Solid Waste Tenders
Solid Waste Tenders
Municipal Corporation Tender
Works
Civil And Construction...+1Electrical and Electronics
Eprocure
Corrigendum : Closing Date Modified
India
Details: 1) Construction of Beautification, Elctrification, Main Entry Gate at Chhatrapati Shiwaji Park in P.No.06 2) Construction of Concret road from Gajanan Way Bridge to APMC Market Gate in p no. 06 3) Construction of Cement Concrete Road from Shri Ajay Vishnu Patil to Shri Nitin Patil House at Dabki Village P No 08 4) Construction of Sabhagruh at Gurudutta Nagar,Shri Namdev Maharaj Mandir Open Space P No 08 5) Construction of Cement Concrete Road from Shri Wankhade to Open Space at Gokarna Park P No 08 6) Construction of Cement Concrete Road from Shri Bulbule House to Shri Shingne Sir House at Gokarna Park P No 08 7) Construction of Drain at Gokarna Plot Shri Bhiwate to Raghav Tale House P No. 08 8) Construction of Chain Link Compound Wall to Open Space near Paraskar School at Gurudutta Nagar P No.08 9) Construction of Drain at Laxmi Nagar Shri Ingle to Shri Ujjainkar to Canal P No. 08 10) Construction of Chain Link Compound Wall to Open Space near Mahakali Mandir at Asara Nagar P No.08 11) Construction of Drain at Gajanan Nagar Shri Galli No. 2 from Shri Parkhi to Shri Khandare House P No. 08 12) Construction of Cement Concrete Road from Shri Hanuman Mandir to Shri Anil Wankhade at Gajanan Nagar P No 08 13) Construction of Cement Concrete Road from Jain Kirana to Shri Jagdish Mankar at Gajanan Nagar P No 08 14) Construction of Cement Concrete Road from Shri Bahekar ti Shri Bhud, Shri Zhaparde to Shri Ubhe Sir & Shri Shinde to Shri Ujjwal Bade at Manorath Nagar P No 08 15) Construction of Cement Concrete Road from Shri Bhise to Shri Ingle House to Open Space at Awade Colony P No 08 16) Construction of Cement Concrete Road from Ashray Residency to Dabki Road to Hari Om Cement Shop to Shri Chipade at Ashray Nagar P No 08 17) Construction of Cement Concrete Road from Shri Ramdas Pohare to Canal Road at Raghuvir Nagar P No 08 39) Beautification Of Shri. Chatrapati Shivaji Maharaj Chowk At Shivar in P.No.13 40) 1) Construction of Concrete Service Line Beside Shri Vinod Taywale. 2) Construction of Concrete Road From From Shri Pravin Kalane to Shri Gawande. 3) Construction of Concrete Drain & Service Line From Shri Unkadrav Sonone to Shri Pravin Kalane. 4) Construction of Concrete Drain, Service Line & Culvert From Shri Manoj Bharde to Bhattad in Ara Mashion. 5) Construction of Concrete Drain & Road From Shri Prashant Sable to Shri Santosh Agrawal in Dwarka Nagari 6) Construction of Concrete Drain & Service Line From Shri Rameshwar Gond to Asara Chakki in Indian Gym 7) Construction of Concrete Service Line From Shri Gajanan Maharaj Mandir to Shri Ghonge in Mukund Nagar in P.No. 13 42) Construction of Walking Track & Beautification In Ravi Nagar Open Space at P.No.13 43) Construction of Sabhagruh In Open Space Front of Shri Navkar House At Gokul Colony In P. No. 13 44) Construction of Concrete Road At Sudhir Colony In P.No. 13 45) Beautification of Open Space Infront of Shri Lokhande House At Sudhir Colony In P.No.13 46) Development & Beautification of Road From National Highway 06 to Azad Chauk to Datta Nagar to Hanuman Mandir to Azad Chauk and Auto Stand to Shri Dhore and Shri Jayprakash Sabale to Shri Subhash More to Bhima Gawai and Shri Gajanan Maharaj Mandir to Shri Deshmukh in Shiwar In P.No. 13 47) Providing and Fixing Information Sign Board in Shashtri nagar Road & Gokul Colony Road at P.No. 13 48) 1) Construction of Concrete Road From Shri Chande to Shri Shegokar 2) Construction of Concrete Road From Shri Rathod to Shri Ladakhedkar to Shri Fulase to Shri Vike. 3) Construction of Concrete Drain & Culvert From Siddheshwar Ganpati Mandir 4) Construction of Concrete Road From Shri Desai to Shri Pali in P.No. 13 49) 1) Construction of Concrete Road Infront Of Shri Umale House in Mukund Nagar in P.No. 13 50) Construction of Public Toilet Block in Jawahar Nagar Chhatrapati Sambhaji Maharaj Park Shastri Nagar Hanuman Mandir Open Space at P.No. 13 51) Construction of Paving Block in Open Space in Ganpati Mandir in Shastri Nagar at P.No.13 53) Construction of Tar Road With WBM From Kailas Bhadake To Ganeh Jakate House At Malkapur In P No 14 54) Construction of Tar Road With WBM From Hivarale Major To Ganesh Sarnaik & Sheje To Wagh House At Malkapur In P No 14 55) Construction of Tar Road With WBM From Dilip Vagare To Damodare House At Malkapur In P No 14 56) Construction of CC Drain From Kothikar Duplex To Athavale To Ajay Nagpure Appartment Near Ashram At Malkapur In P No 14 57) Construction of Chainlink fencing Compound To Sarnath Bauddha Vihar Near Bhande Collage At Malkapur In P No 14 58) Construction of Sabhamandap Near Hanuman Mandir At PKV Colony Malkapur In P. No. 14 59) Construction of CC Road From Shri Santosh Wankhade To Amol Kale House At Malkapur In P No 14 60) Construction of Tar Road From Shri Gawande To Deshmukh House At Malkapur In P No 14 61) Construction of Sabhagruh Near Tuljaai Appartment Smashan bhumi Road Juni Wasti Malkapur In P No 14 62) Providing And Fixing Paving Blocks At Pola Location Junegaon Malkapur In P. No. 14 63) Construction of CC Road From MIDC Road To Barbi House At Malkapur In P No 14 64) Construction of Tar Road From Shri Dhenge House Yogiraj welding Work Shop To State Bank Colony At Malkapur In P No 14 65) Construction of CC Drain From Umak house To Sitara Tower Malkapur Road At Malkapur In p No 14 66) Construction of CC Drain From Abhang Appartment To Mangesh Wankhade House At Malkapur In p No 14 67) Construction of Tinshed At Gajanan Maharaj Mandir Malkapur In P. No. 14 68) Construction of CC Drain From Khatade To Deshmukh House At Malkapur In P No 14 69) Construction of CC Road From Shri Jayale To Dandale House At Malkapur In P No 14 70) Construction of Tar Road From Ajay Wankhade House Anil Wasnik To Nasir To Anand Buddha Vihar At Shivani In P No 14 71) Construction of Tar Road From Jaybhay House To Pachpor Blue Lotus School At Buddha prakash Colony Shivani In P No 14 72) Construction of CC Drain From Gautam Pachpor House To Jamil Bhai Kirana Shop At Jetvan Nagar Shivani In P No 14 73) Construction of Sabhamandap Near Devi Mandir At Ram Nagar Shivani In P. No. 14 74) Construction of Sabhamandap Infront Of Rajesh Wagare House At Basera Colony In P. No. 14 75) Construction of Chainlink fencing Compound To Surekha nagar Open Space At Malkapur In P No 14 92) Construction of Tar Road Back Side Of Khatu Shyam Mandir Hindu Smashan Bhumi To Main Road , In P.No. 17 124) Construction of CC Drain from Bhojane house to Wayatkar house at Mauli Nagar in P.No. 20 125) Construction of CC Drain from Balu Vairale house to Bhoyar house at Khadki in P.No. 20 126) Construction of Culvert infront of Bochare house at Santosh Nagar in P.No. 20 127) Construction of CC Road from Dangte Square to Yogesh Kuchar house at Z. P. Colony, Khadki in P.No.20 128) Construction of CC Road Mangrulpir Road to Ashutosh Chavhan house at Surya Garden Khadki in P.No.20 129) Construction of Tar Road From Pritam Deshmukh to Khanduji Walse house at Balaji Nagar in P.no. 20 130) Construction of CC Drain from Jadhav to Deshmukh house, Sandip Kharad to Gurav house at Khadki Gaothan and Construction of CC Road from Swami Samarth Kendra to Punde house at Sitaram Nagar Date Layout, Khadki in P.No.20 131) Construction of CC Road from Kakad house to Bhagat house and remaining portion infront of Swami Samarth Kendra Main Gate at Sant Nagar, Khadki in P.No.20 132) Construction of CC Road Jadhav house to Dandage house behind More Market Khadki in P.No.20 133) Construction of CC Drain from Wankhade house to Bopte house at Sant Nagar in P.No. 20 134) Construction of WBM Road from Nandkishor Rajaram Ingle house to Sopinath Maharaj Mandir to Ganesh Khatode house at Mhada Colony, Khadki in P.No.20 135) Construction of CC Road from Solid waste Management center to Vitthal Mahalle house at Khadki in P.No.20 136) Construction of Chainlink fencing, providing and fixing Pavers and Beautification at Sant Gadge Baba Open Space, Shivapur in P.no.20 137) Construction of CC Drain from Sane Guruji School to Someshwar Mandir at Santosh Nagar in P.No. 20 138) Construction of Walking track, Chainlink fencing at Someshwar Mandir Open Space, Santosh Nagar in P.no.20 139) Construction of Sabhagruh infront of Ramesh Raut, Sadanand Kakad, Pallavitai Joshi Open Space at Mhada Colony In P. No. 20 140) Construction of CC Road from Dilip Deshmukh house to Shiva Bhade house to Sant Gajanan Maharaj Provision at Kothari Watika 04 in P.No.20 141) Concreting in Service line from Sahyog apartment to Jadhav Tailor house near Ganpati Mandir at Giri Nagar in P.No. 20 142) Construction of CC Road Maharaj Vihar to Gajanan Apartment at Madhav Nagar in P.No.20 143) Construction of CC Drain from Manskar house to Kedia house at Yashwant Layout in P.No. 20
Closing Date3 Jan 2025
Tender AmountINR 103.7 Million (USD 1.1 Million)
2023 Tenure of Mayor's Office of Urban Services, Beaches, Cemetery, Urban Solid Waste Management and Hunting of the Cullera City Council Tender
Automobiles and Auto Parts
Spain
Purchaser Name: 2023 Tenure of Mayor's Office of Urban Services, Beaches, Cemetery, Urban Solid Waste Management | Spain – Motor Vehicles – Suministro Mediante Renting De 6 Vehículos Con Destino A Servicios Urbanos, Deportes Y Agricultura
Closing Date20 Jan 2025
Tender AmountEUR 317.7 K (USD 327.4 K)
BARANGAY ALANIB,LANTAPAN, BUKIDNON Tender
Others
Philippines
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Procurement Of Goods Government Of The Republic Of The Philippines Sixth Edition July 2020 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B. Specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..8 Section Ii. Instructions To Bidders…………………………………………...12 1. Scope Of Bid ………………………………………………………………………. 8 2. Funding Information………………………………………………………………. 13 3. Bidding Requirements ……………………………………………………………. 13 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 13 5. Eligible Bidders…………………………………………………………………… 13 6. Origin Of Goods ………………………………………………………………….. 15 7. Subcontracts ……………………………………………………………………… 15 8. Pre-bid Conference ………………………………………………………………. 15 9. Clarification And Amendment Of Bidding Documents …………………………… 15 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 15 11. Documents Comprising The Bid: Financial Component …………………………... 16 12. Bid Prices …………………………………………………………………………. 16 13. Bid And Payment Currencies ……………………………………………………… 17 14. Bid Security ………………………………………………………………………. 17 15. Sealing And Marking Of Bids ……………………………………………………… 17 16. Deadline For Submission Of Bids …………………………………………………. 18 17. Opening And Preliminary Examination Of Bids ………………………………….. 18 18. Domestic Preference ……………………………………………………………… 18 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 18 20. Post-qualification ………………………………………………………………… 19 21. Signing Of The Contract …………………………………………………………… 19 Section Iii. Bid Data Sheet …………………………………………………..20 Section Iv. General Conditions Of Contract ……………………...………..22 1. Scope Of Contract ………………………………………………………………… 23 2. Advance Payment And Terms Of Payment ……………………………………….. 23 3. Performance Security ……………………………………………………………. 23 4. Inspection And Tests ……………………………………………………………… 23 5. Warranty …………………………………………………………………………. 24 6. Liability Of The Supplier ………………………………………………………….. 24 Section V. Special Conditions Of Contract ………………………………….25 Section Vi. Schedule Of Requirements ……………………………………....30 Section Vii. Technical Specifications …………………………………………31 Section Viii. Checklist Of Technical And Financial Documents …………..34 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Purchase & Installation Of Office Aircondition (1st Bid) 1. The Local Government Unit Of Lantapan, Through The Capital Outlay Cy 2019 And Supplemental Budget 2024 Intends To Apply The Sum Of (php 200,000.00) Being The Abc To Payments Under The Contract Purchase And Installation Of Office Air-condition Itb # 2025-01-22-001 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lantapan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Required Is 15 Calendar Days. Bidders Should Have Completed, From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From The Local Government Unit Of Lantapan And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 To January 29, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Personally Its Proof Of Payment For The Fees. [note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots.] 6. The Local Government Unit Of Lantapan Will Hold A Pre-bid Conference On _____ At _____which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office 1st Floor, Barangay Alanib, Lantapan, Bukidnon, On Or Before 9:45 A.m (philippine Standard Time) On January 29, 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 January 29, 2025 At 10:00 O’clock 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. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Local Government Unit Of Lantapan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Lani D. Arida Bac Secretariat Bac Office, 1/f Barangay Alanib Purok 3, Alanib, Lantapan Bukidnon, Philippines Email Add: Lanialbertodevibar45@gmailcom.ph 13. You May Visit The Following Website/s: Lantapan.gov.ph For Downloading Of Bidding Documents: Www.philgeps.gov.ph Date Of Issue: January 22, 2025 Celestino M. Alob Barangay Alanib/bac Chairperson Reference No.: Itb # 2025-01-22-001 Name Of Project: Purchase & Installation Of Office Air-condition Location Of Delivery: Bgu-alanib, Lantapan, Bukidnon Abc: Php 200,000.00 Item No. Item Description Unit Of Issue Quantity Unit Price Amount 1 2.5tr ( 3.0hp)floor Mounted Inverter Model: 28tcfs/ji Cooling Capacity: 28,000(18,000-30,000) Kjh Heating Capacity:29,000(20,000-31,000)kjh Eer For Cooling3.18 W Power Supply: 220-240 V, 1 Phse/60hz Voltage Range : 165-264 Current: 11 Refrigerants:r32 Self Diagnose: Anti Cold Wind Auto Retart Golden Fin Note: Free Installation Unit 2 Total Total Bid Price In Figure: Total Bid Price In Words: Prepared And Submitted By:
Closing Date29 Jan 2025
Tender AmountPHP 200 K (USD 3.4 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Others
Philippines
Details: Description Philippine Bidding Documents Procurement Of Infrastructure Projects Government Of The Republic Of The Philippines 25ff0028 Organizational Outcome 1: Ensure Safe And Reliable National Road System – Widening Of Permanent Bridges – Himaao Br. (b00409lz) Along Pili-tigaon-albay Bdry. Rd. Sixth Edition July 2020 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Infrastructure Projects (hereinafter Referred To Also As The “works”) Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By All Branches, Agencies, Departments, Bureaus, Offices, Or Instrumentalities Of The Government, Including Government-owned And/or -controlled Corporations, Government Financial Institutions, State Universities And Colleges, Local Government Units, And Autonomous Regional Government. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. The Pbds Are Intended As A Model For Admeasurements (unit Prices Or Unit Rates In A Bill Of Quantities) Types Of Contract, Which Are The Most Common In Works Contracting. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Duration; And (iv)the Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Works To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Infrastructure Projects. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Project. B. Specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bds, General Conditions Of Contract, Special Conditions Of Contract, Specifications, Drawings, And Bill Of Quantities Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Names Of The Project, Contract, And Procuring Entity, In Addition To Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 5 Section I. Invitation To Bid 8 Section Ii. Instructions To Bidders 11 1. Scope Of Bid 13 2. Funding Information 13 3. Bidding Requirements 13 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 14 5. Eligible Bidders 14 6. Origin Of Associated Goods 14 7. Subcontracts 14 8. Pre-bid Conference 15 9. Clarification And Amendment Of Bidding Documents 15 10. Documents Comprising The Bid: Eligibility And Technical Components 15 11. Documents Comprising The Bid: Financial Component 16 12. Alternative Bids 16 13. Bid Prices 16 14. Bid And Payment Currencies 17 15. Bid Security 17 16. Sealing And Marking Of Bids 17 17. Deadline For Submission Of Bids 17 18. Opening And Preliminary Examination Of Bids 18 19. Detailed Evaluation And Comparison Of Bids 18 20. Post Qualification 18 21. Signing Of The Contract 18 Section Iii. Bid Data Sheet 19 Section Iv. General Conditions Of Contract 20 1. Scope Of Contract 24 2. Sectional Completion Of Works 24 3. Possession Of Site 24 4. The Contractor’s Obligations 24 5. Performance Security 24 6. Site Investigation Reports 25 7. Warranty 25 8. Liability Of The Contractor 25 9. Termination For Other Causes 25 10. Dayworks 25 11. Program Of Work 26 12. Instructions, Inspections And Audits 26 13. Advance Payment 26 14. Progress Payments 26 15. Operating And Maintenance Manuals 26 Section V. Special Conditions Of Contract 28 Section Vi. Specifications 30 Section Vii. Drawings 32 Section Viii. Bill Of Quantities 33 Section Ix. Checklist Of Technical And Financial Documents 35 Glossary Of Terms, Abbreviations, And Acronyms Abc –approved Budget For The Contract. Arcc – Allowable Range Of Contract Cost. