' Thickness/34 Pcs Mason's Level: At Least 48'' Long, Aluminum Reinforced Frame, 60cm Only/34 Pcs Sledgehammer: Weight: At Least 3 Lbs With Fiberglass Handle, Forged Steel Round Head, Length: Approximately 25-27"/34 Pcs Concrete Chisel: Pointed Sharp End, Material: Forged Steel Chisel, With Rubberized Handle, Length: Approximately 10''/34 Pcs Putty Knife/paint Scraper Set (4pcs): Stainless Steel Blade With Rubberized Handle, Blade Width: 1", 2" And 3", Length Including Handle: Approximately 8-9"/34 Pcs Mason's Line: #18 Braided Nylon, 500 Ft/roll, Color Orange/34 Pcs Hammer Drill: Electric, 1980w 220v, Rated Frequency: 50/60hz, Load Speed: 0-3800rpm (revolutions Per Minute), Chuck: 13mm With Ergonomic Anti-slip Handle/34 Pcs Angle Grinder: Rated Input Power: 730w, Wheel Diameter: 4",rated Voltage: 220v, Frequency: 60hz, No Load Speed: 12,000 Rpm, Weight: Approximately 1.6kg, Grinding Spindle Thread: M10, Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h )/34 Pcs Wooden Float: Size: At Least 12x4", Has 5/8" Thick Rubber Pad, With Wooden Handle/4 Pcs Nail Tool Set: Material: Stainless Steel, Case: Leather, Package Size: Approximately 15-15.5cm (l) X 8cm (w) X 2cm (h), Inclusions: Cuticle Trimmer (95mm), Blackhead Needle And Loop Remover (83mm), Eyebrow Tweezer (86mm) Peeling Knife (90mm), Nail File (75mm), Ear Pick (78mm), Double Pick (75mm), Dead Skin Fork (86mm), Small Pedicure Plier (95mm), Acne Needle (83mm), Small Nail Clipper (62mm) Bevel Nail Clipper (61mm), Large Nail Clipper (82mm), Beauty Tip Scissor (89mm), Pusher/4 Pcs Cotton Balls: 300g (100 Pcs Large Cotton Balls)/4 Pcs Nail Polish: Volume: 15ml, With 24 Colors Inclusions: 14k Gold, 18k Gold, 24k Gold, African Plum, Baby Pink, Black Velvet, Carolina Peach, Cashmere, Emerald Shimmer, Golden Bronze, Italian Nude, Platinum Special, Pussy Red, Red Pearl, Sapphire Glow, Silver Platinum, Simply Red, Tahiti Brown, White Satin, White Rose, Platinum Silver, Touch Of Tan, Touch Of Beige, Colorless/4 Pcs Foot Spa Soaker: With Pumice Stone, Package Dimensions: Approximately 16.42" X 13.58" X 7.91", Weight: About 4.63 Pounds, Rated Power: 500 Watts, Rated Voltage: 110~120v, Rated Frequency: 50hz, Temperature Adjustable Range: 35℃ To 48℃/2 Pcs Astringent Foot Soaker: 128oz/2 Pcs Cooling Foot Soak: Product Dimensions: approximately 6.5-7" X 2.38-2.50" X 9.259.50", Weight: Atleast 900g/2 Pcs Exfoliating Foot Scrub: Package Dimensions: Approximately 7.05-7.50" X 2.32-3" X 1.97-2", Weight: Atleast 6oz/4 Pcs Foot File And Callus Remover: Material: Metal, Steel, Item Dimensions: Approx. 10-10.78" X 2.7" X 0.29", Item Weight: 3.2 Pounds/2 Pcs Foot Scrub/2 Pcs Manicurist Bag: Made Of Heavy Duty Nylon, Large Capacity: Enough Room To Hold Up To 42 Bottles Of 15ml Nail Polish, Size: Approx. 8-9" (l) X 6-7" (w) X 4-5" (h)/6 Pcs Microfiber Towel: 25x65cm, 135g, Microfiber,dark Colors/2 Pcs Alcohol: 70% Ethyl Alcohol With Moisturizer, 500ml/1 Pc Double Burner Gas Stove: Stainless Top And Front, Automatic Ignition ,reversible Trivet, Double Detachable Top Burner, Removable Drip Pan, Dimension: 730mm(l) X 395mm(w) X 105mm(h)/1 Pc Lpg Tank With Gas Regulator And Accessories: Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/2 Pcs Kawa: 19.5" Cast Iron With Double Handle Depth/height: 21cm (medium)/1 Pc Plastic Table: 4 Seaters, Square Type With Umbrella Hole At The Center, Table Dimension: 36" (length) X 36" (width) X 30" (height), Thickness: Approximately 1.5in To 2in, Color: Beige/1 Pc Monoblock Chairs: With Backrest, Seat 375mmxdepth 330mm, 2.25 Kg, Class B Plastic, Thickness: Approximately 1.5in, Color: Beige/1 Pc Peanut Grinding Machine: Electric, 220v, 300w, 50-60hz,material: High Quality Stainless Steel Body And Base, Color: Black, Dimension: Approx. Length: 43.5cm, Width: 23cm, Height: 13.5cm/1 Pc Hand Cobbler Shoe Repair Machine Dual Cotton Nylon Line Sewing Machine Manual Leather Machine Shoe Sewing Machine Color Silver: Product Dimensions 14.4"d X 20.5"w X 5.5"h, Material: Cast Iron Item Weight: 22 Pounds, Power Source: Crank/5 Pcs Wooden Handle Shoes Repairing Awl Shoe Sewing Tool Diy Craft Repair Hand Straight Hook Shoes Sewing Awl Type: Shoes Sewing Awl Material: Wood+metal, Features: Shoes Sewing Awl, Repair Hand , Crochet Needle Tool Dimension: 1: App.2x13.5x6cm/0.79x5.31x2.36in 2: App.2x13x5.5cm/0.79x5.12x2.17in 3: App.2x13x5.5cm/0.79x5.12x2.17in, Color: Wood Color + Silver/5 Pcs Upholstery Stitching Thread Black 100 Mtr. 1 Pc Upholstery Hand Stitching Tools For Belts, Saddles, Shoes, Fabric Household Use Handwork Sewing Leather Craft Shoes Repairing/5 Pcs Upholstery Stitching Thread Brown 100 Mtr 1 Pc Upholstery Hand Stitching Tools For Belts, Saddles, Shoes, Fabric Household Use Handwork Sewing Leather Craft Shoes Repairing/5 Pcs Upholstery Stitching Thread White 100 Mtr. 1 Pc Upholstery Hand Stitching Tools For Belts, Saddles, Shoes, Fabric Household Use Handwork Sewing Leather Craft Shoes Repairing/2 Pcs Angle Grinder Cutting Disk: 10 Pcs. Per Set, Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8")/2 Pcs Angle Grinder: Rated Input Power: 730w, Wheel Diameter: 4", Rated Voltage: 220v,frequency: 60hz, No Load Speed: 12,000 Rpm, Weight: Approximately 1.6kg, Grinding Spindle Thread: M10, Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h)/2 Pcs Chipping Hammer: Item Weight: at Least 13.8 Ounces, Product Dimensions: 11" (l) X 1" (w) X 7.5" (h), Material: Genuine Leather Grip And Forged Steel/2 Pcs Heavy Duty Corded Drill: Rated Input Power: 750w, Chuck Capacity: Up To 13mm, Drill Capacity: Metal (16mm), Wood (25mm), Masonry (12mm), Dimension: 268mm (l) X 69mm (w) X 192mm (h), Weight W/out Cable: Approximately 1.6-1.8 Kg, Spindle Collar Diameter Of 43 Mm/2 Pcs Metal Drill Bit Set: Material: High Speed Steel, 19pcs Per Set(1mm,1.5mm,2mm,2.5mm,3mm,3.5mm,4mm,4.5mm,5mm,5.5mm,6mm,6.5mm,7mm,7.5mm,8mm,8.5mm,9mm,9.5mm,10mm), Point Angle: 118degree C, Standards: Din 338, Bit Geometry: Standard Twist Bit/2 Pcs Mig Welding Pliers: Overall Length: Atleast 210mm, Material: High Carbon Steel, Handle Material: Thermoplastic Rubber/2 Pcs Needle File Set: (6 Pieces Hand Metal Files, Hardened Alloy, Strength Steel Set Includes Flat, Flat Warding, Square, Triangular, Round, And Half-round File), Color Black, Metal Type: Carbon Steel, Handle Material: Wood, Alloy Steel, Item Dimensions: Approximately 6.1" (l) X 3" (w) X 0.5" (h)/2 Pcs Portable Welding Machine: Input Voltage: 220-240, Frequency: 50-60hz, Output Current: 10-220a, Led Display, No-load Voltage: 85v, Max. Output Current: 220a, Diameter Of Electrode: 1.6-3.2mm, Inclusions: 1 Pc Electrode Holder, 1 Pc Earth Clamp With Cable/2 Pcs Speed Square: Material: Cast Aluminum, Size: About 18x18x2cm/7.09x7.09x0.79", Weight: About 130g,triangle-shaped/2 Pcs Welding Helmet: Auto Darkening Helmet: Power Supply: Battery And Solar Powered, Light Shade: Din9-1, Dark Shade: Din4, Switching Time: 1/25000s, Delay Time: 0.1-0.8s, Sensitivity Adjustment: Stepless Control, Operation Temperature: -5 Degrees- 55 Degrees, Active Viewing Area: 93mmx43mm, Active Viewing Area Size: (+/- 10mm), Item Weight: At Least 1.85 Pounds, Package Dimensions: approximately 12-12.4" (l) X 9-9.61" (w) X 7-7.68" (h)/2 Pcs Welding Magnets: 6 Pcs/set, Overall Length: At Least (3"), Hold Capacity: Up To 25lbs, Arrow Design Supports Angle: 45°, 90°, And 135°, Item Weight: 295g, Package Dimensions: 4.88 X 4.72 X 3.98 Inches, material: Steel, Magnets Size: Approximately - Top (1-1.4cm), Bottom (6.5-7cm), Side (7-7.5cm) Thickness (1-1.3cm)/2 Pcs Welding Suit: 100% Cotton With Pyrovatex, 2 Back Pockets And Rule Pocket With Safety Gusset Feature, High Quality And Long Lasting, Two Way Zipper, Approximate Cloth Size: Large/10 Pcs Camping Dome Tent: Product Dimensions: 82.7"l X 55"w X 43.5"h, Item Weight: 4 Pounds Shape: D Shape Occupancy: 2 Person Included Components: Carry Bag, Stakes, Rainfly Water Resistance Technology 1000 Millimeters, Special Feature: Windproof, Sun Protection/outdoor Mat (banig):size (48" X 75") Material: Palm Leaves (buri)/10 Pcs Double Burner Gas Stove: Stainless Top And Front, Automatic Ignition ,reversible Trivet, Double Detachable Top Burner, Removable Drip Pan, Dimension: 730mm(l) X 395mm(w) X 105mm(h)/2 Unit Lpg Tank With Gas Regulator And Accessories: Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/1 Unit Gas Range: Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h), 4-gas Burner, 62l Gas Oven, Button Ignition, Top Glass Lid, Net Weight: Maximum Of 28kg, Pan Support: Light Cast Iron Pan Support/5 Pcs Kawali: Aluminum, (diameter X Height) 28cmx8cm With Double Handle/2 Pc S Kawa: 19.5" Cast Iron With Double Handle Depth/height: 21cm (medium)/5 Pcs Wok Ladle: Material: Stainless Steel With Wooden Handle: Total Length Of Item: 24 Inches/5 Pcs Wok Spatula: Material: Stainless Steel With Wooden Handle, Total Length Of Item:24 Inches/5 Pcs Stainless Steel Long Wooden Handle Skimmer Strainer: Material: Stainless Steel, Size: 32.3*11.5cm/5 Pcs Casserole With Double Handle: Material: Aluminum, Size: 26cm, Dimension: 36(l) X 28.5(w) X 21(h)cm/5 Pcs Frying Tongs: Materials: Stainless Steel With Rubber Or Plastic Coated Handles, 12 Inch Long/5 Pcs Chopping Board: Material: Polypropylene Plastic: 8"(w) X 10"(l), 1cm (thickness)/5 Pcs Chopping Knife: 10" Stainless; Wood Handle/5 Pcs Grill/ Ihawan With Stand, Material Of Body And Stand: Stainless, 24x12x33inches (lxwxh), Depth: 5inches/1 Unit Heavy Duty Commercial Micromatic Big 7.8l Mrc-50 Rice Cooker 45cups (white)/10 Dz Melamine Round Dinner Plate: 9" Diameter, Color; White/10dz Platito (saucer): Material: Melamine Plastic, Standard Size: 6 Inch (diameter) X ¾ Inch Height/10 Pcs Serving Tray Bamboo - Wooden Tray With Handles, Color Brown Material Wood, Product Dimensions 17"l X 11"w X 2"h/10dz Drinking Glass: 8 Oz, Glass, Product Size: Base Diameter-7cm, Top Diameter: 7cm, H-11.4cm, Heat Resistant, Dishwasher Safe/10dz Spoon: Stainless, 12pcs/per Pack, Size: 8"/10dz Fork: Stainless, 12 Pcs/per Pack, Size 8"/5dz Mangkok (round Shape Bowl), Materials: Ceramic, Size: 6inch (diameter) X 5cm (height)/5 Pcs Storage Box With Wheels For Easy Transport, Measurements: L72 X W52 X H44cm, Food Grade Material, 120l Capacity, Stackable; With Lid And Handle, Color: White/2 Pcs Butcher's Knife: Materials: Stainless, Wood Handle, Size: About 10"/5 Pcs Gallon Acrylic Juice Dispenser Type: Type: Water/juice Dispensers, Overall Dimensions: Height:32 1/2 Inches, Top Diameter: 6 11/16 Inches, Capacity:1.1 Gallons, Base Material: Stainless Steel, Container Material: Acrylic, Style: Single/5 Pcs Chafing Dish Food Warmer Buffet Set: Size: 1/1pan*3, Color: Silver, Material: Stainless Steel, Product Dimensions: 13.39"l X 15.35"w X 23.62"h, Capacity: 8 Quarts/5 Pcs Chest Cooler: Item Package Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h), Package Weight: 5.76kg, Inside Dimensions: 24.95" (l) X 14.58" (w) X 14.77" (h), Material: plastic, Chamber Depth: 24.95", Capacity: 52l , Color: Blue Or Red/5 Pcs Matress: Size: Semi Double (48" X 75"), Thickness: 4"/15 Pcs Matress Size: Queen (60" X 75") Thickness: 4"/15 Pcs Pillow: Size: Standard (20" X 26")/10 Sets Bed Linen Set Of 3pcs, 1-bed Sheet Size (48" X 75"), 2-pillow Case (20" X 26")/2 Sets Bed Linen Set Of 3pcs: 1-bed Sheet Size (60" X 75"), 2-pillow Case (20" X 26")/6 Unit Electric Fan: Color: Black, Electric Fan Design: Floor Fan, Power Source: Corded Electric Style: 3-speed Ac Motor Fan, Product Dimensions: 15.75"d X 17.72"w X 53.15"h, Room Type: Bedroom, Special Feature: Oscillating, Adjustable Height, Adjustable Tilt,wattage: 60 Watt/4 Unit Industrial Ceiling Fan: Product Material: Cast Aluminum Casing, Product Specifications: 2000mm, Operating Voltage: 220v, Wind Speed: 5th Gear, Number Of Fan Product Color: Black, White, Product Power: 165w, Blades: 6 Blades/150 Pcs Monoblock Chairs: With Backrest, Seat 375mmxdepth 330mm, 2.25 Kg, Class B Plastic, Thickness: Approximately 1.5in, Color: White/15 Pcs Solid Top Round Table: Material: Plastic, Color: White, Size(cm): 115 X 74 X 4.5, Foldable Legs,diameter: 45″, 6 To 8 Seater Capacity 20.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: None 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 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 The 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 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. 4. Inspection And Tests The Procuring Entity Or Its Representatives Shall Have The Right To Inspect And/or The Test The Goods To Confirm Their Conformity To The Project. In Addition To Tests In The Scc, Section Vii(technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identify 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 7.1. In Order To Assure The 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. 7.2. 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 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. 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] “the Delivery Terms Applicable To This Contract Are Delivered [indicate Place Of Destination]. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Wilson G. Baliwas. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E. Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. F. No Additional Incidental Service Requirements. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: 1. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And 2. In The Event Of Termination Of Production Of The Spare Parts: I. Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii. Following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Costs Thereof Are Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of Three(3) Months. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within Three(3) Months Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 Partial Payment Is Not Applicable. 4 The Inspections And Tests That Will Be Conducted Are: Inspection Of The Livelihood Supplies And Materials If It Follows The Technical Specification Set By The End-user Unit. 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. Item No. Quantity Item Description Total Delivered, Weeks/months Remarks Indicate Here Any Other Appropriate Information As May Be Necessary. Signature Over Printed Name Position Department/division Technical Specifications Technical Specifications Item / Service Maximum Quantity Technical Specifications / Scope Of Work 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.] Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; (b) Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives (c) Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located (d) Tax Clearance Per Eo 398 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 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 ⬜ (k) 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 ⬜ (l) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (m) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (n) [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. ⬜ (o) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. Omnibus Sworn Statement(revised) 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 Or Authorized Representative 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 Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] As Shown In The Attached Duly Notarized Special Power Of Attorney; 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 To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g. Duly Notarized Secretary’s Certificate, Board/partnership Resolution Or Special Power Of Attorney, Whichever Is Applicable]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For And In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is 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) Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Of Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling(estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2024 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2024 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2024. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. ______ To: [insert Name And Address Of Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two(2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen(15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1(f) Of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am Declared Ineligible Or Post Disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2024 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2024 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2024. Bid Form For The Procurement Of Goods (shall Be Submitted With The Bid) Bid Form Date: _____________________________ Project Identification No.: _____________ To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers_____, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To (supply/deliver/perform) (description Of The Goods) In Conformity With The Said Pbds For The Sum Of (total Bid Amount In Words And Figures) Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors , And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To (specify The Applicable Taxes, E.g. (i) Value Added Tax, (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties), Which Are Itemized Herein Or In The Price Schedules. If Our Bid Is Accepted, We Undertake: A.to Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents(pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Specified In The Pbds And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/conform That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of (name Of The Bidder) As Evidenced By The Attached (state The Written Authority). We Acknowledge That Failure To Sugn Each And Every Page Of This Bid Form, Including, The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Goods(revised) __________________________________________________________________________ This Agreement, Made The _________ Day Of _______________, ________ Between [name And Address Of Procuring Entity] Of The Philippines (hereinafter Called The“entity”) Of The One Part And [name Of Supplier] (hereinafter Called The “supplier”) Of The Other Part. Whereas, The Entity Invited Bids For Certain Goods And Ancillary Services, Particularly (brief Description Of Goods And Services) And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of (contract Price In Words And Figures In Specified Currency) (hereinafter Called The “contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: I. Philippine Bidding Documents(pbds) I. Schedule Of Requirements; Ii.technical Specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins, If Any Ii. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Supplier: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2024.
