Solid Waste Tenders

BULACAN AGRICULTURAL STATE COLLEGE Tender

Others...+2Machinery and Tools, Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Procurement Of Goods 2025-06g: Acquisition Of Hydro-electric Turbine With Electronic Laboratory For Agricultural And Biosystems Engineering Fy 2025 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 ………………………………………………………………. 12 9. Clarification And Amendment Of Bidding Documents …………………………… 12 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 12 11. Documents Comprising The Bid: Financial Component …………………………... 13 12. Bid Prices …………………………………………………………………………. 13 13. Bid And Payment Currencies ……………………………………………………… 14 14. Bid Security ………………………………………………………………………. 14 15. Sealing And Marking Of Bids ……………………………………………………… 14 16. Deadline For Submission Of Bids …………………………………………………. 14 17. Opening And Preliminary Examination Of Bids ………………………………….. 14 18. Domestic Preference ……………………………………………………………… 15 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 15 20. Post-qualification ………………………………………………………………… 15 21. Signing Of The Contract …………………………………………………………… 16 Section Iii. Bid Data Sheet …………………………………………………..17 Section Iv. General Conditions Of Contract ……………………...………..19 1. Scope Of Contract ………………………………………………………………… 20 2. Advance Payment And Terms Of Payment ……………………………………….. 20 3. Performance Security ……………………………………………………………. 20 4. Inspection And Tests ……………………………………………………………… 20 5. Warranty …………………………………………………………………………. 21 6. Liability Of The Supplier ………………………………………………………….. 21 Section V. Special Conditions Of Contract ………………………………….22 Section Vi. Schedule Of Requirements ……………………………………....24 Section Vii. Technical Specifications …………………………………………27 Section Viii. Checklist Of Technical And Financial Documents …………..32 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. Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Invitation To Bid For 2025-06g: Acquisition Of Hydro-electric Turbine With Electronic Laboratory For Agricultural And Biosystems Engineering 1. The Bulacan Agricultural State College, Through The Grant From The Commission On Higher Education (ched) Intends To Apply The Sum Of Nine Million Pesos (php9,000,000.00) Being The Abc To Payments Under The Contract 2025-06g: Acquisition Of Hydro-electric Turbine With Electronic Laboratory For Agricultural And Biosystems Engineering Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bulacan Agricultural State College Now Invites Bids For 2025-06g: Acquisition Of Hydro-electric Turbine With Electronic Laboratory For Agricultural And Biosystems Engineering. Delivery Of The Goods Is Required With Contract Duration Of Ninety (90) Calendar Days. Bidders Should Have Completed, Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 Bulacan Agricultual State College And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8am To 4:30pm Monday To Friday, Except Those Declared As Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 5, 2025 To May 26, 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 Php9,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting The Receipt Upon Submission Of Their Bid Documents. 6. The Bulacan Agricultural State College Will Hold A Pre-bid Conference On May 13, 2025, 09:00 Am Am Via Zoom Platform (meeting Id: 837 6548 8619, Passcode: Basc2025) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 08:30 Am Of May 26, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On May 26, 2025, 09:00 Am At The Conference Room, Farmers’ Training Center, Basc, San Ildefonso, Bulacan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Observers Will Be Invited To Attend And Witness The Bid Proceedings. 11. The Bulacan Agricultural State College 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: Rona Angela O. Clarin Bac Secretariat Head Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan (044) 697-1240 And 0923-108-1526 Ronaangela_clarin@basc.edu.ph Www.basc.edu.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://www.basc.edu.ph May 5, 2025 (sgd) Ronald Reagan T. Alonzo,ph.d. 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, Bulacan Agricultural State College Wishes To Receive Bids For The Acquisition Of Hydro-electric Turbine With Electronic Laboratory For Agricultural And Biosystems Engineering With Identification Number 2025-06g. The Procurement Project (referred To Herein As “project”) Is Composed Of One (1) Unit 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 The Fiscal Year 2025 In The Amount Of Nine Million Pesos (php9,000,000.00). 2.2. The Source Of Funding Is: A. Nga, (grant From The Commission On Higher Education) 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. Not Applicable. 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 Procuring Entity Has Prescribed That: A. 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 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 The Last Five (5) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until 120 Days From The Opening Of Bids. 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 Original Of The First And Second Components Of Its Bid And Plus Two (2) Copies Of Each Kind, Labeled As Copy 1 And Copy 2. 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 And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 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 Or Per Lot 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 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. Supply, Delivery, And Installation Of Laboratory Equipment B. Completed Within Five (5) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Bid Prices Of Goods And Services Supplied From Outside Of The Philippines Shall Be Quoted In Philippine Pesos. 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 Php180,000.00. [(2%) Of The 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 Php450,000.00. [(5%) Of The Abc], If Bid Security Is In Surety Bond. 19.3 The Project Will Be Awarded As A Single Project. 