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Cda – Cooperative Development Authority. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Contractor – Is A Natural Or Juridical Entity Whose Proposal Was Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. Contractor As Used In These Bidding Documents May Likewise Refer To A Supplier, Distributor, Manufacturer, Or Consultant. Cpi – Consumer Price Index. Dole – Department Of Labor And Employment. Dti – Department Of Trade And Industry. Foreign-funded Procurement Or Foreign-assisted Project –refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Gfi – Government Financial Institution. Gocc –government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Pcab – Philippine Contractors Accreditation Board. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria. The Ib Should Be Incorporated Into The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Republic Of The Philippines Department Of Public Works And Highways Camarines Sur 3rd District Engineering Office Regional Office V Baras, Canaman Invitation To Bid For 25ff0028 – Organizational Outcome 1: Ensure Safe And Reliable National Road System – Widening Of Permanent Bridges – Himaao Br. (b00409lz) Along Pili-tigaon-albay Bdry. Rd. The Dpwh Camarines Sur 3rd District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 30,379,465.51 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ff0028- Organizational Outcome 1: Ensure Safe And Reliable National Road System – Widening Of Permanent Bridges – Himaao Br. (b00409lz) Along Pili-tigaon-albay Bdry. Rd. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Camarines Sur 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Project. Completion Of The Works Is Required 181 Cd. 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). Procurement Id/contract Id: 25ff0028 Contract Name: Organizational Outcome 1: Ensure Safe And Reliable National Road System – Widening Of Permanent Bridges – Himaao Br. (b00409lz) Along Pili-tigaon-albay Bdry. Rd. Brief Description: Widening Of Bridge Approved Budget For The Contract (abc): Php. 30,379,465.51 Source Of Funds: Gaa Fy 2025 Contract Duration: 181 Calendar Days Cost Of Bidding Documents: P 25,000.00 2. 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. 3. Interested Bidders May Obtain Further Information From Dpwh Camarines Sur 3rd District Engineering Office And Inspect The Bidding Documents At Baras, Canaman, Camarines Sur During Weekdays From 8:00 Am To 5:00 Pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5, 2025 To February 25, 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 Php 25,000.00. Prospective Bidders Shall Present Their Original Official Receipt Of Payment For Bid Documents (project Specific) To The Bac Secretariat Of This Office Before The Deadline Stated Above For Inclusion In The List Of Contractors For Eligibility Processing. Only The Owner Or Authorized Representatives Included In The Crc Will Be Allowed To Transact Business Relative To Bidding Matters Per D.o. 64 Series Of 2012. All Participating Bidders Must Be In The Document Request List (drl) Of The Philgeps Website And Secure A Print-out Copy Showing That They Are Included In The List. 5. The Dpwh Camarines Sur 3rd District Engineering Office Will Hold A Pre-bid Conference On February 13, 2025 9:00am At Bac Room, Dpwh - Cam. Sur 3rd Deo, Baras, Canaman, Cam. Sur And/or Through Videoconferencing/webcasting Via Facebook Livestreaming, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before February 25, 2025 At 10:00am Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 8. Bid Opening Shall Be On February 25, 2025 At 10:01am At The Given Address Below And/or Through Facebook Livestreaming. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. Moreover, As Per Department Order No. 127, Series Of 2018, “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid”. If The Ground For Post-disqualification Is Based On Above Requirements, The Concerned Bac Shall Issue A Notice Of Post-disqualification To The Bidder With A Statement That “the Dpwh Shall Not Qualify Your Bid For Any Of Its Projects Until And/or Unless The Reason For Your Post-disqualification Was Already Cleared By The Concerned Implementing Office”. Upon Presentation Of Required Documentary Evidence, The Concerned Implementing Office Shall Issue A Certification If The Contractor Has Already Eliminated The Negative Slippages And Other Deficiencies. However, Nothing Herein Shall Delay The Procurement Process Of The Concerned Implementing Office In Accordance With Periods Provided Under 2016 Rirr Of Ra 9184. Implementing Office In Accordance With Periods Provided Under 2016 Irr Of Ra 9184. 10. The Dpwh Camarines Sur 3rd Engineering District Office Reserves The Right To Reject Any All Bids, Declare A Failure Of Bidding Or Not Award The 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 9184 Without Thereby Incurring Any Liability To The Bidder Or Bidders. 11. For Further, Please Refer To: Bac Chairperson: Jose B. Gigantone, Jr. Bac-secretariat Head: Debbie H. Escuro Address: Dpwh Camarines Sur 3rd Deo Address: Dpwh Camarines Sur 3rd Deo Telephone Number: 8811-25-00 Loc. 54211 Telephone Number: 8811-25-00 Loc. 54217 Email Address: Dpwhbac_camsur3rddeo@yahoo.com Email Address: Dpwhbac_camsur3rddeo@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement Date Of Publication: February 5, 2025 To February 25, 2025 Newspaper: Not Applicable Jose B. Gigantone, Jr. Assistant District Engineer Bac- Chairman Approved By: Romeo D. Doloiras District Engineer
Closing Date25 Feb 2025
Tender AmountPHP 30.3 Million (USD 525 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Sources Sought Notice Is For Planning Purposes Only And Shall Not Be Considered As An Invitation For Bid, Request For Quotation, Request For Proposal, Or As An Obligation On The Part Of The Government To Acquire Any Products Or Services. Your Response To This Sources Sought Notice Will Be Treated As Information Only. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of Contractor Submission Of Responses To This Announcement Or The Government Use Of Such Information. This Request Does Not Constitute A Solicitation For Proposals Or The Authority To Enter Negotiations To Award A Contract. No Funds Have Been Authorized, Appropriated, Or Received For This Effort.
the Information Provided May Be Used By The Department Of Veterans Affairs In Developing Its Acquisition Approach, Statement Of Work/statement Of Objectives And Performance Specifications. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Award A Contract Based On This Sources Sought Notice Or To Otherwise Pay For The Information Submitted In Response To This Sources Sought Notice.
the Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below.
documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition.
responses To This Notice Shall Include The Following:
(a) Company Name
(b) Address
(c) Point Of Contact
(d) Phone, Fax, And Email
(e) Uei Number
(f) Cage Code
(g) Tax Id Number
(h) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.)?
(i) Is Your Company Considered Small Under The Naics Code Identified Under This Ssn/rfi?
(j) Are You The Manufacturer, Distributor, Or An Equivalent Solution To The Items Being Referenced Above?
(k) If You Are A Large Business, Do You Have Any Designated Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available).
(l) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above Or An Equivalent Solution, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified?
(m) If You Intend To Subcontract Any Work On This Contract, What Portion Of The Total Cost Will Be Self-performed/will Be Performed By Your Organization? Please Provide Estimated Detailed Percentage Breakdowns Related To Subcontracted Work.
(n) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Number.
(o) If You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Items/solution You Are Providing Information For Available On Your Schedule/contract?
(p) Please Provide General Pricing Of Your Products/solution For Market Research Purposes
(q) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Number.
(r) Please Provide General Pricing Of Your Products/solution For Market Research Purposes
(s) Must Provide A Capability Statement That Clearly Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below.
statement Of Requirements
tissue Processors
kansas City Va Medical Center
description/specification/statement Of Requirements
intent: Kansas City Va Medical Center Is In Need Of Renting/leasing Two Tissue Processors To Use In The Preparation Of Tissue Samples Obtained From Veteran Patients. This Preparation Is Necessary To Produce Slides For Review By Pathologists For Diagnostic Purposes.
requirement: The Instrumentation Shall Have The Capability To Diffuse Solutions Into Biological Specimens To Ensure That Proper Embedding Occur.
new Equipment Shall Be Acquired For The Required Laboratory. Refurbished, Discontinued, Or Previously Owned Units Are Not Acceptable. The Equipment Models Being Offered Shall Be In Current Production As Of The Date This Offer Is Submitted. For Purposes Of This Solicitation, Current Production Shall Mean That The Clinical Laboratory Analyzer Model Is Being Offered As New Equipment.
general Requirements:
primary Analyzer(s) Base Equipment Offered That Shall Fully Support The Scope Of Operations (minimal Requirements).
operational And Technical Features- The Instrumentation Offered Shall Be Approved By The Food And Drug Administration (fda) And Have The Following
required Salient Characteristics
vacuum Infiltration Tissue Processor.
must Be A Floor Standing Model Not To Exceed The Following Dimensions: 32 X 28 X 61 Inch (width X Depth X Height).
must Be Moveable To Allow Access To Serviceable Parts For Staff And Service.
must Have Touchscreen Interface.
must Have A Process Capacity Of Up To At Least 400 Cassettes (blocks) Per Run.
must Have The Option Run Different Protocols Simultaneously On One Instrument.
must Provide The Option For Specimen Tracking System That Can Record Cassette Id And Quantity, As Well As User Id, In Order To Track Tissues Samples Loaded.
must Allow Use Of Commercially Available, Nonproprietary Brands Of Reagents And Reagent Substitutes.
must Have Reagent Tracking System Available To Track Reagent Type And Lot.
reagent Reservoirs Must Allow Easy Access For Changing Of Reagent Solutions.
must Have A Reagent Management System To Allow Rotation Of Solution Groups For Optimum Processing. The Reagent System Should Involve As Little Hands On As Possible For Safety (both Employee Exposure And Specimen Safety) Reasons. For Safety To Include Built In Systems To Minimize Exposure To Chemical Fumes.
instrument Must Track Reagent Quality And Concentration For Optimal Use.
instrument Must Automatically Rotate Reagents Based On Quality And Concentration.
hot Paraffin Is Exchanged Without Manual Handling.
must Be Capable Of Holding Up To 10 Processing Programs.
must Have A Battery Back-up System (ups) For Electrical Outages.
must Have Audible And Visually Displayed Alarms For System Malfunction.
must Allow For Delayed Start And End Times Of Processing With Auto-calculation.
installation Requirements
vendor Must Supply The Following Items In Sufficient Quantities For Initial Operation.
all Reagent Bottles With Attachments And Labels.
activated Carbon Filters.
metal Cassette Basket (baskets) With Handles And Dividers To Complete Up To A 300 Cassette (block) Run.
any Necessary Hoses.
any Other Parts And Reagents Needed To Allow For Immediate Training And Use After Installation. The Contractor Is Responsible For Any Missing Parts And Components Not Included In The Order To Carry Out The Installation.
method Performance/validation Requirements:
method Performance/comparison Shall Be At The Expense Of The Contractor, Shall Include Reagents And Be Consistent With Current Clinical Laboratory Standard Institute (clsi) Guidelines, College Of American Pathologists (cap) Standards And Related Federal Regulations.
support Features:
start-up Reagents. The Contractor Shall Provide All Reagents, Calibrators, Controls, Consumable/disposable Items, Parts, Accessories And Any Other Required To Establish Instruments For Operation For Performance Of Acceptance Testing. This Applies To All Equipment As Well As Additional Or Replacement Equipment Placed Under The Terms And Conditions Of This Contract. The Contractor Shall Perform/assist, To The Satisfaction Of The Government, All Validation Studies. The Contractor Shall Perform All Of The Statistical Analysis Provide A Hardcopy Of Data In An Organized, Clearly Comprehensible Format.
documentation:
a Current Editable Standard Operating Procedure Shall Be Provided.
a Printed, Electronic Copy Or Both, Of The Operator S Manual And Technical Manual Shall Be Provided.
the Document(s) Shall Be Formatted In Accordance With Current, Approved Clsi Guidelines. Electronic (cd Format).
at A Minimum, Electronic Copies Of Safety Data Sheets (sds) Shall Also Be Provided.
updates To All Procedure Manuals In Microsoft Word Format And Sds Sheets In Electronic Format Shall Be Provided When Package Inserts Are Modified.
training:
the Contractor Shall Provide An Instrument Training Program That Is Coordinated With And Timely To The Equipment Installation, Sufficient To The Size And Scope Of The Facility S Services. This Shall Include Training On The Operation Of The System, Data Manipulation, And Basic Trouble Shooting And Repair. If Applicable, Off-site Travel Shall Include The Cost Of Airfare, Room, And Board For Each Participant, If Applicable.
equipment Preventative Maintenance/repair Service.
the Contractor Shall Be Able To Provide Emergency Equipment Repair And Preventative Maintenance On Instrumentation, And Any Incremental Support/ancillary Equipment, E.g., Ups, Line Conditioner, Etc. Offered According To The Following Terms:
service Requirements
preventative Maintenance Will Be Performed As Frequently As Published In Manufacturer S Operator S Manual And Within 2 Weeks Of The Scheduled Due Date.
a Technical Assistance Center Shall Be Available By Telephone 24 Hours Per Day, 7 Days Per Week With A Maximum Call Back Response Time Of 1 Hour(s).
equipment Repair Service Shall Be Provided During Core Business Hours. Core Business Hours Are 8:00 Am To 5:00 Pm. Certain Circumstances May Dictate The Need For Repair Service To Be Conducted Outside Routine Business Hours. All Such Arrangements Shall Be Coordinated Between The Contractor And Va Laboratory Personnel.
equipment Repair Response Time Shall Be On The Same Day Or No More Than 24 Hours.
service Must Be Provided By A Local Technician
a Malfunction Incident Report Shall Be Furnished To The Laboratory Upon Completion Of Each Repair Call. The Report Shall Include, As A Minimum, The Following:
date And Time Notified
date And Time Of Arrival
serial Number, Type, And Model Number Of Equipment
time Spent For Repair And Proof Of Repair That Includes Documentation Of A Sample Run Of Quality Control Verifying Acceptable Performance.
each Notification For An Emergency Repair Service Call Shall Be Treated As A Separate And New Service Call.
vendor Will Supply Any Parts Necessary To Keep The Equipment Operational.
if Upgrades Or Changes In Technology Render A Piece Of Equipment No Longer Necessary, Contractor Shall Remove Said Piece At Contractor S Expense.
upgrades - The Contractor Shall Provide Upgrades To Both The Equipment Hardware And Software To Maintain The Integrity Of The System And The State-of The Art Technology, At No Additional Charge To The Government. These Shall Be Provided As They Become Commercially Available And At The Same Time As They Are Being Provided To Commercial Customers. This Requirement Only Applies To System Upgrades That Enhance The Model Of Equipment Being Offered, I.e. New Version Of Software, Correction Of Hardware Defect, Upgrade Offered To Commercial Customers At No Additional Charge, Upgrade To Replace Model Of Equipment No Longer Contractor Supported, Etc. This Does Not Refer To Replacing The Original Piece Of Equipment Provided Under The Contract; However, It Does Refer To Significant Changes In The Hardware Operational Capability.