Closing Date30 Jan 2025
Tender AmountPHP 3.4 Million (USD 58.4 K)
Bureau Of Corrections Muntinlupa City Metro Manila Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Philippine Bidding Documents Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) (procurement/contract No. 009) Sixth Edition July 2020 Bids And Awards Committee 202 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 6 Section Iii. Bid Data Sheet 13 Section Iv. General Conditions Of Contract 19 Section V. Special Conditions Of Contract 24 Section Vi. Specifications 26 Section Vii. Drawings 59 Section Viii. Bill Of Quantities 60 Section Ix. Checklist Of Technical And Financial Documents 61 Section I. Invitation To Bid Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Invitation To Bid Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) 1. The Bureau Of Corrections, Through The National Expenditure Program (nep) Of 2025 Capital Outlay, Intends To Apply The Sum Of Three Hundred Million Pesos Only (₱300,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) With Identification Number _epa-009__. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Corrections Now Invites Bids For Provision Of A Detailed Preliminary Architectural And Engineering Design, Detailed Engineering Requirements And Actual Construction Of The Bureau Of Corrections Super Maximum Security Facility, Based On The Final Detailed Architectural And Engineering Design, To Be Approved By The Head Of Procuring Entity Or Its Duly Authorized Representative Conformably With The Minimum Standards Set Forth In The (1) Presidential Decree (pd) No. 1096, National Building Code Of The Philippines (2) Batas Pambansa (bp)blg. 344, An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Public Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices (3) National Structural Code Of The Philippines (nscp), Volume I, 2010 (4) Philippine Electrical Code (pec), 2009 (5) Revised Plumbing Code Of The Philippines (6) Revised Irr Of Ra 10575 (7) Republic Act (ra) No. 9514, Revised Fire Code Of The Philippines And (8) Applicable Local Regulations And Ordinances. Completion Of The Works Is Required Within Three Hundred Sixty-five (365) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Amounting To At Least Fifty Percent (50%) Of The Abc Within The Last Six (6) Years. 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And 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 Bureau Of Corrections And Inspect The Bidding Documents At The Address Given Below From Monday To Friday From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On _december 28, 2024 (08:00am To 05:00pm) To January 20, 2025 (01:29 Pm)_____ From The Given Address And Website(s) Below. 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 Bucor.gov.ph, Provided That Bidders Shall Pay The Applicable Fee Of Fifty Thousand (₱50,000.00) Pesos Only For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or By Facsimile. 6. The Bureau Of Corrections Will Hold A Pre-bid Conference On _january 06, 2025 (01:30pm)__ At Bac Conference Room Nbp Reservation Muntinlupa City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before __january 20, 2025 (01:30pm)_____. 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 15. 9. Bid Opening Shall Be On __january 20, 2025 (01:30pm)____ At The Bac Conference Room Nbp Reservation Muntinlupa City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Bureau Of Corrections 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ma. Adoracion I. Viñas Office Of The Bac Secretariat Supply Office, Bureau Of Corrections, Muntinlupa City Tel # 02-8809-8587/02-8478-0907 Bacsec2022@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Bucor.gov.ph Date Of Issue: _______________ Ccsupt Celso S Bravo Chairperson, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Bureau Of Corrections Invites Bids For The Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf), With Project Identification Number__________________. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Three Hundred Million Pesos Only (₱300,000,000.00). 2.2. The Source Of Funding Is: Nga, The National Expenditure Program 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 Manual 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 Invitation To Bid 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 Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The 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 And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, 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. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. 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 Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated 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. 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 Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.1. [if Procuring Entity Has Determined That Subcontracting Is Allowed During The Bidding, State:] The Bidder Must Submit Together With Its Bid The Documentary Requirements Of The Subcontractor(s) Complying With The Eligibility Criteria Stated In Itb Clause 5 In Accordance With Section 23.4 Of The 2016 Revised Irr Of Ra No. 9184 Pursuant To Section 23.1 Thereof. 7.2. [if Subcontracting Is Allowed During The Contract Implementation Stage, State:] The Supplier May Identify Its Subcontractor During The Contract Implementation Stage. Subcontractors Identified During The Bidding May Be Changed During The Implementation Of This Contract. Subcontractors Must Submit The Documentary Requirements Under Section 23.1 Of The 2016 Revised Irr Of Ra No. 9184 And Comply With The Eligibility Criteria Specified In Itb Clause 5 To The Implementing Or End-user Unit. 7.3. Subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address At Bac Conference Room Nbp Reservation Muntinlupa City And/or Through Videoconferencing/webcasting} 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 Ix. Checklist Of Technical And Financial Documents. 10.2. 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. 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. 10.3. A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 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 Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. 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. Alternative Bids 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. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 15. Bid Security 15.1. 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. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. 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. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots 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 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 Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Architectural, Engineering Design, Detailed Engineering Requirements And Construction Of Building With Concreting Works. 7.1 Subcontracting Is Not Allowed 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: For Design Personnel: Key Personnel General Experience Relevant Experience Principal Architect The Principal Architect Must Be Duly-licensed With At Least Ten (10) Years’ Experience Experience In The Design Of Residential, Government Offices Or Institutional Facilities, And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Structural Engineer The Structural Engineer Must Be A Duly-licensed Civil Engineer With At Least Ten (10) Years’ Experience. Experience In Structural Design And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Professional Electrical Engineer The Electrical Engineer Must Be A Registered Professional Electrical Engineer With At Least Five (5) Years’ Experience. Experience In The Design Of Lighting, Power Distribution, Communication Systems (specifically Structured And Local Area Network Cabling, Pabx), Building Management Systems And Preferably Knowledgeable In Developments In Emergent Efficient Lighting Technologies And Energy Management. Professional Mechanical Engineer The Mechanical Engineer Must Be A Professional Mechanical Engineer With At Least Five (5) Years’ Experience. Experience In Hvac And Fire Protection Systems And Preferably Knowledgeable In Emergent, Alternative Energy- Efficient Hvac Technologies. Electronics And Communications Engineer The Electronics And Communications Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In The Design Of Communications Systems, And Preferably Knowledgeable In The Application Of Building Automation And Surveillance Systems. Sanitary Engineer The Sanitary Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In The Design Of Building Water Supply And Distribution, Plumbing, And Preferably Knowledgeable In Waste Water Management/treatment, And Emergent, Alternative Effluent Collection And Treatment System. The Design & Build Contractor May, As Needed And At Its Own Expense, Add Additional Professionals And/or Support Personnel For The Optimal Performance Of All Architectural And Engineering Design Services, As Stipulated In These Terms Of Reference, For The Project. Prospective Bidders Shall Attach Each Individual’s Resume And Prc License Of The (professional) Staff. Design Personnel May Also Be Utilized For The Construction Phase Provided That The Same Meet The Minimum Number Of Years Of Experience In The Construction Of Similar Projects. For Construction Personnel: Key Personnel General Experience Relevant Experience Project Manager The Project Manager Shall Be A Licensed Architect Or Engineer With At Least Eight (8) Years Relevant Experience. Relevant Experience On Similar And Comparable Projects In Different Locations. The Project Manager Should Have A Proven Record Or Managerial Capability Through The Directing/managing Of Major Civil Engineering Works, Including Projects Of A Similar Magnitude. Project Architect/engineer The Project Architect/engineer Shall Be A Licensed Architect Or Engineer With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Materials Engineer (m.e. I) The Materials Engineer Must Be Duly Accredited With The Dpwh And With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Electrical Engineer The Electrical Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects In The Installation Of Lighting, Power Distribution, Communication Systems (specifically Structured And Local Area Network Cabling, Pabx), Building Management Systems. Mechanical Engineer The Mechanical Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects In The Installation Of Hvac And Fire Protection. Sanitary Engineer The Sanitary Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects In The Installation Of Building Water Supply And Distribution, Plumbing. Foreman The Foreman Must Have At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Safety Officer The Sanitary Officer Must Have At Least Two (2) Years’ Experience. Must Be An Accredited Safety Practitioner By The Department Of Labor And Employment (dole) And Must Have Undergone The Prescribed Forty (40) Hour Construction Safety And Health Training (cosh) 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Backhoe At Least 38hp With 0.055 To 0.160 M3 Bucket Capacity 1 Pay Loader At Least 2.5 To 9.5 M3 Bucket Capacity 1 Dump Truck At Least 10 Cu.m. 2 Generator 50kva 1 Concrete Mixers 1 Bagger 4 Welding Machines 300amp Heavy Duty 4 Submersible Dredging Pump At Least 1hp And 2” Output 1 Prospective Bidders Shall Attach The List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be. 12 No Further Instructions. 15.1 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 2% Of The Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less Than 5% Of The Abc, If Bid Security Is In Surety Bond. 19.2 No Further Instructions. 20 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; 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) 2. Supporting Documents For The Slcc (notice Of Award And/or Notice To Proceed And Project Owner’s Certificate Of Final Acceptance Issued By The Owner Other Than The Contractor Or The Constructors Performance Evaluation System (cpes) Final Rating, Which Must Be At Least Satisfactory. In Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted) 3. Certified True Copy Coming From The Issuing Agency Of Valid And Current Registration Certificate (sec Certificate Of Registration For Corporation Or Dti Certificate Of Registration For Sole Proprietorship Or Cda Certificate Of Registration For Cooperative) 4. Valid And Current Mayor’s Or Business Permit 5. Valid And Current Tax Clearance 6. Valid And Current Pcab License And Registration 7. Audited Financial Statement 8. Three (3) Sets Photocopy Of Eligibility And Financial Envelope Duly Marked As “copy No.1”, “copy No.2” And “copy No.3” 21 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. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall 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. Possession Of Site 3.1 The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To 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. 3.2 If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, 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. 5. Performance Security 5.1. 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 Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 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. 6. 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. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, 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. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. 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. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated 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 Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks 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. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. 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. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment 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, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests 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. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause 2 Sectional Completion Is Not Applicable The Intended Completion Date Is Three Hundred Sixty-five (365) Calendar Days From The Date Of Receipt Of The Ntp. 4.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor From The Date Of The Receipt Of Notice To Proceed (ntp). 6 No Further Instructions. 7.2 Fifteen (15) Years. 10 No Dayworks Are Applicable To The Contract. 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within Fourteen (14) Calendar Days After The Issuance Of The Notice To Proceed (ntp) 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is One Tenth Of One Percent Of The Total Contract Price. 13 The Amount Of The Advance Payment Is Fifteen Percent (15%) Of The Contract Price Upon Submission To And Acceptance By The Bureau Of Corrections 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 Bureau Of Corrections. 14 The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15.1 The Date By Which “as Built” Drawings Are Required Is Upon Actual Completion Of The Project. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is Equivalent To Five Percent (5%) Of The Contract Price. Section Vi. Specifications Terms Of Reference Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) Sablayan Prison And Penal Farm, Occidental Mindoro 1. Project Information 1.1 Project Description The Mission Of The Bucor Is To Protect Society By Confining Offenders In The Controlled Environments Of Prisons And Community-based Facilities That Are Safe, Humane, Cost-efficient, And Appropriately Secure, And That Provide Self-improvement Opportunities To Assist Offenders In Becoming Law-abiding Citizens. The Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) Shall Be Conducive To The Reformation And Rehabilitation Of Inmates That Will Bring Them Back Into The Mainstream Of Society As Useful Citizens Of The Country. The Contract Will Involve The Design And Build Scheme Leading To The Construction Of The Bureau Of Corrections Super Maximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm, Sablayan, Occidental Mindoro. The Plans And Designs Shall Be In Accordance With The Plan Of The Said Structures As Conceptualized By The Bucor Planning And Design Division Or As Conceptualized By The Winning Bidder If The Latter Is Found To Be Superior (as Defined In Section 3.1.1 Of This Tor). Contractors Shall Be Required To Conduct A Bucor Led Site Inspection And Evaluation To Enable The Contractors To Develop Their Proposals Accordingly. The Bureau Of Corrections Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Out Of Any Data Presented By The Contractor. The Bucor Super Maximum Prison Facility (phase 2) Shall Be Constructed As Per Approved Drawings, Specifications, Bill Of Materials, Scope Of Works And The General Contract Conditions Following The Guidelines As Per Annex G Of Irr Of Ra 9184. This Project Aims To Be Completed Within A Year, Aligning With Our Decongestion Program. This Expedited Timeline Underscores Our Commitment To Addressing Urgent Needs Within The Correctional System And Providing Timely Solutions For The High Risk Committed Pdl. The Plans And Designs Shall Be In Accordance With The Plan Of The Said Structures As Conceptualized By The Planning And Design Division (pdd) Under. Contractors Shall Be Required To Conduct A Bucor Led Site Inspection And Evaluation To Enable The Contractors To Develop Their Proposals Accordingly. The Bucor Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Out Of Any Data Presented By The Contractor. The Construction Of Super Maximum-security Facility Shall Be Constructed As Per Approved Drawings, Specifications, Bill Of Materials, Scope Of Works And The General Contract Conditions Following The Guidelines As Per Annex G Of Irr Of Ra 9184. The Project Shall Have The Following Basic Components: A. Complete Detailed Architectural And Engineering Design Plans, Technical Specifications, And Design Calculations For The Construction Of The Project. Such Plans, Designs, And Technical Specifications Shall Be Subject For Review And Approval By The Bucor Pdd. The Design Development And The Contract Documents Phases Of The Design Shall Continue After The Bid Is Awarded. It Shall Likewise Be Subject For Review And Approval By The Director Of Directorate For Engineering Services (des). B. The Bid Shall Be Based On The Conceptual/schematic Design Drawings Prepared By The Bucor Pdd Or That Submitted By The Winning Bidder As Defined In Section 3.1.1 Of This Tor. C. The Contractor Shall Complete The Construction Of The Following Facility Component: I. One (1) Unit 2-storey“type B” Pdl Dormitory At Least 3190 Sq.m (gross Area) Polished Flooring And Sandwich Panel Roofing With The Capacity Of Atleast 340 Pdl, 2 Pdl Per Cell With Double Deck Bunk Bed (160 Cells), 1 Pdl Per Cell With Single Bed (20 Cells). The Dormitory To Include Complete Utilities, Power Supply, Cctv, Water Supply, Fire Protection; • Electrical System: Three-phase Power Line Supply, Connected From The Local Electric Utility (from Main Road/ Source To The Compound. The Power Line Shall Be Used For The Future Development Of The 50 Ha Facility. • Electrical System: Backup Power (three-phase Genset) Supply System With Capacity Not Less Than Total Computed Mva Load, Without Demand Factor (designed To Supply The Dormitory), And To Include Capacitor Bank, If Necessary; • Sewerage And Drainage Systems(pipelines To Cover From Project Site To Nearest Tapping Point); • Water Supply System With Sufficient Pressure To Provide The Water Requirement Of The Psdl. The System Is Oncomposed Of A Cistern Tank, Pumps, And An Overhead Water Storage Tank. Deep Well Source Water System (intake Box, Transmission Pipelines, Pressure Break Tanks, Chlorinator With Tanks And Accessories, Etc.) Whichever Is Deemed Most Suitable For The Facility And Is Authorized By The Lgu. • Fire Protection System (fire & Jockey Pump, Pump House), Fire Detection Alarm System And Fire Suppression Equipment Included In Dormitory. • Cctv Systems: To Install Cctv At Perimeter Fence To Monitor The Inside Compound And Dormitory To Monitor The Hallways And Blind Spots. Ii. 3 Meters Height Concrete Perimeter Security Fence With Concertina Above, To Cover 50 Hectares Area (plastered And Painted Finish); Iii. Primary And Secondary Fence For 1.8 Hectares Compound Including Gates, Catwalk And Post Towers (with Cr And Water Supply) (r.a. 10575 Rule 7). • 4 Meters Height Concrete Primary Perimeter Fence (with Catwalks, Concertina Wirings, Post Tower (with Cr And Water Supply) And Solar Lightings, (ra10575). • Secondary Perimeter Fence (3 Layer Concertina, Steel Mesh) With 300w Integrated Solar Light Every 3 Bays And (to Include Post Towers And Gates); Iv. Road Networks And Culverts • All Entry And Exit Point Of Any Bodies Of Water E.g. Creeks, Canals Shall Be Fenced Culvert By Metal Grills (non-corrosive); • The Project Has An Allocated Budget Sufficient To Cover At Least 1440 Sqm Of Road Construction Within The Prison Facility. While This Budget Allows For Road Development, Prioritization Shall Be Given To The Construction Of Culverts, Both Fenced And Road Culverts, To Ensure Adequate Drainage And Prevent Flooding. These Culverts Are Critical For The Road Leading From The Main Road To The Site, As Well As Along The Perimeter Of The Facility. To Accurately Assess The Project Scope And Design, Bidders Are Required To Conduct A Thorough Site Inspection To Identify And Evaluate All Necessary Culverts." 1.2 Contractual Framework The Contractual Arrangement To Be Used For The Project Is The Design-and-build (db) Scheme. Under This Scheme The Procuring Entity Awards A Single Contract For The Architectural/engineering Design And Construction To A Single Firm, Partnership, Corporation, Joint Venture Or Consortium. The Winning Contractor Shall Consult And Collaborate With The Bucor Pdd For The Preparation Of The Detailed Architectural Design Of The Project. The Detailed Architectural And Engineering Design Shall Be Subject For The Review And Approval By The Bucor Pdd. Contractors Shall Be Required To Conduct A Bucor Led Site Inspection And Evaluation To Enable The Contractors To Develop Their Proposals Accordingly. The Bucor Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Out Of Any Data Presented By The Contractor. The Obligations And Liabilities Of The Contractor And Its Architect Shall Be Joint And Solidary For Purposes Of The Detailed Architectural Design Of The Project In Accordance With Article 1723 Of The Civil Code Of The Philippines And Other Pertinent Laws. The Db Scheme Of Procurement Was Recommended, Endorsed, And Adopted Pursuant To The Annex G Of Irr Of Ra 9184. 2. Scope Of Contract 2.1 Obligations Of The Winning Bidder/contractor A. Render Architectural And Allied Engineering Design Services Including Final Schematic Design Necessary For The Implementation Of The Project. The Allied Engineering Design Services Shall Include, But Shall Not Be Limited To, Design For Architectural, Civil, Structural, Electrical, Mechanical, Plumbing, And Electromechanical. All Drawings Shall Be Generated Using Modern Modeling/drafting Software And Printed On High Quality 20” X 30” Blue Print Paper. B. Undertake Detailed Architectural And Engineering Designs (daeds) Using The Given Data Such As Topographic, Hydrographic And Cross–section Surveys, Geotechnical And Geological Investigation, And Hydrologic Investigation And Initial Schematic Design Or Design Concept Provided By The Bucor Pdd Which Conforms With The Minimum Performance Specifications And Standards (mpss); C. If Applicable, Secure Environmental Clearance Or An “environmental Compliance Certificate (ecc)”. If The Proposed Project Is Considered Outside The Purview Of The Philippine Environmental Impact Statement (eis) System, A Certificate Of Non- Coverage Or Certificate Of Exemption Shall Be Secured. D. The Project Shall Be Constructed According To The Daeds Prepared By The Winning Bidder And Approved By The Bucor And In Compliance With The Mpss As Well As Provided In Rule Vii, Section 7 Of The Irr Of Ra 10575. Likewise, Construction Includes Conformance To The Provisions Pertaining To Buildings Under The Latest Edition Of The Dpwh Standard Specifications For Public Works Structures, Volumes Ii And Iii (blue Book). The Blue Book Prescribes, Among Other Things, The Material Requirements And Construction Requirements For Different Items Of Work, Including The Tests To Be Conducted During Construction By The Dpwh-accredited Testing Laboratory. The Blue Book Incorporates Pertinent Provisions Of The American Society For Testing And Materials (astm) And American Concrete Institute (aci), Among Other Standards, Pertaining To Construction. Attention Shall Be Given To The Relevant Items Of Work In The Following Parts Of The Blue Book: Volume Ii ➢ Part A – Facilities For The Engineer ➢ Part B – Other General Requirements Volume Iii ➢ Part A – Earthwork ➢ Part B – Plain And Reinforced Concrete Works ➢ Part C – Finishing ➢ Part D – Electrical ➢ Part E – Mechanical ➢ Part I – Water Supply ➢ Part J – Flood Control And Drainage ➢ Part I-c – Drainage Works For Materials And Technologies Not Covered By The Blue Book, Or If The Proponent Intends To Use Any New Material/technology Which Is Not Accredited By The Dpwh Bureau Of Research And Standards (brs), The Proponent Shall Submit A Certification From A Recognized Foreign Or International Institution To The Effect That The New Materials Or Technology Meets The Mpss For This Project And Has Been Successfully Used In Existing Structures With Proven Integrity. The Winning Bidder Or Contractor Shall Be Held Liable For Design And Structural Defects And/or Failure Of The Completed Project Within The Warranty Period Specified In Section 62.2 Of The Irr Of Ra 9184; And, F. The Winning Bidder Or Contractor Shall Be Solely Responsible For The Design And Shall Be Held Responsible For Any Default Resulted From Improper Design. Further, Extended Liability Of The Contractor Since It Stipulated That The Works, When Completed, Shall Be Fit For The Purpose For Which It Was Intended As Defined In The Contract. 