ancillary Support Equipment - The Contractor Shall Provide, Install, And Maintain Through The Life Of The Contract, As Indicated, Any And All Ancillary Support Equipment To Fully Operate The Analyzer As Defined In These Specifications, E.g. Cabinetry To Support/house The Analyzer (if Necessary), Filters, Preventative Maintenance, And Repair, Etc.), Printers And Universal Interface Equipment, Ups And Ups Batteries, Line Conditioners, Etc. In Addition, The Contractor Shall Include All Ancillary Components That Are Customarily Sold Or Provided With The Model Of Equipment Proposed, E.g. Starter Kits, Tables/stands, Etc.
commercial Offerings - The Contractor Shall Provide Any Additional Support Material That Is Routinely Provided To Equivalent Commercial Customers And Assists In Regulatory Compliance, E.g., Computer Disc Containing Their Procedure Manual In Clsi Format Or An On-line Procedure Manual In The Instrument Software.
characterization Of Waste The Contractor Shall Provide Documentation That It Has Characterized The Hazardous Nature Of All Wastes Produced By All Equipment, Devices, Reagents, And Discharges In Accordance With The Requirements Of The Code Of Federal Regulations Title 40 Protection Of The Environment Part 261 Et Seq. And Applicable State And Local Requirements. Documentation Shall Include A Description Of The Characteristics Of The Hazardous Waste Produced As A Byproduct Of The Instrument Operations, Safety Data Sheets (sds) Meeting The Requirements Of The Occupational Safety And Health Administration (osha) And Environmental Protection Agency (epa), The Analytical Process Used To Determine The Hazardous Nature And Characteristics Of The Waste, And The Analytical Test Results. Testing Of Hazardous Waste Is To Be Done In Accordance With Testing Protocol Specified For Each Individual Waste As Described In The Code Of Federal Regulations Title 40 To Make A Determination If The Waste Is A Hazardous Waste Or Otherwise Regulated.
the Determination And Description Shall Address The Following:
waste Toxicity (reference 40 Cfr §261.11 And 40 Cfr §261.24)
waste Ignitability (reference 40 Cfr §261.21)
waste Corrosivity (reference 40 Cfr §261.22)
waste Reactivity (reference 40 Cfr §261.23)
hazardous Waste From Non-specific Sources (f-listed) (reference 40 Cfr §261.31)
discarded Commercial Products (acutely Toxic Or P-listed And Toxic Or U-listed) (reference 40 Cfr §261.33)
solid Waste (reference 40 Cfr §261.2)
exclusions (reference 40 Cfr §261.4)
the Contractor Will Provide Written Instructions And Training Material To Ensure Vha Laboratory Staff Are Trained As Needed To Properly Operate Devices With Special Emphasis To Managing And Disposing Of Hazardous Waste In Accordance With Epa And State Requirements. Additionally, The Training Provided By The Contractor Must Fulfill Resource Conservation And Recovery Act (rcra) Requirements For Training As Applicable To Devices.
contractor Shall Provide A Description Of All Wastes The Process Or Equipment May Discharge So That The Facility Can Determine Whether The Discharge Meets Local Publicly Owned Treatment Works (potw), State And Federal Discharge Requirements. At A Minimum The Characteristics Of Ignitability, Corrosivity, Reactivity And Toxicity As Defined In 40 Cfr §261 Must Be Determined And Documented. Any Mercury Containing Reagents Must Be Identified In Any Concentrations. All Test Results Shall Be Provided. All Listed Chemicals (f, U, K And P) Found In 40 Cfr §261 Shall Be Provided In Product Information And Their Concentrations Documented. For Those Materials With A Positive Hazardous Waste Determination, A Mechanism For The Laboratory To Meet Local Discharge Requirements (i.e. Mercury, Thimerosol And Formaldehyde) Must Be Developed And Sds Sheets Must Be Provided In Advance For Review. At A Minimum, Documentation Shall Include, But Not Be Limited To The Concentration/measures Of The Elements And Parameters Listed Below And Must Be Included With Vendor Response:
barium (total)
cadmium (total)
chromium (total)
copper (total)
cyanide (total)
lead (total)
mercury (total)
nickel (total)
silver (total)
zinc (total)
arsenic (total)
selenium (total)
tin (total)
ph
flash Point (to Higher Than 200â°f)
bod; Biochemical Oxygen Demand
the Documentation The Contractor Provides Will Be Used To Work With The Vamc And The Public And/or Private Organization (e.g., Potw) To Determine Whether Or Not The Waste From Each Device Can Legally Be Disposed Of Via The Sewerage System.
implementation/transition Timeframe - The Implementation Of The Services/requirements Described In This Solicitation Shall Be Completed No Later Than 120 Days After The Award Of The Contract. This Timeline Is Based On A Reasonable Attempt Of The Contractor To Complete All Of The Necessary Implementation Requirements Within The Stated Timeframe. Contractor Shall Not Be Penalized For Implementation Timelines That Extend Beyond The 120-day Timeframe If The Extension Is Through No Fault Of The Contractor And Is A Result Of Delays Due To The Government.
upon Award Of A Contract, The Transition Period For The Awarded Contract To Have All Equipment And Peripherals Installed And Operational By April 30 Or Mutually Agreed Upon Date. During This Same Period All Initial Training Of Va Personnel In The Operation And Maintenance Of Said Award Shall Also Be Completed.
contractor Shall Provide With Its Quotation An Implementation Plan For Installation Of New Equipment. The Plan Should Include Installation And Training Of Personnel, Transition Of All Testing Materials, Reagents, And Supplies, Etc., Performance Of All Correlations And Validations. Failure Of The Contractor To Conform To The Transition Period Shall Be Considered As Sufficient Cause To Terminate Contract For Cause Under The Termination For Cause Clause Of The Contract.
at The End Of 120 Days From Award Of The Contract, The Awarded Contractor Shall Have Full And Sole Responsibility For Services Under The Awarded Contract.
standard And Quality Of Performance- This Paragraph Establishes A Standard Of Quality Performance That Shall Be Met Before Any Equipment Listed On The Delivery Order [or Contract] Is Accepted By The Government. This Also Includes Replacement, Substitute Machines And Machines That Are Added Or Field Modified After A System Has Demonstrated Successful Performance. The Acceptance Period Shall Begin On The Installation Date. It Shall End When The Equipment Has Met The Standard Of Performance For A Period Of 30 Consecutive Calendar Days By Operating In Conformance With The Contractor S Technical Specification Of Effectiveness Of 90% Or More.
if Equipment Does Not Meet The Standard Of Performance During The Initial 30 Consecutive Calendar Days, The Standard Of Performance Tests Shall Continue On A Day-by-day Basis Until The Standard Of Performance Is Met For A Total Of 30 Consecutive Days.
if The Equipment Fails To Meet The Standard Of Performance After 90 Calendar Days From The Installation Date, The User May, At His/her Option, Request A Replacement Or Terminate The Order In Accordance With The Provisions Of Far 52.212-4 Entitled Termination For Cause. (the Contractor Shall Receive Revenue For Tests Reported During The 90-day Acceptance Period.)
operational Use Time For Performance Testing For A System Is Defined As The Accumulated Time During Which The Machine Is In Actual Use. System Failure Downtime Is That Period Of Time When Any Machine In The System Is Inoperable Due To Equipment Failure. Downtime For Each Incident Shall Start From The Time The Government Makes A Bona Fide Attempt To Contact The Contractor S Designated Representative At The Prearranged Contact Point Until The System Or Machine(s) Is Returned To The Government In Proper Operating Condition.
during The Performance Period For A System, A Minimum Of 100 Hours Of Operational Use Time With Productive Or Simulated Work Shall Be Required As A Basis For Computation Of The Effectiveness Level. However, In Computing The Effectiveness Level, The Actual Number Of Operational Use Hours Shall Be Used When More Than The Minimum Of 100 Hours.
the Government Will Maintain Daily Records To Satisfy The Requirements Of The Standard And Quality Of Performance Section And Shall Notify The Contractor In Writing Of The Date Of The First Day Of The Successful Period Of Operation. Operations Use Time And Downtime Shall Be Measured In Hours And Whole Minutes.
during The Term Of The Contract, Should The Repair Record Of Any Individual Piece Of Laboratory Equipment Reflect A Downtime Of 10% Or Greater Of The Normal Working Days In One Calendar Month, A Determination Shall Be Made By The Cor And/or Contracting Officer To Replace The Malfunctioning Equipment With New Equipment. The Responsibility For Maintaining The Equipment Furnished In Good Condition In Accordance With Manufacturer S Instructions, Shall Be Solely That Of The Contractor. The Same Terms And Conditions Apply To Ancillary/support Equipment Provided Under This Contract, I.e., Water System Ups, Etc.
government S Responsibility- The User Will Perform Routine Maintenance And Cleaning As Required In The Manufacturer S Operation And Maintenance Instructions. The User Shall Maintain Appropriate Records To Satisfy The Requirements Of This Paragraph.
ownership Of Equipment- Title To The Equipment Shall Remain With The Contractor. All Accessories (unused Consumables, Etc.) Furnished By The Contractor Shall Accompany The Equipment When Returned To The Contractor. The Contractor, Upon Expiration Of Order(s), At Termination And/or Replacement Of Equipment, Shall Remove The Equipment. The Contractor Shall Disconnect The Analyzer (gas, Water, Air, Etc.) And Shall Be Responsible For All Packing And Shipping Required To Remove The Analyzer.
as Applicable, The Contractor Will Identify If Removable Media Is Required To Perform Their Duties. The Clinical Engineering Department Will Ensure The Removable Media Is Scanned With Anti-virus Software Running Current Virus Definitions Prior To Connection To Any Medical Device/system. Any Contractor With Patient Sensitive Information That Is Imported Into The Removable Media Device For Any Reason Must Purge All Patient Sensitive Information Prior To Departure From The Facility.
contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Or Completion Of The Contract
as Applicable, All Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Contract Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor Or Any Person Acting On Behalf Of The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/subcontractors That Contain Va Information Must Be Retained By The Va For Sanitization Or Destruction Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Or Completion Of The Contract Or Disposal Or Return Of The It Equipment, Whichever Is Earlier.
as Applicable, Bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The Contractor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are:
contractor Must Accept The System Without The Drive.
va S Initial Medical Device Procurement Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or
va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase.
due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then;
the Equipment Contractor Must Have An Existing Baa If The Device Being Traded In Has Protected Health Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And
any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre-approved And Described In The Purchase Order Or Contract.
a Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Information Security Officer (iso) Needs To Maintain The Documentation.
important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Source Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To An Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Currently A Total Set-aside For Service-disabled Veteran Owned Small Business Firms Is Anticipated Based On The Veterans Administration Requirement With Public Law 109-461, Section 8127 Veterans Benefit Act.
however, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open.
any Response To This Source Selection From Interested Parties Must Be Received Nlt 02/07/2025, 1500 Pm Est.
attention: Arlie Lindsey, Contracting Specialist.
email: Arlie.lindsey@va.gov
please Reference 36c25525q0141 Tissue Processors Lease/rent Kcvamc In The Subject Line.
please Provide Your Unique Entity Id So That Your Organization Can Be Identified In Sam.gov And Vetbiz If Organization Is Claiming Sdvosb Preference.
only Organizations With An Active Sam.gov Account Can Be Considered.
utilize This Link To Either Start A New Registration Or To Renew The Organization S Registration.
https://sam.gov/content/home
Closing Date7 Feb 2025
Tender AmountRefer Documents
Municipality Of Opol, Misamis Oriental Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description 1. The Local Government Unit (lgu) Of Opol, Misamis Oriental, Through The Budget Of Lgu-opol (bank Loan) Intends To Apply The Sum Of Ninety-nine Million Nine Hundred Ninety Thousand Three Hundred Ninety-two Pesos And 88/100 (php 99,990,392.88) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Opol Sanitary Landfill At Sitio Sto. Niño, Brgy. Bagocboc, Opol, Misamis Oriental / Opol 2025-001. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit (lgu) Of Opol Through The Bids And Awards Committee (bac) Now Invites Bids For The Construction Of Opol Sanitary Landfill At Brgy. Bagocboc, Opol, Misamis Oriental, With The Following Scope Of Works: Bill Of Quantities Qty Unit Item No. Item Description Part I. General Requirements 1.00 L.s. B.3 Permits And Clearances 1.00 L.s. B.7(1) Occupational Safety And Health Program 1.00 Ea. B.5 Project Billboard/signboard 1.00 L.s. B.9 Mobilization/demobilization Part Ii. Civil Works, Mechanical, Electrical, And Sanitary/plumbing Works A. Construction Of Guard House 3.53 Cu.m. 803(1)a Structure Excavation, Common Soil 2.79 Cu.m. 900(1)c1 Structural Concrete Class A @ 28 Days 881.33 Kg 902(1)a Reinforcing Steel (deformed), Grade 40 18.19 Sq.m. 903(2) Formworks And Falseworks 1.00 L.s. 1001(1)a7 Pipes And Fittings, 100mm Dia. Pvc Series 1000 1.00 L.s. 1002(27) Plumbing Works 5.46 Sq.m. 1003(1)a1 Ceiling (4.5mm Thk Fiber Cement Board On Metal Frame) 11.14 Sq.m. 1014(1)b2 Prepainted Metal Sheets, Long Span - Rib-type, Above 0.427mm Thk. 28.27 Sq.m. 1046(2)a2 Chb Non Load Bearing (including Reinforcing Steel), 100mm 56.54 Sq.m. 1027(1) Cement Plaster Finish 5.43 Sq.m. 1018(1) Glazed Tiles & Trims 62.00 Sq.m. 1032(1)a Painting Works, Masonry/concrete 1.00 L.s. 1047(1) Structural Steel (roof Framing Works) 3.26 Sq.m. 1010(2)a Doors (flush) 1.00 L.s. 1008 Aluminum Glass Windows 1.00 L.s. Part D Electrical B. Construction Of Admin Building 19.56 Cu.m. 803(1)a Structure Excavation, Common Soil 16.58 Cu.m. 900(1)c1 Structural Concrete Class A @ 28 Days 2617.95 Kg 902(1)a Reinforcing Steel (deformed), Grade 40 38.79 Sq.m. 903(2) Formworks And Falseworks 1.00 L.s. 1001(1)a7 Pipes And Fittings, 100mm Dia. Pvc Series 1000 1.00 L.s. 1002(27) Plumbing Works 5.46 Sq.m. 1003(1)a1 Ceiling (4.5mm Thk Fiber Cement Board On Metal Frame) 11.40 Sq.m. 1014(1)b2 Prepainted Metal Sheets, Long Span - Rib-type, Above 0.427mm Thk. 101.47 Sq.m. 1046(2)a2 Chb Non Load Bearing (including Reinforcing Steel), 100mm 202.94 Sq.m. 1027(1) Cement Plaster Finish 53.77 Sq.m. 1018(1) Glazed Tiles & Trims 208.40 Sq.m. 1032(1)a Painting Works, Masonry/concrete 1.00 L.s. 1047(1) Structural Steel (roof Framing Works) 8.40 Sq.m. 1010(2)a Doors (flush) 12.22 Sq.m. 1008(1)b Aluminum Glass Windows (casement Type) 1.00 L.s. Part D Electrical C. Construction Of Material Recovery Facility 24.20 Cu.m. 803(1)a Structure Excavation, Common Soil 23.84 Cu.m. 900(1)c1 Structural Concrete Class A @ 28 Days 3737.43 Kg 902(1)a Reinforcing Steel (deformed), Grade 40 72.00 Sq.m. 903(2) Formworks And Falseworks 37.00 Mtr 1001(1)a7 Pipes And Fittings, 100mm Dia. Pvc Series 1000 175.20 Sq.m. 1014(1)b2 Prepainted Metal Sheets, Long Span - Rib-type, Above 0.427mm Thk. 48.00 Sq.m. 1046(2)a2 Chb Non Load Bearing (including Reinforcing Steel), 100mm 96.00 Sq.m. 1027(1) Cement Plaster Finish 105.60 Sq.m. 1032(1)a Painting Works, Masonry/concrete 1.00 L.s. 1047(8) Structural Steel (post & Roof Framing) 1.00 L.s. Part D Electrical D. Construction Of The Composting Bed 8.82 Cu.m. 803(1)a Structure Excavation, Common Soil 14.89 Cu.m. 900(1)c1 Structural Concrete Class A @ 28 Days 670.58 Kg 902(1)a Reinforcing Steel (deformed), Grade 40 21.92 Sq.m. 903(2) Formworks And Falseworks 30.00 Mtr 1001(1)a7 Pipes And Fittings, 100mm Dia. Pvc Series 1000 98.00 Sq.m. 1014(1)b2 Prepainted Metal Sheets, Long Span - Rib-type, Above 0.427mm Thk. 81.00 Sq.m. 1046(2)a2 Chb Non Load Bearing (including Reinforcing Steel), 150mm 162.00 Sq.m. 1027(1) Cement Plaster Finish 162.00 Sq.m. 1032(1)a Painting Works, Masonry/concrete 1.00 L.s. 1047(8) Structural Steel (post & Roof Framing) 1.00 L.s. Part D Electrical E. Construction Of Weighbridge 51.53 Cu.m. 803(1)a Structure Excavation, Common Soil 16.23 Cu.m. 900(1)c1 Structural Concrete Class A @ 28 Days 1305.36 Kg 902(1)a Reinforcing Steel (deformed), Grade 40 58.62 Sq.m. 903(2) Formworks And Falseworks 1.00 L.s. 1047(1) Structural Steel 1.00 L.s. Part D Electrical 1.00 L.s. 1726 Weigh Bridge System 75.41 Sq.m. 1032(1)a Painting Works F. Construction Of Hazardous Vault 7.20 Cu.m. 803(1)a Structure Excavation (common Soil) 21.78 Cu.m. 900(2)c Structural Concrete, Class B @ 28 Days 1733.72 Kg 902(1)a Reinforcing Steel (grade 40) 142.28 Sq.m. 903(2) Formworks And Falseworks 4.09 Sq.m. 1010(2)b Wooden Panel Door 82.20 Sq.m. 1046(2)a2 Chb Non Load Bearing (inc. Reinforcing Steel), 100mm 164.40 Sq.m. 1027(1) Cement Plaster Finish 129.12 Sq.m. 1032(1)a Painting Works (masonry/concrete) G. Construction Of Sanitary Landfill Cell 80495.84 Cu.m. 103(1)a Structure Excavation (common Soil) 6171.74 Cu.m. 104(1)a