2.2 Obligations Of The Bucor A. Provide Full Information On All Requirements For The Project; B. Approve The Winning Bidder Or Contractor’s Design Without Diminishing Their Full And Sole Responsibility For The Quality And Integrity Thereof; C. Give Prompt Written Notice Thereof To Winning Bidder Or Contractor, If It Observes Or Becomes Aware Of Any Defect In The Project; D. Designate, When Necessary, Representatives Authorized To Act On Its Behalf. It Shall Examine Documents Submitted By The Winning Bidder Or Contractor And Render Decisions Pertaining Thereto Promptly, To Avoid Unreasonable Delay In The Progress Of Their Work. It Shall Observe The Procedure Of Issuing Orders To The Winning Bidder Or Contractor; E. Supervise And Monitor The Implementation Of The Project; I. Construction Monitoring And Testing Forms: • The Use Of Construction Monitoring And Testing Forms That Will Be Provide By The Bucor - Nhq Pdd Is Mandatory Throughout The Duration Of Construction. • Oversight Of These Forms Will Be Conducted By The Engineering Services (es) Of The Sppf On Behalf Of The Bucor Pdd • Sppf-es To Impose To Contractor Testing Of All Items After Installation And/or Application. Es To Send Pdd Copy Of The Test Report/s. • Sppf-es To Monitor Material Delivery Of Contractor To Ensure All Materials Installed And/or Applied Are In Accordance With The Specifications Stated On Plans And Contract Of This Project. • In Case There Would Be Substitute Or Alternative To The Original Specification Of Material/s, Sppf- Es To Inform Pdd Of Such Variation. Ii. Bucor Engineer Visits: • Nhq Engineers And Architects (personnel Of Pdd) Will Conduct Site Visits On A Quarterly Basis Or Whenever Deemed Necessary To Ensure Compliance With Standards And Regulations. • Pdd Personnel To Witness The Final Testing And Commissioning Of The Systems, Equipment And Utilities Prior To Acceptance Of The Project Or Part Of The Project Thereof. Iii. Progress Billing Payment: • Sppf Es Engineers Will Provide Monthly Updates, Or As Deemed Necessary, On The Statement Of Work Accomplishment Based On The Actual Progress Of The Project, Including Reports Update. F. Pay The Accomplishment Accepted In The Conformance With The Mpss Included Under The Design And Build Contract. I. This Reports And Swa Updates Of The Ippf Es Will Be Reviewed And Approved By Pdd - Nhq Prior To Any Progress Billing Payments Being Made. 2.3 Bidding Documents The Bidding Documents For The Project Shall Govern The Conduct Of The Procurement Of The Project. 3. Scope Of Works 3.1 Planning And Design Phase 3.1.1 Preliminary Architectural Plan (pap) By Bidder The Approved Concept Design Shall Adopt The Provisions Indicated In Rule Vii, Section 7 Of The Irr Of Ra 10575. Bidders Shall Submit Also An Alternative Design Concept With Respect To The Actual Site Condition. This Alternative Design By The Winning Bidder Shall Be Adopted Should The Same Be Found To Be Superior Than The One Conceptualized By The Bucor Pdd. 3.1.2 Detailed Architectural And Engineering Design (daed) By The Winning Bidder During The Implementation Of The Project, The Winning Bidder Shall Prepare The Daed Of The Project And Submit The Same To The Bucor For Approval Prior To The Execution Of The Construction Works. The Winning Bidder Shall Prepare The Daed Based On Its Pap As Reviewed And Accepted By The Bucor Pdd And In Accordance With The Minimum Performance Standards And Specifications (mpss). The Daed Shall Be Undertaken With A Degree Of Accuracy That Will Allow Estimates To Be Made Within Approximately Plus Or Minus Five Percent (+/-5%) Of The Final Quantities. Once Approved By The Bucor, The Winning Bidder’s Daed Shall Form Part Of The Mpss. The Bucor-approved Daed, Together With The Mpss Provisions On Construction Under Section 2.0 Hereof, Shall Govern The Actual Construction Undertaken By The Winning Bidder. The Winning Bidder Shall Undertake The Necessary Field Surveys And Investigation In Accordance With The Dpwh Design Guidelines. In Carrying Out These Works, The Winning Bidder Shall Ensure That The Engineering, Environmental, Particularly During Field Investigations And The Development Of The Preliminary And Final Detailed Engineering Designs. The Winning Bidder Shall Ensure That All Designs Submitted For Approval Have Fully Taken Into Account Key Findings From The Engineering, Environmental, And That Negative Environmental Impacts Have Been Minimized Or Eliminated To The Fullest Extent Possible. 3.1.3 Architectural And Engineering Design Submittals I. Architectural Design A. The Building Should Be Designed With Structural, Electrical, Natural Or Combine Ventilation And Natural Lighting Following Building Design Standards. B. The Prospective Bidder Shall Prepare The Preliminary Architectural Plans In Accordance With The Requirements Of The National Building Code Of The Philippines, Accessibility Law (bp 344) Including All Other Applicable Laws And Local Ordinances. Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. Site Development Plan 2. Vicinity Map 3. Perspective 4. Floor Plans 5. Elevations A. Front Elevation B. Rear Elevation C. Right Elevation D. Left Elevation 6. Sections A. Longitudinal Section B. Cross Section 7. Doors & Window Schedule 8. Plans And Details Of Stairs And Ramps 9. Schedule Of Finishes For Floors, Walls And Ceiling 10. Miscellaneous Details Ii. Structural Design A. The Proponent Shall Prepare The Necessary Structural Analysis/calculation And Design Of The Structural Members Of The Building Component In Accordance With The National Building Code Of The Philippines With Its Referral Codes Such As The Latest National Structural Code Of The Philippines. The Design For The Structure Shall Take Into Account, Among Other Things, The Seismic Requirements Of The Area To Determine The Optimum Safety Of The Whole Structure And To Minimize Possible Earthquake Damage. B. On The Basis Of The Data Obtained From The Detailed Site Investigations, Topographical/soil And Survey, Geotechnical Engineering, Foundation Investigation, Material Testing, Survey Of Existing Site Conditions, The Seismic Requirements Of The Area, The Load Requirements Of The Building And Other Investigation Required To Obtain The Data Necessary To Ensure The Safety Of The Structure, The Proposal Shall Prepare The Preliminary Structural Design Plans Of The Structure. Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. Structural Design Criteria And Design Notes 2. Foundation Plan 3. Floor Framing Plans 4. Schedule Of Slab, Beams And Girders 5. Schedule Of Columns 6. Schedule Of Footings 7. Structural Details Of Stairs/ramp, If Applicable 8. Roof Framing Plan, If Applicable 9. Schedule And Details Of Trusses, If Applicable 10. Road Design And Details (if Applicable) 11. Miscellaneous Details Iii. Sanitary/plumbing Design A. General • The Detailed Design Shall Conform To The General Standards Adopted By The Sanitary & Plumbing Code Of The Philippines And Other Pertinent Laws And Ordinances. • All Design Considerations/assumptions Shall Be Based On The Results Of The Technical Studies, Detailed Analyses, And Design Computations. • The Technical Drawings And Specifications Shall Clearly Indicate All The Details Required To Ascertain The Care And Thoroughness Devoted In The Preparation Of The Drawings. B. Drainage And Sewerage • The Drainage Layout Shall Show All The Required Information Such As Direction Of Flow, Manhole-to-manhole Distances, And Sizes Of Lines, Manholes/canals, Location Of Outfalls, Etc. • The Prospective Bidder Shall Prepare A Design For The Sewage Treatment Plant In Accordance To The Clean Water Act Of 2004 (republic Act No. 9275) And Other Relevant Laws And Ordinances. Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. General Notes 2. Legend & Symbols 3. Sewer, Vent And Storm Drainage Layout 4. Enlarged Toilet Plan For Common And Pwd Toilets 5. Isometric Diagram 6. Miscellaneous Details 7. Drainage And Sewerage System 8. Three Chamber Septic Tank Plans And Details C. Water Supply And Distribution System • The Proponent Shall Carry Out A Preliminary Detailed Design For The Water Supply Of The Project. The Design Should Be On The Basis Of The Source And Volume Of Water Supply, Water Consumption, Piping Network, And Conveyance In Accordance With The Applicable Laws, Rules And Regulations Governing Health, Safety And Sanitation. • The Contractor Shall Install Elevated Water Storage/s Per Unit Located At The Roof Deck Of The Prison Dormitories. (sufficient Capacity To Supply The Pdl) Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. General Notes 2. Legend & Symbols 3. Water Line Layout 4. Water Line Isometric Diagram 5. Water Reservoir Plans And Details 6. Miscellaneous Details Iv. Electromechanical Design A. Sewage Treatment Plant • The Prospective Bidder Shall Prepare A Design For The Sewage Treatment Plant In Accordance To The Clean Water Act Of 2004 (republic Act No. 9275) And Other Relevant Laws And Ordinances. Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. General Notes 2. Legend & Symbols 3. Electrical System Layout 4. Mechanical System Layout 5. Instrumentation And Control System Diagrams 6. Piping And Instrumentation Diagrams (p&ids) 7. Equipment Details And Specifications 8. Electrical Power Distribution 9. Emergency Power Systems 10. Grounding And Lightning Protection 11. Control And Monitoring Systems, If Applicable 12. Safety Systems 13. Miscellaneous Details B. Fire Protection System • The Prospective Bidder Shall Prepare A Design For The Fire Protection System In Accordance To The Fire Code Of The Philippines, (irr) Of Ra 9514, And Other Relevant Laws And Ordinances. Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. Sprinkler System 2. Sprinkler System Isometric Diagram 3. Fire Fighting Piping System Diagram 4. Fire Alarm System Layout 5. Fire Suppression System Layout 6. Smoke Management System Layout 7. Fire Pump And Water Supply 8. Miscellaneous Details V. Electrical Design A. The Prospective Bidder Shall Prepare A Preliminary Design Plan For The Electrical And Power Supply System Of The Building In Accordance With The Electrical Code Of The Philippines, Fire Code Of The Philippines, National Building Code Of The Philippines And Other Relevant Laws And Ordinances. B. The Prospective Bidder Shall Prepare A Design For The Electrical And Power Supply System Considering Ease Of Maintenance And Prevention Of Illegal Connections Including Electrical Supply For Ceiling Fans. C. The Prospective Bidder Shall Prepare A Design For Backup Power Generator With Capacity Not Less Than Total Computed Kva Load Without Demand Factor. D. 3-phase Electrical Supply Shall Be Sourced From The Local Electrical Utility. E. Power Line Connection From Main Source To The Facility Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. Power Riser Diagram 2. Power Layout System 3. Lighting Layout System 4. Local Area Network System, If Applicable 5. Grounding System 6. Load Schedules 7. Others As Applicable Vi. Other Requirements Technical Specifications Boring Test Structural Design And Analysis And Computation Final Design And Construction Plans Upon Award Of Contract, The Contractor Shall Comply The Following: O Prepare Final Draft Of Architectural And Engineering Design Plans Incorporating All Design Refinements And Revisions Based On Project Requirement Or As May Be Required By The Bucor Pdd Within The Scope Of Design. O Submit To The Bucor Design And Build Committee (bucor-dbc) The Final Architectural And Engineering Design Plans And Specifications Duly Signed And Sealed By The Concerned Professional Architect, Engineers, Incorporating All The Necessary Revisions And Refinements For Approval By The Head Of Procuring Entity. 3.2 Construction Phase The Following Works Shall Comprise This Phase: I. Permits And Clearances, The Contractor Shall Upon Authorization Of The Head Of The Procuring Entity (hope), Make Representations With The Government Agencies Concerned To Expedite The Processing Of The Necessary Permits And Certificates Such As The Following: A. Zoning Certification And Locational Clearance B. Building /electrical/sanitary Permits C. Certificate Of Occupancy D. Environmental Clearance Certificate E. All Other Permits/clearances As May Be Required For The Construction. Ii. Mobilization, The Contractor Shall Mobilize All The Required Project Team Personnel, Equipment, Tools, And Manpower With The Required Skills And In Sufficient Number As May Be Necessary For His Efficient Undertaking Of The Project. Iii. Clearing, Grubbing And Hauling/disposal Of Debris Iv. Construction Stage As A Rule, Contract Implementation Guidelines For Procurement Of Infrastructure Projects Shall Comply With Annex “e” Of The Revised Irr Of Ra 9184. The Following Provisions Shall Supplement These Procedures: I. No Works Shall Commence Unless The Contractor Has Submitted The Prescribed Documentary Requirements And Implementing Unit Has Given Written Approval. Work Execution Shall Be In Accordance With Reviewed And Approved Documents. Ii. The Contractor Shall Be Responsible For Obtaining All Necessary Information As To Risks, Contingencies And Other Circumstances Which May Affect The Works And Shall Prepare And Submit All Necessary Documents Specified By The Implementing Unit To Meet All Regulatory Approvals As Specified In The Contract Documents. Iii. The Contractor Shall Submit A Detailed Program Of Works Within Fourteen (14) Calendar Days After The Issuance Of The Notice To Proceed (ntp) For Approval By The Head Of The Procuring Entity (hope) That Shall Include, Among Others: A. The Order In Which It Tends To Carry Out The Work Including Anticipated Timing For Each Stage Or Design/detailed Engineering And Construction; B. Periods For Review Of Specific Outputs And Any Other Submissions And Approvals; C. Sequence Of Timing For Inspection And Tests; D. General Description Of The Design And Construction Methods To Be Adopted; E. Number Of Personnel To Be Assigned For Each Stage Of The Work; F. List Of Equipment Required On Site For Each Stage Of The Work; And G. Description Of The Quality Control System To Be Utilized For The Project. Iv. Any Errors, Omissions, Inconsistencies, Inadequate Or Failure Submitted By The Contractor That Do Not Comply With The Requirements Shall Be Rectified, Resubmitted And Reviewed At The Contractor’s Cost. If The Contractor Wishes To Modify Any Design Or Document Which Has Been Previously Submitted, Reviewed And Approved, The Contractor Shall Notify The Implementing Unit Within A Reasonable Period Of Time And Shall Shoulder The Cost Of Such Changes. V. As A Rule, Changes In Design And Construction Requirements Shall Be Limited Only To Those That Have Not Been Anticipated In The Contract Signing And Approval. The Following Guidelines Shall Govern Approval For Change Or Variation Order: A. Change Orders Resulting From Design Errors, Omissions Or Non-conformance With The Performance Specifications And Parameters And The Contract Documents By The Contractor Shall Be Implemented By The Contractor At No Additional Cost To The Bureau Of Corrections. B. Provided That The Contractor Suffers Delay And/or Incurs Costs Due To Changes Or Errors In The Preparation Of Performance Specification And Parameters, The Contractor Shall Be Entitled To Either One Of The Following: An Extension Of Time For Any Such Delays Under Section 10 Of Annex “e” Of Irr-a (ra9184; Or Payments For Such Cost As Specified In The Contract Documents, Provided That The Cumulative Amount Of The Variation Order Does Not Exceed Ten Percent (10%) Of The Original Project Cost. C. The Contract Documents Shall Include The Manner And Schedule Of Payment Specifying The Estimated Contract Amount And Installments In Which The Contract Will Be Paid. D. The Contractor Shall Be Entitled To Advance Payment Subject To The Provisions Of Section 4 Of Annex “e” Of The Revised Irr Of Ra 9184. E. The Implementing Unit Shall Monitor The Quality Control Procedures For The Design And Construction In Accordance With The Government Guidelines And Shall Issue The Proper Certificates Of Acceptance For Sections Of The Works Or Whole Of The Works As Provided For In The Contract Documents. F. The Contractor Shall Provide All Necessary Equipment, Personnel, Instruments, Documents And Others To Carry Out Specified Tests. G. This Design And Build Project Shall Have Minimum Defects Liability Period Of One (1) Year Contract Completion Or As Provided In The Contract Documents. This Is Without Prejudice To The Liabilities Imposed Upon The Engineer/architect Who Drew Up The Plans And Specification For A Building Sanctioned Under Section 1723 Of The New Civil Code Of The Philippines. H. The Contractor Shall Be Held Liable For Design And Structural Defects And/or Failure Of The Completed Project Within The Warranty Period Of 15 Years For Permanent Structures/buildings And 5 Years For Roads As Specified In Section 62.2.2 Of The Revised Irr Of Ra 9184 V. As-built Plans. The Contractor Shall Cause The Preparation And Submission Of As-built Plans Duly Signed And Sealed By All Concerned Parties Involved In The Construction In The Same Sheet Size And Scale As The Original Drawings In One (1) Blue Print Copy And One (1) Reproducible Copy. Vi. General Requirements: 1. Temporary Facilities Such As Field Offices For The Bucor Inspectorate Team, Project Engineers And Quarters For Laborers; Temporary Warehouse For The Construction Material. 2. Office Furniture And Equipment, Survey Equipment And Consumables 3. Photographs: This Item Consists Of The Supply Of Equipment And Materials, I.e., Album, Necessary To Undertake Photographic Progress Activities Of The Project And Of All Cost Incidental To The Preparation And Submission Of Photographs (at Least 12 Photographs Per Day). The Quantities For Photographs Shall Be One (1) Set Of Photographs Per Month. 4. Health And Safety Program Including Personal Protective Equipment (ppe) A. All Standard Safety Measures And Precautions Shall Be Exercised By The Contractor In The Course Of The Project For The Protection Of The Public And Its Workers And In Conformity With Dole Department Order No. 13, Series Of 1998. B. All Workers Shall Be Equipped With Proper Working Uniform And Identification At All Times. They Must Be Registered With The Governing Bucor Security Office And Must Comply With The Bucor’s Rules And Regulations. C. The Contractor Shall Secure His/her Own Equipment And Materials On Site. The Bucor Shall Not Be Liable To Any Losses Incurred During The Progress Of The Work. 5. Minimum Heavy Equipment Requirement (as Needed) For Site Development Such As: No. Item Specification 1. Backhoe 0.8 Cu. M. 2. Backhoe Wheel Mounted With Breaker 0.90 Cu. M. 3. Cargo/service Truck 2-5 Mt., 160 Hp 4. Dump Truck 12 Cu. Yd. 5. Motorized Road Grader G710a, 140hp 6. Payloader 1.5 Cu. M. 7. Vibrator Roller 10 Mt 8. Bulldozer 170 Hp 9. Scraper 515 Hp 10. Truck Mounted Crane, Hydraulic Telescopic Bommer Capacity: 41 – 45 Mt. 11. Crawler Crane 41-45 Mt 12. Generator Set 300 Kw/375 Kva 13. Water Pump 100mm Suction Dia. 14. One Bagger Mixer 4-6 Ft3/min 15. Concrete Vibrator Ey20, 5hp, 32-70mm 16. Vibro Hammer 45000 Kg-m 17. Excavator 17.5 Kw Or Any Specify Types Of Heavy Equipment Needed For A Site Development Will Be Determined By The Winning Bidder. 6. Environmental Compliance 7. Communication Equipment: This Item Consists Of The Provision Of Communication Equipment. 8. Billboard 9. Traffic Management (if Applicable). Vii. Building Construction 1 Lot One (1) Unit 2-storey“type B” Pdl Dormitory At Least 3190 Sq.m (gross Area) Polished Flooring And Sandwich Panel Roofing With The Capacity Of Atleast 340 Pdl, 2 Pdl Per Cell With Double Deck Bunk Bed (160 Cells), 1 Pdl Per Cell With Single Bed (20 Cells). The Dormitory To Include Complete Utilities, Power Supply, Cctv, Water Supply, Fire Protection; • Electrical System: Three-phase Power Line Supply, Connected From The Local Electric Utility (from Main Road/ Source To The Compound. The Power Line Shall Be Used For The Future Development Of The 50 Ha Facility. • Electrical System: Backup Power (three-phase Genset) Supply System With Capacity Not Less Than Total Computed Mva Load, Without Demand Factor (designed To Supply The Dormitory), And To Include Capacitor Bank, If Necessary; • Sewerage And Drainage Systems(pipelines To Cover From Project Site To Nearest Tapping Point); • Water Supply System With Sufficient Pressure To Provide The Water Requirement Of The Psdl. The System Is Composed Of A Cistern Tank, Pumps, And An Overhead Water Storage Tank. Deep Well Source Water System (intake Box, Transmission Pipelines, Pressure Break Tanks, Chlorinator With Tanks And Accessories, Etc.) Whichever Is Deemed Most Suitable For The Facility And Is Authorized By The Lgu. • Fire Protection System (fire & Jockey Pump, Pump House), Fire Detection Alarm System And Fire Suppression Equipment Included In Dormitory. • Cctv Systems: To Install Cctv At Perimeter Fence To Monitor The Inside Compound And Dormitory To Monitor The Hallways And Blind Spots. 1 Lot 3 Meters Height Concrete Perimeter Security Fence With Concertina Above, To Cover 50 Hectares Area (plastered And Painted Finish); 1 Lot Primary And Secondary Fence For 1.8 Hectares Compound Including Gates, Catwalk And Post Towers (with Cr And Water Supply) (r.a. 10575 Rule 7). • 4 Meters Height Concrete Primary Perimeter Fence (with Catwalks, Concertina Wirings, Post Tower (with Cr And Water Supply) And Solar Lightings, (ra10575). • Secondary Perimeter Fence (3 Layer Concertina, Steel Mesh) With 300w Integrated Solar Light Every 3 Bays And (to Include Post Towers And Gates); 1 Lot Road Networks And Culverts • The Project Has An Allocated Budget Sufficient To Cover At Least 1440 Sqm Of Road Construction Within The Prison Facility. While This Budget Allows For Road Development, Prioritization Shall Be Given To The Construction Of Culverts, Both Fenced And Road Culverts, To Ensure Adequate Drainage And Prevent Flooding. These Culverts Are Critical For The Road Leading From The Main Road To The Site, As Well As Along The Perimeter Of The Facility. • All Entry And Exit Point Of Any Bodies Of Water E.g. Creeks, Canals Shall Be Fenced Culvert By Metal Grills (non-corrosive); • To Accurately Assess The Project Scope And Design, Bidders Are Required To Conduct A Thorough Site Inspection To Identify And Evaluate All Necessary Culverts. A. Material Specifications: A. Floor Finishes • Polished Cement Finish Prison Cell, Hallways, Staircases, And Rooms • Plain Cement Finished - Pathways. • Ramps - Anti Slip Pavers Or Tiles • Crs – Unglazed Ceramic Tiles B. Wall Finishes A. Glazed Wall Tiles - 1.8m Height. B. Plain Cement Plaster Finish - For All Buildings And Facilities C. Ceiling Finishes C. Concrete Steel Decking, If Applicable. – Coated In White Enamel D. Painting D. Semi-gloss Solvent Paint Top Coat (high-end Quality) For Interior And Exterior Walls In Two To Three Coats Application. Apply Concrete Neutralizer For Newly Finished Concrete Surfaces. Use Solvent Primer. E. Varnish Paint Finish With Weather Proof Coating – For Doors And Jambs Branded, High-end Quality (offices, Etc.), All Wooden Doors Must Have Secondary Steel Doors. F. Use Epoxy Paint Primer. Epoxy Paint Finish – For Structural Steel And All Metal Works E. Doors And Windows G. No Doors For Prison Facility Comfort Rooms With 1.20 Meter Finish Wall Height (see Rule Vii, Section 7 R-irr Of Ra 10575). H. Steel Doors And Grills – For Dormitories, Gates And Other Security Areas. Sliding Doors For All Cells (see Rule Vii, Section 7 R-irr Of Ra 10575) F. Waterproofing I. Uv Resistant Polyurethane Waterproofing – For All Roof Deck With Topping Works Provided With Welded Wire Mesh. (at Elevated Water Tank Area) J. Cistern - Polyurethane Waterproofing G. Plumbing Works K. Upvc Pipe Series 1000 – For All Soil, Sewer, Waste, Dry And Wet Vent Piping High-end Quality L. Pprc Fusion Type – For All Water Lines High-end Quality M. Contractor Encouraged To Adapt: Lpf Flush Valve For Water Closet Or Stainless Toilet-lavatory Combination. Waterless Urinals N. Sprinkler System To All Prison Dormitories In Accordance With The Provisions Of Revised Plumbing Code Of The Philippines. O. Contractor To Provide A Water System To Supply The Facility 4. Approved Budget For The Contract (abc) The Approved Budget For The Contract (abc) Is Php 300,000,000. This Is The Ceiling For Acceptable Bids. Bids Higher Than Abc Shall Be Automatically Rejected. 5. Proposed Implementation Schedule (example): No. Of Months 1 2 4 5 6 7 8 9 10 11 12 Design Phase Construction Phase 6. Eligibility Criteria For Bidders 6.1 General The Eligibility Requirements For This Design And Build Project Shall Adopt The Provisions Of Annex “g” Of The Implementing Rules And Regulations Of Ra 9184 (e.g. Eligibility Requirement). However, If A Bidder Who Has No Experience In Db Project On Its Own May Opt To Enter A Subcontracting Agreement, Partnership, Or Joint Venture With A Design Or Engineering Firm For The Design Portion Of The Project. 6.2 Legal Requirements A. Valid Contractor’s License Issued By The Philippine Contractor’s Accreditation Board B. Valid License Of The Contractor’s Designer Issued By The Professional Regulation Commission. 