Embankment 12768.54 Sq.m. 105(1) Subgrade Preparation 14056.80 L.m. 715(1) Geotextile 14056.80 Sq.m. Spl-1 Hdpe Liner 1.5mm Thick 1000.00 Cu.m. Spl-2 Sand Filter 390.00 Cu.m. 804 (4) Gravel Fill 120.00 Lh 1001(1)c5 Pipes And Fittings (8" Hdpe) 262.60 Cu.m. 1710(2)a Grouted Riprap (line Canal) 5.00 Units Spl-4 Access Ramp 6.00 Units Spl-5 Gas Vents 396.00 Lin.m Spl-6 Hdpe Line Canal H. Construction Of Wash Bay 12.00 Cu.m. 803(1)a Structure Excavation, Common Soil 20.52 Cu.m. 900(1)c1 Structural Concrete Class A @ 28 Days 2192.66 Kg 902(1)a Reinforcing Steel (deformed), Grade 40 24.00 Sq.m. 903(2) Formworks And Falseworks 1.00 L.s. 1001(1)a7 Pipes And Fittings, 100mm Dia. Pvc Series 1000 1.00 L.s. 1047(1) Structural Steel (post & Roof Framing Works) 1.00 L.s. Part D Electrical I. Construction Of Leachate Treatment Pond 1998.00 Cu.m. 103(1)a Structure Excavation (common Soil) 1091.28 Sq.m. 105(1) Subgrade Preparation 1091.28 Sq.m. 715(1) Geotextile 1091.28 Sq.m. Spl-1 Hdpe Liner 1.5mm Thick 4.00 Le. 1001(1)c5 Pipes And Fittings (8" Hdpe) J. Construction Of Leachate Treatment Plant 530.40 Cu.m. 803(1)a Structure Excavation, Common Soil 19.20 Cu.m. 804(4) Gravel Fill Bedding 8025.22 Kg 902(1)a Reinforcing Steel (deformed), Grade 40 89.73 Cu.m. 405(1)b2 Structural Concrete Class A, 27.58 Mpa @ 14 Days 292.20 Sq.m. 903(2) Formworks And Falseworks 30.00 Mtr 1001(1)a7 Pipes And Fittings, 100mm Dia. Pvc Series 1000 3.30 Sq.m. 1003(1)a1 Ceiling (4.5mm Thk Fiber Cement Board On Metal Frame) 22.50 Sq.m. 1013(1) Corrugated Metal Roofing Gauge 26 821.80 Sq.m. 1016(1)a Waterproofing, Cement-based 22.20 Sq.m. 1046(2)a2 Chb Non Load Bearing (including Reinforcing Steel), 100mm 22.20 Sq.m. 1003(2)a1 4.5mm Thk Ficem Board Wall On Metal Frame 45.10 Sq.m. 1032(1)a Painting Works, Masonry/concrete 1.00 L.s. 1047(8) Structural Steel (post & Roof Framing) 1.00 L.s. 1,010.00 Doors And Windows For Control Room 1.00 L.s. Part D Electrical 1.00 L.s. 1726 Wastewater Treatment Plant K. Concreting Of Access Road 500.00 Cu.m. 103(1)a Surplus Common Excavation 372.96 Cu.m. 104(1)a Structure Excavation (common Soil) 2880.00 Cu.m. 103(1)a Embankment 3648.20 Sq.m. 105(1) Subgrade Preparation 347.62 Cu.m. 200 Aggregate Subbase Course 1032.00 Sq.m. 311(1)b1 Portland Cement Concrete Pavement (unreinforced), 0.20m Thk, 3500psi @ 14 Days 101.00 Cu.m. 1710(2)a Grouted Riprap (line Canal) L. Construction Of Barbed Wire Perimeter Fence 0.11 Ha. 100(1) Clearing And Grubbing 9.95 Cu.m. 803(1)a Structure Excavation (common Soil) 3595.41 Kg. 902(1)a Reinforcing Steel (grade 40) 205.26 Sq.m. 903(2) Formworks And Falseworks 23.09 Cu.m. 900(2)c Structural Concrete, Class B @ 28 Days 5580.00 L.m. 604(1) Fencing, Barbed Wire 3. The Lgu Of Opol Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Three Hundred Sixty (360) Calendar Days Upon Receipt Of The Notice To Proceed (ntp). 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). 4. 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. 5. Interested Bidders May Obtain Further Information From Lgu Of Opol And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm On Working Days. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 3, 2025 To March 3, 2025 From Given Address And 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 Fifty Thousand Pesos (php 50,000.00) And A Special Permit Fee In The Amount Of One Thousand Pesos (php 1,000.00) Pursuant To The Revised Revenue Code Of Opol, Misamis Oriental 2016. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 7. The Lgu Of Opol Will Hold A Pre-bid Conference On February 17, 2025 At 1:00 Pm At The Bids And Awards Committee (bac) Office Located At The 2nd Floor Of Old Municipal Building, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before March 3, 2025 At 12:00 Noon. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 10. Bid Opening Shall Be On March 3, 2025 At 1:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Lgu Of Opol 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: Cherryl G. Magnetico, Mpa Secretariat, Bids And Awards Committee Municipality Of Opol, Misamis Oriental Email Address: Lguopolbac.misor@gmail.com Mobile Phone No. 0917-773-5450 Edgar C. Olaco, Mpa, Rea Chairman, Bids And Awards Committee Municipality Of Opol, Misamis Oriental Mobile Phone No. 0917-172-9478 February 3, 2025 ______________________________________ (sgd.) Edgar C. Olaco, Mpa, Rea Bac Chairperson Terms Of Reference Project Title: Construction Of Opol Sanitary Landfill Location: Sitio Sto. Niño, Brgy Bagocboc, Opol, Misamis Oriental Project Description: The Local Government Unit (lgu) Of Opol, Misamis Oriental, Through The Budget Of Lgu-opol (bank Loan) Intends To Apply The Sum Of Ninety-nine Million Nine Hundred Ninety Thousand Three Hundred Ninety-two And 88/100 Pesos (php 99,990,392.88) Being The Approved Budget Of The Contract (abc) For The Construction Of Opol Sanitary Landfill At Brgy. Bagocboc, Opol, Misamis Oriental. The Project Composed Of 2 Parts. Part I. General Requirements • Permits And Clearances • Occupational Safety And Health Program • Project Billboard/signboard • Mobilization/demobilizations Part Ii. Civil Works, Mechanical, Electrical, And Sanitary/ Plumbing Works 1. Construction Of Guard House • Structure Excavation, Common Soil • Structural Concrete Class A @ 28 Days • Reinforcing Steel (deformed), Grade 40 • Formworks And Falseworks • Pipes And Fittings, 100mm Dia. Pvc Series 1000 • Plumbing Works • Ceiling (4.5mm Thk Fiber Cement Board On Metal Frame) • Prepainted Metal Sheets, Long Span - Rib-type, Above 0.427 Mm Thk. • Chb Non Load Bearing (including Reinforcing Steel), 100mm • Cement Plaster Finish • Glazed Tiles & Trims • Painting Works, Masonry/concrete • Structural Steel (roof Framing Works) • Doors (flush) • Aluminum Glass Windows • Electrical 2. Construction Of Admin Building • Structure Excavation, Common Soil • Structural Concrete Class A @ 28 Days • Reinforcing Steel (deformed), Grade 40 • Formworks And Falseworks • Pipes And Fittings, 100mm Dia. Pvc Series 1000 • Plumbing Works • Ceiling (4.5mm Thk Fiber Cement Board On Metal Frame) • Prepainted Metal Sheets, Long Span - Rib-type, Above 0.427 Mm Thk. • Chb Non Load Bearing (including Reinforcing Steel), 100mm • Cement Plaster Finish • Glazed Tiles & Trims • Painting Works, Masonry/concrete • Structural Steel (roof Framing Works) • Doors (flush) • Aluminum Glass Windows (casement Type) • Electrical 3. Construction Of Material Recovery Facility • Structure Excavation, Common Soil • Structural Concrete Class A @ 28 Days • Reinforcing Steel (deformed), Grade 40 • Formworks And Falseworks • Pipes And Fittings, 100mm Dia. Pvc Series 1000 • Prepainted Metal Sheets, Long Span - Rib-type, Above 0.427 Mm Thk. • Chb Non Load Bearing (including Reinforcing Steel), 100mm • Cement Plaster Finish • Painting Works, Masonry/concrete • Structural Steel (post & Roof Framing) • Electrical 4. Construction Of Composting Bed • Structure Excavation, Common Soil • Structural Concrete Class A @ 28 Days • Reinforcing Steel (deformed), Grade 40 • Formworks And Falseworks • Pipes And Fittings, 100mm Dia. Pvc Series 1000 • Prepainted Metal Sheets, Long Span - Rib-type, Above 0.427 Mm Thk. • Chb Non Load Bearing (including Reinforcing Steel), 150mm • Cement Plaster Finish • Painting Works, Masonry/concrete • Structural Steel (post & Roof Framing) • Electrical 5. Construction Of Weighbridge • Structure Excavation, Common Soil • Structural Concrete Class A @ 28 Days • Reinforcing Steel (deformed), Grade 40 • Formworks And Falseworks • Structural Steel • Electrical • Weigh Bridge System • Painting Works 6. Construction Of Hazardous Vault • Structure Excavation (common Soil) • Structural Concrete, Class B @ 28 Days • Reinforcing Steel (grade 40) • Formworks And Falseworks • Wooden Panel Door • Chb Non Load Bearing (inc. Reinforcing Steel), 100mm • Cement Plaster Finish • Painting Works (masonry/concrete) 7. Construction Of Sanitary Landfill Cell • Structure Excavation (common Soil) • Embankment • Subgrade Preparation • Geotextile • Hdpe Liner 1.5mm Thick • Sand Filter • Gravel Fill • Pipes And Fittings (8" Hdpe) • Grouted Riprap (line Canal) • Access Ramp • Gas Vents • Hdpe Line Canal 8. Construction Of Wash Bay • Structure Excavation, Common Soil • Structural Concrete Class A @ 28 Days • Reinforcing Steel (deformed), Grade 40 • Formworks And Falseworks • Pipes And Fittings, 100mm Dia. Pvc Series 1000 • Structural Steel (post & Roof Framing Works) • Electrical 9. Construction Of Leachate Treatment Pond • Structure Excavation (common Soil) • Subgrade Preparation • Geotextile • Hdpe Liner 1.5mm Thick • Pipes And Fittings (8" Hdpe) 10. Construction Of Leachate Treatment Plant • Structure Excavation, Common Soil • Gravel Fill Bedding • Reinforcing Steel (deformed), Grade 40 • Structural Concrete Class A, 27.58 Mpa @ 14 Days • Formworks And Falseworks • Pipes And Fittings, 100mm Dia. Pvc Series 1000 • Ceiling (4.5mm Thk Fiber Cement Board On Metal Frame) • Corrugated Metal Roofing Gauge 26 • Waterproofing, Cement-based • Chb Non Load Bearing (including Reinforcing Steel), 100mm • 4.5mm Thk Ficem Board Wall On Metal Frame • Painting Works, Masonry/concrete • Structural Steel (post & Roof Framing) • Doors And Windows For Control Room • Electrical • Wastewater Treatment Plant 11. Concreting Of Access Road • Surplus Common Excavation • Structure Excavation (common Soil) • Embankment • Subgrade Preparation • Aggregate Subbase Course • Portland Cement Concrete Pavement (unreinforced), 0.20m Thk, 3500psi @ 14 Days • Grouted Riprap (line Canal) 12. Construction Of Barbed Wire Perimeter Fence • Clearing And Grubbing • Structure Excavation (common Soil) • Reinforcing Steel (grade 40) • Formworks And Falseworks • Structural Concrete, Class B @ 28 Days • Fencing, Barbed Wire The Project Is Closely Monitored By Emb/denr That It Will Conform To The Latest Standards And Practices With Regards To The Implementing Rules And Regulations Of Republic Act 9003 Or The Ecological Solid Waste Management Act Of 2000 And The Denr Administrative Order No. 2005-10 Other Known As Philippine Clean Water Act Of 2004. Furthermore, The Project Must Comply With Conditions As Stated In The Approved Environmental Compliance Certificate (ecc) Before Construction, During Construction And After Completion Of The Project. The Eligibility Requirements For The Construction Of The Opol Sanitary Landfill Must Include Having Demonstrated Experience In Sanitary Landfill Operations To Ensure Compliance With The Standards Set By The Department Of Environment And Natural Resources (denr) During Implementation. Furthermore, The Contractor Must Adhere To The Applicable Provisions Of Sections 23-24 Of The Implementing Rules And Regulations (irr) Of Republic Act No. 9184. Itb 5.2 – Single Largest Completed Contract (slcc) & Pcab License Allowable Range Of Contract Cost For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: • Site Development With Building Construction Worth 50 Million And Above For The Past 7 Years • License Category: B • Size Range: “medium A” For Roads, Highway, Pavement, Railways, Airport Horizontal And “medium A” For Building And Industrial Plant Itb 10.4 – Key Personnel For The Construction Of The Contract, The Bidder Is Required To Deploy The Minimum Required Key Personnel: 1. Project Manager A. Licensed Architect Or Civil Engineer For At Least 10 Years. B. Must Be Involved In A Sanitary Landfill Project For The Past 5 Years, Worth 50 Million And Above. Must Present Certificate Of Involvement Signed By The Implementing Office Of The Said Project/s Indicating The Amount And Year Of The Said Project/s. 2. Environmental Planner A. Licensed Environmental Planner For At Least 5 Years. B. Must Be Involved In A Sanitary Landfill Project For The Past 5 Years, Worth 50 Million And Above. Must Present Certificate Of Involvement Signed By The Implementing Office Of The Said Project/s Indicating The Amount And Year Of The Said Project/s. 3. Project Engineer A. Licensed Civil Engineer For At Least 10 Years. B. At Least 10 Years’ Experience In Construction Projects. 4. Sanitary Engineer A. Licensed Sanitary Engineer For At Least 10 Years. B. At Least 10 Years’ Experience In Construction Projects. 5. Materials Engineer A. Licensed Materials Engineer For At Least 10 Years. B. At Least 10 Years’ Experience In Construction Projects. 6. Safety Officer (dole Accredited) A. Certified Safety Officer For At Least 5 Years. B. At Least 5 Years’ Experience In Construction Projects. 7. Foreman A. At Least 10 Years’ Experience In Construction Projects. Itb 10.5 - Equipments Minimum Equipment Needed For The Said Project Is As Follows: Self-loading Truck 1 Unit Excavator (1cum Bucket Capacity) 2 Units 10t Vibratory Roller 1 Unit Motorized Grader 1 Unit 10wheeler Dump Truck 3 Units Payloader 1 Unit Single Bagger Mixer 2 Units Concrete Vibrator 2 Units Plate Compactor 1 Unit Bar Bender 1 Unit Bar Cutter 1 Unit Welding Machine 2 Units
Closing Date3 Mar 2025
Tender AmountPHP 99.9 Million (USD 1.7 Million)
University Of Ottawa Tender
Others
Canada
Details: Deliverables: The High-resolution Gamma Spectrometer And Ln2 Recycler System (later To Be Known As The System) Will Be Used For The Verification And Determination Of Gamma Emitting Radionuclides In Different Sources And Materials. The System Is Going To Be Used In The Analysis Of Environmental (soil, Water, Air Filter, Etc.) And Radioactive Waste Characterization (solid Or Liquid) Samples In Different Geometries Such As 10 Ml Rounded Plastic Tube, Disk And Cylindrically Shaped Sources And In Variable (low To High) Count-rate. The Equipment Must Include A Ln2 Recycler System. Mandatory Requirements: Gamma Counter With Ln2 Recycler Cryostat 1. The System Must Include All Hardware, Software And Services Listed In This Proposal (turn-key Solution). A Single Contract Will Be Awarded To The Top Ranked Proponent For All Equipment, Software And Services Listed Within The Tender Documentation. 2. Technical Requirements 2.1 The System Must Include A High Purity Detector For High Absolute Counting Efficiency And Low-level Gamma Ray Spectroscopy With An Energy Range Of 40 Kev-10 Mev, Or Better. The Detector Must Also Be In A Near 4π Geometry For Maximum Absolute Counting Efficiency. 2.2 The System Must Include A Low Background Detector Accompanied By Oxygen-free High Conductivity (ofhc) Copper Endcaps With Low-background, And High Purity Aluminum Well Tubes. Low Background Means Minimal Contribution To The Background From The Detector Materials. Average Background Count Of 3.3 Counts/1000 Sec/kev At 100 Kev For Ieee Efficiency Of 100 %. 2.3 The System Must Include Advanced Efficiency Calibration Software To Reduce Data Processing Time; Include Spectral Analysis Software With Test Results Such As V&v (verification And Validation) To Produce Certificates Of Validation; 2.4 System Detector Shielding Is To Be Graded Lead, With A Thickness Of 10 Cm Or Greater, With Sn (or Cd) And Cu Sheets To Prevent Interference By Lead X-rays, Or Other Accepted Equivalent By The University. 2.5 The System Software Must Provide Accurate Identification And Quantification Of Radioactive Material Through Accurate System Calibration And Sample Analysis Settings, Robust Peak Search And Fit Algorithms, And A Variety Of Corrections For Background, Peak Interferences, Attenuation, And Reporting Units. 2.6 The System Must Include Calibration Software That Provides Advanced Efficiency Calculation For The Detector By Combining The Measured Efficiency Of A Known Reference Configuration And Solid Angle Models To Derive The Efficiency For Different Containers, Sample Materials, And Sample Positions. 2.7 Must Include A Desktop Pc, Including All Necessary Peripherals (mouse, Keyboard, Monitor, Etc) And Windows 11. The Pc Must Be Capable Of Running The System Software And Hardware. 2.8 The System Must Include A Liquid Nitrogen (ln2) Recycling System Including A Compatible Detector And Vertical Dipstick Cryostat. The System Must Also Feature An Automatic Shutdown Of The Detector`s High Voltage In Case Of Detector Warm-up. 2.9 The Ln2 Recycling System Must Include A Level Monitor/controller; Including A Remote Display, A Storage Vessel, All Necessary Tubes And Fittings As Well As Any Other Accessories/components Required. 3. Functional And Performance Requirements 3.1 The Proposed System Must Achieve An Energy Range Of 40 Kev-10mev, Or Better. 3.2 The Proposed System Must Be Capable Of Achieving The Following Energy Resolutions: At Full Width Half Maximum: 2.1 Kev @ 122 Kev Or Better. At Full Width Half Maximum (fwhm): 2.3 Kev @1333 Kev Or Better. 3.3 The Relative Efficiency Must Be 40 % Or Better At 1333 Kev 3.4 Peak-to-compton Ratio Must Be A Minimum Of 62:1. 4. Ln2 Recycler System 4.1 The System Must Be Capable Of Maintaining A Steady Uninterrupted State For A Minimum Of 2 Years Without Requiring Refills. 4.2 In The Case Of Power Loss, The Counter Must Remain Operational For A Minimum Of 72 Hours. An External Ups Must Be Included To Meet This Requirement. 4.3 The Ln2 Loss Rate While The Cryocooler Is Off Must Not Exceed 3l/day. 4.4 The Power Consumption Of The Ln2 Recycler Must Be 350 W Maximum 5. Other Requirements 5.1 Installation And A Training Session For 2 Users Must Be Included. 5.2 Must Include A Minimum Of One (1) Year Of Warranty On Parts And Labor.
Closing Date6 Jan 2025
Tender AmountRefer Documents