6.3 Technical Requirements A. The Contractor’s Designer Must Have Designed One Structure Similar To The Project At Hand With A Construction Cost Of At Least 50 % Of The Abc. 6.4 Financial Requirements The Contractor Must Have A Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc To Be Bid Or Equivalent To Php300,000,000.00. 7. Contents Of The Bid 7.1 In The First Envelope Class “a” Documents Legal Documents I. Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of This Irr. For Procurement To Be Performed Overseas, It Shall Be Subject To The Guidelines To Be Issued By The Gppb. (a) Ii. Pcab License And Registration, In Case Of Jv; 57 Iii. Statement Of All Ongoing Government And Private Contracts; Iv. Statement Of Slcc; V. Nfcc Computation; Vi. Jva, If Applicable; Vii. Bid Security In The Prescribed Form, Amount And Validity Period; Viii. Project Requirements, Which Shall Include The Following: 1. Organizational Chart For The Contract To Be Bid; 2. List Of Contractor’s Personnel (design And Construction), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; 3. List Of Contractor’s Equipment Units Which Are Owned, Leased And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From Lessor/vendor For The Duration Of The Project. Ix. Omnibus Sworn Statement By The Prospective Bidder Or Its Authorized Representative In The Prescribed Format; X. Submission Of Preliminary Conceptual Design Plans: Class “b” Documents I. For Infrastructure Projects, Jv Bidders Shall Submit A Jva In Accordance With R.a. 4566 And It’s Irr. Ii. Each Partner Of The Joint Venture Shall Submit Their Philgeps Certificates Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Eligibility Documents By Any Of The Joint Venture Partners Constitutes Compliance: Provided, That The Partner Responsible To Submit The Nfcc Shall Likewise Submit The Statement Of All Of Its Ongoing Contracts And Audited Financial Statements. 1. Preliminary Conceptual Architectural Design Plans In Accordance With The Degree Of Details Specified By The Procuring Entity: (at Suitable Scale On High Quality A3 Blue Print Paper /digital Print Minimum Size) A. Location Plan/vicinity Map B. Perspective C. Floor Plans D. Front View Elevation E. Rear View Elevation F. Left Side View Elevation G. Right Side View Elevation H. Longitudinal Section I. Transverse Section 2. Design And Construction Method 3. List Of Contractor’s Personnel To Be Assigned To The Contract To Be Bid With Their Complete Qualification And Experience Data And Photocopy Of Their Valid Licenses Issued By The Professional Regulatory Commission (prc), Curriculum Vitae Of Key Staff, Partners Or Principal Officers With A Minimum Work Experience Requirements Set In The Bds; For Design The Key Professionals And The Respective Qualifications Of The Design Personnel Shall Be As Follows: • Principal Architect The Principal Architect Must Be Duly-licensed With At Least Ten (10) Years’ Experience In The Design Of Residential, Government Offices Or Institutional Facilities, And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. • Structural Engineer The Structural Engineer Must Be A Duly-licensed Civil Engineer With At Least Ten (10) Years’ Experience In Structural Design And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. • Professional Electrical Engineer The Electrical Engineer Must Be A Registered Professional Electrical Engineer With At Least Five (5) Years’ Experience In The Design Of Lighting, Power Distribution, Communication Systems (specifically Structured And Local Area Network Cabling, Pabx), Building Management Systems And Preferably Knowledgeable In Developments In Emergent Efficient Lighting Technologies And Energy Management. • Professional Mechanical Engineer The Mechanical Engineer Must Be A Professional Mechanical Engineer With At Least Five (5) Years In Hvac And Fire Protection Systems And Preferably Knowledgeable In Emergent, Alternative Energy- Efficient Hvac Technologies. • Electronics And Communications Engineer The Electronics And Communications Engineer Must Be Duly-licensed With At Least Ten (5) Years’ Experience In The Design Of Communications Systems, And Preferably Knowledgeable In The Application Of Building Automation And Surveillance Systems. • Sanitary Engineer The Sanitary Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience In The Design Of Building Water Supply And Distribution, Plumbing, And Preferably Knowledgeable In Waste Water Management/treatment, And Emergent, Alternative Effluent Collection And Treatment System. The Design & Build Contractor May, As Needed And At Its Own Expense, Add Additional Professionals And/or Support Personnel For The Optimal Performance Of All Architectural And Engineering Design Services, As Stipulated In These Terms Of Reference, For The Project. Prospective Bidders Shall Attach Each Individual’s Resume And Prc License Of The (professional) Staff. Design Personnel May Also Be Utilized For The Construction Phase Provided That The Same Meet The Minimum Number Of Years Of Experience In The Construction Of Similar Projects. For Construction Personnel The Key Professionals And The Respective Qualifications Of The Construction Personnel Shall Be As Follows: • Project Manager The Project Manager Shall Be A Licensed Architect Or Engineer With At Least Eight (8) Years Relevant Experience On Similar And Comparable Projects In Different Locations. The Project Manager Should Have A Proven Record Or Managerial Capability Through The Directing/managing Of Major Civil Engineering Works, Including Projects Of A Similar Magnitude. • Project Architect/engineer The Project Architect/engineer Shall Be A Licensed Architect Or Engineer With At Least Five (5) Years’ Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. • Materials Engineer (m.e. I) The Materials Engineer Must Be Duly Accredited With The Dpwh And With At Least Five (5) Years’ Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. • Electrical Engineer The Electrical Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience In Similar And Comparable Projects In The Installation Of Lighting, Power Distribution, Communication Systems (specifically Structured And Local Area Network Cabling, Pabx), Building Management Systems. • Mechanical Engineer The Mechanical Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience In Similar And Comparable Projects In The Installation Of Hvac And Fire Protection. • Sanitary Engineer The Sanitary Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience In Similar And Comparable Projects In The Installation Of Building Water Supply And Distribution, Plumbing. • Foreman The Foreman Must Have At Least Five (5) Years’ Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. • Safety Officer The Safety Officer Must Be An Accredited Safety Practitioner By The Department Of Labor And Employment (dole) And Must Have Undergone The Prescribed Forty (40) Hour Construction Safety And Health Training (cosh) And Must Have At Least Two (2) Years’ Experience. 4. Value Engineering Analysis Of Design And Construction. The Second Envelope (financial Proposal) Shall Contain All The Required Documents For Infrastructure Projects Under Section 25.38 Of The Irr Of R.a 9184. 7.2 In The Second Envelope – Financial Proposal The Contents Of Financial Proposal – In The Second Envelope Shall Be Governed By Section 6.1 Design And Build Scheme Of The Dpwh Procurement Manual Volume Ii - Infrastructure Main Guidelines (2016). A. Lump Sum Bid Prices, Which Shall Include The Detailed Engineering Cost, In The Prescribed Bid Form Inclusive Of Vat B. Detailed Estimates Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates And Equipment Rentals Used In Coming Up With The Bid For The Following: I Detailed Architectural And Engineering Design; Ii Demolition Works; And Iii Building Construction/civil Works. C. Bill Of Quantities D. Cash Flow And Payments Schedule. 8. Procedure And Criteria For Bids Evaluation For The Detailed Evaluation Of The Design And Build Proposals A Two-step Procedure Shall Be Adopted By The Bac, Which May Be Undertaken With The Assistance Of The Dbc. First-step Procedure: With The Assistance Of The Bucor Design And Build Committee (bucor-dbc), The Bac Shall Conduct The Opening, Preliminary Examination And Detailed Evaluation Of The Design And Build Proposals, As Follows: (1) The First Step Of The Evaluation Shall Involve The Review Of The Preliminary Conceptual Designs And Track Record Submitted By The Contract As Indicated In The Bidding Documents Using A Nondiscretionary “pass/fail” Criteria That Involve Compliance With The Following Requirements: A. Performance Specifications And Parameters And Degree Of Details; B. Adherence Of Preliminary Design Plans To The Required Concept Of Approach And Methodology For Detailed Engineering, Design And Construction With Emphasis On The Clarity, Feasibility, Innovativeness And Comprehensiveness Of The Plan Approach, And The Quality Of Interpretation Of Project Problems, Risks, And Suggested Solutions; And C. Quality Of Personnel To Be Assigned To The Project Which Covers Suitability Of Key Staff To Perform The Duties Of The Particular Assignments And General Qualifications And Competence Including Education And Training Of The Key Staff. 8.1 Merit Point Critera For The Bid Evaluation 8.1.1 Adherence To Performance Specifications (35 Points) A. Compliance And Adherence To Specifications: Excellent Compliance (100 Points): The Submission Fully Adheres To All Specified Project Requirements And Regulations, Demonstrating Meticulous Attention To Detail And Comprehensive Understanding Of The Tor. All Drawings And Documentation Are Accurate, Complete, And In Compliance With Relevant Standards. Good Compliance (80 Points): The Submission Largely Complies With Project Specifications And Regulations, With Minor Discrepancies. Drawings And Documentation Are Mostly Accurate And Complete, Meeting The Majority Of Requirements. Acceptable Compliance (70 Points): The Submission Satisfies Most Of The Specified Requirements And Regulations, Albeit With Some Notable Omissions Or Inconsistencies. Drawings And Documentation Are Generally Accurate And Complete, Meeting The Basic Expectations. Some Reservations (50 Points): The Submission Partially Meets The Specified Requirements And Regulations, With Several Notable Deficiencies Or Inconsistencies. There Are Significant Gaps Or Inaccuracies In The Drawings And Documentation, Raising Concerns About Compliance. Serious Reservations (20%) The Submission Falls Significantly Short Of Meeting The Specified Requirements And Regulations, With Major Deficiencies Or Inconsistencies. Drawings And Documentation Lack Essential Details Or Fail To Comply With Key Standards, Casting Doubt On The Bidder's Understanding Of The Project Scope. Unacceptable (0%) The Submission Fails To Comply With The Specified Requirements And Regulations, Lacking Essential Details And Demonstrating A Fundamental Misunderstanding Of The Project Scope. Drawings And Documentation Are Incomplete Or Inaccurate, Indicating A Lack Of Capability To Deliver The Project On Time. B. Functionality And Efficiency: Excellent (100%): The Design Optimally Utilizes Space, Facilitating Efficient Accommodation Of 500 Psdl. Layout And Design Enhance Operational Flow, Demonstrating Exceptional Foresight And Planning. Integration Of Facilities Promotes Smooth Prison Management. Good (80%): The Design Effectively Utilizes Space, With Minor Areas For Improvement In Operational Flow. Layout And Design Contribute To Efficient Prison Management, Meeting Most Functional Requirements. Acceptable (70%): The Design Adequately Utilizes Space, Meeting Basic Requirements For Accommodating 500 Psdl. Layout And Design Support Operational Flow, Though Some Improvements Are Needed For Optimal Functionality. Some Reservations (50%): The Design Partially Optimizes Space Utilization, With Notable Deficiencies In Operational Flow. Layout And Design Hinder Efficient Prison Management, Requiring Significant Adjustments For Improvement. Serious Reservations (20%): The Design Inadequately Utilizes Space, Hindering Accommodation Of 500 Psdl. Layout And Design Severely Impede Operational Flow, Indicating A Lack Of Understanding Of Functional Requirements. Unacceptable (0%): The Design Fails To Optimize Space Utilization, Lacking Consideration For Accommodating 500 Psdl. Layout And Design Pose Significant Obstacles To Efficient Prison Management, Indicating A Fundamental Misunderstanding Of Functional Requirements. C. Safety And Security: Excellent (100%): The Design Features Robust Perimeter Walls, Guard Towers, And Security Features Ensuring Optimal Pdl Containment And Facility Security. Fire Protection And Detection Systems Are Highly Reliable, With Comprehensive Safety Measures For Both Psdl And Staff. Good (80%): The Design Incorporates Effective Perimeter Walls, Guard Towers, And Security Features, With Minor Areas For Enhancement. Fire Protection And Detection Systems Are Reliable, With Adequate Safety Measures For Psdl And Staff. Acceptable (70%) The Design Includes Satisfactory Perimeter Walls, Guard Towers, And Security Features, Meeting Basic Requirements For Pdl Containment And Facility Security. Fire Protection And Detection Systems Are Functional, With Sufficient Safety Measures For Psdl And Staff. Some Reservations (50%): The Design Features Partially Effective Perimeter Walls, Guard Towers, And Security Features, With Notable Deficiencies In Pdl Containment And Facility Security. Fire Protection And Detection Systems Lack Reliability, With Limited Safety Measures For Psdl And Staff. Serious Reservations (20%): The Design Lacks Effective Perimeter Walls, Guard Towers, And Security Features, Compromising Pdl Containment And Facility Security. Fire Protection And Detection Systems Are Inadequate, Posing Significant Risks To Psdl And Staff Safety. Unacceptable (0%): The Design Neglects Perimeter Walls, Guard Towers, And Security Features, Failing To Ensure Pdl Containment And Facility Security. Fire Protection And Detection Systems Are Absent Or Non-functional, Posing Severe Risks To Psdl And Staff Safety. D. Sustainability And Environmental Considerations: Excellent (100%): The Design Includes Robust Safety Measures And Emergency Protocols, Ensuring The Safety And Well-being Of Psdl And Staff In Accordance With Ra 10575. Good (80%): The Design Integrates Sustainable Design Principles Effectively, With Minor Opportunities For Improvement In Energy Efficiency And Material Selection. Sewage Treatment And Water Conservation Measures Are Adequate, Supporting Environmental Sustainability. Acceptable (70%) The Design Includes Basic Sustainable Design Principles, Meeting Minimum Requirements For Energy Efficiency And Material Selection. Sewage Treatment And Water Conservation Measures Are Functional, Contributing To Environmental Sustainability. Some Reservations (50%): The Design Partially Incorporates Sustainable Design Principles, With Notable Deficiencies In Energy Efficiency And Material Selection. Sewage Treatment And Water Conservation Measures Lack Comprehensiveness, Limiting Environmental Sustainability. Serious Reservations (20%): The Design Lacks Consideration For Sustainable Design Principles, Neglecting Energy Efficiency And Eco-friendly Materials. Sewage Treatment And Water Conservation Measures Are Insufficient, Undermining Environmental Sustainability. Unacceptable (0%): The Design Disregards Sustainable Design Principles, Showing No Commitment To Energy Efficiency Or Eco-friendly Materials. Sewage Treatment And Water Conservation Measures Are Absent Or Inadequate, Disregarding Environmental Sustainability. E. Aesthetics And Architectural Design: Excellent (100%): The Design Exhibits Exceptional Aesthetic Appeal And Architectural Coherence, Showcasing Innovative And Visually Pleasing Elements. Consideration Of Local Architectural Vernacular And Contextual Integration Is Evident, Contributing To The Overall Excellence Of The Design. Good (80%): The Design Demonstrates Good Aesthetic Appeal And Architectural Coherence, With Some Areas For Enhancement In Creativity And Visual Impact. Consideration Of Local Architectural Vernacular And Contextual Integration Is Apparent, Enriching The Design. Acceptable (70%): The Design Achieves Acceptable Aesthetic Appeal And Architectural Coherence, Meeting Basic Expectations For Visual Presentation. Consideration Of Local Architectural Vernacular And Contextual Integration Is Present, Though Limited In Scope. Some Reservations (50%): The Design Lacks Significant Aesthetic Appeal And Architectural Coherence, With Notable Deficiencies In Creativity And Visual Impact. Consideration Of Local Architectural Vernacular And Contextual Integration Is Minimal, Detracting From The Overall Quality Of The Design. Serious Reservations (20%): The Design Exhibits Poor Aesthetic Appeal And Architectural Coherence, Failing To Engage Visually Or Inspire Interest. Consideration Of Local Architectural Vernacular And Contextual Integration Is Lacking, Diminishing The Design's Relevance And Appropriateness. Unacceptable (0%): The Design Lacks Any Aesthetic Appeal Or Architectural Coherence, Showing No Effort To Engage Visually Or Integrate With The Local Architectural Vernacular. Consideration Of Contextual Integration Is Absent, Rendering The Design Unsuitable For The Project. 8.1.2 Approach And Methodology For Detailed Engineering, Design, And Construction (40 Points) Excellent (100%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Is Exceptionally Clear, Feasible, Innovative, And Comprehensive. The Plan Demonstrates A High Level Of Understanding Of Project Problems, Risks, And Suggested Solutions, With Well-defined Strategies For Addressing Them. Good (80%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Is Clear, Feasible, And Comprehensive, With Some Innovative Elements. The Plan Adequately Addresses Project Problems, Risks, And Suggested Solutions, Though Some Areas May Require Further Development. Acceptable (70%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Satisfactorily Addresses Project Requirements, With A Basic Level Of Clarity And Feasibility. The Plan Outlines Strategies For Addressing Project Problems, Risks, And Suggested Solutions, Meeting The Minimum Expectations. Some Reservations (50%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Partially Addresses Project Requirements, With Notable Gaps In Clarity And Feasibility. The Plan Lacks Innovative Elements And May Inadequately Address Project Problems, Risks, And Suggested Solutions. Serious Reservations (20%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Demonstrates Significant Deficiencies In Clarity, Feasibility, And Comprehensiveness. The Plan Fails To Adequately Address Project Problems, Risks, And Suggested Solutions, Indicating A Lack Of Understanding Or Inadequate Planning. Unacceptable (0%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Is Unclear, Infeasible, And Lacks Comprehensiveness. The Plan Fails To Address Project Problems, Risks, And Suggested Solutions, Indicating A Fundamental Misunderstanding Or Disregard For Project Requirements. 8.1.3 Quality Of Personnel Assigned To The Project (25 Points) Excellent (100%): The Personnel Assigned To The Project, Including Key Staff, Are Highly Suitable And Competent To Perform Their Duties. Key Staff Members Possess Exceptional Qualifications, Competence, Education, And Training Relevant To Their Roles, Demonstrating A High Level Of Expertise And Experience. Good (80%): The Personnel Assigned To The Project, Including Key Staff, Are Suitable And Competent To Perform Their Duties Effectively. Key Staff Members Possess Relevant Qualifications, Competence, Education, And Training, Demonstrating Solid Expertise And Experience. Acceptable (70%): The Personnel Assigned To The Project, Including Key Staff, Meet The Basic Requirements For Suitability And Competence In Performing Their Duties. Key Staff Members Possess General Qualifications And Competence, Education, And Training Relevant To Their Roles, Meeting The Minimum Expectations. Some Reservations (50%): The Personnel Assigned To The Project, Including Key Staff, Demonstrate Some Suitability And Competence In Performing Their Duties, But Notable Deficiencies Are Present. Key Staff Members May Lack Certain Qualifications, Competence, Education, Or Training, Raising Concerns About Their Ability To Effectively Fulfill Their Roles. Serious Reservations (20%): The Personnel Assigned To The Project, Including Key Staff, Exhibit Significant Deficiencies In Suitability And Competence To Perform Their Duties. Key Staff Members Lack Essential Qualifications, Competence, Education, Or Training, Indicating A Lack Of Expertise Or Experience Relevant To Their Roles. Unacceptable (0%): The Personnel Assigned To The Project, Including Key Staff, Are Unsuitable And Incompetent To Perform Their Duties Effectively. Key Staff Members Lack The Necessary Qualifications, Competence, Education, And Training, Demonstrating A Fundamental Mismatch With The Requirements Of Their Roles. 8.2 Determination Of The Merit Point Score The Aggregate Of The Scores In Each Criterion Must Be 70% Or More To Pass Using The Following Formula In Equation. Description Weight (w) Rating (r) Criteria 1 35% (smax/sact) Criteria 2 40% Sact Criteria 3 25% Sact Smax = Η (100) Sact = R1 +r2 +r3 + . . .(rη) Where Η = Number Of Sub Criteria R = Rating Given To The Criteria/sub Criteria The Actual Score (sact) For Each Of The Criteria/sub Criteria Is Obtained By Adding All The Given Rating. (smax) Is The Summation Of Maximum Score Per Criteria 8.3 Passing Rate The Specific Passing Rate Value Depends On The Specific Context Of The Project, The Priorities Of The Design And Build Committee, And The Complexity Of The Requirements Outlined In Ra 10575. Based On The Provided Criteria And Descriptions, The Passing Rate For The Merit Point Criteria (mpc) Could Be Set At 75%. This Means That Bidders Must Score At Least 75% Or Higher In The Evaluation Process To Be Considered As Meeting The Minimum Requirements For The Project A. Pass Rate Per Criteria Will Be Determined Using The Formula: Score = W1*r1 + W2*r2 + W3*r3 B. A Bid Or Technical Bid That Failed In Any Of The Criteria’s Will Not Be Considered For Further Evaluation C. Score Above 75% Will Be Considered As Technically Responsive. Aggregate Score Of Less Than 75% Will Be Considered Failed, And May Be Rejected On That Basis. Second-step Procedure: Only Those Bids That Passed The Above Criteria Shall Be Subjected To The Second Step Of Evaluation. The Bac Shall Open The Financial Proposal Of Each “passed” Bidder And Shall Evaluate It Using Non-discretionary Criteria – Including Arithmetical Corrections For Computational Errors – As Stated In The Bidding Documents, And Thus Determine The Correct Total Calculated Prices. The Bac Shall Automatically Disqualify Any Total Calculated Bid Price Which Exceeds The Abc 9. Data To Be Provided By The Bucor These Data Are For Reference Only And Does Not Guarantee The Contractor That The Data Provided Are Correct, Free From Error, And Applicable To The Project At Hand. The Contractor Is Responsible For The Accuracy Or Applicability Of Any Data That He Will Use In His Design– Build Proposal And Services. Sample Data For Buildings: A. Conceptual Plans 10. Documents To Be Provided By The Contractor During Contract Implementation A. Detailed Architectural And Engineering Plans B. Design Analysis C. Survey Data D. Quantity Calculation E. Detailed Geotechnical Investigation Report F. Design Report. G. As-built Plans, (printed Including Cad Files And Bim Files (lod 500) H. Other Relevant Documents 11. Design And Build Period The Winning Bidder Shall Commence Actual Works Upon The Issuance By The Bucor Of The Notice To Proceed (ntp). The Winning Bidder Shall Complete The Daed And Submit Within The Ninety (60) Calendar Days (cds) Period To The Bucor For Review And Approval. The Contractor Shall Complete The Construction Of The Building Within 305 Cds For The Total Contract Duration Of 365 Cd. Conforme: Name Of Company In Print Signature Over Printed Name Of Authorized Representative/date Section Vii. Drawings The Conceptual Drawings Should Be Attached To This Section Or Annexed In A Separate Folder As Part Of The First Envelope (technical Component Envelope). Preliminary Conceptual Architectural Design Plans In Accordance With The Degree Of Details Specified By The Procuring Entity: At Suitable Scale On High Quality A3 Blue Print Paper /digital Print Minimum Size) 1. Location Plan/vicinity Map 2. Perspective 3. Floor Plans 4. Front View Elevation 5. Rear View Elevation 6. Left Side View Elevation 7. Right Side View Elevation 8. Longitudinal Section 9. Transverse Section Section Viii. Bill Of Quantities The Bill Of Quantities Should Be Attached To This Section As Part Of The Second Envelope (financial Component Envelope). Section Ix. Checklist Of Technical And Financial Documents Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided Under The Rules; And ⬜ (d) Special Pcab License In Case Of Joint Ventures And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) 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 (f) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., 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 Photocopy Of Their Valid Licenses Issued By The Professional Regulatory Commission (prc) And Curriculum Vitae Of Key Staff, Partners Or Principal Officers With A Minimum Work Experience Requirements Set In The Bds; ⬜ C. List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate Or Board Resolution/partnership Resolution In Case Of A Corporation, Partnership, Or Cooperative; Or Original Notarized Special Power Of Attorney In Case Of Sole Proprietorship 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. And ⬜ (h) Conformity With The Technical Specifications (scope Of Work); And ⬜ (i) Preliminary Conceptual Architectural Design Plans In Accordance With The Degree Of Details Specified By The Procuring Entity: (at Suitable Scale On High Quality A3 Blue Print Paper /digital Print Minimum Size) 1. Location Plan/vicinity Map 2. Perspective 3. Floor Plans 4. Front View Elevation 5. Rear View Elevation 6. Left Side View Elevation 7. Right Side View Elevation 8. Longitudinal Section 9. Transverse Section ⬜ (j) Design And Construction Method And ⬜ (k) Value Engineering Analysis Of The Design And Construction Method. And Financial Documents ⬜ (l) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. And Class “b” Documents ⬜ (m) Jv Bidders Shall Submit A Jva In Accordance With R.a. 4566 And Its Irr. Each Partner Of The Joint Venture Shall Submit Their Respective Philgeps Certificates Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Eligibility Documents By Any Of The Joint Venture Partners Constitutes Compliance: Provided, That The Partner Responsible To Submit The Nfcc Shall Likewise Submit The Statement Of All Of Its Ongoing Contracts And Audited Financial Statements. Ii. Financial Component Envelope ⬜ (n) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (o) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (p) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ (q) Cash Flow And Payment Schedule. Bidding Form Company Letterhead Statement Of Ongoing Government & Private Contracts Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) Statement Of All Its Ongoing Government And Or Private Contracts Including Contracts Awarded But Not Yet Started, If Any Whether Similar Or Not Similar In Nature. Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Nature Of Work Contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation Total Contract Value At Award Date Of Completion Or Estimated Completion Time Value Of Outstanding Works Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Statement Of Single Largest Completed Contract Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) Statement Of Single (1) Largest Completed Contract Of Similar In Nature Within The Last Six (6) Years From The Date Of Submission And Receipt Of Bids Amounting To At Least Fifty Percent (50%) Of The Approved Budget Of The Contract (abc) Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Nature Of Work Contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation Total Contract Value At Award Amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa’s Consumer Price Index, If Necessary Date Of Completion Or Estimated Completion Time Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: Bureau Of Corrections I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. ______________________________________________________ [insert Name Of Bidder’s Authorized Representative] _____________________________ [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ Issued On ______________ At ___________________________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued Doc. No. _____ Page No. _____ Book No. _____ Series Of ____ Company Letterhead Omnibus Sworn Statement Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) _________________________________________________________________________ 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 Or Authorized Representative 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, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) Of The Bureau Of Corrections, As Shown In The Attached Duly Notarized Special Power Of Attorney; [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 To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) Of The Bureau Of Corrections, As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is 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 Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase). 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 2024 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ And Issued On ____________________ At _____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Certificate Of Net Financial Contracting Capacity Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) (please Show Figures At How You Arrived At The Nfcc) This Is To Certify That Our Net Financial Contracting Capacity (nfcc) Is _____________________ (p____________) Which Is At Least Equal To The Total Ceiling Price We Are Bidding. The Amount Is Computed As Follows: (please Show Computation Of Nfcc) Nfcc = (ca-cl) (15) – C Where: Ca = Current Assets Cl = Current Liabilities C = Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Going Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project Note: The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Audited Financial Statement Submitted To The Bir. Issued This _________________day Of ________________, 2024 _______________________________________________ Name & Signature Of Authorized Representative ____________________ Position _______________ Date Company Letterhead Bid Form Date: Ib No: To Bids And Awards Committee Bureau Of Corrections Nbp Reservation Muntinlupa City We, The Undersigned, Declare That: (a) We Have Examined And Have No Reservation To The Bidding Documents, Including Addenda, For The Contract Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) (b) 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 Below Is: ________________________________________₱_________________; The Discounts Offered And The Methodology For Their Application Are: [insert Information]; (c) Our Bid Shall Be Valid For A Period Of 120 Calendar 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; (d) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of 30% Percent Of The Contract Price For The Due Performance Of The Contract; (e) Our Firm, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Have Nationalities From The Following Eligible Countries; (f) 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; (g) 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; (h) 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 (i) We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. (j) We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) Of The Bureau Of Corrections. (k) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be A Ground For The Rejection Of Our Bid. Name: In The Capacity Of: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________
Closing Date20 Jan 2025
Tender AmountPHP 300 Million (USD 5.1 Million)
Department Of Education Division Of Tangub City Tender
Solar Installation and Products...+1Electrical and Electronics
Philippines
Details: Description 1. The Department Of Education – Division Of Tangub City, Through The General Appropriations Act 2024 Intends To Apply The Sum Of Three Million Nine Hundred Seventy-eight Thousand One Hundred Six Pesos (php 3,978,106.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Second Procurement Of Learning Tools And Equipment For Technical Vocational Livelihood To Deped-public Schools With Identification Number Tvl - 2025 – Rx – Tangub City – 030.a. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Quantity Unit Item Description Abc Lot 1. Lorenzo Tan National High School (caregiving Nc Ii)- Php 400,403.00 5 Piece Airpot 1.type: Water Heater 2. Outer Material: Hard Plastic, (pp) Polypropylene, Heat Resistant 3.cavity Material: Stainless Steel 4. Capacity: 2.5 Liters 5.voltage: 220/240/volts 6.ac 50/60 Hz. Power In Watts: 500 To 800 Watts 7.comes With English Manual That Contains: Users Guide, List Of Parts, Maintenance Guide, Safety Guide 8. The Item Must Be Branded And Good Quality. 10 Piece Apron 1.type: Bib Apron 2. Material: Polyester-cotton Fabric 3.length: 20 To 40 Inches (minimum) 4. With 2 To 3 Bottom Pockets; 5.color: Any 6.the Item Must Be Of Good Quality 2 Piece Bath Tub, Baby 1. Material: Hard/sturdy Plastic, (pp) Polypropylene 2. Color: Any 3.dimension: (l X W X H) 670 To 700 Mm X 400 To 420 Mm X 160 To 190 Mm (minimum) 4. Thickness: 3 Mm To 6 Mm (minimum) 5.color: The Item Must Be Of Good Quality 10 Piece Baby Blanket 1. Type: Blanket 2. Material: 100% Cotton 3.color: White 4. Dimension: (l Xw) 38 To 42 Inches X 28 To 32 Inches (minimum) 5. Washable 6. The Item Must Be Of Good Quality 20 Piece Basin (small) 1.material: Hard Plastic, (pp) Polypropylene 2. Color: Any 3.dimension: 280 - 320 Mm Diameter X 80 - 120 Mm Higher (mimimum) 4. Thickness: 2 Mm To 4 Mm (minimum) 5. The Item Must Be Of Good Quality 20 Piece Bath-towel, Towellete 1. Type: Bath Towel 2. Material: 100% Cotton 3.color: White 4. Dimension: ( L X W ) 120 - 125 Cm X 60 - 65 Cm (minimum) 5.washable 6.the Item Must Be Of Good Quality 5 Piece Bedpan 1.material: Hard Plastic, (ps) Polystyrene 2. Color: Any Color 3.dimension: ( L X W X H) 22 - 26 Cm X 27 - 32 Cm X 7 - 12 Cm (minimum) Approximate 4. Capacity: 1 Liter (minimum) 5.thickness: 2 To 5 Mm 6.saddle-shaped And Lightweight 7. The Item Must Be Of Good Quality 10 Piece Blanket 1. Type: Blanket 2. Material: Cotton 3.color: White 4. Dimension: (l X W) 80 - 90 Inches X 54 -64 Inches Approximate 5. Washable 6. The Item Must Be Of Good Quality 3 Piece Bottle Sterilizer, Electric 1. Type: Electric Steam Sterilizer 2. Material: Hard Plastic (p E) Polyethylene Or Its Equavalent 3.color: Any Color 4. Capacity: 6 Bottles (minimum) 5.sterilizes Bottle And Accessories By Steam 6. With Automatic Power Shut-off Function 7. Dimensions: 8. Power Supply: 220 V-240v Ac, 50/60 Hz. 9. The Item Must Be Of Good Quality 5 Piece Bread Toaster 1. Type: Electric Bread Toaster 2. Dimensions ( W X D X H): 25 - 30 Cm X 15 -20 Cm X 18 - 22 Cm (minimum) Approximate 3. Capacity: 2 Slices 4. Power Supply: 220v-240v Ac, 50/60 Hz. 5. 400 To 600 W (minimum) 6. The Item Must Be Of Good Quality 10 Piece Burping Cloth 1. Type: Burping Cloth 2. Material: 100% Cotton 3. Color: Any Color 4. Dimension: Length: 17 -19 Cm Width: 14 -16 Cm (minimum) 5.washable 6. The Item Must Be Of Good Quality 10 Piece Cane 1.type: Adjustable Offset-walking Cane 2. Material: Aluminum 3.tip Size: 18 4. Height Adjustment: 31 Inches To 39 Inches (with 1 Inch. Increment) 5.weight Capacity: 200 - 250 Lbs. (minimum) 6.with Rubber Handle; With Push-botton Height Adjustment 7. The Item Must Be Of Good Quality 5 Piece Carpet 4ft. X 8 Ft 1.material: Polyster 2. Color: Any Patterned Color 3.dimension:48 Inches X 96 Inches (minimum) 4.the Item Must Be Of Good Quality 5 Set China Ware 1.material: Porcelain 2. Fit To Be Used In Ovens And Microwaves 3.specific Dimensions: Dinner Plate Diameter: 10 Inches (minimum) 4. Salad Plate Diameter: 7 Inches (minimum) 5.bowl Diameter: 5 Inches (minimum) 6.mug: 12 Oz. (minimum) 7. The Item Must Be Of Good Quality 8. Set Includes: 1 Piece Dinner Plate, 1 Set Salad Plate, 1 Piece Bowl, 1 Piece Mug 10 Piece Clothes Brush 1. Type: Rectangular Clothes Brush 2. Handle Material: Wood 3. Bristle Material: Plastic Bristle 4. Color: Any Color 5.overall Dimension: ( L X W X H) 140 -160 Mm X 45- 60 Mm X 20 -30 Mm (minimum) 6. The Item Must Be Of Good Quality 10 Piece Clothes Hamper 1. Type: Square Hamper 2. Material: Polyester 3. Color: Any Color 5. Dimension: ( L X W X H) 32 To 34 Cm X 36 To 38 Cm X 56 To 58 Cm (minimum) 5. The Item Must Be Of Good Quality 2 Piece Clothes Rack 1.type: Single-pole Clothes Rack 2. Material: Stainless Steel 3. Dimension: ( L X W X H) 30 To 32 Inches X 14 To 38 Inches X 62 To 64 Inches (minimum) 4. Comes With 4 Caster Wheels 5. The Item Must Be Of Good Quality 3 Piece Comforter 1.type:comforter 2. Material: Polyester 3.color: Any Color 4. Dimension: ( L X W) 84 To 88 Inches X 62 To 65 Inches (minimum) 5.thickness: 20-30 Mm (minimum) 6.washable 7. The Item Must Be Of Good Quality 3 Piece Commode 1.type: Foldable Commode 2. Durable Plastic Snap- On Seat And Lid Withouot Pushing Buttons 3. Blue Powder-coated Steel-welded Construction 4. Plastic Arms For Added Comfort 5.comes Complete With 12 Qt. Commode Bucket With Carry Handle, Cover And Splash Shield 6. Specifications: Width 18 Inches Between Arms/ 22.5 Inches Outside Approximate 7. Set Dimensions: W 32 -36 Cm X D 35 -40 Cm, Height 38 -54 Cm Approximate 8. Weight 13 Lbs., Weitgh Limit 350 Lbs. 9. The Item Must Be Of Good Quality 5 Set Cooking Utensils 1. Material: Stainless Steel 2. The Set Is Comprised Of Ff:; 1 Pc. -16 X 9.5 Cm Sauce Pan With Glass Lid (minimum) 3. 1 Pc. - 16 X 95 Cm Casserole With One Glass Lid, (minimum) 4. 1 Pc. - 18 X 10.5 Cm Casserole With Glass Lid, (minimum) 5.1 Pc. - 20 X 11. 5 Cm Casserole With Glass Lid, (minimum) 6. The Item Must Be Of Good Quality 2 Piece Crutches, Adjustable 1.type: Adjustable Crutches 2. Set Includes: 3 Pcs./set 3.material: Aluminum Powder-coated 4. Color: Any Color 5.weight Capacity: 300 Lbs. (minimum) 6. Dimensions: Youth Size 7. User Heights: 4 Ft. 6 Inches To 5 Ft. 2 Inches 8. Underarm Height: 37 Inches To 46 Inches 9. Adult Size: User Heights: 5 Ft. 2 Inches To Ft. 10 Inches 10. Underam Heights: 45 Inches To 53 Inches 11. Tall Adult Size: User Heights: 5 To 10 Inches 12. Underam Height: 53 Inches To 61 Inches 13. The Item Must Be Of Good Quality 10 Piece Cutlery 1.material: Stainless Steel 2. 20 Pieces Set For 4 3. 4 Dinner Knives 4. 4 Dinner Forks 5. 4 Dinner Spoons 6. 4 Salad Forks 7. 4 Tea Spoons 8. The Item Must Be Of Good Quality 10 Piece Cutting Board, Plastic 1. Material: Polyethylene Plastic 2. Color: Any Color 3. Dimension: ( L X W X H) 240 - 260 Mm X 140 - 160 Mm X 10 - 15 Mm (minimum) 4. Reversible Cutting Surface 5. The Item Must Be Of Good Quality 10 Piece Digital Thermometer, 32 C-42.9 C (90.0f-109.9f 1. Case Material: Hard Plastic (pe) Polyethylene 2. Color: Any Color 3. Range: 32 C - 42.9 C (90.0f-109.9f) 4. Accuracy: + 0.1c 35.5c-42.0c(+ 0.2 F 95.9f-107.6f) 5. Battery Operated 6.memory: Last Measuring Reading 7.alarm: Approx. 10 Seconds Sound Signal When Peak Temperature Reached. 8. The Item Must Be Of Good Quality 2 Piece Dressing Trolley 1.material: Shelves: Powder-coated Steel Sheet 2. Dimensions: ( W X D X H) 48 - 50 Cm X 48 - 50 Cm X 83 - 85 Cm (minimum) 3.number Of Shelves: 2 4. With Four Revolving Castors, Two Lockable 5. The Item Must Be Of Good Quality 10 Piece Electric Knife 1. Type: Electric Knife 2. Material: Stainless Steel And Hard Plastic, (pe) Polyethylene 3. Power Supply: 220/240 Volts, Ac 50/60 Hz. 4. Dimensions: 4.25 X 2.75 X 11.88 Inches (minimum) 5.comes With Touch Button Control, Safety Lock And English User & 39;s Manual 6. Comes With English Manual That Contains: Users Guide, List Of Parts, Maintenance Guide, 7. The Item Must Be Of Good Quality 10 Piece Face Towel/towellete 1. Type: Face Towel 2. Material: 100% Cotton 3. Color: White 4. Dimension: ( L X W ) 28- 32 Cm X 28 -32 Cm (minimum) 5. Washable 6. The Item Must Be Of Good Quality 10 Piece Feeding Bottle Brush 1. Bristle Material: Nylon 2. Color: Any Color 3. Handle Material: Hard Plastic, (ps) Polystyrene 4. Total Length: 280 -320 Mm (minimum) 5. Fit With The Standard Feeding Bottle For The Baby 6.comes With Nipple Brush 7. Washable 8. The Item Must Be Of Good Quality 5 Set Feeding Utensils (child) 1.material: Hard Plastic, (ps) Polystyrene 2. Sets Includes: 6 Pcs./set 3. 1 Pc Knife 4. 1 Pc- Plate 5. 1 Pc. -bowl 6. 1 Pc. - Cup 7. 1 Pc. -fork 8.1 Pc. - Spoon 9. Color: Any 10. The Item Must Be Of Good Quality 7 Set First Aid Kit Type: Emergency Case; Contents: First Aid Quick Reference Guide, 1 Pc; Sterize Gauge Swab (4x 4 X 12 Ply) 100 Pcs/pack, 1 Pack; Adhesive Strips/band-aid, 50 Pcs/pack, 2 Packs; Gloves, Disposable, Medium Size, 2 Pairs; Hypo Allergenic Adhesive Tape, 5 Cm X 5 Cm, 2 Rolls; Triangular Bandage/arm Sling, Min 90 Cm X 90 Cm X 120 Cm, 2 Pcs; Safety Pins, 1 1/4 Inches, (12 Pcs), 1 3/4 Inches (12 Pcs); Stainless Steel Bandage Scissors, 2 Pcs; Betadine, 60ml, 2 -3 Years Expiration, 2 Bottles; Dust Mask, 2 Pcs; Hand Towels Or Face Towels, White Color, 6 Pcs; Gauze Bandage, Minimum 5 Cm X 4cm, 2 Rolls; Antiseptic Handwash/germicidal Soap, 60 Gms, 2 Pcs; Torniquet, 2 Pcs; Spirit Of Ammonia, 30ml, 2-3 Years Expiration, 1 Bottle; Burn Cream Ointment, 20g To 30g, 2-3 Years Expiration, 1 Tube; Medical Tweezers Min. 8 Cm, Plastic, 2 Pcs; Plastic Bags, Resealable, Minimum Of 24 Pcs, 100mm X 180mm, 24 Pcs, 150mm X 230mm; Cotton Balls, 50 Balls In A Sealed Package, 2 Packs; Hot And Cold Pack, Reusable, 1 Pack; Water Resistant And Sturdy Case W/ Handle That Can Accomodate All The Listed Items. 20 Piece Flat Sheet 1.type:bed Sheet 2. Material: 100% Cotton 3. Color: White 4. Dimension: Width - 137 - 145 Cm Length - 180 -200 Cm (minimum) 5. Washable 6. The Item Must Be Of Good Quality 10 Piece Garbage Bin Type: Swivel Lid Garbage Bin Body Shape: Round Material: Hard Plastic, Polypropylene Dimension: 4 Gallons ( Minimum) Removable Dome Shape Lid With Spring Return Swivel Preferably With Packing Case Color: Any Color Smooth And No Rough Surfaces 20 Box Gloves, Rubber (15 Mils) Medium Size (#8) Super Nitrile, Flocklined Interior (acid/solvent Resistant) Individually Packed For Hand Protection 10 Box Gloves, Surgical (disposable) 1.material: Latex 2. Color: White 3. Thickness: .09 Mm (minimum) 4. Disposable And Sterile 5. The Item Must Be Of Good Quality 20 Piece Gown (hospital) 1.type:unisex Hospital Gown 2. Material: Polyester- Cotton 3. Color: Any Color 4. Size: One Size Fits All 5. Comes With Overlap Back Closure 6. The Item Must Be Of Good Quality 5 Set Grooming Kit (hairbrush Comb, Nail Cutter, Nail Brush) 1. Set Includes: 6 Pcs./ Set (minimum) 2. Materials: Stainless Steel And Hard Plastic 3. 2 Nail Clippers/ Trimmers Of Different Sizes 4.1 Multipurpose Scissors 5. 1 Ear Pick 6. 1 Tweezer 7. 1 Comb 8. The Item Must Be Of Good Quality 10 Piece Hand Towel 1. Type: Hand Towel 2. Material: 100% Cotton 3. Color: Any Color 4. Dimension: ( L X W) 65 -75 Cm X 32 -42 Cm (minimum) 5. Washable 6. The Item Must Be Of Good Quality 3 Piece High Chair/booster Seat/ Portable Seat 1. Material: Foldable Powder Coated Steel Frame Or Its Equavalent 2. Phone Type: Corded 3. Polyester Harness, Seat/back Cushion 4. Overall Dimensions: ( L X W) 65 -75 Cm X 50 -60 Cm X 90 - 102 Cm (minimum) 5. Capacity: 40 Lbs. (minimum) 6. With 3-position Seat Recline 7. The Item Must Be Of Good Quality 10 Piece Hot Water Bag 1. Material: Rubber Or Its Equavalent 2. Color: Any Color 3. Overall Dimension: (lxw) 200- 300 Mm X 150 -200 Mm (minimum) 4. Leak-proof And Washable 5. The Item Must Be Of Good Quality 10 Piece Kettle 1. Material: Heat-resistant Hard Plastic 2. Capacity: 1- 1.5 Liters (minimum) 3. Height: 25-35 Cm (minimum) Approx 4. Voltage: 220/240 Volts, Ac 50/60 Hz 5. Power In Watts: 1000 To 1500 Watts 6.comes With Automatic Shut-off Feature And Permanent Water Level Indicator 7. Pitcher-type With Pouring. 8. Comes With English Manual That Contains: Users Guide, List Of Parts, Maintenance Guide, 9. The Item Must Be Of Good Quality 10 Set Measuring Cups .. 1/4, 13, 1/2 1 Cup Set 1. Materials: Stainless Steel 2. Set Includes: 4 Pcs./set; 3. 1 Pc. - 1/4 Cup (60 Ml) 4. 1 Pc- -1/3 Cup (80ml) 5. 1 Pc.- 1/2 Cup (125 Ml) 6. 1 Pc. - 1 Cup ( 250 Ml) 7. Thickness: .5 Mm To 1 Mm (minimum) 8. The Item Must Be Of Good Quality 10 Piece Medical Tray 1. Type: Tray 2. Material: Stainless Steel 3. Overall Dimension: (lxw X D) 300- 350 Mm X 200 -250 Mm X 12 - 19 Mm (minimum) 4. Thickness: .7 To 1 Mm (minimum) 5. The Item Must Be Of Good Quality 2 Set Mixing Bowl, Stainless, 6-piece Set 1. Material: Stainless Steel 2. Quantity Of Set: 6 Pcs./set 3. Dimension: 3/4 Qt., 1.5 Qt., 3 Qt., 4 Qt., 5 Qt., 8 Qt., 4. The Item Must Be Of Good Quality 10 Piece Pail, Plastic, 10 Liters 1. Material: Polyethylene Plastic 2. Dimension: 25-30 Cm Diameter X 23-27 Cm Depth (minimum) 3. Color: Any Color 4. Chromed Finished Handle 5. Capacity: 10 Liters (minimum) 6. Material Must Be Non-toxic 7. The Item Must Be Of Good Quality 10 Piece Pans 1. Type: Frying Pan 2. Material: Stainless Steel 3. Handle: With Hard Plastic Heat Insulation 4. Tempered Glass Lid With Steam Hole 5. Size 23 -26 Cm With Lid 6. The Item Must Be Of Good Quality 10 Piece Peeler 1. Type: Peeler 2. Blade Material: Stainless Steel 3. Handle Material: Stainless Steel 4. Overall Dimensions: 18 X 8 Cm (minimum) 5. Comes With Self-locking 6. The Item Must Be Of Good Quality 10 Piece Pick Up Forcep 1. Type: Curved Forceps 2. Material: Stainless Steel 3. Overall Length: 100-130 Mm (minimum) 4. Comes With Self-locking 5. The Item Must Be Of Good Quality 10 Piece Pillow 1. Material: Cotton 2. Color: Any Color 3. Dimensions: ( L X W) 50 - 56 Cm X 75 - 180 Cm (minimum) 4. With 4 Inches Hems 5. Washable 6. The Item Must Be Of Good Quality 20 Piece Pillow Case 1. Material: Cotton 2. Color: Any Color 3. Dimensions: ( L X W) 50 - 56 Cm X 75 - 180 Cm (minimum) 4. With 4 Inches Hems 5. Washable 6. The Item Must Be Of Good Quality 10 Piece Portable Mixer 1. Type: Portable Mixer 2. Material: Stainless Steel, Clear Acrylic 3. Capacity: 16-18 Oz. (minimum) 4. Size: 170 - 220 Mm X 75- 100 Mm 5. Requires 2 Aaa Batteries 6. Power In Watts: 250 To 300 Watts 7. The Item Must Be Of Good Quality 10 Piece Potato Masher 1. Type: Portable Masher 2. Material: Stainless Steel And Hard Plastic 3. Mesh Head Diameter: 70-90 Mm (minimum) 4. Overall Length: 250 - 270 Mm (minimum) 5. Handle Length: 120-140 Mm (minimum) 6. Washable 7. The Item Must Be Of Good Quality 5 Set Pots 1. Type: Cooking Pot 2. Material: Stainless Steel 3. Set Includes: 4 Pcs./set 4. 1 X Pot With Lid 5. 1 X Pan With Lid 6. 1 X Strainer 7. 1 X Egg Streamer 8. Size: (l X W X H) 40 To 42 Cm X 12 To 14 Cm X 26 To 28 Cm 9. The Item Must Be Of Good Quality 5 Piece Skillet 1. The Item Shall Have The Following Specifications. Material Including Handle: Cast Iron 2. Color: Any Color 3. Dimension ( Dia. X Depth): 250 - 320 Mm X 50 - 70 Mm (minimum) 4. Handle Casted With The Body And Having Plastic Or Rubber Heat Insulator 5. Body Thickness: 1.5 - 3 Mm (minimum) 6. Washable 7. The Item Must Be Branded And Have Good Quality. 5 Piece Sphygmomanometer 1. Type: Aneroid 2. Material: Nylon Cuff And Inflation Bag, Die - Cast Zinc Manometer 3. Package Inlcluded: 1 X Aneroid Sphygmomanometer. 4. Size: ( L X W X H Cm) = 18 To 20 Cm X 11 To 13 Cm X 11 13 Cm 5. Nylon Zippered Carrying Case 6. Capacity: 0 To 300 Mm Hg 7. The Item Must Have Good Quality. 5 Piece Stethoscope 1. Type: Dual Head Stethoscope 2. Material: Stainless Steel Chestpiece And Eartubes 3. Reinforced Pvc Tubing 4. Soft Pvc Eartips 5. Color: Any Color 6. Bell Diameter: 18-25 Mm Approx. 7. Diaphragm Diameter: 25-50 Mm Approx. 8. Overall Length: 66-75 Cm (minimum) 9. The Item Must Be Of Good Quality 5 Piece Urinal 1. Type: Unisex Portable Urinal 2. Material: Hard Plastic, (pp) Polypropylene 3. Color: Any Color 4. Total Capacity: 28 Oz. Minimum 5. Dimension: ( L X W X H) 270 To 290 Mm X 145 To 160 Mm X 70 To 80 Mm ( Minimum) 6. Thickness: 1 Mm To 3 Mm (minimum) 7. The Item Must Have Good Quality. 