BARANGAY MAGRAFIL GONZAGA, CAGAYAN Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Preface These Philippine Bidding Documents (pbds) For The Procurement Of Infrastructure Projects (hereinafter Referred To Also As The “works”) Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By All Branches, Agencies, Departments, Bureaus, Offices, Or Instrumentalities Of The Government, Including Government-owned And/or -controlled Corporations, Government Financial Institutions, State Universities And Colleges, Local Government Units, And Autonomous Regional Government. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. The Pbds Are Intended As A Model For Admeasurements (unit Prices Or Unit Rates In A Bill Of Quantities) Types Of Contract, Which Are The Most Common In Works Contracting. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Duration; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Works To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Infrastructure Projects. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Project. B. Specific Details, Such As The Continuation Of Peri- Meter Fence And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Note In Italics Included In The Invitation To Bid, Bds, General Conditions Of Contract, Special Conditions Of Contract, Specifications, Drawings, And Bill Of Quantities Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Names Of The Project, Contract, And Procuring Entity, In Addition To Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreignassisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 5 Section I. Invitation To Bid 7 Section Ii. Instructions To Bidders 10 1. Scope Of Bid 10 2. Funding Information 10 3. Bidding Requirements 11 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 11 5. Eligible Bidders 11 6. Origin Of Associated Goods 12 7. Subcontracts 12 8. Pre-bid Conference 13 9. Clarification And Amendment Of Bidding Documents 13 10. Documents Comprising The Bid: Eligibility And Technical Components 13 11. Documents Comprising The Bid: Financial Component 14 12. Alternative Bids 14 13. Bid Prices 14 14. Bid And Payment Currencies 14 15. Bid Security 15 16. Sealing And Marking Of Bids 15 17. Deadline For Submission Of Bids 15 18. Opening And Preliminary Examination Of Bids 15 19. Detailed Evaluation And Comparison Of Bids 16 20. Post Qualification 16 21. Signing Of The Contract 16 Section Iii. Bid Data Sheet 17 Section Iv. General Conditions Of Contract 18 1. Scope Of Contract 19 2. Sectional Completion Of Works 19 3. Possession Of Site 19 4. The Contractor’s Obligations 19 5. Performance Security 20 6. Site Investigation Reports 20 7. Warranty 20 8. Liability Of The Contractor 20 9. Termination For Other Causes 20 10. Dayworks 21 11. Program Of Work 21 12. Instructions, Inspections And Audits 21 13. Advance Payment 21 14. Progress Payments 21 15. Operating And Maintenance Manuals 22 Section V. Special Conditions Of Contract 23 Section Vi. Specifications 26 Section Vii. Drawings 28 Section Viii. Bill Of Quantities 29 Section Ix. Checklist Of Technical And Financial Documents 33 Glossary Of Terms, Abbreviations, And Acronyms Abc – Approved Budget For The Contract. Arcc – Allowable Range Of Contract Cost. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Cda – Cooperative Development Authority. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Contractor – Is A Natural Or Juridical Entity Whose Proposal Was Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. Contractor As Used In These Bidding Documents May Likewise Refer To A Supplier, Distributor, Manufacturer, Or Consultant. Cpi – Consumer Price Index. Dole – Department Of Labor And Employment. Dti – Department Of Trade And Industry. Foreign-funded Procurement Or Foreign-assisted Project – Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Pcab – Philippine Contractors Accreditation Board. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria. The Ib Should Be Incorporated Into The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Republic Of The Philippines Province Of Cagayan Municipality Of Gonzaga Barangay Magrafil Invitation To Bid For The Backfilling & Concreting Of Multi-purpose Gym At Magrafil, Gonzaga, Cagayan 1. The Backfilling & Concreting Of Multi-purpose Gym At Magrafil, Gonzaga, Cagayan, Through The Funding Intends To Apply The Sum Of Three Hundred Twenty Six Thousand Two Hundred Pesos (326,200.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Magrafil -infra-001-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 2. The Backfilling & Concreting Of Multi-purpose Gym Magrafil, Gonzaga, Cagayan. Completion Of The Works Is Required 30 Days 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 Nondiscretionary “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 On The Backfilling & Concreting Of Multi-purpose Gym At Magrafil, Gonzaga, Cagayan. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20, 2025 From Given Address And Website/s Below {insert If Necessary: And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Via Email. 6. The Bac Will Hold A Pre-bid Conference On [january 28, 2025] At [lnb Hall Municipal Compound Barangay Magrafil, Gonzaga, Cagayan] {[insert If Applicable] And/or Through Videoconferencing/webcasting Via [insert Website, Application Or Technology To Be Used].}, 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. 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 28, 2025 At 9:14 Am At The Given Address At {lnb Hall, Municipal Compound Barangay Smart Gonzaga, Cagayan] And/or Through [insert Website, Application, Or Technology To Be Used].} Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Backfilling & Concreting Of Multi-purpose Gym Magrafil, Gonzaga, Cagayan 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: Flordelisa I. Javier Secretariat Bids And Awards Committee Barangay Hall Barangay Magrafil, Gonzaga, Cagayan Email: Lisaidmilao32@gmail.com 09999779655-09065742240 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [indicate Websites] [if Applicable] For Online Bid Submission: [indicate Website] January 16, 2025 ________________________________ Wilfrey Loy S. Idmilao Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1. Scope Of Bid The Procuring Entity, [barangay Magrafil, Gonzaga, Cagayan] Invites Bids For The Backfilling & Concreting Of Multi-purpose Gym Magrafil, Gonzaga, Cagayan, With Project Identification Number Magrafil-infra-001-2025. [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 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 Twenty Six Thousand Two Hundred Pesos. 2.2. The Source Of Funding Is: [if An Early Procurement Activity, Select One And Delete Others:] A. Nga, The National Expenditure Program. B. Gocc And Gfis, The Proposed Corporate Operating Budget. C. Lgus, The Proposed Local Expenditure Program. [if Not An Early Procurement Activity, Select One And Delete Others:] A. Nga, The General Appropriations Act Or Special Appropriations. B. Gocc And Gfis, The Corporate Operating Budget. C. Lgus, The Annual Or Supplemental Budget, As Approved By The Sangguniang. 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: [select One, Delete Other/s] A. Subcontracting Is Allowed. The Portions Of Project And The Maximum Percentage Allowed To Be Subcontracted Are Indicated In The Bds, Which Shall Not Exceed Fifty Percent (50%) Of The Contracted Works. B. 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 Criterial 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 {[insert If Applicable] 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 Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: [select One, Delete Other/s] A. Philippine Pesos. B. [indicate Currency If Procurement Involves A Foreign-denominated Bid As Allowed By The Procuring Entity, Which Shall Be Tradeable Or Acceptable By The Bsp.] 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 [indicate Date]. 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 Notes On The Bid Data Sheet (bds) The Bid Data Sheet (bds) Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information, Or Requirements Included In The Itb Found In Section Ii, Which Are Specific To Each Procurement. This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing The Bds, The Following Aspects Should Be Checked: A. Information That Specifies And Complements Provisions Of The Itb Must Be Incorporated. B. Amendments And/or Supplements, If Any, To Provisions Of The Itb As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: [provide Description/clarification Of What Are Major Categories Of Work]. 7.1 [specify The Portions Of Works And The Maximum Percentage Allowed To Be Subcontracted, Which Shall Not Be Significant Or Material Components Of The Project As Determined By The Procuring Entity.] 10.3 [specify If Another Contractor License Or Permit Is Required. ] 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units 12 [insert Value Engineering Clause If Allowed.] 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 __________ [insert 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. The Amount Of Not Less Than __________ [insert Five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.2 Partial Bids Are Allowed, As Follows: [insert Grouping Of Lots By Specifying The Items And The Quantity For Every Identified Lot.] 20 [list Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It, E.g. Environmental Compliance Certificate, Certification That The Project Site Is Not Within A Geohazard Zone, Etc.] 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And Scurve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling. Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The General Conditions Of Contract (gcc) In This Section, Read In Conjunction With The Special Conditions Of Contract In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. Matters Governing Performance Of The Contractor, Payments Under The Contract, Or Matters Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Included In The Gcc And Special Conditions Of Contract. Any Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Special Conditions Of Contract. 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The 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 4.1. 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. 4.2. 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 Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc Found In Section Iv. The Special Conditions Of Contract (scc) Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Works Procured. In Preparing This Section, The Following Aspects Should Be Checked: A. Information That Complements Provisions Of The Gcc Must Be Incorporated. B. Amendments And/or Supplements To Provisions Of The Gcc As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of The Gcc Should Be Incorporated Herein. Special Conditions Of Contract Gcc Clause 2 [if Different Dates Are Specified For Completion Of The Works By Section, I.e. “sectional Completion,” These Dates Should Be Listed Here.] 4.1 [specify The Schedule Of Delivery Of The Possession Of The Site To The Contractor, Whether Full Or In Part.] 6 The Site Investigation Reports Are: [list Here The Required Site Investigation Reports.] 7.2 [select One, Delete The Other.] [in Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures:] Fifteen (15) Years. [in Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures:] Five (5) Years. [in Case Of Other Structures, Such As Bailey And Wooden Bridges, Shallow Wells, Spring Developments, And Other Similar Structures:] Two (2) Years. 10 [select One, Delete The Other:] A. Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. B. No Dayworks Are Applicable To The Contract. 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within [insert Number] Days Of Delivery Of The Notice Of Award. 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is Three Hundred Six Thousand Pesos. 13 The Amount Of The Advance Payment Is [insert Amount As Percentage Of The Contract Price That Shall Not Exceed 15% Of The Total Contract Price And Schedule Of Payment]. 14 [if Allowed By The Procuring Entity, State:] Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Be Included For Payment. 15.1 The Date By Which Operating And Maintenance Manuals Are Required Is [date]. The Date By Which “as Built” Drawings Are Required Is [date]. 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 [amount In Local Currency]. Section Vi. Specifications Notes On Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Or Conditioning Their Bids. In The Context Of International Competitive Bidding, The Specifications Must Be Drafted To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Economy, Efficiency, And Fairness In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation Facilitated. The Specifications Should Require That All Goods And Materials To Be Incorporated In The Works Be New, Unused, Of The Most Recent Or Current Models, And Incorporate All Recent Improvements In Design And Materials Unless Provided Otherwise In The Contract. Samples Of Specifications From Previous Similar Projects Are Useful In This Respect. The Use Of Metric Units Is Mandatory. Most Specifications Are Normally Written Specially By The Procuring Entity Or Its Representative To Suit The Works At Hand. There Is No Standard Set Of Specifications For Universal Application In All Sectors In All Regions, But There Are Established Principles And Practices, Which Are Reflected In These Pbds. There Are Considerable Advantages In Standardizing General Specifications For Repetitive Works In Recognized Public Sectors, Such As Highways, Ports, Railways, Urban Housing, Irrigation, And Water Supply, In The Same Country Or Region Where Similar Conditions Prevail. The General Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Construction, Although Not Necessarily To Be Used In A Particular Works Contract. Deletions Or Addenda Should Then Adapt The General Specifications To The Particular Works. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Goods, Materials, And Workmanship, Recognized International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Goods, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure Substantially Equal Or Higher Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Scc. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Contract To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished, And Work Performed Or Tested, The Provisions Of The Latest Current Edition Or Revision Of The Relevant Standards And Codes In Effect Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National, Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure A Substantially Equal Or Higher Quality Than The Standards And Codes Specified Will Be Accepted Subject To The Procuring Entity’s Representative’s Prior Review And Written Consent. Differences Between The Standards Specified And The Proposed Alternative Standards Shall Be Fully Described In Writing By The Contractor And Submitted To The Procuring Entity’s Representative At Least Twenty-eight (28) Days Prior To The Date When The Contractor Desires The Procuring Entity’s Representative’s Consent. In The Event The Procuring Entity’s Representative Determines That Such Proposed Deviations Do Not Ensure Substantially Equal Or Higher Quality, The Contractor Shall Comply With The Standards Specified In The Documents. These Notes Are Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Should Not Be Included In The Final Bidding Documents. Section Vii. Drawings Section Viii. Bill Of Quantities Notes On The Bill Of Quantities Objectives The Objectives Of The Bill Of Quantities Are: A. To Provide Sufficient Information On The Quantities Of Works To Be Performed To Enable Bids To Be Prepared Efficiently And Accurately; And B. When A Contract Has Been Entered Into, To Provide A Priced Bill Of Quantities For Use In The Periodic Valuation Of Works Executed. In Order To Attain These Objectives, Works Should Be Itemized In The Bill Of Quantities In Sufficient Detail To Distinguish Between The Different Classes Of Works, Or Between Works Of The Same Nature Carried Out In Different Locations Or In Other Circumstances Which May Give Rise To Different Considerations Of Cost. Consistent With These Requirements, The Layout And Content Of The Bill Of Quantities Should Be As Simple And Brief As Possible. Daywork Schedule A Daywork Schedule Should Be Included Only If The Probability Of Unforeseen Work, Outside The Items Included In The Bill Of Quantities, Is High. To Facilitate Checking By The Entity Of The Realism Of Rates Quoted By The Bidders, The Daywork Schedule Should Normally Comprise The Following: A. A List Of The Various Classes Of Labor, Materials, And Constructional Plant For Which Basic Daywork Rates Or Prices Are To Be Inserted By The Bidder, Together With A Statement Of The Conditions Under Which The Contractor Will Be Paid For Work Executed On A Daywork Basis. B. Nominal Quantities For Each Item Of Daywork, To Be Priced By Each Bidder At Daywork Rates As Bid. The Rate To Be Entered By The Bidder Against Each Basic Daywork Item Should Include The Contractor’s Profit, Overheads, Supervision, And Other Charges. Provisional Sums A General Provision For Physical Contingencies (quantity Overruns) May Be Made By Including A Provisional Sum In The Summary Bill Of Quantities. Similarly, A Contingency Allowance For Possible Price Increases Should Be Provided As A Provisional Sum In The Summary Bill Of Quantities. The Inclusion Of Such Provisional Sums Often Facilitates Budgetary Approval By Avoiding The Need To Request Periodic Supplementary Approvals As The Future Need Arises. Where Such Provisional Sums Or Contingency Allowances Are Used, The Scc Should State The Manner In Which They Will Be Used, And Under Whose Authority (usually The Procuring Entity’s Representative’s). The Estimated Cost Of Specialized Work To Be Carried Out, Or Of Special Goods To Be Supplied, By Other Contractors Should Be Indicated In The Relevant Part Of The Bill Of Quantities As A Particular Provisional Sum With An Appropriate Brief Description. A Separate Procurement Procedure Is Normally Carried Out By The Procuring Entity To Select Such Specialized Contractors. To Provide An Element Of Competition Among The Bidders In Respect Of Any Facilities, Amenities, Attendance, Etc., To Be Provided By The Successful Bidder As Prime Contractor For The Use And Convenience Of The Specialist Contractors, Each Related Provisional Sum Should Be Followed By An Item In The Bill Of Quantities Inviting The Bidder To Quote A Sum For Such Amenities, Facilities, Attendance, Etc. Signature Box A Signature Box Shall Be Added At The Bottom Of Each Page Of The Bill Of Quantities Where The Authorized Representative Of The Bidder Shall Affix His Signature. Failure Of The Authorized Representative To Sign Each And Every Page Of The Bill Of Quantities Shall Be A Cause For Rejection Of His Bid. These Notes For Preparing A Bill Of Quantities Are Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Should Not Be Included In The Final Documents. Section Ix. Checklist Of Technical And Financial Documents Notes On The Checklist Of Technical And Financial Documents The Prescribed Documents In The Checklist Are Mandatory To Be Submitted In The Bid, But Shall Be Subject To The Following: A. Gppb Resolution No. 09-2020 On The Efficient Procurement Measures During A State Of Calamity Or Other Similar Issuances That Shall Allow The Use Of Alternate Documents In Lieu Of The Mandated Requirements; Or B. Any Subsequent Gppb Issuances Adjusting The Documentary Requirements After The Effectivity Of The Adoption Of The Pbds. The Bac Shall Be Checking The Submitted Documents Of Each Bidder Against This Checklist To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion Pursuant To Section 30 Of The 2016 Revised Irr Of Ra No. 9184. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document; And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (e) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (f) 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 ⬜ (g) 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 ⬜ (h) Philippine Contractors Accreditation Board (pcab) License; Or Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (i) 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 (j) 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; ⬜ 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 ⬜ (k) 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 ⬜ (l) The Prospective Bidder’s Audited Financial Statements, Showing, Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (m) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (n) If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr 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 ⬜ (o) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (p) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (q) 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 ⬜ (r) Cash Flow By Quarter.
Closing Date18 Feb 2025
Tender AmountPHP 326.2 K (USD 5.6 K)
Bureau Of Corrections leyte Regional Prison Abuyog Leyte Tender
Others
Philippines
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Government Of The Republic Of The Philippines Sixth Edition January 2025 Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….2 Section I. Invitation To Bid……………………………………………………..5 Section Ii. Instructions To Bidders…………………………………………...8 1. Scope Of Bid ………………………………………………………………………. 9 2. Funding Information………………………………………………………………. 9 3. Bidding Requirements ……………………………………………………………. 9 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 9 5. Eligible Bidders…………………………………………………………………… 9 6. Origin Of Goods ………………………………………………………………….. 10 7. Subcontracts ……………………………………………………………………… 10 8. Pre-bid Conference ………………………………………………………………. 10 9. Clarification And Amendment Of Bidding Documents …………………………… 10 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 10 11. Documents Comprising The Bid: Financial Component …………………………... 11 12. Bid Prices …………………………………………………………………………. 11 13. Bid And Payment Currencies ……………………………………………………… 12 14. Bid Security ………………………………………………………………………. 12 15. Sealing And Marking Of Bids ……………………………………………………… 12 16. Deadline For Submission Of Bids …………………………………………………. 13 17. Opening And Preliminary Examination Of Bids ………………………………….. 13 18. Domestic Preference ……………………………………………………………… 13 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 13 20. Post-qualification ………………………………………………………………… 14 21. Signing Of The Contract …………………………………………………………… 14 Section Iii. Bid Data Sheet …………………………………………………..15 Section Iv. General Conditions Of Contract ……………………...………..17 1. Scope Of Contract ………………………………………………………………… 18 2. Advance Payment And Terms Of Payment ……………………………………….. 18 3. Performance Security ……………………………………………………………. 18 4. Inspection And Tests ……………………………………………………………… 18 5. Warranty …………………………………………………………………………. 18 6. Liability Of The Supplier ………………………………………………………….. 19 Section V. Special Conditions Of Contract ………………………………….20 Section Vi. Schedule Of Requirements ……………………………………....24 Section Vii. Technical Specifications …………………………………………25 Section Viii. Checklist Of Technical And Financial Documents …………..29 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Republic Of The Philippines Department Of Justice Bureau Of Corrections Leyte Regional Prison Abuyog, Leyte Invitation To Bid For The Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) 1. The Leyte Regional Prison, Through The General Appropriations Act (gaa) Of 2025 Intends To Apply The Sum Of Three Hundred Ten Thousand Pesos Only (₱310,000.00) Being The Abc To Payments Under The Contract For Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Leyte Regional Prison, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Until December 31, 2025 From The Receipt Of Notice To Proceed (ntp) And Contract Agreement. Bidders Should Have Completed, Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Equivalent To At Least Twenty-five Percent (25%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Leyte Regional Prison Bac Secretariat Using The Contact Below And Inspect The Bidding Documents At The Address Given Below During Monday To Friday From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 8:00am - 5:00pm To January 24, 2025 8:00am – 8:55pm From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos Only (₱500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees And Presented In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 24, 2025 @ 9:00am. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On January 24, 2025 @ 9:00am At The Lrp – Conference Room, Administration Building, Leyte Regional Prison. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. Schedule Of The Bidding Activities Shall Be As Follows: Activites Date/time Venue 1. Sale And Issuance Of Bid Documents January 17, 2025 8:00am To 5:00pm To January 24, 2025 8:00am To 8:55am Office Of The Bac/bac Secretariat, Leyte Regional Prison, Abuyog, Leyte 2. Submission And Opening Of Bid Documents January 24, 2025 @ 9:00am Conference Room, Admin Building, Lrp, Abuyog, Leyte 10. The Lrp Bac Shall Use Non-discretionary And Non-discriminatory Measure Based On Sheer Luck As A Tie-breaking Tool (draw Lots) In The Event That Two Or More Bidders Were Declared As Lcrb In-order To Determine The Final Lcrb Based On The Following: I. In Alphabetical Order, The Bidder Shall Pick One Rolled Paper Ii. The Lucky Bidder Who Would Pick A Paper With “congratulations” Remark Shall Be Declared As The Final Lcrb And Recommended For The Award Of The Contract. 11. The Leyte Regional Prison Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Jeruel Go Office Of The Bac Secretariat Leyte Regional Prison, Abuyog, Leyte Cp # 09455311532, Email: Leurejz@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.bucor.gov.ph/ Www.philgeps.gov.ph Date Of Issue: January 16, 2025 Mr. Tracy B. Soriano Bac Chairperson Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Leyte Regional Prison Wishes To Receive Bids For The Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) With Identification Number Bid 2024-05rb. The Procurement Project For Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Is Composed Of One (1) Lot, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Three Hundred Ten Thousand Pesos Only (₱310,000.00). A. The Source Of Funding Is 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 Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. 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 Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address {[insert If Applicable] 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 Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within 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 Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 11.5. Financial Proposals For Single Or Multi-year Framework Agreement Shall Be Submitted Before The Deadline Of Submission Of Bids As Prescribed In The Ib. For Multi-year Framework Agreement, Evaluation Of The Financial Proposal During This Stage Is For Purposes Of Determining Eligibility And Whether Or Not Such Financial Proposal Is Within The Abc. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. A. Payment Of The Contract Price Shall Be Made In Philippine Pesos 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until May 24, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On January 24, 2025 @ 9:00 Am At Lrp Administrative Building Conference Room As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As One Project Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.1. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Any Food Catering Services. B. Completed Within The Last Two (2) Years Equivalent To At Least Twenty-five Percent (25%) Of The Abc, Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed 12 No Further Instruction. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than ₱6,200.00, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than ₱15,500.00 If Bid Security Is In Surety Bond. 15 Electronic Copy/electronic Submission Is Not Allowed Each Bidder Shall Submit One (1) Original Copy And Three (3) Photocopies Of The First And Second Components Of Its Bid. 19.4 One Project Having Several Items That Shall Be Awarded As One Contract. 20.1 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 (sales Invoice Or Official Receipt Or End-users Acceptance) 3. 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. Certificate Of Compliance Occupational Safety And Health Standards Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause Delivery And Documents – Delivery Of The Catering Services Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi. Schedule Of Requirements. Delivery Time Of The Food To Be Served As Follows: Am Snacks – Not Later Than 9:30 Am Lunch – Not Later Than 11:30 Am Pm Snacks – Not Later Than 2:30 Pm Upon Delivery Of The Catering Services To The Project Site, The Supplier Shall Notify The Procuring Entity And Present The Following Documents To The Procuring Entity: (i) Original And Four Copies Of The Supplier’s Invoice Showing Goods’ Description, Quantity, Unit Price, And Total Amount; (ii) Delivery Receipt Detailing Number And Description Of Items Received Signed By The Procuring Entity’s Representative At The Project Site; (iii)certificate Of Acceptance/inspection Report Signed By The Procuring Entity’s Representative At The Project Site; For Purposes Of This Clause, The Procuring Entity’s Representative At The Project Site Is The End-user, Or His Duly Authorized Representative. When A Seminar Has Been Rescheduled Or Cancelled, Leyte Regional Prison, Reserves The Right To Cancel The Catering Service Upon Formal Notice To The Caterer Two (2) Days Prior To The Start Of The Occassions. In Such Case, Leyte Regional Prison, Has No Obligation To Pay The Supplier The Amount Corresponding To The Cancelled Catering Service. Where There Is An Increase Or Decrease Of Participants, The End-user Shall Inform The Supplier Of The Same Three (3) Days Prior The Occasion Date. 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: 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. Transportation – The Transport Of The Food To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. The Procuring Entity Accepts No Liability For The Damage/spoilage Of Food During Transit. The Contract Price For The Catering Service Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Amount Stipulated In The Purchase Request (pr). After Each Occasion, The Supplier Is Responsible For Sending To The Leyte Regional Prison, A Billing Or Final Invoice For The Costs Of The Catering Service For Every Occasion Completed. It Shall Also Turn Over To The Bureau Any Remains/left Over Of The Catering Services Every End Of The Day For Its Use. 2.2 Partial Payment Is Not Allowed Cost For E-vat And Other Governmental Costs Which Fall Equally On All Prospective Suppliers Are Presumed To Be Included In The Computation Of The Bid Price 4 The Inspections And Tests That Will Be Conducted Are: The Evaluation Activities That Will Be Conducted At The Leyte Regional Prison, Upon Delivery Are As Follows: (1) Food Tasting On A Sampling Basis To Determine The Quality Of Food Served. (2) Ocular Inspection To Determine The Quantity And Completeness Of The Food Delivered In Accordance To The Menu Set In The Schedule Of Requirements. (3) Observation Before, During And After The Training Schedule To Determine The Quality Of Service Given By The Supplier. (4) Surveys Among The Participants To Determine The Level Of Satisfaction Of The Participants To The Service Rendered By The Supplier 6 Liability Of The Supplier: A. To Provide Food And Services For The Number Of Participants On The Basis Of The Information Given By The Procuring Entity Thru Df Of Pr Signed By The End-user Or Authorized Representative, At Least Two (2) Days Prior To The Training Schedule. B. During The Training, To Increase/ Decrease The Number Of Meals/snacks To Be Served For The Remaining Days Of A Specific Training Schedule, To Take Effect On The Second Day, Provided That Written Notice Is Given By The Procuring Entity Signed By The End-user Or Authorized Representative, Not Later Than 3:00 Pm On The First Day Of The Training. C. During The Training, To Adjust On Any Specific Food/diet Restrictions (religion Or Health Reasons) Of Participants’ Meals To Be Served For The Remaining Days Of A Specific Training Schedule, To Take Effect On The Second Day Provided That Written Notice Is Given By The Procuring Entity Signed By The End-user Or Authorized Representative, Not Later Than 3:00 Pm On The First Day Of The Training D. To Substitute The Menu For A Specific Training Schedule Due To Justifiable Reasons (unavailability In The Market, Red Tide, Supply And Demand Forces, Tropical Depression, Advisory Of Nonslaughter, Etc.) Provided That Notice Is Given To The Procuring Entity At Least One (1) Day Prior To The Schedule. Provided Further That The Change In The Menu Will Not Change The Unit Cost. E. To Reschedule/cancel The Seminar Due To Fortuitous Event/instances Beyond The Control Of Leyte Regional Prison F. To Provide The Necessary Clean And/or Sterile Dining Utensils During The Training As Enumerated In But Not Limited To The Following: 1) Glasses; 2) Spoons; 3) Forks; 4) Serving Spoons; 5) Cups; 6) Bowls; 7) Knives; 8) Trays; 9) Pitchers; 10) Glass Rack; 11) Ice Bucket; 12) Food Warmers; 13) Toothpicks; And 14) Condiments. G. To Provide Clean Table Cloth, Seat Covers And Table Napkins In The Designated Dining Area. H. To Assign At Least Two (2) Waiters/ Waitresses In Clean Working Garments Per Class/seminar And Shall Secure An Updated Health Certification From The Medical Health/authorized Officer. I. To Maintain A High Standard Of Sanitation And Cleanliness Of The Dining Area And Its Immediate Surroundings At All Times Adopting The Policy Of “clean As You Go”. 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. State “comply” Or “not Comply” To The Statement Of Compliance. Item No. Description Quantity Delivery Schedule 1 Meals: Breakfast 620 Pax From The Receipt Of Ntp Up To December 31, 2025 Lunch 620 Pax From The Receipt Of Ntp Up To December 31, 2025 Dinner 620 Pax From The Receipt Of Ntp Up To December 31, 2025 2 Snacks: Am Snacks 620 Pax From The Receipt Of Ntp Up To December 31, 2025 Pm Snacks 620 Pax From The Receipt Of Ntp Up To December 31, 2025 The Quantity/units Is For Bidding Purposes Only. In The Actual Implementation Of The Contract, The Quantity/units That May Be Required May Increase/decrease As The Need Arises. I/we Hereby Commit To Comply And Deliver All The Above Requirements In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Vii. Technical Specifications Republic Of The Philippines Department Of Justice Bureau Of Corrections Leyte Regional Prison Abuyog, Leyte Section Vii. Technical Specifications Item Specification Statement Of Compliance I The Catering Service Provider Shall Comply With The Government Regulations As Provided In Presidential Decree No. 856 Otherwise Known As “the Code On Sanitation Of The Philippines”. A. Sanitary Permit B. Health Certificate Of Food Handlers C. Quality And Protection Of Food Ii The Catering Service Provider Agrees: A. To Provide Food And Services For The Number Of Participants On The Basis Of The Information Given By The Procuring Entity Thru A Notice Signed By The Coordinator And Service Chief, Atfs Or Her Authorized Representative, At Least Two (2) Days Prior To The Training Schedule. B. During The Training, To Increase/ Decrease The Number Of Meals/ Snacks To Be Served For The Remaining Days Of A Specific Training Schedule, To Take Effect On The Second Day, Provided That Written Notice Is Given By The Procuring Entity Signed By The Coordinator And Service Chief, Atfs Or Her Authorized Representative, Not Later Than 3:00 Pm On The First Day Of The Training. C. During The Training, To Adjust On Any Specific Food/diet Restrictions (religion Or Health Reasons) Of Participants’ Meals To Be Served For The Remaining Days Of A Specific Training Schedule, To Take Effect On The Second Day Provided That Written Notice Is Given By The Procuring Entity Signed By The Coordinator And Service Chief, Atfs Or Her Authorized Representative, Not Later Than 3:00 Pm On The First Day Of The Training. D. To Substitute The Menu For A Specific Training Schedule Due To Justifiable Reasons (unavailability In The Market, Red Tide, Supply And Demand Forces, Tropical Depression, Advisory Of Nonslaughter, Etc.) Provided That Notice Is Given To The Procuring Entity At Least One (1) Day Prior To The Schedule. Provided Further That The Change In The Menu Will Not Change The Unit Cost. E. To Reschedule/cancel The Seminar Due To Fortuitous Event/instances Beyond The Control Of Leyte Regional Prison. F. To Provide The Necessary Clean And/or Sterile Dining Utensils During The Training As Enumerated In But Not Limited To The Following: 1) Glasses; 2) Spoons; 3) Forks; 4) Serving Spoons; 5) Cups; 6) Bowls; 7) Knives; 8) Trays; 9) Pitchers; 10) Glass Rack; 11) Ice Bucket; 12) Food Warmers; 13) Toothpicks; And 14) Condiments. G. To Provide Clean Table Cloth, Seat Covers And Table Napkins In The Designated Dining Area. H. To Assign At Least Two (2) Waiters/ Waitresses In Clean Working Garments Per Class/seminar And Shall Secure An Updated Health Certification From The Medical Health/authorized Officer. I. To Maintain A High Standard Of Sanitation And Cleanliness Of The Dining Area And Its Immediate Surroundings At All Times Adopting The Policy Of “clean As You Go”. Additional Requirements 1 The Lrp Shall Inform The Concessionaire Of The Total Number Of Actual Participants At Least Three (3) Days Before The Conduct Of The Training. 