5 Piece Vacuum Cleaner 1. Material: Plastic (pp) Polypropylene Or Its Equavalent 2. Color: Any Color 3. Suction Power: 18 To 22 Kpa (minimum) 4. Tank Capacity: 24 Liters (minimum) 5. Vacuum Hose Length: 6 To 8 Ft. (minimum) 6. Power Supply: 220 V - 240 Ac , 50/60 Hz. 7. With Accesories: Extension Wand, Utility Nozzle, Standard Paper Filter 8. Comes With English Manual That Contains: Users Guide, List Of Parts, Maintenance Guide, Safety Guide 9. The Item Must Be Branded And Good Quality 3 Piece Wheel Chair 1. Type: Foldable Wheel Chair 2. Overall Dimensions: ( L X W X H) 40 - 44 Inches X 26 - 30 Inches X 34 - 38 Inches ( Minimum) 3. Folded Dimensions: ( L X W X H ) 40 To 44 Inches X 10 To 14 Inches X 34 To 38 Inches (minimum) 4. Capacity: 350 Lbs. (minimum) 5. With Padded Arm Rests; With Push-to-lock Wheel Brakes 6. The Item Must Be Of Good Quality Lot 2. Sta. Maria National High School (hairdressing Nc Ii)- Php 323,170.00 5 Pcs. Bowl, Mixing, Plastic With 10.5 Cm X 6cm 2 Pcs. Bowl, Shampoo, Stainless Steel Frame, Bowl Dimensions: 19 Inch X 20 Inch X 10 Inch With Hose Attachment Of 7 Ft. 5 Box Box, Hairpin, Metal With 3.5 X 4.5 X 0.5 Inches(100 Pcs Per Box) 5 Pcs. Brush, Applicator, Plastic With 70mm X 80mm 5 Pcs. Brush, Hair, Plastic Bristle And Wooden Handle, Width - 2 Inches 10 Pcs. Cap, Frosting, With Hook, Silicone With 31cm X 22cm,rounded Metal Hook 10 Pcs. Cap, Heating, Waterproof, Cordless With 21-24 Inches 10 Pcs. Cape, Polyester With 125 Cm X 140 Cm 5 Pcs. Chair,high, Metal Painted With Anti Rust With 15 Inches X 33 Inches, Synthetic Leather Seat 5 Pcs. Chair, Hydraulic, Metal Base With 59 Cm X 54 Cm X 51-78cm, 180kg, 360' Rotation 10 Pcs. Clamp, Plastic, Length:9.5cm, Thickness:10mm 10 Pcs. Clamp, Duck Bill, Metal, Length: 11 Cm, Elasticity Stainless Steel Spring 5 Pcs. Clipper, Hair, Body Material: Hard Plastic, Blade Material: Carbon Steel, 6 Watts 10 Pcs. Comb, Afro, Plastic, Length: 7 Inches, Width: 3.25 Inches, Number Of Teeth: 12 Teeth, Teeth Height: 2.5 Inches 10 Pcs. Comb, All Purpose, Plastic, 18 Cm Long , Has Both Fine And Medium Teeth Position On One Side Only, Height Of The Teeth: 2 Cm 10 Pcs. Comb, Haircutting, Hard Plastic, Length Including The Handle:180mm, Width: 30mm With Detachable Steel Blades And Blade Holder 10 Pcs. Comb, Large Toothed, Plastic, Size:15 Cm, Number Of Teeth: 10 Teeth, Gap Between Comb's Teeth: 0.4 To 0.5 Cm , Teeth Size: 0.3 Cm X 4cm 10 Pcs. Comb, Tail, Plastic, Size : 8 Inches X 1 Inches, Tail Length: 4 Inches Tooth Length: 3/4 Inch 10 Pcs. Comb, Teasing, Plastic,1st Row: Large Teeth 25 Mm Long, 2nd Row: Small Teeth 19 Mm, Over-all Size: 20cm X 3.8 Cm 5 Pcs. Comb, Wide Tooth, Plastic, Size:15 Cm, Number Of Teeth:10 Teeth, Gap Between Comb's Teeth:0.4 To 0.5 Cm, Teeth Size: 0.3cm X 4cm 8 Pcs. Crimpers, 25 Watts, Size:38 Cm X 15.5 Cm X 9 Cm, Maximum Temp.: 200 Degrees Centigrade, Rated Voltage:10 -230volts Ac 5 Pcs. Curling Iron, Ceramic, 65watts, 210-240volts Ac, Barrel Size: 1 Inch, Adjustable Heat Setting Of 200 Degrees Centigrade, Swivel Cord Up To 360 Degree 5 Pcs. Drip Pan, Hard Plastic, Size:17.5 X 25.8 X 1 Inches, Thickness: 1/8 Inch, Shallow Rectangular Type 5 Pcs. Dryer, Hair, 1000w, Rated Voltage: 220vac, 18.5cm X 16cm X 6.5cm With Plastic Handle Design 10 Box Gloves, Disposable, Size: 25cm X 23cm, 100 Pcs Per Box 5 Pouch Gloves, Rubber, Medium, Thickness: 4 Mil, Acid Resistant 5 Pouch Gown, Smock, Polyester, Sizes: Small (50inches X 56inches);medium (52inches X 58inches); Large (54 Inches X 60inches) 10 Pouch Hairclips, Metal, Size:67mm X 19mm 10 Pack Hairnet, Invisible, Nylon, Size: 55mm, Stretchable, Color: Black 10 Pc Headband, 6 Inches, Woven Crochet Tube 10 Pc Headband, Flannel, Cloth, Size : 45 Cm, Width: 8 Cm 6 Pc Infrared Iron, Ionic Ceramic Tourmaline-infused Plates And Abs Plastic Body, Power: 70 Watts, Power Rating: 220-240 Volts Ac; Over-all Size: 24 Cm, Heating Plate 50 Mm, Heating Time: Within 30 Seconds;variable Heat Settings: From 250 To 450 Degrees Fahrenheit 10 Pc Mirror, Hand, Plastic, Size 15 Cm Diameter, Frame Thickness: 6.5mm, Over-all Length With The Handle: 20 Cm 3 Pc Mirror, Modular, Plain Mirror, Mirror Material: Glass, Frame Material: Aluminum (cut To Fit), Dimensions: 75 Cm X 65 Cm, Mirror Thickness: 6mm 10 Pc Prong Clip, Double, Steel, Size: 45 Mm 10 Pc Prong Clip, Single,steel, Size: 55 Mm 10 Pc Razor, Straight, High Carbon Steel, Foldable Straight Razor, Replaceable Blade; Dimensions: 14 Cm X 2 Cm When Folded; Double-edged Razor Blades 3 Dz Roller Pins, Metal, Size: 60mm Long, Quantity By Dozen(12 Pieces) 10 Pc Rollers, Jumbo, Plastic 44mm In Diameter X 64mm 10 Pc Rollers, Large Sized, Plastic, Size: 40mm Diameter X 60mm Long 10 Pc Rollers, Medium Sized, Plastic; Diameter: 38 Mm ,length: 58mm 4 Pc Scissor, Cutting, Stainless Steel,length: 17cm,blade Width 10 Cm 4 Pc Scissor, Thinning, High Carbon Steel, Blade Length 6cm, Style: Right Handed Scissor, Length: 17cm 5 Pc Scoop, Plastic, Capacity:1/2 Cup, Rounded Edges With Handle Thickness: 1.5 Mm 5 Pc Shower Cap, Plastic, Size: One Size Fits All Or 30cm 5 Pc Spatula, Plastic, Dimension: 7.5 Cm X 1.5 Cm 5 Pc Spray Gun, Transparent Plastic, Capacity: 300ml, Dimension: Bottom Is 7 Cm And The Height Is 17cm 3 Pc Steamer, Hair, 450 Watts, 220 Volts/50-60hz, Hood Material: Polycarbonate, Hood 30 Cm Diameter Opening X 25 Cm, Timer Setting Is Up To 60 Minutes, 32 Ounce Water Reservoir, Adjustable Height 100- 150cm 30 Pcs. Stool, Metal, Electroplated, Load Capacity: 150kg, Design: Swivel Stool With Backrest With Hydraulic Lift To Adjust Height Freely Lot 3. Sta. Maria National High School (wellness Massage Nc Ii)-php 198,338.00 5 Pcs. Dummy, Anatomical, Plastic, 32" Tall, 27 Removable Parts That Are Held On By Metal Screws, Posts, And Hooks, Brain (2parts), Lungs (2 Parts), Heart (2 Parts, Liver, Intestines, Stomach, Base Is 13" X 9" (removable), Weighs 12 Lbs. 5 Pcs. Massage Bed/table, Hard Wood With Steel Bracings, Hardwood Frame, Marine, Plywood Deck; Color: Black, Dimensions: W:75 Cm X L:183 Cm X H: (adjustable) Height: Adjustable From 24 In. - 33in., Leg Thickness - 35mm, Cushion System: High Density Foam (7.5 Cm / 2.95") With Pu Leather Cover (1mm Thick), Weight Capacity: 250 Kg(minimum), Gross Weight: 21 Kg 2 Pcs. Massage Chair, Padded With 3" Thick, High-density, Small-cell Foam, Size: 14"-diameter Seat But Without Back And Arm Rest, With Metal Post And Hard Plastic Star, Pneumatic Spring Will Effortlessly Adjust The Height From 18" To 24" With The Pull Of A Lever, Five Heavy-duty, Smooth-rolling Wheels, Load Capacity: 265 Lbs / 120 Kg (maximum), Smooth Surface And No Sharp Edges 6 Pcs. Sphygmomanometer, 33 To 42 Cm Arm Diameters, Accuracy: ±3mm Hg;measurement Range : 0mm Hg To 300mm Hg; Smallest Scale: 1mm Hg Index And Range Markings On The Dial For Clear Readings, Nylon Cuff Is Durable And Stain Resistant With A Velcro Closure 6 Pcs. Stethoscope, Stainless Steel Double Chest Piece, Color: Black, Tubing Description: Y-tube Pvc, Uses Extra Soft Replaceable And Pivotable Ear Tips, The Binaural Is Chromium-plated, Chest-piece Diameter: 44 Mm And Non-chill Rim, Overall Length: 29" /74 Cm 6 Pcs. Talking Sphygmomanometer, Nylon Cuff Sizes: 33 To 42 Cm Arm Dia, Dimensions: 98mm*126mm*60mm, Measurement Range : 0mm Hg To 300mm Hg; Smallest Scale: 1mm Hg, Weight: 450g , Range: 20~280mmhg(0.4kpa-37.3kpa), Pressure Accuracy: ±3mmhg(±0.4kpa), Pulse Measurement Range: 40 ~199 Beats /min, Voltage: 4*aaa Alkaline Batteries 25 Pcs. Talking Thermometer, Hard Plastic, Sensing Unit: Thermistor, Measurement Range: 32 C - 42 C (89.6f-107.6f), Measurement Accuracy: ± 0.1c 32c-42.0c (± 0.2 F 89.6.9f-107.6f), Power Supply: 1.5v Dc, Lr41 Alkaline-magnesium Button Battery Real Voice, Temperature Display: 3-digit, +deg C (deg F) Display In 0.1 Degree Increment, Dimension Approx.: 2.0 (w) X 4.4 (h) X 1.2 (d) Inches / 51 (w) X 110 (h) X 30 (d) Mms 26 Pcs. Thermometer, Digital, Hard Plastic, Sensing Unit: Thermistor, Measurement Range: 32 C - 42 C (89.6f-107.6f), Measurement Accuracy: ± 0.1c 32c-42.0c (± 0.2 F 89.6.9f-107.6f) Power Supply: 1.5v Dc, 1 Lr41 Alkaline-magnesium Button Battery , Power Consumption: 0.1mw, Temperature Display: 3-digit, +deg C (deg F) Display In 0.1 Degree Increment, External Size (mm): 19.4(w) × 132.5 (l) × 10.0(d) 10 Pcs. White Board, White Formica Laminated, Board Size: Rectangular 1800mm W X 1000 To 1200mm H, Board Edges Secured With Aluminum Clip Edging 17 Mm Wih Plastic Corner Caps, The Stand And Frame Are Constructed With Aluminum Or Powder Coated Steel 25mm Square Tube , Sturdy, No Wobble With 4 Lockable Hard Plastic Caster Wheels, Height From Floor: 210 To 214cm Lot 4. Sumirap National High School And Tangub City National High School (bpp Nc Ii)-php 519,702.00 10 Set Air Compressor With Airbrush Cake Decorating Set(airbrush Gravity Feed Dual Action Airbrush Compressor Kit 0.2/0.3/0.5mm Needle Air Brush For Cake Decorating Painting. Material: Aluminum + Copper Type: Single Cylinder Piston Compressor Power: 1/5 Hp Plug Type: Eu Voltage: 220-240v/50hz Speed: 1450 Rpm Air Volume Per Minute/liter: 23l/min Maximum Pressure: 7bar (100psi) Working Pressure Of Spray Gun: 15-50psi Low Noise: ≤50db Accessories: Pressure Gauge, Pressure Gauge, Air Filter Automatic Stop, Starts At 2.8 Bar, Stops At 4 Bar (special Pressures Available) Connection: With Connection G 1/8" Bsp Cable: Approx. 1.8m / 6ft) 40 Pc Egg Beater(stainless Steel Semi-automatic Mixer/manual Whisk Egg Beater Kitchen Cooking Tool) 40 Set Board, Chopping ,6 Color( Type: Food Grade Body Shape: Rectangular Material: Plastic (polypropylene), Food Grade Board Size: Length: 38 Cm (minimum) Width: 30 Cm (minimum) Thickness: 1.27 Cm (minimum) Color-coded For Use With Different Types Of Food, Blue, Red, Yellow, Green, Brown And White, Preferably Packed In Set Comes With No Sharp Edges And With Hole For Storage Purposes) 10 Pc Double Boiler (material: Stainless Steel Thickness: 1/16 Inch (1.5 Mm) (minimum) Lid Material: Glass Rivetedhandle On Both Side Diameter: 9 1/2 Inches (minimum) Total Height: 9.4 Inches (minimum) Inset Bottom Diameter: 9 Inches (minimum) Inset Top Diameter: 9 Inches (minimum) Capacity: 2 Liters (minimum) Must Be A Set Which Includes One (1) Saucepan, One (1) Boiler, And One (1) Lid With Stainless Steel Handle And Smooth Surfaces With No Sharp Edges) 80 Set Bowl, Mixing Set Stainless (premium Stainless Steel Mixing Bowls Bowl Sizes Are: 5 Qt, 4 Qt, 3qt, 1.5qt, And ¾ Qt And They Each Fit Perfectly Within One Another) 70 Set Cake Pan, Round, Size: 4''x3'' (non-stick Aluminum Alloy Cake Round Pan) 30 Set Cake Stand, With Tier (type: Cake Stand With Tier, Food Grade Body Shape: Circular With 3 Tier Material: Hard Plastic, Polypropylene, 4 Mm Thick The Tier Consists Of The Following Sizes: Tier 1: 18 Cm Diameter (minimum) Tier 2: 25 Cm Diameter (minimum) Tier 3 : 30 Cm Diameter (minimum) Column Diameter: 20 To 30 Mm (solid) Distance Between Tiers: 15 Cm Over-all Length: 30 Cm (minimum) Assembled Column Is Used For Maximum Strength And Stability Of The Stand Must Be Packed In Set ) 60 Pc Cake Turn Table (type: Turn Table Body Shape : Circular Material: Cast Aluminum Plate.and Cast Iron Base Upper Plate: 30 Cm Diameter (minimum) And 1.4 Cm Thickness (minimum) Base Dimensions: 18 Cm (minimum); 1.4 Cm Thickness (minimum) Total Height: 10 Cm To 15 Cm Turntable With Ball Bearing To Turn Easier Preferably Packed In Any Kind Of Packaging Comes With No Sharp Edges To Rotate Smoothly In 360 Degrees Clockwise Or Counter Clockwise ) 30 Pc Coupler (type: Foood Grade Body Shape: Tubular Material: Hard Plastic, Polypropylene, Any Bright Color Height: 3cm (minimum) Top Diameter: 1.27 Cm (minimum) Bottom Diameter: 2.54 Cm (minimum) Preferably With Storage Case The Materials Used Must Be Non-toxic And Dishwasher Safe ) 50 Set Cup, Measuring (stainless Steel Measuring Cup Set For Dry Ingredients. Composed Of 1 Cup, 3/4 Cup, 1/2 Cup, 1/4 Cup, 1/8 Cup) 50 Set Cup, Measuring 250 Ml. For Liquid Glass (250 Ml Heat Resisting Measuring Glass) 40 Set Cup, Measuring 500 Ml. For Liquid Glass (500ml Heat Resisting Measuring Glass) 40 Pc Cutter, Dough (type: Scrapper Body Shape: Straight Blade Material: Stainless Steel Straight Blade With Stainless Steel Handle Blade Dimension: Lenght : 15 Cm X Width: 11 Cm X Thickness: 1.2 Mm(minimum) Handle Dimension: Length: 15 Cm X Diameter: 3 Cm (minimum) Preferably With Packing Case Food Grade And Dishwasher Safe Design Allows Item To Be Hung For Storage) 40 Pc Cutter, Pie (stainless Steel Rolling Knife/pizza Cutter) 30 Pc Flour Sifter,hand Cranked (type: Hand Cranked Body Shape: Round Shape Material: Stainless Steel Dimension: Diameter: 133.3 Mm ( Minimum) X Height: 165 Mm (minimum) Thickness: 0.79 Mm (minimum) (body) And Constructed With Stainless Steel Wire Mesh # 30 Bottom Volume Markings Should Be Seen Inside And Outside Of The Sifter Capacity: 5 Cups (1.18 Liter) Spring Action Squeeze Handle Stainless Steel Preferably With A Packing Case Dishwasher Safe) 40 Pc Grater (type: Four Sided Box Grater Body Shape: Box In Shape Material: Stainless Steel Blade And Plastic (polypropylene Handle) Grater Dimensions: Height- 25 Cm X Width-13 Cm X Depth-10 Cm (minimum) Side 1: Large-hole Shredder With 6 Mm Hole Side 2: Slicer Side 3: Small-hole Shredder With 3 Mm Hole Side 4: Grater With Strips About 1.27 Cm To 2.54 Cm Length Preferably With Packing Case Food Grade & Dishwashing Safe) 50 Pc Knife, Kitchen (premium Quality Stainless Steel Kitchen Knife, 6-8” In Length) 20 Pc Knife, Pallete (premium Quality Stainless Steel Pallete Knife Ideal For Butter.) 50 Pc Ladle, 3oz (premium Quality Stainless Steel Soup Ladle, 3oz) 40 Pc Loaf Pan, Big (carbon Steel Non-stick Loaf Pan, Size: L=32,w=13,h=7cm Minimum) 40 Pc Loaf Pan, Medium (carbon Steel Non-stick Loaf Pan, Size: L=28, W=15.5, H=7cm Minimum) 40 Pc Loaf Pan, Small (carbon Steel Non-stick Loaf Pan, Size: L=25.5, W=13.5, H=6cm Minimum) 40 Pc Muffin Pan, Big (carbon Steel Non-stick Muffin Pan, 12 Holes,3oz) 40 Pc Muffin Pan, Medium (carbon Steel Non-stick Muffin Pan, 9 Holes,3oz) 40 Pc Muffin Pan, Small (carbon Steel Non-stick Cupcake Pan, 6 Holes) 70 Pc Pie Pan, 10'' (premium Stainless Steel/aluminum Pie Plate. Thick And Durable, 10” In Diameter) 70 Pc Pie Pan, # 8 (premium Stainless Steel/aluminum Pie Plate. Thick And Durable, 8” In Diameter) 50 Set Pillars, Cake (premium Quality Acrylic Cake Support Pillar, 12cm In Diameter(minimum),straw Size Diameter ) 60 Pack Piping Bag (reusable Silicone Piping Bag, Biggest Size, 100pcs Per Pack) 40 Pc Rectangular Pan (carbon Steel Non-stick Rectangular Cake Pan. Size: L=10.8", W=7", H=1.5", Minimum) 70 Pc Rolling Pin, Plastic (non-stick Rolling Pin Made With Food Grade Nylon, Size:13") 100 Pc Rubber Scraper, Silicone (size: 21cm X 4.1cm, Material: Silicone) 40 Pc Sauce Pan Non Stick (non-stick Sauce Pan With Lid, Size: 20cm) 40 Pc Sheet Pan / Cookie Sheet (aluminum Baking Sheet, Size: 13x18”) 50 Set Spoon, Measuring (premium Quality Stainless Steel Measuring Spoon Set, Compost Of 1/8tsp, 1/4tsp, 1/2tsp, 1tsp, 1/4tbsp, 1/2tbsp, 1tbsp)) 70 Pc Spoon,wooden (premium Quality And Durable Long Handled Wooden Spoon/ladle. Length: 30.5cm Minimum) 40 Pc Strainer (stainless Steel, Fine Mesh Strainer, Size: 18cm) 40 Set Tip, Decorating, Large (type: Tube Tips Body Shape: Nozzles With Different Shape Material: Stainless Steel Tube Height: 3.5 Cm To 5 Cm Tube Diameter: 2 Cm To 3.5 Cm Thickness: 0.5 Mm (minimum) Tube Tip: Assorted Designs (create Swirls, Rosettes, Flowers, Roping,stars, Leaves And Other Designs Comes With 24 Different Shapes Of Nozzles Packed In Plastic Storage Box Smooth And Deformities Free Must Be Branded) 30 Pc Weighing Scale, 10 Kg. (kitchen Weighing Scale, 10kg Maximum) 40 Pc Weighing Scale, 5 Kg. Digital(digital Kitchen Weighing Scale, Digital Price Computing Weight Electronic Scale, Capacity Is At Least 5kilograms, Pan Size 34.5 X 23.5cm) 70 Pc Wire Whisk, Medium (stainless Steel Wire Whisk, Size: 14”) Lot 5. Sumirap National High School And Tangub City National High School ( Cookery Nc Ii )-php 1,405,964.00 30 Pcs. Apple Corer, Body Shape: Tubular Material: Stainless Steel Total Length: 18 Cm (minimum) Handle Material: Hard Plastic, Polypropylene Handle Dimension: Length-10 Cm X Diameter-2 Cm (minimum) Blade Size: Length-8cm X Diameter-2 Cm (minimum) Preferably With Packing Case Dishwasher Safe. 4 Pcs. Bain Marie, Table, (food Warmer) Body Shape: Rectangular Material: 304 Stainless Steel, 0.8 Mm Thick (minimum) Dimensions: Length-1500 Mm X Width-700mm X Height-800 Mm (minimum) Power Soiuce: Voltage: 220 Volts - 230 Volts, 50 Hz/ 60 Hz With Royal Cord 1.5 Meter Long With Attachment Standard Type A Male Plug Or Provide Plug Adopter 10a/220v 20 Pcs. Blender, Electric Heavy Duty, Body Shape: Round Jar Material Housing: Plastic (polypropylene) Jar Height : 25 Cm To 28 Cm Jar Thickness: 4 Mm To 8 Mm Heat Resistant Glass Jar With Cover Source Voltage: 220 Volts / 240 Volts,50 Hz / 60 Hz With Power Cord 1.5 Meter Long With Attachment Of Standard Type A Male Plug Or Provide Plug Adopter 10a/220v. Power Wattage: 300 To 700 Watts Blade: Stainless Steel, 3 To 4 Metal Blades 40 Pc Board, Chopping/ Cutting, Plastic, Body Shape: Rectangular Material: Plastic (polypropylene), Food Grade Board Size: Length: 15 Inches (minimum) Width: 12 Inches (minimum) Thickness: 0.5 Inch (minimum) With Hole For Storage Purposes Preferably With Packing Case Food Grade And Dishwasher Safe. 20 Pcs. Boiler, Double, Material: Stainless Steel Thickness: 1/16 Inch (1.5 Mm) (minimum) Lid Material: Glass Riveted Handle On Both Side Diameter: 9 1/2 Inches (minimum) Total Height: 9.4 Inches (minimum) Inset Bottom Diameter: 9 Inches (minimum) Inset Top Diameter: 9 Inches (minimum) Capacity: 2 Liters (minimum) 30 Pcs. Braising Pan, Medium, Body Shape: Round Material: Enameled Cast Iron And Stainless Steel Size: Diameter: 28 Cm X Height: 10 Cm (minimum) Capacity: 4 Liters (approximate) With Stainless Steel Cover, Solid Cast Stainless Steel Side Handles And Riveted Handle On Both Side: Length: 10 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm 30 Pcs. Can Opener, Body Shape: Materials: Stainless Steel Dimension: Length-21 Cm X Width 10 Cm X Depth:2.5cm (minimum) Multi-use: 3 In 1 Can Opener Also Opens Bottle Tops- Can Lids And Tabs. 30 Pcs. Casserole,medium Pot, Body Shape:round Material:stainless Steel, 0.7 Mm Thick Dimension: Diameter- 24 Cm X Height -14 Cm (minimum) Tempered Glass Lid Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Preferably With Packing Case . 30 Pcs. Casserole,small Pot, Body Shape: Round Material: Stainless Steel, 0.7 Mm Thick Dimension: Diameter- 20 Cm X Height -12 Cm (minimum) Tempered Glass Lid Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm. 20 Pcs. Colander, Medium, Medium Body Type: Round Material: 304 Stainless Steel Diameter: 30 Cm (minimum) Capacity: 8 Quarts (9 Liters) Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 To 10 Mm Body Thickness: 0.8 Mm (minimum) 20 Pcs. Colander, Small, Body Shape: Round Material: 304 Stainless Steel Diameter: 26 Cm (minimum) Capacity: 5 Quarts (5.6 Liters) Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Body Thickness: 0.8 Mm (minimum) Full-ring Support Base, 15 Cm Diameter Preferably With Packing Case Food Grade And Dishwasher Safe 20 Set Cup,measuring( For Solid) Set Body Shape: Round Material: Stainless Steel, 0.7 Mm Thick (minimum) Each Set Contains The Following: 1 Pc - 1 Cup (237 Ml) 1 Pc - 1/2 Cup (118 Ml) 1 Pc - 1/3 Cup (79 Ml) 1 Pc - 1/4 Cup (59 Ml) Handle Dimension: Length-12 Cm X Width-1 Cm (minimum) Measuring Capacity Engraved On The Handle Strip Handles Have Provision For Hanging Preferably With Packing Case Smooth Surfaces And Dishwasher Safe 20 Pcs. Dispenser,paper Towel Body Shape: Rectangular Material: Abs Plastic Dimensions: Length =260 Mm X Width =100 Mm X Height = 211 Mm (minimum) Capacity: 200 Paper Paper Size: Length-20 Cm X Width- 8 Cm (approximate) Mounting Style: Wall Mounted Tissue Box 12 Pcs. Fan, Electric, Ceiling Material: Metal, Plastic Size/diameter: 18 Inches Power Rating: 70 Watts (minimum), 220 / 240 Vac, 50 / 60 Hz, Single Phase Rotation Angle: 90 Degrees Base: Stable, 16 Inches Diameter (approx.) Removable Metal Guard On Front And Rear 3-speed Settings Comes With 1.5 Meters Power Cord And With Molded Male Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) Smooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names 6 Pcs. Fire Extinguisher With Contents .for Type A, B, C Fire: Dry Chemicals (monoammonium Phosphate) 2.portable Type 3.capacity : 5 - 6 Kgs 4.rechargeable Cylinder Metal 5.working Pressure Of Cylinder : 400 Psi 6.brass Valve With Pressure Gage 7.with Rubberized Hose And Aluminum Nozzle Attached 8.with Squeeze Lever To Discharge And Safety Pin 10.painted With Metal Primer And Red Enamel Paint 20 Pcs. Fish Poacher,medium, Body Shape: Oval Pot For Poaching Material: Stainless Steel, 0.64 Mm Thick Dimensions (l X W X D): 45 Cm X 15 Cm X 12 Cm (minimum) Handle Material: Stainless Steel Riveted Looped Handles On Both Side, 7 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Includes Stainless Steel Lid With Handle And Removable Insert 20 Pcs. Fork, Carving Body Shape: Square Shape Prong Prong Material:high Carbon Stainless Steel Overall Length: 30 Cm (minimum) Blade Dimension: Length- 15 Cm X Width- 0.5 Cm X Thickness- 0.3 Cm (minimum) Number Of Prongs: 2 Prong Comes With Square- Shaped Prongs And Pointed Tips Abs Plastictriple-riveted Handle Preferably With Packing Case 400 Pcs. Fork, Kitchen Body Shape: Standard Material: Stainless Steel Dimension: Length - 32 Cm X Width- 3.5 Cm (minimum) Fork Size: Length: 8 Cm X Width -3.5 Cm (minimum) Handle :abs Plastic Number Of Tines: 2 Tines With Tapered End 36 Dozen Frying Pan, Large, Non Stick, Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-30 Cm (minimum) X Height- 5.5 Cm (minimum) 40 Pcs. Frying Pan, Medium, Non Stick, Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-24 Cm (minimum) X Height- 4.5 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 19 Cm Long (minimum) Preferably With A Packing Case 30 Pcs. Frying Pan Small, Non Stick , Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-20 Cm (minimum) X Height- 3.8 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 12 Cm Long (minimum) Preferably With A Packing Case Oven Safe Up To 250⁰f 22 Pcs. Funnel, S/s, Medium, Body Shape: Round Material: 304 Stainless Steel Dimension: Diameter-15 Cm (minimum) X Height- 15.8 Cm (minimum) Tube Diameter: 2 Cm X Length: 7.3 Cm (minimum) Comes With Handle For Easy Hanging Preferably With Packing Case Dishwasher Safe 22 Pcs. Funnel, S/s, Small, Body Shape: Round Material: 304 Stainless Steel Dimension: Diameter-11 Cm (minimum) X Height- 10 Cm (minimum) Tube Diameter: 1.5 Cm X Length: 5 Cm (minimum) Comes With Handle For Easy Hanging Preferably With A Packing Case Dishwasher Safe. 20 Pc Garbage Bin, Body Shape: Round Material: 304 Stainless Steel Dimension: Diameter-11 Cm (minimum) X Height- 10 Cm (minimum) Tube Diameter: 1.5 Cm X Length: 5 Cm (minimum) Comes With Handle For Easy Hanging Preferably With A Packing Case Dishwasher Safe. 20 Pc Glass Rack, Body Shape: Square Material: Polypropylene Plastic Overall Dimensions: Length - 19 1/2 Inches X Width - 19 1/2 Inches X Height - 4 Inches (minimum) Compartments: Full-size 25 Individual Compartment Glass Rack Compartment Dimensions: Length - 3 1/2 Inches X Width - 3 1/2 Inches X Height - 4 Inches (minimum) Easy Grip Handles Molded Into All Four Sides Preferably With A Packing Case 20 Pc Ice Cream Scoop, Stainless Steel Ice Cream Scoop 45mm. Simply Squeeze Handle. 30 Pc Knife,boning, Body Shape: Ergonomic Material: High Carbon Steel Overall Length: 28 Cm (minimum) Blade: Length-15 Cm X Width- 3 Cm (minimum), Pointed Tip Cutting Edge Angle From Tip To The Heel Is 13 To 14 Degrees Handle Length: 12 Cm (minimum) Handle Material: Hard Plastic Handle With Rivets Preferably Wiht Packing Case Dishwasher Safe 30 Pc Knife,chef, Body Shape: Flat Materials: Stainless Steel Overall Length: 30 Cm (minimum) Blade Size: Length - 20 Cm X Width-4 Cm (minimum) Blade Thickness: 2.5 Mm (minimum) 30 Pc Knife,cleaver, Cutting Edge: Straight, Pointed End Type: Cleaver Knife Body Shape: Flat Blade Material: Forged Stainless Steel Heavy Duty Blade Length: 17 Cm (minimum) Overall Length: 30 Cm (minimum Cutting Edge: Straight Handle Material: Ergonomic Wood Handle With Triple Rivets Blade Thickness: 3 Mm (minimum) 30 Pc Knife,oyster, Body Shape: Ergonomic Blade Material: Stainless Steel Blade Dimension: Length - 7 Cm (minimum) X Width - 2 Cm (minimum) Blade Thickness: 2 Mm (minimum) Handle Material: Smooth Wooded Handle Rounded Handle Size: Length-10 Cm X Diameter- 3.5 Cm (minimum) Total Length (from The Tip Of The Handle Up To Tip Of The Blade) :17 Cm (minimum) 4 Pc Light,emergency, 2 Heads Led Materials: Metal, Anti-rust Coated Duration Time (2 Heads): 5 Hours (minimum) Automatically Light Up During Power Outage Overcharge And Over- Discharge Protection Built - In Ac Charger, Power Cord Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option) Battery Test Switch - External Safety Fuse Head: White Led 1w (minimum) 3.5 " Dome Reflector 4 Pc Meat Slicer, Body Shape: Circular Housing Material: Die Cast Aluminum Alloy And Body Painted Dimensions: Width-40.5 Cm X Depth- 45.7 Cm X Height- 38 Cm (minimum) Stainless Steel Rotary Blade Diameter: 190 Mm (minimum) Power Source: 220 Volts-230 Volts, 60 Hz With Power Cord 1.5 Meter Long With Attachment Of Standard Type A Male Plug Or Provide Plug Adopter 10a/220v 30 Set Pastry Tube, Stainless Steel Pastry Tube 24, Big 40 Pc Peeler, Y -type, Rack Dimension: Length: 38 Cm X Width 23 Cm (minimum) Type: Y-type Peelers Body Shape: Ergonomic Material: Stainless Steel Overall Dimensions (l X W X H): 7 Inches X 2 1/4 Inches X 1 Inch (minimum) Blade Material: 304 Stainless Steel, 0.7 Mm Head Dimension: (l X W X H) 2 1/4 Inches X 2 1/4 Inches X 1 Inch (minimum) Handle Material: Stainless Steel Handle Length: 4 3/4 Inches X 1 Inch Diameter (minimum) 2 In 1 Design With 2 Blade Reel, Built In Potato Eye Remover And Hole For Hanger Preferably With A Packing Case 14 Set Pepper And Salt Mill Food Grade And Non-toxic Material. Mill Cookery Nc Ii Type: Pepper & Salt Mill Body Shape: Round Body Material: Wood Size: Diameter: 5 Cm X Height: 20 Cm (minimum) Carved Of Wood With Stainless Steel Grinding Mechanism 20 Pack Piping Bag, Body Shape: Triangular Material: Transparent Disposable Plastic For Dispensing Ingredients To Pastries Length: 9 Inches Minimum Width: 3 Inches (minimum) Volume: 500 Ml (approximate) 10 Pc Plate Rack Shape: Rectangular Material: 304 Stainless Steel Dimension: Length-475 Mm X Width- 290 Mm X Height- 380 Mm (minimum) 12 Set Preparation Table With Sink, Heavy Duty Wire Shelving, 2.6 Mm Diameter (minimum) Table With Sink Cookery Nc Ii Type: Preparation Table With Sink & Sheleves Body Shape: Rectangular Material: Stainless Steel, 1 Mm Thick (minimum) Dimensions: L-1200 Mm X W - 700 Mm X H - 850 Mm (minimum) Stainless Steel Table Top And Stainless Steel Under Shelf Fully Welded Construction Sink: Left Side Single Bowl Sink With Drainer 4 Inches & Faucet Provision Sink Dimension (l X W X D) 400 Mm X 500 Mmx 25 Mm (minimum) 4 Pc Pressure Cooker, Cooker Body Shape: Round Material: Polished Aluminum Dimension: Diameter: 32 Cm X Height: 25 Cm (minimum) Capacity: 10 Quarts (11.3 Liters) Side Handles For Secure Carrying Equipped With Safety Opening Mechanism, Spring Safety Valve, Rubber Seal Ring 24 Pc Roasting Pan , Body Shape:rectangular Material: Stainless Steel Dimension: Length: 40 Cm X Width-35 Cm X Height -7 1/2cm (minimum) Thickness: 1.5 Mm Thick (minimum) Welded Handles On Both Sides Removable Stainless Steel Wire Rack 40 Pc Scissor, Kitchen Type:kitchen Scissor Body Shape: Ergonomic Blade Material: Stainless Steel, 2 Mm Thick Handle Material Heavy Duty Acrylonitrile Butadiene Styrene (abs) Plastic Overall Length: 20 Cm (minimum ) Width: 7.5 Cm (minimum) 30 Pc Siever,small Type: Fine Mesh Siever Body Shape: Round Material: Stainless Steel Diameter: 20 Cm (minimum) Depth: 7 Cm (minimum) Twin Wire Handle: Length 20 Cm X 5 Mm Diameter (minimum) Fine Mesh: 0.7 Mm (1/32 Inch) (minimum) Preferably With A Packing Case 30 Pc Skimmer, Fine Type: Medium Fine Mesh Skimmer Body Shape: Round Material: Stainless Steel, Polished Overall Length: 34 Cm (minimum) Skimmer Head: Diameter -10 Cm X Depth- 4 Cm (minimum) Diameter Of Holes: 2 Mm (approx.) Handle: Length- 12 Cm X Diameter- 2 Cm (minimum) Handle Has Hole For Hanging Preferably With A Packing Case 30 Pcs. Skimmer,spider, Dishwashing Safe Type: Skimmer, Spider Body Shape: Round Material: Stainless Steel, Polished Overall Length: 35 Cm (minimum) Skimmer Head Diameter: 15 Cm X Depth 4 Cm (minimum) Handle Length: 12 Cm X 2 Cm Diameter (minimum) Preferably With A Packing Case Dishwasher Safe. 24 Pcs. Soup Cup, Rack Body Shape: Square Material: Polypropylene Plastic Dimension: Length: 50 Cm X Width: 50 Cm X Height: 10 Cm (minimum) Compartment Length: 11 Cm Compartment Width: 11 Cm Compartment /inside Height: 6.7 Cm No. Of Compartment: 16 Compartments 20 Pc Soup Ladle, 12oz Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 34 Cm (minimum) Capacity: 12 Oz. (341 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe 20 Pc Soup Ladle, 3 Oz Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 28 Cm (minimum) Capacity: 3 Oz. (85 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe Must Be Branded 20 Pc Soup Ladle 6 Oz. Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 30 Cm (minimum) Capacity: 6 Oz. (170 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe 20 Pc Soup Ladle 8 Oz. Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 30 Cm (minimum) Capacity: 8 Oz. (236 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case 62 Pc Spatula, Type: Offset Spatula Body Shape: Flat Blade Material: Stainless Steel 316 Handle Material: Hardwood (smooth Finish) With Rivets Blade Dimension: Length= 7 .5 Inches X Width-1.5 Inches (minimum) Thickness Of Blade: 1.7 Mm Thick (minimum) Total Length = 12 To 14 Inches Preferably With A Packing Case Dishwasher Safe Must Be Branded. 400 Pc Spoon, Kitchen Body Shape: Oval Material: Stainless Steel, 1.5 Mm Thick Overall Length: 30.5 Cm X Width-7.5 Cm (minimum) Spoon Head Dimension (l X W) 9 Cm X 7.5 Cm (minimum) Handle: Abs Plastic Spoon Head: Oval Type Preferably With A Packing Case Heat Resistant Up To 220 ° C Dishwasher Safe Must Be Branded. 60 Pc Spoon, Kitchen (slotted) Kitchen Spoon Slotted Body Shape: Oval With Slot Material: Stainless Steel, 1.5 Mm Thick Overall Length: 30.5 Cm X Width-7.5 Cm (minimum) Spoon Head Dimension (l X W) 9 Cm X 7.5 Cm (minimum) 30 Set Spoon, Measuring Body Shape: Bowl In Shape Material: Stainless Steel, 0.7 Mm Thick (minimum) The Set Consists Of The Following Sizes: 1 Pc - 1 Tbsp. (15 Ml) 1 Pc - 1/2 Tbsp. ( 7.5 Ml) 1 Pc - 1 Tsp. (5 Ml) 1 Pc - 1/2 Tsp. (2.5 Ml) 40 Pcs. Spoon, Parisienne Body Shape: Round Double Headed Parisiennes Scoop Bar Tool Material: Stainless Steel, Polished Overall Length: 240 Mm (minimum) Scoop Diameter: 30 Mm And 24mm (minimum) With Plastic Handle (polypropylene), Size: 130 Mm X Width-20 Mm (minimum) Draining Small Hole In The Scoop 40 Pc Spoon, Serving Preferably With A Packing Case Type: Serving Spoon Body Shape: Oval Materials: Stainless Steel Dimension: Length: 23 Cm X Width: 5 Cm (minimum) Scoop Dimension (l X W X D): 7 Cm X 5 Cm X 0.9 Cm (minimum) Spoon Thickness: 1.6 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 30 Pc Spoon,wooden Body Shape: Oval Material: Hardwood Dimensions: Length- 10 Inches X Width- 2 Inches (minimum) Bowl Dimension: Length -3 Inches X Width 2 Inches X Depth -3/4 Inches (minimum) Total Length: 10 Inches (minimum) Preferably With A Packing Case Smooth Surface Finished And No Sharp Edges 20 Pc Stock Pot,large . Body Shape: Round Material: Stainless Steel, 0.8 Mm Thick (minimum) Top Diameter: 30 Cm (minimum) Height: 31 Cm (minimum) 30 Pc Strainer, Chinois,small Body Shape: Conical Material: Stainless Steel Strainer Diameter: 20 Cm (minimum) Strainer Depth: 21.5 Cm (minimum) Handle Length: 20 Cm (minimum) With 2 Mm. (approx.) 30 Pc Strainer,chinois,medium Medium Body Shape: Conical Material: Stainless Steel Strainer Diameter: 20 Cm (minimum) Strainer Depth: 21.5 Cm (minimum) Handle Length: 20 Cm (minimum) With 2 Mm. (approx.) 26 Pc Strainer,medium,fine Body Shape: Round Material: Stainless Steel Strainer Diameter: 20 Cm (minimum) Strainer Depth: 7 Cm (minimum) Handle Length: 18 Cm (minimum) With 2 Mm. (approx.) 30 Pc Strainer, Small,fine Body Shape: Round Material: Stainless Steel Strainer Diameter: 13 Cm (minimum) Strainer Depth: 5 Cm (minimum) Handle Length: 13 Cm (minimum) With 1 Mm. (approx.) 30 Pc Tenderizer, Medium Aluminum Meat Tenderizer 16 Pc Thermometer,pocket/pin Pocket/pin Food Thermometer 20 Pc Tong,12'' Body Shape: Standard Material: Stainless Steel Size: 12 Inches Stainless-steel Arms With Soft, Comfortable Grips Nylon Heads Safe For Nonstick Cookware Heat-resistant Up To 400 Degrees Fahrenheit Tongs Lock Closed For Storage Preferably With A Packing Case Food Grade And Dishwasher-safe Must Be Branded 20 Pc Tong 8'' Stainless-steel Arms With Soft, Comfortable Grips Nylon Heads Safe For Nonstick Cookware Heat-resistant Up To 400 Degrees Fahrenheit Tongs Lock Closed For Storage Preferably With A Packing Case Food Grade And Dishwasher-safe Must Be Branded 30 Pc Tray,baking,small, Tray Body Shape: Rectangular Material: Stainless Steel Dimension: 20 Cm X 30 Cm X 3.7 Cm (minimum) 36 Pc Tray,utility,medium,plastic White Plastic, White Multi Purpose 13”x10”utility Tray 30 Pc Turner,3'x6'', Slotted Turner, 3" X 6" Type: Slotted Turner, 3" X 6" Body Shape: Straight Material: Stainless Steel Blade Size (lx W): 6 Inches X 3 Inches (minimum) Handle Length: 5 Inches (minimum) Overall Length: 13 Inches (minimum) Solid Turner With Straight Slotted Blade Wooden Handle With Triple Rivets Preferably With A Packing Case Dishwasher Safe Must Be Branded 4 Pc Utility Cart, Stainless Steel 3 Tier Trolley Cart 75x40x85. 20 Pc Weighing Scale 1 Kg. Digital Type: Digital Weighing Scale Body Shape: Rectangular Materials: Engineering Plastic And Stainless Steel Weighing Plate Capacity: 1 Kg Accuracy: 1 Gram Back Light Lcd Display With 15 Mm Minimum High Digits Weighing Units: Gram, Ounce, Pound Size: (l X W X H Mm ) 163 Mm X 245 Mm X 79 Mmm (minimum) 20 Set Weighing Scale 5kg. Type: Mechanical Weighing Scale Body Type: Circular Bowl Material: Stainless Steel Bowl And Metal Body (coated) Mechanism Type: Spring Lever Capacity: 5 Kg /11 Lb. Sensitivity/graduated By 10 Gm Measurement Units: Gram/kilogram Manual Setting On Zero, Must Be Accurate And Durable Calibrate The Scale Using The Adjustment Knob Preferably With A Packing Case Delivery Must Include Instruction Manual Written In Good English With Service Centers Located In The Major Cities In The Philippines Warranty Period Of 1 Year (parts And Service) Must Be Branded 40 Set Wire Skimmer Small, Type: Skimmer, Wire Mesh Body Shape: Round Material: Stainless Steel, Polished Overall Length: 40 Cm (minimum) Skimmer Head Diameter: 12 Cm (minimum) Diameter Of Holes: 2 Mm (approx.) Handle Has Hole For Hanging Preferably With A Packing Case Dishwashing Safe Must Be Branded. 40 Pc Wire Whisk Heavy Duty Type: Wire Whisk, Heavy Duty Body Shape: Ballon Material: Heavy Duty Stainless Steel Dimensions (l X W): 31.8 Cm X 7.6 Cm (minimum) Handle Length: 12 Cm (minimum) With Hanging Loop No. Of Wires: 8 Wires Wire Diameter: 2 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 40 Pc Wire Whisk, Medium, Type Wire Whisk, Medium Body Shape: Ballon Material: Stainless Steel Wire Whisk Medium Dimensions (l X W): 25.4 Cm X 7 Cm (minimum) Handle Length: 10 Cm (minimum) With Hanging Loop No. Of Wires: 6 Wires Wire Diameter: 1.8 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 40 Pc Wire Whisk,small, Type: Wire Whisk, Small Body Shape: Baloon Material: Stainless Steel Wire Whisk Medium Dimensions (l X W): 20.3 Cm X 6 Cm (minimum) Handle Length: 10 Cm (minimum) With Hanging Loop No. Of Wires: 6 Wires Wire Diameter: 1.8 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 18 Pc Wok,medium Type: Wok, Medium Body Shape:round Material: Carbon Steel Thickness: 1.8 Mm Thick (minimum) Dimensions (dia. X H): 45 Cm X 14 Cm (minimum) Handle Material: Steel Riveted Convenient Both Side Handle 10 Cm (minimum) With Flat Bottom Preferably With A Packing Case Dishwashing Safe Must Be Branded 18 Pc Wok,small Type: Wok, Small Body Shape: Round Material: Carbon Steel Thickness: 1.5 Mm Thick (minimum) Dimensions (dia. X H): 36 Cm X 10 Cm (minimum) Handle Material: Steel Riveted Convenient Both Side Handle 8 Cm (minimum) With Flat Bottom Preferably With A Packing Case Dishwashing Safe Must Be Branded 12 Pc Working Table, Stainless, 4 Seaters Stainless Working Table , Two Layer (120x60x80) 30 Pc Zester, Type: Cheese Zester Body Shape: Standard Material: Stainless Steel Grating Surface Dimensions (l X W): 20.3 Cm X 4 Cm (minimum) Overall Length: 32.5 Cm (minimum) Handle Material: Plastic (polypropylene) Ergonomic Handle Preferably With A Packing Case Dishwasher Safe The Plastic Material Used Must Be Non-toxic Must Be Branded. Lot 6. Sumirap National High School (housekeeping Nc Ii)-php 326,452.00 1 Pc Alarm Clock Alarm Clock, Digital, Overall Dimensions: 13.5 X 8 X 4.5 Cm (approx.) Material: Plastic (pe/abs) Illuminated Lcd Digital Display: Time (12/24), Calendar (mm/dd), Temperature, Alarm Status (on/off), Snooze Display Size: 10 X 5 Cm (minimum), Time Can Be Read 30 Ft Day Time. Runs On Aaa Battery Which Come Together With The Item Smooth Surface, No Sharp Edges, Includes User's Manual Which Contains Operation Procedure, Name Of Parts, Safety Precautions, Trouble Shooting) 25 Pc Apron, Polyester-cotton (bib Apron, Sleeveless Adjustable Neck Loop Material : Polyester - Cotton Fabric Dimension : 70 To 60 Cm (minimum) With 2 Or 3 Pockets Uni-color, Dark No Sharp Edges And Loose Threads) 5 Pc Baskets, Laundry (3 - Bag Laundry Sorter, With Wheels Bag: Polyester, Rectangular Shape, Detachable From Frame With Metal Handle And Hanging Hook Bag Dimensions : Rectangular 22 X 15 X 8 Inch (minimum) Frame Material : Corrosion Resistant Steel, Sturdy No Wobble Frame Overall Dimensions : Rectangular, 31 X 30 X15 Inch (minimum) With Four Casters, 2 Inch Diameter (minimum) Smooth Surface, No Sharp Edges) 1 Set Bed, Queen (bed Set, Queen Size (60 X 75 Inch) Rectangular 1) Frame: Knock-down Type, All Steel, Powder Coated Including Head Board, Bare Weight: 20 Kg (minimum) No Wobble And Noise 2) Comes With Fabric Covered Foam 6 Inches Thick Foam Density: 29 -33 Kg/cu.m. 3) No Sharp Edges) 1 Set Bed, Single (bed, Single Size (w36 X L75 Inch) Rectangular 1) Frame: Knock-down Type, All Steel, Powder Coated Including Head Board, Bare Weight: 13 Kg (minimum) No Wobble And Noise 2) Comes With Fabric Covered Foam 6 Inches Thick Foam Density: 29 -33 Kg/cu.m. 3) No Sharp Edges) 10 Pc Board, Ironing (type: Foldable Type Ironing Board Body Shape : Standard Material : 25 Mm Tubing Approx., 0.8 Mm Thickness Board Size: 32 Inches (minimum ) Body Size :120 Cm X 30 Cm X 5 Cm Color : Any Comes With Box No Sharp Edges) 25 Pair Boots, Safety, Plastic (upper Material: Elastic Pvc Sizes: 7 Inches - 5pcs 8 Inches - 5pcs 9 Inches - 5pcs 10 Inches -5pcs 11 Inches - 5pcs Height: 13 To 14 Inches Plain Toe Type Of Boots: Unisex Rain Boots With Rugged Tractor Lug Outsole Packed With Carton Box Per Size) 15 Pc Brushes, For Housekeeping (brush, Floor Scrubbing, Angled Long Handle Bristle Material : Plastic, Stiff Handle Material : Metal Tubular Corrosion Reistant, Overall Length : 120 Cm. (minimum) Bristle Length : 5 Cm (=/- 1cm) Scrubbing Surface : 25 X 6 Cm (+/-1 Cm) No Sharp Edges) 10 Pc Buckets, Water (water Bucket Bucket Material : Hard Plastic, Round Body Capacity : 10 To 12 Liters Handle Material : Steel Smooth And Glossy Surface, No Sharp Edges) 10 Pc Caddy, Toilet (carrying Caddy For Toilet Cleaning Supplies Holds Spray Bottles And Other Cleaning Supplies, No. Of Compartments: 3 (minimum) Material :plastic Tray Depth: 11 Cm (approx.) Overall Dimension: 36 X 26 Cm (approx.) Smooth Surface, No Sharp Edges) 1 Unit Carpet Sweeper (carpet Sweeper, Cordless Electric Motorized Single Brush Roll (removable) Body Material : Hard Plastic ,(abs) Or Its Equivalent, Any Color Equipped With Rechargeable Battery (16 Minutes Run Time On Carpet), Removable Dirt Box Sweep Width : 8 Inches (minimum) Capacity (volume) : 0.35 Lit.(minimum) Handle: Metal, Powder- Coated, With Plastic/rubber Grip, Swivel Steering Assembled Height: 44 Inches (minimum) Comes With Battery Charger 220/240vac, 50/60hz With Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) No Sharp Edges Includes User's Manual Which Contains Operation Procedure, Name Of Parts, Safety Precautions, Trouble Shooting.) 1 Unit Cart, For Housekeeping Nc Ii (housekeeping Cart Trolley, Equipped With Three-shelves With Steel/laminated Panels Single Door, Top Layer With Divider, Bag Holder, And 4 Wheels. Cart Frame: Steel, Powder Coated. Wheels: 2non-swivel 2 Swivel, 6 Inch Diameter, Non-markings. Overall Dimensions : Rectangular 90 X 48 X 1010 Cm (minimum) Comes With Accessory Linen Bag Smooth Surface, No Sharp Edges) 50 Pc Cleaning Cloth, Linth-free (lint Free Cleaning Cloths Material : Cotton Dimensions : Rectangular 16 X 26 Inch) 1 Unit Coffee Maker (coffee Maker, Electric Material: Metal, Plastic, Glass. Capacity: 6 Cups (minimum). Detachable Tank, With Water Level Indicator. Non-stick Warming Plate : Removable And Washable Filter Non-drip Valve : Lighted On/off Switch Power Supply: 220 V -240 V Ac 50/60 Hz , 500w Minimum Comes With A Heat Resistant Glass Pitcher. With A 1 Meter (minimum) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option). Smooth Surface, No Sharp Edges With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item. Comes With English Manual That Contains: Users Guide, List Of Parts, Maintenance Guide, Safety Guide. 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines) 5 Pc Dust Pan (dust Pan, Upright Standing Material: Plastic Overall Length: 65 Cm (minimum) Pan: Round Back, 24 X 26 X 9 Cm (minimum) Smooth Surface, No Sharp Edges) 5 Pc Duster, Anti-static (anti-static Duster Duster Material : Polypropylene Micro Fiber Duster: Length : 30 Cm (minimum), Overall Length: 50 Cm (minimum) Handle Material : Hard Plastic, No Sharp Edges) 7 Unit Fan, Electric ( Stand Fan, Electric Material: Metal, Plastic Size/diameter: 18 Inches Power Rating: 70 Watts (minimum), 220 / 240 Vac, 50 / 60 Hz, Single Phase Rotation Angle: 90 Degrees Base: Stable, 16 Inches Diameter (approx.) Removable Metal Guard On Front And Rear 3-speed Settings Comes With 1.5 Meters Power Cord And With Molded Male Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) Smooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item 1 Year Warranty Parts And Service) 3 Pc Fire Extinguisher(with Contents) (1.for Type A, B, C Fire: Dry Chemicals (monoammonium Phosphate) 2.portable Type 3.capacity : 5 - 6 Kgs 4.rechargeable Cylinder Metal 5.working Pressure Of Cylinder : 400 Psi 6.brass Valve With Pressure Gage 7.with Rubberized Hose And Aluminum Nozzle Attached 8.with Squeeze Lever To Discharge And Safety Pin 10.painted With Metal Primer And Red Enamel Paint 11.includes With User's Guide In English That Contains: A. Operating Procedure On How To Use The Equipment B. Safety Precaution When Using The Equipment 12.1 Year Warranty Parts And Service 13.the Item Must Be Branded And Have Good Quality) 10 Pc Flashlight (flashlight Led 1,000 Lumens (minimum), Color : White , Battery: Rechargeable, At Least 3,500 Mah , Can Be Used Also With 3 X Aaa Batteries; Body: Aluminum Alloy, No Sharp Edges Dimensions : 5 Inches X 1 Inch Diameter (minimum) Operating Duration Of Battery When Fully Charged : At Least 2 Hours; Includes 220/240vac, 50/60hz Power Adapter /charger And User's Manual In English Which Includes: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures Branded, With 1 Year Warranty 10 Pc Flat Iron (clothes Flat Iron, Electric Material : Metal /plasic Body, Heat-resistant Plastic Handle, Aluminum Sole Overall Dimension : (l X W X H) 25 Cm X 12 Cm X 12 Cm (minimum) Power Rating : 220/240 Vac, 50/60 Hz; 1000 Watts (minimum) Equipped With Light Indicator, Variable Temperature Control, Overheat Protection, Power Cord And Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges, Comes With English Manual That Contains : Users Guide, List Of Parts, Maintenance Guide, Safety Guide. The Item Must Be Branded, With Dti-bps Certification 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines.) 10 Pc Foam, Scrubbing (1. Material: Cellulose And A Scouring Pad On One Side 2. Dimension: Length : 140 - 180 Mm ; Width : 80 - 100 Mm ; Thickness : 12 - 20 Mm 3. The Item Must Be Of Good Quality) 4 Pc Garbage Receptacles (1.bucket / Tub Material : Hard Plastic, (ps) Polystyrene 2.bucket / Tub Color : Any Color 3.capacity (gallons) : 3 Gal. (minimum) Comes With A Cover 4.the Item Must Have Good Quality) 30 Pair Gloves, Rubber (1.heavy-duty Latex-free Vinyl Rubber Gloves 2.thickness : 4 Mil 3.color : Any Color 4.size : Medium 5.other Features: Acid/solvent Resistant. 6.the Item Must Be Of Good Quality) 15 Pc Goggles, Safety (safety Goggles, Clear Polycarbonate - One Piece Lens With 180° Panoramic View, Non-fog Size/dimension: L 17 - 18.5 Cm X W 8 Cm X D 5-7.5 Cm High Impact Resistant, Ansi "z87" Compliant Firm And Comfortable Seal Around Forehead, Cheeks, Nose And Temples Protects Against Splash, Chemicals, Dust Adjustable Head Strap Shall Bear Mark Z87 Embossed Or Engraved Or Etched On The Item. Smooth Surface, No Sharp Edges) 1 Pc Hairdryer( Electric Hairdryer, With Concentrator Nozzle Two Heat Setting And 1 Speed (minimum) Rating : 220/240 Vac, 1200 W (minimum) Body Length Including Nozzle: 20 Cm Folding Handle Design, With Hanging Ring Smooth Surface, No Sharp Edges Branded, Brand Name And Electric Rating Permanently Mark On The Item, With Dti-bps Certification With User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance. With Service Centers Located In Major Cities In The Philippines. 1 Year Warranty(parts & Service) 2 Roll Hose, Water(water Hose Material: Pvc Fiber Reinforced, Three (3) Layers; Any Color; Hose Length: 50 Feet; Hose Diameter: 5/8 Inches; Pressure Capacity: 200 Pounds Per Square Inch (minimum); Fitted With Male And Female Brass Couplers (nh, 11.5 Tpi) For Spray Nozzle No Sharp Edges) 3 Pc Kettle, Electric(electric Kettle Cordless (with Pouring Spout), Hinged Lid, Detachable From And Can Rotate On Its Corded Base Material : Round Stainless Body, Plastic Handle, Lid And Base Capacity : 1.5 To 2 Liter Automatic Shut - Off, With Power Indicator Light Power Rating: 220//240vac, 50/60hz, 1000 -1600 Watts Base With A 50 Cm (minimum) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges; Dti-bps Certified Comes With English Manual That Contains: Operation Procedure, Maintenance And Safety Guide. The Item Must Be Branded, Brand Name And Electrical Ratings Permanently Mark On The Item.) 5 Pc Laundry Sorter(3 - Bag Laundry Sorter, With Wheels Bag: Polyester, Rectangular Shape, Detachable From Frame With Metal Handle And Hanging Hook Bag Dimensions : Rectangular 22 X 15 X 8 Inch (minimum) Frame Material : Corrosion Resistant Steel, Sturdy No Wobble Frame Overall Dimensions : Rectangular, 31 X 30 X15 Inch (minimum) With Four Casters, 2 Inch Diameter (minimum) Smooth Surface, No Sharp Edges) 2 Pc Light, Emergency(emergency Light, 2 Heads Led Materials: Metal, Anti-rust Coated Duration Time (2 Heads): 5 Hours (minimum) Automatically Light Up During Power Outage Overcharge And Over- Discharge Protection Built - In Ac Charger, Power Cord Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option) Battery Test Switch - External Safety Fuse Head: White Led 1w (minimum) 3.5 " Dome Reflector Power Rating: 220 -240 Vac , 50/60 Hz 20-24 Hours Charge Time Dimensions: Rectangular 27 X 7 X 27 Cm (approx.) Sooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures The Item Must Be Branded, Brand Name And Electrical Ratings Permanently Mark On The Item.) 2 Pc Mirror Wall Mirror With Frame Flat Glass Mirror, 2 Mm Thick (minimum), Clear With No Distortion Frame: Wood Or Plastic Commercial Finish Rectangular Shape, 3600 Sq.cm (minimum) Includes Mounting Accessories Smooth Surface, No Sharp Edges) 20 Pc Mop (mop, Handle And Mop Head Set, Refillable Head Handle: Aluminum Or Anti-rust Coated Steel, With Hard/stiff Plastic Mop Head Holder, Clip Type With Tightening Knob Overall Handle Dimension: 130 X 19 Cm (minimum) Mop Head: Cotton Thread/yarn, Sewn Tailband, L 34 X 16 X 4 Cm (minimum), White Handle: Plated Steel Tube Or Wood, Length : 40 (minimum), No Sharp Edges 1 Set Polisher, Floor, Electric, With Accessories(electric Floor Polisher With Accessories Material: Stainless Steel, Aluminum Alloy Handle: Stainless Tube, Adjustable Height 1 Meter Long (approximate), With Dual Switch Lever Size/capacity :13 Inch (minimum) Diameter Power Supply: 220/240 Vac, 50/60 Hz. Power: 1/3 Hp (minimum) Rotation Speed : 160 Rpm (minimum) Heavy Duty (royal) Power Cord Length : 12 Meters (minimum) With Type A Plug (or Providing 10a Plug Adapter Is An Option) With Pair Of Rubber Wheels, Smooth Surface, No Sharp Edges Comes With Pad Holder, 2 Pcs - Polishing Brush And 3 Pcs - Floor Polishing Pads Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures Branded, Brand Name And Electric Rating Permanently Mark On The Item, With 1 Year Warranty Parts And Service The Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market.) 5 Pc Shelving(shelving, Open, Knockdown Type, Adjustable Shelves Metal Powder Coated Frame Number Of Shelves : 5 Overall Dimensions : 85 X 30 X 180 Cm(minimum) Sturdy Connection, No Wobble Smooth Surface, No Sharp Edges) 5 Pc Sign, Caution(caution Sign, A Shape-2 Panel Self Standing, With D-handle, Collapsible For Easy Storage Material : High Impact Plastic, Panel Dimension : Rectangular (lxw) 55-65 Cm X 25 X 61 0m (minimum), Panel Depth : 2 Cm (minimum) Color : Yellow Print Description : "caution: Wet Floor" On One Side "cleaning In Progress On The Other Side, Both Messages Provided With Graphics Printed In Black. Font Size: 100 -120 Mm X 50 -70 Mm, Arial Smooth Surface, No Sharp Edges) 10 Pc Sponges, Dish(dish Sponge, Cellulose, Non-scratch Dimensions : 5 X 3 X 1 Inch (minimum) Branded) 10 Pc Spray Gun, Water(barber/salon Spray Gun Material: Hdpe Transparent Plastic Capacity: 300 Ml.(minimum) Trigger Type Sprayer Dimension: Diameter :7 Cm. X Height: 16.3 Cm (minimum) Rotating Nozzle To Adjust Spray Patterns Smooth Surface, No Sharp Edges Must Be Branded) 10 Pc Squeegee(squeegee, Short Handle Head/blade Material: Stainless, Rubber Handle: Plastic Or Stainless Steel Blade Length: 25 - 30 Cm Overall Length (handle And Head) 20 - 32 Cm No Sharp Edges ) 5 Pc Squeezer, Mop(mop Bucket With Squeezer/wringer And Wheels Hand Lever To Squeeze, Made Of Metal, With Hand Grip Material : Hard Plastic, (ps) Polystyrene Or Its Equivalent Capacity : 30 L (minimum) Overall Dimension (excluding Handle: ( L X W X H ) 40 X 27 X 57 Cm (minimum) Color : Yellow With 3 Inches Non-marking Rubber Casters "caution" Printed In Black On Both Sides Of The Mop Bucket Smooth Surface, No Sharp Edges) 1 Pc Step Ladder(material: Aluminum U Channel Capacity: 250 Lbs (minimum) Type: Flatform Type Number Of Step: 6 (including Top Step) Reach Height: 6 To 8 Feet(minimum) Width: 15 Inches Minimum Spread: 4 Feet (minimum) Twin Steps With Gripped Treads To Prevent Slipping Step Braces On Top And Bottom Step Heavy Duty Aluminum Foot Bracket With Slip-resistant Foot Pad With User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions, Brandedfeet(minimum) Width: 15 Inches Minimum Spread: 4 Feet (minimum)) 2 Pc Vacuum Cleaner, Dry And Wet(electric Vacuum Cleaner, Wet And Dry Function, Sucks Even Screws, With 4 Swivel Caster Wheels Material : Hard Plastic, (abs) Or Rust Proof Body Equivalent Power Supply : 220/240vac, 50/60hz, 1000 Watts (minimum) Auto Shut Off Tank Capacity : 20 Liters (minimum) Equipped With Complete Accessories I.e., Detachable Vacuum Hose Assembly (flexible Non-kink), Extension Tubes/wands, Carpet (long Square) Brush Nozzle, Wet And Dry Floor Brush Nozzle, Crevice Nozzle, Hepa Filter, Sponge Filter/washable Cloth Bag. Comes With 4 Meters (minimum) Heavy Duty (royal) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges With User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance. The Item Must Be Branded, Brand Name And Electric Rating Permanently Mark On The Item. 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines. The Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market.) 1 Unit Washer, Laundry(1. Front Load Electric Washer, Laundry 2. Electronic Control, Digital Indicator Display , Transparent Glass Door 3. Body Material : Steel, Powder Coated, Any Color 4. Dimensions (wxdxh): 590 Mm (minimum) X 490 Mm (minimum) X 820 Mm (minimum) 5. Drum Material : Stainless Steel 6. Capacity : 8 Kg (minimum) 7. Spin Speed : 1200 Rpm (minimum) 8. Power Rating: 220 /240vac, 50/60 Hz. 9. Comes With A 1 Meter (minimum) Heavy Duty Power Cord With Male Plug To Adapt Type A Outlet (or Providing 20a Plug Adapter Is An Option) 10. Smooth Surface, No Sharp Edges 11. With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item 9.includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures 12.the Item Must Be Branded, Dti-bps Certified, 1 Year Warranty Parts And Service 13. With Service Centers Located In Major Cities In The Philippines. 14.the Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market.) 2 Pc White Board(white Board, Floor Standing, Rolling Board: White Formica Laminated, Plane Will Not Deform. Board Size: Rectangular 1800mm W X 1000 To 1200mm H, Board Edges Secured With Aluminum Clip Edging 17 Mm (minimum) Wih Plastic Corner Caps Comes With Metal Tray For Marker And Eraser The Stand And Frame Are Constructed With Aluminum Or Powder Coated Steel 25mm Square Tube (minimum), Sturdy, No Wobble With 4 Lockable Hard Plastic Caster Wheels Overall Height From Floor: 210 To 214cm Smooth Surface, No Sharp Edges) Lot 7. Tangub City National High School (food And Beverage Services Nc Ii) Php 571,245.00 50 Pcs Chair, Dining Type : Dining Side Chair Body Shape: Square Material : Metal (round Or Square) Dimesion: Total Height - 33" X 15" X15" (minimum) Capacity: 150 Kg. Black Colored Powder Coated Frame With Foam On Seat Packed In Carton Box The Item Must Have Good Quality 4 Pcs Coffee Pot, 2 Pints Type: Manual Drip Body Shape: Round Material : Stainless Steel With Cover Capacity : 2 Pints Outside Diameter : 90 -110 Mm Over-all Height : 200 - 230 Mm Thickness : 0.5 - 1 Mm With Handle And Spout Packed In Carton Box The Item Must Have Good Quality 6 Pcs Container, Creamer Design: Type: Porcelain With Spout Body Shape: Circular Material: Porcelain Diameter : 50 - 65 Mm Height : 80 - 105 Mm Color : White Appearance : Glossy White Packed In Carton Box The Item Must Have Good Quality 24 Set Cups Ans Saucers 5-6 Oz. 1. Material : Porcelain 2. Capacity : 5 Oz./140 Ml 3. Heatproof Up To 300 Deg. C 4. Color : White 5. The Item Must Be Of Good Quality 6. Packed In Carton Box 10 Pcs Folder, Menu Type: Leather Menu Folder Body Shape: Rectangular Material: Leather With 2 Partitions And 6 Inserts Size: 31.5cm X 24.5cm Color: Brown/black Applicable Paper Size: A4 50 Pcs Fork, Cocktail 1. Material/appearance: Stainless Steel, Highly Polished, W/ Plain Design 2. Type : Rounded Tip Handle 3. Over-all Length : 110 - 165 Mm 4. Width : 20 - 30 Mm (minimum) 5. Handle Thickness : 2 Mm To 4 Mm 6. Handle Length : 75 - 90 Mm 7. Small, 8. Color : Silver 9. The Item Must Be Branded And Have Good Quality. 