2 The Service Provider Shall Assure The Quality Of Food To Be Served Maintaining High Standards Of Sanitation. In The Event That That The Food Served Has Indication Of Spoilage, The Caterer Shall Be Allowed To Make Substitution Upon The Approval Of The Course Administrator. 3 The Service Provider Shall Submit Or Provide Menu Including Healthy Foods Such As Rice, Beef, Chicken, Pork, Seafoods, Vegetables, Dessert/fruits, Fruit Juice 4 The End User Can Request Specific Meals Or Snacks And Services They Prefer As Long As Requests Remain Within The Allocated Budget Per Meal, Snacks And Services 5 Subject To Increase/decrease Of Participants. 6 The Caterer Shall Serve Consumables Of One (1) Lunch And Two (2) Snacks Per Day Which Shall Be Ready For Inspection By 11:15am, Snacks By 8:45am And 2:30pm, Respectively. 7 The Service Provider Shall Not Require Advance Payment And Deposit To Guarantee Reservation. 8 The Concessionaire Shall Assign At Least Four (4) Waiters/waitresses In Clean Working Garments In Trainings With 50 Or More Participants And At Least 2-3 Waiters/waitresses For Trainings With Less Than Or Equal To 50 Participants. 9 The Lrp Reserves The Right To Cancel/reschedule The Delivery Of Catering Services In Case Of Major Institutional Mandates/changes, Calamities, Etc. Upon Formal Notice To The Caterer At Least Three (3) Days Prior To The Event. 10 The Lrp Shall Pay The Concessionaire At Least Five (5) Days After The Billing Statements Have Been Received By The Office. 11 The Lrp Reserves The Right To Substitute/reschedule Trainings. 12 The Service Provider Shall Provide At Least Two (2) Buffet Tables With Centerpiece For Trainings With Less Than Or Equal To Fifty (50) Participants And At Least Four (4) Buffet Tables Inside The Function Hall For Trainings With More Than Fifty (50) Participants. 13 The Lrp Reserves The Right To Substitute/reschedule Trainings. Rice: A Serving Must Be Provided With Each Meal Viand: Each Meal Should Include One Main Viand Vegetables: A Side Of Vegetables Should Accompany The Meal To Ensure Balanced Nutrition. Desserts Or Sweets: Each Meal Should Include A Dessert Or Any Sweet Treat. Beverage: Participants Should Be Offered Bottled Water/canned Juice/softdrinks. I Hereby Certify That The Statement Of Compliance To The Foregoing Technical Specifications Are True And Correct, Otherwise, If Found To Be False Either During Bid Evaluation Or Post- Qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid ___________________________________________ Name Of Company In Print ___________________________________________ Signature Over Printed Name Of Authorized Representative Section Viii. 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 For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (d) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (e) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (h) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (i) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (j) Original Of Duly Signed And Accomplished Price Schedule(s). Ix. Bidding Forms Company Letterhead Statement Of Ongoing Government & Private Contracts Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Bid Reference No.: Bid2024-05rb 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 Kind Of Goods Amount Of Contract Value Of Outstanding Contract Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Statement Of Single Largest Completed Contract Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Bid Reference No.: Bid2024-05rb Statement Of Single (1) Largest Completed Contract Of Similar In Nature Within The Last Two (2) 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 Kind Of Goods Amount Of Contract Amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa’s Consumer Price Index, If Necessary Date Of Delivery End User’s Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Contract, (attached Copy) Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Bid Reference No.: Bid2024-05rb Certificate Of Net Financial Contracting Capacity ((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 __________2025 _______________________________________________ Name & Signature Of Authorized Representative ____________________ Position _______________ Date Company Letterhead Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Bid Reference No.: Bid2024-05rb Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: Leyte Regional Prison 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. ________ And His/her Community Tax Certificate 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 Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Bid Reference No.: Bid2024-05rb Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor 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 Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Of The Leyte Regional Prison 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 The Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Of The Leyte Regional Prison, 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; 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) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid). 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. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory 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 His/her Community Tax Certificate 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 Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Bid Reference No.: Bid2024-05rb Bid Form Date: Invitation To Bid No: Bid 2024-05rb To: Mr. Tracy B. Soriano, Msca Bac Chairperson Leyte Regional Prison Abuyog, Leyte Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply & Deliver Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) In Conformity With The Said Bidding Documents For The Sum Of __________________________________________₱ ________ Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements Of The Bidding Documents. I/we Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert]: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Supply & Deliver Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid). We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 20______. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Republic Of The Philippines Department Of Justice Bureau Of Corrections Leyte Regional Prison Abuyog, Leyte Schedule Of Prices Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Qty. Unit Of Issue Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat Meals 620 Pax Breakfast ₱62,000.00 620 Pax Lunch ₱93,000.00 620 Pax Dinner ₱93,000.00 Snacks 620 Pax Am Snacks ₱31,000.00 620 Pax Pm Snacks ₱31,000.00 Total Bid Price Inclusive Of Vat In Words The Quantity And Unit Of Issue Is For Bidding Purposes Only. In The Actual Implementation Of The Contract, The Quantity That May Be Required May Increase/decrease As The Need Arises. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________
Closing Date24 Jan 2025
Tender AmountPHP 310 K (USD 5.2 K)
AGRICULTURAL TRAINING INSTITUTE REGION XI Tender
Food Products
Philippines
Details: Description Philippine Bidding Documents Procurement Of Catering Services For The Conduct Of Trainings And Activities Under Regular And Cfdip For Fy 2025 1st Semester Government Of The Republic Of The Philippines Sixth Edition July 2020 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A.all The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B.specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C.this Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D.the Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E.modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F.for Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..7 Section Ii. Instructions To Bidders…………………………………………...10 1. Scope Of Bid ………………………………………………………………………. 11 2. Funding Information………………………………………………………………. 11 3. Bidding Requirements ……………………………………………………………. 11 4. Corrupt, Fraudulent, Collusive, And Coercive Practices………………………….. 11 5. Eligible Bidders…………………………………………………………………… 11 6. Origin Of Goods ………………………………………………………………….. 12 7. Subcontracts ……………………………………………………………………… 12 8. Pre-bid Conference ………………………………………………………………. 13 9. Clarification And Amendment Of Bidding Documents …………………………… 13 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 13 11. Documents Comprising The Bid: Financial Component …………………………... 13 12. Bid Prices …………………………………………………………………………. 14 13. Bid And Payment Currencies ……………………………………………………… 14 14. Bid Security ………………………………………………………………………. 15 15. Sealing And Marking Of Bids ……………………………………………………… 15 16. Deadline For Submission Of Bids …………………………………………………. 15 17. Opening And Preliminary Examination Of Bids ………………………………….. 15 18. Domestic Preference ……………………………………………………………… 16 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 16 20. Post-qualification ………………………………………………………………… 16 21. Signing Of The Contract …………………………………………………………… 17 Section Iii. Bid Data Sheet …………………………………………………..18 Section Iv. General Conditions Of Contract ……………………...………..20 1. Scope Of Contract ………………………………………………………………… 21 2. Advance Payment And Terms Of Payment ……………………………………….. 21 3. Performance Security ……………………………………………………………. 21 4. Inspection And Tests ……………………………………………………………… 22 5. Warranty …………………………………………………………………………. 22 6. Liability Of The Supplier ………………………………………………………….. 22 Section V. Special Conditions Of Contract ………………………………….23 Section Vi. Schedule Of Requirements ……………………………………....27 Section Vii. Technical Specifications …………………………………………31 Section Viii. Checklist Of Technical And Financial Documents …………..34 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A.the Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B.the Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C.the Deadline For The Submission And Receipt Of Bids; And D.any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Invitation To Bid For The Catering Services For Various Trainings & Activities To Be Conducted At Ati-rtc Xi Under Regular And Cfidp Program For Fy 2025 1st Semester 1.the Agricultural Training Institute- Region Xi, Through The General Appropriations Act Of 2025 Intends To Apply The Sum Of Two Million Two Hundred Eighty-four Thousand Pesos Only (2,284,000.00) Being The Abc To Payments Under The Contract For Catering Services For Various Trainings & Activities To Be Conducted At Ati-rtc Xi Under Regular And Cfidp Program For Fy 2025 1st Semester With Purchase Request Nos. 250232 And 250233 . Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Agricultural Training Institute- Region Xi Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A.bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4.prospective Bidders May Obtain Further Information From Agricultural Training Institute-region Xi Office And Inspect The Bidding Documents At The Address Ati-rtc-xi, Brgy. Datu Abdul, Panabo City, Davao Del Norte During Monday-friday At 8:00 Am-5:00 Pm. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 19, 2025 At 8:00 Am From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of ₱5,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Issued By The Agricultural Training Institute – Region Xi Cashier. 6.the Agricultural Training Institute- Region Xi Will Hold A Pre-bid Conference[ ] On February 24, 2025, 1:00 Pm At Agricultural Training Institute-region Xi Function Hall, Datu Abdul, Panabo City, Davao Del Norte Which Shall Be Open To Prospective Bidders. 7.bid Opening Shall Be On March 10, 2025 At 1:00 Pm At The Given Address. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 8.bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address On Or Before March 10, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 9.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10.the Agricultural Training Institute- Region Xi Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Ms. Ma. Cristin Rosan T. Besario Bids And Awards Committee Secretary Agricultural Training Institute Region Xi Datu Abdul Dadia, Panabo City, Davao Del Norte 084-217-3433, 8105 0917-321-6134 Ati11bacsec@gmail.com February 18, 2025 Lucille B. Camarines Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1.scope Of Bid The Procuring Entity, Agricultural Training Institute- Region Xi Wishes To Receive Bids For Catering Services For Various Trainings & Activities To Be Conducted At Ati-rtc Xi Under Regular And Cfidp Program For Fy 2025 1st Semester With Purchase Request Nos. 250232 And 250233. The Procurement Project Is Composed Of 3 Items, The Details Of Which Are Described In Section Vii (technical Specifications). 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Two Million Two Hundred Eighty-four Thousand Pesos Only (₱2,284,000.00). 2.2.the Source Of Funding Is: A.nga, The General Appropriations Act Or Special Appropriations. 3.bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4.corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5.eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A.for Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: I.completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And Ii.the Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7.subcontracts 7.1.the Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A.subcontracting Is Allowed. The Portions Of Project And The Maximum Percentage Allowed To Be Subcontracted Are Indicated In The Bds, Which Shall Not Exceed Twenty Percent (20%) Of The Contracted Goods. 7.2.the Bidder Must Submit Together With Its Bid The Documentary Requirements Of The Subcontractor(s) Complying With The Eligibility Criteria Stated In Itb Clause 5 In Accordance With Section 23.4 Of The 2016 Revised Irr Of Ra No. 9184 Pursuant To Section 23.1 Thereof. 7.3.the Supplier May Identify Its Subcontractor During The Contract Implementation Stage. Subcontractors Identified During The Bidding May Be Changed During The Implementation Of This Contract. Subcontractors Must Submit The Documentary Requirements Under Section 23.1 Of The 2016 Revised Irr Of Ra No. 9184 And Comply With The Eligibility Criteria Specified In Itb Clause 5 To The Implementing Or End-user Unit. 7.4.subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Supplier’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8.pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address Agricultural Training Institute- Region Xi Function Hall, Datu Abdul Dadia, Panabo City, Davao Del Norte As Indicated In Paragraph 6 Of The Ib. 9.clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2.the Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Prior To The Deadline For The Submission And Receipt Of Bids. 11.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2.if The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12.bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A.for Goods Offered From Within The Procuring Entity’s Country: I.the Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii.the Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii.the Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv.the Price Of Other (incidental) Services, If Any, Listed In The Bds. B.for Goods Offered From Abroad: I.unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii.the Price Of Other (incidental) Services, If Any, As Listed In The Bds. 13.bid And Payment Currencies 13.1.for Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2.payment Of The Contract Price Shall Be Made In: A.philippine Peso 14.bid Security 14.1.the Bidder Shall Submit A Bid Securing Declaration[.] Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2.the Bid And Bid Security Shall Be Valid Until July 21, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15.sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16.deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 8 Of The Ib. 17.opening And Preliminary Examination Of Bids 17.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18.domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. A.in The Case Of Single-year Framework Agreement, The Lowest Calculated Bid Shall Be Determined Outright After The Detailed Evaluation; 19.2.if The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3.the Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4.except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20.post-qualification 20.2. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, Or In The Case Of Multi-year Framework Agreement, That It Is One Of The Eligible Bidders Who Have Submitted Bids That Are Found To Be Technically And Financially Compliant, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21.signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. If Framework Agreement Will Be Used: 21.2. At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Framework Agreement Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 21.3. Within Ten (10) Calendar Days From Receipt Of The Notice To Execute Framework Agreement With The Procuring Entity, The Successful Bidder Or Its Duly Authorized Representative Shall Formally Enter Into A Framework Agreement With The Procuring Entity For An Amount Of One Peso To Be Paid To The Procuring Entity As A Consideration For The Option Granted By The Procuring Entity To Procure The Items In The Framework Agreement List When The Need Arises. 21.4. The Procuring Entity Shall Enter Into A Framework Agreement With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 21.5. The Following Documents Shall Form Part Of The Framework Agreement: A.framework Agreement Form; B.bidding Documents; C.call-offs; D.winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; E.performance Security Or Performance Securing Declaration, As The Case May Be; F.notice To Execute Framework Agreement; And G. Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. Section Iii. Bid Data Sheet Notes On The Bid Data Sheet The Bid Data Sheet (bds) Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information, Or Requirements Included In The Itb Found In Section Ii, Which Are Specific To Each Procurement. This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing The Bds, The Following Aspects Should Be Checked: A.information That Specifies And Complements Provisions Of The Itb Must Be Incorporated. B.amendments And/or Supplements, If Any, To Provisions Of The Itb As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A.catering Services B.completed Within 5 Years Prior To The Deadline For The Submission And Receipt Of Bids, A Contract Similar To The Project. 8 The Procuring Entity Will Hold A Pre-bid Conference On February 24, 2025, 1:00 Pm At Ati-rtc Xi Function Hall, Which Shall Be Open To Prospective Bidders. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A.the Amount Of Not Less Than Forty-five Thousand Six Hundred Eighty Pesos (₱45,680.00) [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B.the Amount Of Not Less Than One Hundred Fourteen Thousand Two Hundred Pesos (₱114,200.00) [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 15 Each Bidder Shall Submit One (1) Original And Two (2) Duplicate Hard Copies Of The First And Second Components Of Its Bid. Bidder/s Shall Provide Ear-tag Codes Or Index Tabs On Both The Original Copy And Duplicate Copies. 16 Deadline Of Submission Of Bid Is On Or Before March 03, 2025 - 10:00 Am Only. 19.3 Not Applicable 20.2 Not Applicable 21.2 Not Applicable Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The General Conditions Of Contract (gcc) In This Section, Read In Conjunction With The Special Conditions Of Contract In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. Matters Governing Performance Of The Supplier, Payments Under The Contract, Or Matters Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Included In The Gcc And Special Conditions Of Contract. Any Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Special Conditions Of Contract. 1.scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Affectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2.advance Payment And Terms Of Payment 2.1.advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2.the Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. [include The Following Clauses If Framework Agreement Will Be Used:] 2.3.for A Single-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier In Its Bid. 2.4.for Multi-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier During Conduct Of Mini-competition. 3.performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184.{[include If Framework Agreement Will Be Used:] In The Case Of Framework Agreement, The Bidder May Opt To Furnish The Performance Security Or A Performance Securing Declaration As Defined Under The Guidelines On The Use Of Framework Agreement.} 4.inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project {[include If Framework Agreement Will Be Used:] Or Framework Agreement} Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5.warranty 5.1in Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2the Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6.liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc Found In Section Iv. The Special Conditions Of Contract (scc) Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Goods Purchased. In Preparing This Section, The Following Aspects Should Be Checked: A.information That Complements Provisions Of The Gcc Must Be Incorporated. B.amendments And/or Supplements To Provisions Of The Gcc As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of The Gcc Should Be Incorporated Herein. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: For Goods Supplied From Abroad: The Delivery Terms Applicable To The Contract Are Ddp Delivered Agricultural Training Institute- Region Xi, Datu Abdul, Panabo City, Davao Del Norte. In Accordance With Incoterms.” For Goods Supplied From Within The Philippines: The Delivery Terms Applicable To This Contract Are Delivered Agricultural Training Institute- Region Xi, Datu Abdul, Panabo City, Davao Del Norte. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Includes Ms. Ruby Jane P. Bentiroso, Mr. Ernie L. Malazarte, And Ms. Chonna Vae A. Cañete Who Serve As Inspectors. Additionally, The Project Officers Are Ms. Pauline Joy J. Reyes, Ms. Lucille B. Camarines, Ma. Cristin Rosan T. Besario, Ms. Ruby Jane P. Bentiroso, Mr. Omarbliss B. Dalam, Mr. Ariel D. Abastillas, Ms. Lynn A. Leopoldo, Ms. Ofelia A. Sanchez, Mr. Richel E. Zamora, Ms. Assel M. Mapayo, Mr. Ernie L. Malazarte, Mr. Rolls M. Rubis, Ms.chonna Vae A. Cañete, Ms. Olivia D. Gatus, Mr. Jerry C. Carpentero. Incidental Services The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A.performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And B.training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Packaging The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 The Terms Of Payment Shall Be: Progress Billing Every Month. It Shall Correspond To The Value Of Goods Delivered/rendered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. 4 The Inspections And Tests That Will Be Conducted Are: -catering Services, Based On The Technical Specifications. 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. Catering Services For Various Trainings/activities Under Regular Program Item Number Description Quantity Total Delivered, Weeks/months 1 Catering Services For The Conduct Of Oa Levelup: Capability Buidling For Local Government Units On Organic Agriculture (batch 2) On The Following Schedules: March 31 - April 3, 2025 (3meals And 2 Snacks Per Day) April 24, 2025 - (2 Meals And 2 Snacks) 35 164,500.00 March 31-april 4, 2025 2 Caterign Services With 2 Meals And 2 Snacks For The Conduct Of Hvc Week Celebration On April 11, 2025 100 70,000.00 April 11, 2025 3 Catering Services For The Conduct Of Trtaining On Gap On Vegetable Production And Post Harvest Handling And Marketing On The Following Schedules: April 21-24, 2025 - (3 Meals And 2 Snacks Per Day) April 25, 2025 - (2 Meals And 2 Snacks) 30 141,000.00 April 21-25, 2025 4 Catering Services For The Conduct Of Iso Internal Quality Audit On The Following Schedules: April 28-29, 2025 - (1 Meal And 2 Snacks Per Day) 40 40,000.00 April 28-29, 2025 5 Catering Services With 2 Meals And 2 Snacks For The Conduct Of Management Review On May 2, 2025 40 28,000.00 May 2, 2025 6 Catering Services For The Conduct Of Training On Testing And Performance Evaluation Of Various Rice Machinery On The Following Schedule : May 5-8, 2025 - (3 Meals And 2 Snacks Per Day ) May 9, 2025 - (2 Meals And 2 Snacks) 35 164,500.00 May 5-9, 2025 7 Catering Services With 2 Meals And 2 Snacks For The Conduct Of Tgp Meeting On May 7, 2025 30 21,000.00 May 7, 2025 8 Catering Services For The Conduct Of Training On Basic Hydrophonics (batch 1) On The Following Schedules: May 14-15, 2025 - (3 Meals And 2 Snacks Per Day) May 16, 2025 - (2 Meals And 2 Snacks) 30 81,000.00 May 14-16, 2025 9 Caterig Services With 3 Meals And 2 Snacks For The Conduct Of Halal Coordination On May 19, 2025 25 25,000.00 May 19, 2025 10 Catering Services For The Conduct Of Training On Basic Hydrophonics (batch 2) On The Following Schedules: May 21-22, 2025 - (3 Meals And 2 Snacks Per Day) May 23, 2025 - ( 2 Meals And 2 Snacks) 30 81,000.00 May 21-23, 2025 11 Catering Services For The Conduct Of Training On Meat Processing With Gmp On The Following Schedules: June 2 - 5, 2025 - (3 Meals And 2 Snacks Per Day) June 6, 2025 - (2 Meals And 2 Snacks) 30 141,000.00 June 2-6, 2025 12 Catering Services With 3 Meals And 2 Snacks For The Conduct Of 1st Semestral Meeting For 4h On June 9, 2025 15 15,000.00 June 9, 2025 13 Catering Services With 3 Meals And 2 Snacks For The Conduct Of 1st Semestral Meeting For Ms On June 10, 2025 15 15,000.00 June 10, 2025 14 Catering Services For The Conduct Of Training Of Trainers On Digital Farmers Program (dfp) On Cacao On The Following Schedules: June 11-12, 2025 - (3 Meals And 2 Snacks Per Day) June 13, 2025 - (2 Meals And 2 Snacks) 35 94,500.00 June 11-13, 2025 15 Catering Services For The Conduct Of Basic Agricultural Extension Course On The Following Shcedules: June 16-19, 2025 - (3 Meals And 2 Snacks Per Day) June 20, 2025 - (2 Meals And 2 Snacks) 30 141,000.00 June 16-20, 2025 16 Catering Services For The Conduct Of Training On Business / Enterprises On The Following Schedules: June 23-26, 2025 - (3 Meals And 2 Snackss Per Day) June 27, 2025 - (2 Meals And 2 Snacks ) 25 117,500.00 June 23-27, 2025 Catering Services For Various Trainings/activities Under Cfidp Program Item Number Description Quantity Total Delivered, Weeks/months 1 Catering Services For The Conduct Of Trainign Of Trainers On Farm Business School (fbs) On The Following Schedules: March 24 - April 03, 2025 - (3 Meals And 2 Snacks Per Day) April 04, 2025 - (2 Meals And 2 Snacks) 30 291,000.00 March 24 - April 04, 2025 2 Catering Services For The Conduct Of Training On Institutional And Organization Management For Spf On The Following Schedules: April 23-24, 2025 - (3 Meals And 2 Snacks) April 25, 2025 - (2 Meals And 2 Snacks) 40 108,000.00 April 23-25, 2025 3 Caterign Services For The Conduct Of Dfp 101 And 102 For The Coconut On The Following Schedules: May 21-22, 2025 - (3 Meals And 2 Snacks Per Day) May 23, 2025 - (2 Meals And 2 Snacks) 40 108,000.00 May 21-23, 2025 4 Catering Services For The Conduct Of Training Enterprises Development For Cfidp- Spf On The Following Schedule: May 26-27, 2025 - (3 Meals And 2 Snacks Per Day) May 28, 2025 - (2 Meals And 2 Snacks) 40 108,000.00 May 26-28, 2025 5 Caterign Services For The Conduct Of Training On Basic Facilitation Skills And Effective Training Management For Lsas On The Following Schedules: June 2-5, 2025 - (3 Meals And 2 Snacks Per Day) June 6 , 2025 - (2 Meals And 2 Snacks) 40 188,000.00 June 2-6, 2025 7 Catering Services For The Conduct Of Training On Trainers In Gap For Coconut On The Following Schedules: June 16 - 19, 2025 - (3 Meals And 2 Snacks Per Day) June 20, 2025 - (2 Meals And 2 Snacks) 30 141,000.00 June 16-20, 2025 Section Vii. Technical Specifications Notes For Preparing The Technical Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Their Bids. In The Context Of Competitive Bidding, The Specifications (e.g. Production/delivery Schedule, Manpower Requirements, And After-sales Service/parts, Descriptions Of The Lots Or Items) Must Be Prepared To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Transparency, Equity, Efficiency, Fairness, And Economy In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation And Post-qualification Facilitated. The Specifications Should Require That All Items, Materials And Accessories To Be Included Or Incorporated In The Goods Be New, Unused, And Of The Most Recent Or Current Models, And That They Include Or Incorporate All Recent Improvements In Design And Materials Unless Otherwise Provided In The Contract. Samples Of Specifications From Previous Similar Procurements Are Useful In This Respect. The Use Of Metric Units Is Encouraged. Depending On The Complexity Of The Goods And The Repetitiveness Of The Type Of Procurement, It May Be Advantageous To Standardize The General Technical Specifications And Incorporate Them In A Separate Subsection. The General Technical Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Manufacturing Similar Goods. Deletions Or Addenda Should Then Adapt The General Technical Specifications To The Particular Procurement. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Equipment, Materials, And Workmanship, Recognized Philippine And International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Equipment, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure At Least A Substantially Equal Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Special Conditions Of Contract Or The Technical Specifications. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Technical Specifications To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished Or Tested, The Provisions Of The Latest Edition Or Revision Of The Relevant Standards And Codes Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure Substantial Equivalence To The Standards And Codes Specified Will Be Acceptable. Reference To Brand Name And Catalogue Number Should Be Avoided As Far As Possible; Where Unavoidable They Should Always Be Followed By The Words “or At Least Equivalent.” References To Brand Names Cannot Be Used When The Funding Source Is The Gop. Where Appropriate, Drawings, Including Site Plans As Required, May Be Furnished By The Procuring Entity With The Bidding Documents. Similarly, The Supplier May Be Requested To Provide Drawings Or Samples Either With Its Bid Or For Prior Review By The Procuring Entity During Contract Execution. Bidders Are Also Required, As Part Of The Technical Specifications, To Complete Their Statement Of Compliance Demonstrating How The Items Comply With The Specification. In Case Of Renewal Of Regular And Recurring Services, The Procuring Entity Must Indicate Here The Technical Requirements For The Service Provider, Which Must Include The Set Criteria In The Conduct Of Its Performance Evaluation. Technical Specifications Item Specification Statement Of Compliance 1 Catering Services With 3 Meals And 2 Snacks For Various Trainings & Activities To Be Conducted At Ati-rtc Xi, With The Following Service Provisions: • With 3 Viands (2 Main Course With 1 Side Dish) Ex. – Beef, Fish, & Vegetable – Chicken, Pork, & Vegetable • With Soup • With Dessert • With Free Flowing Coffee, Milk, Milo & Sugar • Provide Healthy Drinks/fruit Shakes • With Pork Lechon During Graduation Day • 10 Heads Buffer For Every Meal Including Snacks • With Food Warmer • With Buffet Table Setting/ Decorations • Servers Have: Uniform With Hair Net, Apron, And Food/kitchen Mouth Mask • Minimal To No Use Of Disposable Utensils • Bring Your Own Water Dispenser And Mineral Water Note: Menu Will Be Forwarded By Project Officers Prior To The Scheduled Training. [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 2 Catering Services With 2 Meals (lunch & Dinner) And 2 Snacks For Various Trainings & Activities To Be Conducted At Ati-rtc Xi, With The Following Service Provisions: (same As Above) 3 Catering Services With 1 Meal (lunch) And 2 Snacks For Various Trainings & Activities To Be Conducted At Ati-rtc Xi, With The Following Service Provisions: (same As The Above Mention) Section Viii. Checklist Of Technical And Financial Documents Notes On The Checklist Of Technical And Financial Documents The Prescribed Documents In The Checklist Are Mandatory To Be Submitted In The Bid, But Shall Be Subject To The Following: A.gppb Resolution No. 09-2020 On The Efficient Procurement Measures During A State Of Calamity Or Other Similar Issuances That Shall Allow The Use Of Alternate Documents In Lieu Of The Mandated Requirements; Or B.any Subsequent Gppb Issuances Adjusting The Documentary Requirements After The Effectivity Of The Adoption Of The Pbds. The Bac Shall Be Checking The Submitted Documents Of Each Bidder Against This Checklist To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion Pursuant To Section 30 Of The 2016 Revised Irr Of Ra No. 9184. Checklist Of Technical And Financial Documents I.technical Component Envelope Class “a” Documents Legal Documents ⬜ (a)valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b)statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c)statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (d)original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (e)conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f)original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g)the Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (h)if Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii.financial Component Envelope ⬜ (i)original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (j)original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (k)[for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (l)certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Closing Date3 Mar 2025
Tender AmountPHP 2.2 Million (USD 39.3 K)
2121-2130 of 2133 archived Tenders