50 Pcs Fork, Dessert Type : Dessert Fork Body Shape: Fork Shape, Round Tip Material/appearance : Stainless Steel, Highly Polished,with Plain Design, Rounded Tip Handle Length : 150 Mm - 175 Mmwidth : 20 - 30 Mmhandle Thickness : 1.5 Mm - 3 Mm Number Of Tines : 4 Handle : 130 Mm (minimum) Color : Silver Packed In Plastic Pouch The Item Must Be Of Good Quality 60 Pcs Fork, Dinner Type: Dinner Fork Body Shape: Fork Shape Material / Appearance : Stainless Steel, Highly Polished, With 4 Tines Over - All Length : 120 - 175 Mm Thickness Of Handle : 2 - 3 Mm Color : Silver Packed In Plastic Pouch The Item Must Be Of Good Quality 36 Pcs Fork, Fish Type : Fish Fork Body Shape: Fork Shape With Round Tip Material / Appearance : Stainless Steel, Highly Polished, With Plain Design Over-all Length : 180 - 215 Mm Fork Width : 1.5 Mm - 3 Mm Fork Thickness : 1 Mm - 2 Mm Number Of Tines : 4 Length Handle : 120 - 130 Mmhandle Thickness : 2 Mm - 3 Mm Color : Silver Packed In Plastic Pouch The Item Must Be Of Good Quality 36 Pcs Fork, Oyster Type: Oyster Fork Body Shape: Fork Shape Material: Stainless Steel, With High Polish Appearance, And With Plain Design Length: 90 - 120 Mm Thickness: 1 Mm - 3 Mm Silver Color With Three Short Wide Curved Tines Packed In Plastic Pouch The Item Must Be Of Good Quality 24 Pcs Glass, Champagne Flute Type : Flute Glass Body Shape: Round Material: Clear Crystal Glass Dimension : Height: 20 -24 Cm, Top Diameter: 50 -70 Mm, Bottom Diameter: 60 - 80 Mm Capacity: 250 Ml. (minimum) Thickness: 1.5 - 3 Mm Packed In Carton Box The Item Must Have Good Quality 36 Pcs Glass, Collins Type: Tumbler Body Shape: Round Material : Clear Glass Capacity : 10 Oz To 14 Oz Thickness : 1.5 -3 Mm (minimum) Packed In Carton Box The Item Must Have Good Quality 36 Pcs Glass, Juice/hi-ball 1. Material : Clear Glass 2. Type : Hi-ball 3. Height : 140 - 160 Mm 4. Bottom Diameter : 50 -70 Mm 5. Top Diameter : 50 - 70 Mm 6. Thickness : 2 - 4 (minimum) 7. Capacity : 8 Oz. To 10 Oz. 8. Diswasher Safe 9. The Item Must Be Branded And Good Quality 10. Packed In Carton Box 36 Pcs Glass ,pilsner(ice Tea Glass) Type:falired Rim,body Shape:round Slender Bowl,material:clear Glass Capacity:20 0z To 23 Oz With Flaired Rimand Slender Shape Packed In Carton Box.the Item Must Have Good Quality. 36 Pcs Glass, Red Wine Type: Royalty Body Shape: Balloon Shaped Bowl Material: Crystal Clear Glass Rim Diameter : 55 - 60 Mm Thickness : 1.5 Mm - 3 Mm Over - All Length : 200 -220 Mm Capacity : 250 -300 Ml Stem Diameter : 6 - 8 Mm Stem Length : 85 - 90 Mm Base Diameter : 75 - 85 Mm Base Thickness : 2 - 4 Mm 40 Pcs Glass, White Wine Type: Royalty Body Shape: Balloon Shaped Bowl Material: Crystal Clear Glass Rim Diameter : 55 - 60 Mm Thickness : 1.5 - 3 Mm Over -all Length : 200 -220 Mm Capacity : 270 - 300 Ml Stem Diameter : 6 - 8 Mm Stem Length : 75 - 85 Mm Base Diameter : 70 - 80 Mm Base Thickness : 2 - 5 Mm 4 Pcs Gravy Boats Type: Steel Type Body Shape: Boat Shape With Handle Material: Stainless Steel Capacity : 5 Oz. Appearance: Mirror Polish Finish Size :17cm X 7.3cm X 8.2 Cm / 6.7 X 2.9 X 3.2 Inches (minimum) The Item Must Have Good Quality Packed In Plastic Pouch 4 Pcs Ice Bucket, 2 Liters With Tongs Type: Steel Type Body Shape: Circular Set Includes: A. Ice Bucket Material : Stainless Steel Diameter : 140 - 180 Mm Height : 140 - 170 Mm Thickness Of Bucket : 0.7 - 2 Mm Capacity : 2 Liters (minimum) The Item Must Have Good Quality 24 Pcs Knife, Butter 1. Material : Stainless Steel W/ Highly Polished Appearance 2. Over-all Length : 140 Mm - 150 Mm 3. Handle Thickness : 3 Mm - 5 Mm 4. With Dull Edge And Rounded Tip 5. The Item Must Have Good Quality. 6. Packed In Carton Box 24 Pcs Knife, Dinner Type: Dinner Knife Body Shape: Flat With Round Tip Material / Appearance : Stainless Steel Blade Highly Polished Handle Material : Stainless Steel Overall Length : 160 - 190 Mm Blade Thickness : 2 - 4 Mmhandle Thickness : 3 - 6 Mm Serrated Blade With Rounded Tip Packed In Carton Box The Item Must Have Good Quality 24 Pcs Knife, Fish Type : Fish Knife Body Shape: Flat With Pointed Tip Material / Appearance : Stainless Steel, Highly Polished W/ Plain Design Overall Length : 200 - 220 Mm Width Blade : 20 - 25 Mm Thickness Of Blade : 2 Mm - 4 Mm Thickness Of Handle: 3 Mm - 6 Mm Wide Blade, Dull Edge, Tip Made With A Notched Point Color : Silver Packed In Carton Box The Item Must Have Good Quality 20 Pcs Napkin Holder (stainless) Type: Steel Type Body Shape: Rectangular Material : Stainless Steel With Highly Polished Appearance Dimension : Width : 70 - 90 Mm X Length : 150 - 170 Mm , Thickness : 0.7 Mm -2 Mm Packed In Plastic Pouch The Item Must Have Good Quality 20 Pcs Order Pads Type: Numbered Pads Body Shape: Rectangular Material : 80 Gsm Offset Paper Each Pad Comes With A 100 Sheets And Corresponding Copy Page Each Pad Has Sequentially Numbered Orders To Make It Easy To Keep Track With 100 Sheets Per Pad And 10 Pads Included Can Take 1000 Orders Before You Run Out Packed In A Plastic Pouch 12 Pc Pepper And Salt Mill Type: Pepper & Salt Mill Body Shape: Round Body Material: Wood Size: Diameter: 5 Cm X Height: 20 Cm (minimum) Carved Of Wood With Stainless Steel Grinding Mechanism Color: Natural Screw Cap At The Top Of The Mill To Adjust The Thickness Of Peeper Or Spices Preferably With A Packing Case Food Grade And Nontoxic Must Be Branded 50 Pc Plate Covers Type: Steel Type Body Shape: Circular Material: Stainless Steel, Mirror Polished Diameter: 10 1/4 Inches (minimum) Height: 2 7/8 Inches (minimum) Thickness: 1/16 Inch. (minimum) With Handle Packed In Plastic Pouch The Item Must Have Good Quality 50 Pc Plate, Dessert, 7" To 8" Type: Plain Type Body Shape: Circular Material: Porcelain Supply Must Be A Set, Consisting Of One (1) Of Each: 7 Inches And 8 Inches Plates Color : White Inner Diameter: 145 To 165 Mm Thickness : 3 To 6 Mm Smooth And Glossy Surfaces Packed In Carton Box The Item Must Have Good Quality 60 Pc Plate, Dinner, 10" Type: Plain Type Body Shape: Circular Material: Porcelain With No Design Color: White Inner Diameter : 200 Mm - 215 Mm Outer Diameter : 250 - 260 Mm Thickness : 3 Mm - 6 Mm Smooth And Glossy Surfaces Packed In Carton Box The Item Must Have Good Quality 50 Pcs Plate, Fish, 8" To 9" Type: Plain Type Body Shape: Circular Material : Porcelain With No Design Supply Shall Be A Set Consisting Of: One (1) Each 8 Inches And One (1) Each, 9 Inches Color : White Inner Diameter : 165 Mm - 190 Mm (minimum) Thickness : 3 Mm - 6 Mm Smooth And Glossy Surfaces Packed In Carton Box The Item Must Have Good Quality 10 Pcs Round Table (8's) Type: Foldable Body Shape: Round Material: High Density Polyethylene Table Top Powder Coated Steel Frame Size: 154cm X 74cm X4.5cm (minimum) Good For 8 To 10 Seater Capacity Tube Size : 28 Mm Diameter X 1 Mm Thickness Packed In A Carton Box The Item Must Have Good Quality 50 Pcs Salad Forks Type: Salad Fork Body Shape: Fork Shape Material/appearance: Stainless Steel, Highly Polished, With 4 Tines Length: 150 Mm - 175 Mm Thickness Of Handle : 2 Mm - 3 Mm Color: Silver Packed In Plastic Pouch The Item Must Be Of Good Quality 50 Pcs Salad Knife Type: Salad Knife Body Shape: Semi Rectangular Blade With Pointed Tip Material/appearance: Stainless Steel, Highly Polished, W/ Plain Design Overall Length: 145 -160 Mm Blade Thickness: 2 Mm To 4 Mm Handle Thickness: 4 Mm To 6 Mm Handle Material: Stainless Steel Rounded Tip Handle Packed In Carton Box The Item Must Have Good Quality 50 Pcs Salad Plates 7" To 8" Type: Plain Type Body Shape: Circular Material: Porcelain With No Design Supply Must Be A Set Consisting Of One (1) Each: 7 Inches And 8 Inches Plates Color: White Diameter (inner): 150 Mm - 165 Mm Thickness: 3 Mm - 6 Mm Smooth And Glossy Surfaces Packed In Carton Box The Item Must Have Good Quality 20 Pcs Salt And Pepper Shakers Type: Glass Type Body Shape: Square Material: Glass And Aluminum Over-all Height: 75 -90 Mm Length: 50 -60 Mm Width: 50 -60 Mm Aluminum Cover Packed In Carton Box The Item Must Have Good Quality 25 Pcs Sauce Laddles Type: Spouted Bowl Body Shape: Circular With Pouring Spout Material: Stainless Steel, Highly Polished Appearance Over-all Length: 220 -230 Mm Ladle Bowl Length: 60 -65 Mm Long Ladle Bowl Diameter: 65 -70 Mm Depth: 10 -15 Mm Handle Details: 150-155 Mm Long X 20 -30 Mm Wide X 2 - 4 Mm Thick Color: Silver With Hang Hole For Hanging And Easy Access Dishwasher Safe Packed In Plastic Pouch The Item Must Have Good Quality 50 Pcs Server, Cake 1. Material : Stainless Steel Blade , Highly Polished Appearance 2. Over-all Length : 220 To 270 Mm 3. Width : 60 - 80 Mm 4. Thickness : 1.5 Mm To 2 Mm 5. Handle : 120 -140 Mm Long, Non-toxic Plastic 6. Shape : Shovel-shaped 7. Color : Silver 8. The Item Must Have Good Quality 9. Packed In Carton Box 50 Pcs Service Forks Type : Service Fork Body Shape: Fork Shape Material/appearance: Stainless Steel, Highly Polished, W/ Palin Design Over-all Length: 220 Mm - 260 Mm Width: 20 - 25 Mm Handle Thickness: 1.5 Mm - 4 Mm Handle Length - 165 Mm - 185 Mm 4 Tines Color: Silver Packed In Plastic Pouch 25 Pcs Service Tray Type: Plastic Body Shape: Rectangular Material: Plastic (pp) Size : 14 Inches X 18 Inches X 1 Inch (minimum) Color : Any Packed In Plastic Pouch The Item Must Have Good Quality 25 Set Show/service/base Plates 11" To 14" Type: Plain Type Body Shape: Round Material: Porcelain With No Design Supply Must Be A Set Consisting (1) Of Each: - 11 Inches, - 12 Inches, - 13 Inches, And - 14 Inches Plates Color: White Diameter, Inner : 225 Mm - 250 Mm Thickness: 3 Mm - 6 Mm Smooth And Glossy Surfaces 50 Pcs Side Plates Or Bread Plates 6'' Type: Plain Type Body Shape: Round Material: Porcelain With No Design Color: White Inner Diameter: 95 Mm To 120 Mm Outer Diameter: 145 Mm To 170 Mm Thickness : 3 Mm - 6mm Smooth And Glossy Surfaces Packed In Carton Box The Item Must Have Good Quality 50 Pcs Side Towels Type: Chef's Towel Body Shape: Rectangular Material: Oxford Polyester Soft Cloth Over-all Length : 640 - 680 Mm Over-all Width : 420 -460 Mm Color : Plain White Packed In Plastic Pouch The Item Must Have Good Quality 25 Pcs Silver Platter Type: Steel Type Body Shape: Round Material: Stainless Steel Diameter: 300 -330 Mm Thickness: 1 - 2 Mm Packed In Plastic Pouch The Item Must Have Good Quality 50 Pc Soup Bowl Type: Plain With Two Handles Body Shape: Circular Material : Porcelain Capacity : 24 Oz. (minimum) Packed In Carton Box The Item Must Have Good Quality Packed In A Carton Box 25 Pc Soup Laddle Type: Steel Type Body Shape: Circular Material: Stainless Steel, Highly Polished Appearance Over-all Length : 220 -235 Mm Ladle Bowl Details : 60 -65 Mm Long, 60 -75 Mm Diameter, 10 -15 Mm Deep Handle Details : 145 - 155 Mm Long X 12 - 25 Mm Wide X 1.5 -3 Mm Thick Color : Silver With Hang Hole For Hanging And Easy Access 15 Pc Soup Tureen Type: Steel Body Shape: Round Material: Stainless Steel Capacity: 7 - 11 Quart Size : 60 X 35 X 32 Cm (minimum) Packed In Plastic Pouch The Item Must Have Good Quality 100 Pc Spoon, Dinner Type : Dessert Spoon Body Shape: Oval Material/appearance: Stainless Steel, Highly Polished With Plain Design Over-all Length : 175 To 190 Mm Thickness : 2 Mm - 3 Mm Shorter Handle : 120 -130 Mm Color : Silver Packed In Plastic Pouch The Item Must Have Good Quality 100 Pc Spoon, Dessert Type : Dessert Spoon Body Shape: Oval Material/appearance: Stainless Steel, Highly Polished With Plain Design Over-all Length : 175 To 190 Mm Thickness : 2 Mm - 3 Mm Shorter Handle : 120 -130 Mm Color : Silver Packed In Plastic Pouch The Item Must Have Good Quality 100 Pc Spoons, Service Type : Service Spoon Body Shape: Oval Material: Stainless Steel, Highly Polished, W/ Plain Design Over-all Length: 220 Mm - 250 Mm Width: 30 - 38 Mm Handle Thickness: 1.5 Mm - 4 Mm Handle Length - 165 Mm - 185 Mm Color: Silver Packed In Plastic Pouch The Item Must Have Good Quality 100 Pc Spoons, Soup (cream And Cosume) Type: Soup Spoon Body Shape: Round Material/appearance : Stainless Steel, Highly Polished, W/ Plain Design, Rounded Tip Handle Over-all Length : 165 Mm - 200 Mm Smaller Oval Shaped Spoon Bowl And Tapers Slightly To The Tip Shorter Handle : 110 Mm - 170 Mm Thickness : 1.5 Mm - 3 Mm Color : Silver Packed In Plastic Pouch 50 Pc Steak Knife Type: Steak Knife Body Shape: Flat With Serrated Edge Material: Stainless Steel Steel Blade With Wooden Handle Length: 170 Mm To 203 Mm Handle Wood Thickness: 10 - 14 Mm With Serrated Blade Packed In Carton Box The Item Must Have Good Quality 25 Pc Sugar Container Type: Glass Type Body Shape: Round Material: Glass With Brass Lid (or Equivalent) Diameter: 70 -80 Mm Height: 130 -140 Mm Capacity: 12 Oz. Packed In Carton Box The Item Must Have Good Quality 50 Pc Table Cloth, 54 X 54 Inches Type: Plain Cloth Body Shape: Square Material: Oxford Polyester Cloth Color: Plain White Dimension: L 54 Inches X W 54 Inches (minimum) Packed In Plastic Pouch The Item Must Have Good Quality 100 Pc Table Cloth, Rectangular Type: Plain Cloth Body Shape: Rectangle Material : Linen Size : 120cm X160cm (minimum) Color : Any Color But Not Black Feature: Washable Packed In A Plastic Pouch 100 Pc Table Napkins, Cloth, 16"x16" Type: Plain Cloth Body Shape: Square Material: Oxford Polyester Cloth Or Its Equivalent Size: L 16 Inches X W 16 Inches (minimum) Color: Plain White Packed In Plastic Pouch The Item Must Have Good Quality 80 Pcs Table Skirting Cloth 90" To 90" Type: Plain Cloth Body Shape: Square Material: American Cotton Twill Cloth Color: Any Color Except Black Dimension: 90 Inches X 90 Inches (minimum) Packed In Plastic Pouch The Item Must Have Good Quality 50 Pcs Table, Square/rectangular (4's Or 6's) Type: Foldable Plastic Body Shape: Square/rectangle Material: High Density Polyethylene Table Top Powder Coated Steel Frame Dimension: 37 - 39 X 37 - 39 Inches Color: White Good For 4 Persons Packed In Carton Box The Item Must Have Good Quality 20 Pcs Tea Pot, 2 Pints Type: Porcelain Type Body Shape: Round With Handle And Pouring Spout Material : Porcelain Capacity : (2 Pint) Color : White Packed In Carton Box The Item Must Be Of Good Quality 50 Pcs Teaspoon Type : Tea Spoon Body Shape: Oval Tip Material/appearance: Stainless Steel, Highly Polished, W/ Plain Design Over-all Length: 120 Mm To 140 Mm Handle Thickness: 2 Mm To 4 Mm Short Handle Length - 100 Mm (minimum) Color: Silver Packed In Plastic Pouch The Item Must Have Good Quality 15 Pcs Tong, 8 Inches Type: Tong, 8 Inches Body Shape: Standard Material: Stainless Steel Size: 8 Inches Stainless-steel Arms With Soft, Comfortable Grips Nylon Heads Safe For Nonstick Cookware Heat-resistant Up To 400 Degrees Fahrenheit Tongs Lock Closed For Storage Preferably With A Packing Case Food Grade And Dishwasher-safe Must Be Branded 30 Pcs Tooth Pick Holder Type: Steel Type Body Shape: Round Material: Stainless Steel, Highly Polished In Appearance Diameter: 30 -35 Mm Diameter (minimum) Height: 65 -75 Mm Capacity: 1.24 Oz. (minimum) Packed In Plastic Pouch The Item Must Have Good Quality 20 Pcs Tray Stand Type: Foldable Body Shape: Rectangular Material: Chrome Plated Metal Folding Tray Stand Length: 470 -490 Mm Width: 400 -440 Mm Height: 770 -790 Mm Packed In Plastic Pouch The Item Must Have Good Quality 30 Pcs Tray, Bill Folders/change 1. Material : Heavy Duty Plastic ( Abs ) Or Its Equivalent 2. Height : 190 - 220 Mm 3. Width : 120 -140 Mm 4. Thickness : 2 Mm To 3 Mm (minimum) 5. Color : Black 6. With Check And Pen Holder 7. The Item Must Have Good Quality 8. Packed In Plastic Pouch 20 Pcs Tray, Round (bar) Type: Plastic Body Shape: Round Material: ( Pe/abs) Plastic Rubberized Surface, Non-slip/grip Tight Over-all Diameter: 345 -360 Mm (minimum) Thickness: 2 - 4 Mm (minimum) Color: Black Packed In Plastic Pouch The Item Must Have Good Quality 50 Pcs Water Goblet Type: Water Goblet Body Shape: Balloon-shaped Bowl Material: Crystal Clear Glass Over-all Length: 200 -220 Mm Capacity: 270 Ml To 300 Ml Rim Diameter - 55 -65 Mm Thickness: 1 Mm To 3 Mm Stem Length : 75 -85 Mm Stem Diameter : 6 -8 Mm Base Thickness : 3 -4 Mm Base Diameter : 7 -80 Mm Packed In Carton Box The Item Must Have Good Quality 30 Pcs Water Pitcher (stainless) Type: Steel Type Body Shape: Circular Material: Stainless Steel, Highly Polished Appearance Height: 170 Mm To 220 Mm Top Diameter: 110 -120 Mm (approximate) Capacity: 1 - 1.5 Liter With Pour Spout Dishwasher Safe Packed In Plastic Pouch The Item Must Have Good Quality Lot 8. Tangub City National High School (front Office Services And Local Guiding Services) Php 232,832.00 50 Pcs Calculator Type: Simple Calculator, Non Scientific Body Material: Hard Plastic Minimum Size: 110mm Width X 140mm Long Lcd Display: At Least Font Size Is 8mm X 5mm With Dual Power; Solar Cell And Battery With At Least 8 Digits Display Includes Spare Battery Packed With Protective Carton Box User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions C. Operating Procedures On How To Use The Equipment, 1 Pcs Cart, Bell Boy Type:hotel Luggage Trolley Capacity: At Least 450 Kilograms Minimum Dimensions: Length - 1000mm X Width - 600mm X Height - 1700mm Frame Material: Stainless Steel Tubing Stainless Tube Diameter: At Least 35mm Black Powder Coated Steel Platform With Carpeted Surface And Rubber Bumper At The Edge With 4 Pieces X 200mm Diameter Black Pneumatic Swivel Wheels Packed With Shipping Carton Box Branded 1 Pcs Cash Register With Drawer Printer: Width: 57mm (minimum) Speed: 2 Lines/sec (minimum) Lcd Display Size: 5cm Width X 10cm Long(minimum) With Drawer At Least 4 Bills And 5 Coins Compartments With Drawer Dimension At Least 410mm Width X 450mm Depth Input Method: Numeric 10-key Interface With At Least 2 Ports Power Source: 220-240volts Ac, 50/60hz; With Ac/dc Adapter Can Be Operated With Battery Programmable User's Manual In English Which Includes: A. Parts Manual With Labels, 1 Pcs Credit Card Imprinter Height Of The Imprinter 2 1/2 Inch (minimum) X Width 5 1/2 Inch (minimum) X Length 11 Inches (minimum) Carriage Material: Steel Body:plastic Color: Black 20 Characters Per Line Card Mounting Can Accepts At Least 0.030" Thick Size Credit Cards Plate Can Accommodate Up To 5 Lines, Manual Type With User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions, C. Operating Procedures 30 Pc Credit Card Voucher Holder Material: 3 Mm Thick Clear, Acrylic, Dimensions: Height: At Least 255 Mm, Width: At Least 210 Mm, Thickness: At Least 70 Mm 1 Pcs Detector, Fake Bills Led Display; Led Display Size: At Least 5 Cm Width X 10 Cm Long; Hard Plastic Casing; Ultraviolet (uv) And Magnetic (mg) Sensors; Power Source: Built In Rechargeable Battery,12v Output And Ac 100- 240v Adapter; With Complete Detection; Accessories Includes: Tough Plastic Carrying Case, Power Cord, Cleaning Brush, And Power Charger; User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions, 3 Pcs Guest Folio Rack Material: Hard Plastic; Accommodates At Least 50 Room Divider Indexes; With Divider Boards With Metal Tabs; A4 Size Divider; With Metal Sidings 1 Pc Hypercom Memory: 1 Mb Ram (minimum) Lcd Display; 160 X 80 Pixel Graphics (minimum) With Card Reader Magnetic Stripe Pin Pad Port: 4-wire, Rs485; With Peripheral Ports For Pc Connection; Electronic Cash Register Or Journal Printer; With At Least 2400bps Modem; Support Synchronous (sdlc) And Asynchronous, Lan Operation; With Pin Encryption; With Thermal Printer At Least 576 Dots Per Line; Thermal Paper – 2 Inches Wide X 3 Inches Roll Diameter (min.); Keypad: Membrane, 12 Keys, Water-resistant; 1 Pc Key Card Maker With Verifier Set Of Hotel Door Lock System With Management Software; A) 1 Unit - Card Type Door Lock With Inductive Distance At Least 4cm B) 1 Unit - Card Encoder Unit With 25 Pieces Door Room Key Cards Computer Software System For Door Lock And Making Cards With Complete Accessories Including The Usb Type A Cable Interface To The Computer User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions C. Operating Procedures On How To Use The Equipment 1 Pcs Key Rack Rack Material: Wood Number Of Racks: Can Accommodate At Least 40 Key Cards Minimum Rack Size: 70mm Width X 110mm Height Depth Of The Rack At Least 50mm Any Color Paint Type:wall Mounted Rack Pack With Shipping Carton Box 1 Pc Safety Deposit Box Vault Material: Metal, Powder Coated, Solid Steel Door Thickness: 4mm(minimum) Body Thickness: 2mm(minimum) Minimum Outer Dimension: L: 30cm X H: 20cm X W: 20cm Electronic Lock System Battery Operated Digital Panel: Requires 4 X ‘aa’ Batteries User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions, C. Operating Procedures On How To Use The Equipment, Branded 20 Pcs Speaker, Lapel Frequency At Least 500mhz With Audio Input Connector With Operation Range At Least 50meters Receiver/70ma Earphone Output Level: 32ohm, 65mw Operates With Energizer Battery With Minimum Powerconsumption Of Transmitter At Least 3v/70ma Receiver: 3v/70ma 25 Sets First Aid Kit Type: Emergency Case; Contents: First Aid Quick Reference Guide, 1pc; Sterize Gauge Swab(4 X4 X12 Ply) 100 Pcs/pack, 1 Pack; Adhesive Strips/band -aid, 50 Pcs/pack, 2 Packs; Gloves, Disposable, Medium Size, 2 Pairs; Hypo Allergenic Adhesive Tape, 5cm X 5cm, 2 Rolls; Triangular Bandage/arm Sling, Min 90cm X 90cmx 120cm, 2pcs; Safety Pins, 1 1/4 Inches, (12 Pcs), 1 3/4 Inches (12 Pcs); Stainless Steel Bandage Scissors, 2pcs; Betadine, 60ml, 2 -3 Years Expiration, 2 Bottles; Dust Mask, 2pcs; Hand Towels Or Face Towels, White Color, 6 Pcs; Gauze Bandage, Minimum 5cm X 4cm, 2 Rolls; Antiseptic Handwash/germicidal Soap, 60 Gms , 2pcs; Torniquet, 2 Pcs; Spirit Of Ammonia, 30ml, 2-3 Years Expiration, 1 Bottle; Burn Cream Ointment, 20g To 30g, 2- 3years Expiration, 1 Tube; Medical Tweezers Min. 8cm, Plastic, 2pcs; Plastic Bags, Resealable, Minimum Of 24pcs, 100mm X 180mm, 24pcs, 150mm X 230mm Cotton Balls , 50 Balls In A Sealed Package, 2 Packs Hot And Cold Pack, Reuseable, 1 Pack Water Resistant And Sturdy Case W/ Handle That Can Accommodate All The Listed Items. 4 Pcs Megaphone Battery Operated (4 Pcs - Size D Battery) With Built-in Siren Power Output: 20-watts (minimum) Range: 700 Meters (minimum) With Hand Grip And Carrying Strap Branded With Users Manual That Contains The Specification, List Of Parts, Instruction Guide, Troubleshooting, Safety Instruction. 100 Pcs Whistle Anodized Aluminum;size : Length - 6.5cm X 3cm Diameter; Handy And Lightweight; Loud Whistle Can Be Heard For Far Distance Of 100 Meters; With Key Ring For Attachment 2 Pcs White Board, Floor Standing, Rolling Board: White Formica Laminated, Plane Will Not Deform.board Size: Rectangular 1800mm W X 1000 To 1200mm H, Board Edges Secured With Aluminum Clip Edging 17 Mm (minimum) Wih Plastic Corner Capscomes With Metal Tray For Marker And Eraserthe Stand And Frame Are Constructed With Aluminum Or Powder Coated Steel 25mm Square Tube (minimum), Sturdy, No Wobblewith 4 Lockable Hard Plastic Caster Wheelsoverall Height From Floor: 210 To 214cmsmooth Surface, No Sharp Edges Total Abc 3,978,106.00 2. The Department Of Education – Division Of Tangub City Now Invites Bids For The Above Procurement Project. Second Procurement Of Learning Tools And Equipment For Technical Vocational Livelihood To Deped-public Schools. Bidders Should Have Completed 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Department Of Education – Division Of Tangub City And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. , Mondays To Fridays Except Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 From 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: Lot 1 - Five Hundred Pesos (p500.00) Lot 2 - Five Hundred Pesos (p500.00) Lot 3 - Five Hundred Pesos (p500.00) Lot 4 – One Thousand Pesos (p1,000.00) Lot 5 - Five Thousand Pesos (p5,000.00) Lot 6 - Five Hundred Pesos (p500.00) Lot 7 – One Thousand Pesos (p1,000.00) Lot 8 - Five Hundred Pesos (p500.00) The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. 6. The Department Of Education – Division Of Tangub City Will Hold A Pre-bid Conference On January 20, 2025, 9:00 Am At Division Office Conference Hall Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before 9:00 A.m. On February 4, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall February 4, 2025, 9:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Bidders Or Its Authorized Representatives Are Encouraged To Attend The Pre-bid Conference To Ensure That They Fully Understand The Procuring Entity’s Requirements. 11. The Department Of Education – Division Of Tangub City 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Gina L. Mandawe Head, Bac Secretariat Deped, Division Of Tangub City, Anecito Siete St., Mantic, Tangub City 7214 (088) 530-5988 Depedtangub.bacsec@deped.gov.ph Https://tangub.deped.gov.ph/ 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://tangub.deped.gov.ph/ Erlinda G. Dael, Phd., Cese Assistant Schools Division Superintendent Bac Chair
Closing Soon4 Feb 2025
Tender AmountPHP 3.9 Million (USD 68 K)
5441-5450 of 5446 archived Tenders