20.2 1. Income Tax Return (form 1701/1702) With Audited Financial Statement., 2. Business Tax Return (forms 2550m And 2550q) Prior To Opening Of Bids Filed Thru Electronic Filing And Payment System (efps). Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted. 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 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 In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract 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 At The Bulacan Agricultural State College, Pinaod, San Ildefonso, Bulacan. In Accordance With Incoterms.” For Goods Supplied From Within The Philippines, “the Delivery Terms Applicable To This Contract Are Delivered At The Bulacan Agricultural State College, Pinaod, San Ildefonso, Bulacan. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Ms. Rona Angela O. Clarin, Basc Property Officer, And Engr. Darius Mendoza, Project-in-charge. Incidental Services – No Further Instructions. Spare Parts – No Further Instructions. Packaging – No Further Instructions. Transportation – 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 – No Further Instructions. 2.2 The Terms Of Payment Shall Be As Follows: Upon Certification Of Complete Delivery Of Items By The End User And Basc Inspection Team.” 4 The Inspections And Tests That Will Be Conducted Are: On Site Testing Of All Items To Be Procured. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Delivered, Weeks/months 1 Hydro-electric Turbine With Electronic Laboratory Features • Self-contained With Built-in Water Tank • Compatible With Custom-designed 3d-printed Propellers • 3d-printed Propeller Acts As The Prime Mover To Extract Kinetic Energy From Water Flow • Lamps To Simulate The Domestic Load Over The Power Generation • Includes Five Different Propellers, With Varying Number Of Blades And Blade Angles • Includes Data Acquisition System For Data Acquisition Via Usb • Compatible With Data Acquisition E-lab Remote Learning Software Comprehensive Demonstration And Investigation Into The Foundations Of Hydro Electric Energy Conversion Including: • Simulate The Concept Of Hydroelectricity And Determine Power Curves By Varying The Pump Discharge And Variable Load Light Bank, As Domestic Load. • Impact Of Number Of Blades On The System Efficiency. • Compare Efficiencies Of Different Blade Variants And Determine Best Efficiency Point (bep). • Impact Of Blade Angles On The System Efficiency. Compare Efficiencies Of Different Angle Varlants And Determine Best Efficiency Point (bep). • Study About Mechanical Efficiency, Electrical Efficiency, And Overall Efficiencies. • Impact Of Domestic Load Acting As Power Consumption And Formulate Energy Audit Of System Using Sankey Diagram. Turbine: • Type: Propeller • Material: Photopolymer Resin . • Number Of Blades: 3 4 And 5 . 3, 4 And 5 Bladed Pitched At 40* • 4 Bladed Further Pitched At: 25° And 55° Generator: • (220 - 300)w Dc Generator . • Rated Speed (3500-4500) Rpm Space Required: • Solid, Level Floor: Allow At Least 2 M Of Free Space Around The Inlet And 3 M At The Outlet Items Included: • Five Different Propellers In Storage Box . • User Guide • Software Free Download • M2 And M4 Allen Keys Electronic Laboratory (1 Yr Subscription Included) Features: • Provides Automatic Calculation, Recording, Charting And Data Export Remotely . • An Unlimited Number Of Students Can Simultaneously Acquire And Process Live Experimental Data Remotely From Their Computer . • Individually Manipulate The Experiment Data Remotely • Clear, Customisable Display And Layout • To Monitor, The Connection Status Of Students Time Logged • Records Data Manually Or Automatically. • Data Capture Can Be Set By Time Or Intervals • Displays Real-time Data In Digital Form Or As An Analogue Meter. • Real-time Traces Of Analogue Signals . • Logs Data For Printing And Later Analysis • Exports Data For Use By Other Software. • Performs Real-time Calculations To Generate User Defined Data. • Prints Charts And Data Tables 1 Unit Ninety (90) Calendar Days [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ 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. Technical Specifications Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Hydro-electric Turbine With Electronic Laboratory Features • Self-contained With Built-in Water Tank • Compatible With Custom-designed 3d-printed Propellers • 3d-printed Propeller Acts As The Prime Mover To Extract Kinetic Energy From Water Flow • Lamps To Simulate The Domestic Load Over The Power Generation • Includes Five Different Propellers, With Varying Number Of Blades And Blade Angles • Includes Data Acquisition System For Data Acquisition Via Usb • Compatible With Data Acquisition E-lab Remote Learning Software Comprehensive Demonstration And Investigation Into The Foundations Of Hydro Electric Energy Conversion Including: • Simulate The Concept Of Hydroelectricity And Determine Power Curves By Varying The Pump Discharge And Variable Load Light Bank, As Domestic Load. • Impact Of Number Of Blades On The System Efficiency. • Compare Efficiencies Of Different Blade Variants And Determine Best Efficiency Point (bep). • Impact Of Blade Angles On The System Efficiency. Compare Efficiencies Of Different Angle Varlants And Determine Best Efficiency Point (bep). • Study About Mechanical Efficiency, Electrical Efficiency, And Overall Efficiencies. • Impact Of Domestic Load Acting As Power Consumption And Formulate Energy Audit Of System Using Sankey Diagram. Turbine: • Type: Propeller • Material: Photopolymer Resin . • Number Of Blades: 3 4 And 5 . 3, 4 And 5 Bladed Pitched At 40* • 4 Bladed Further Pitched At: 25° And 55° Generator: • (220 - 300)w Dc Generator . • Rated Speed (3500-4500) Rpm Space Required: • Solid, Level Floor: Allow At Least 2 M Of Free Space Around The Inlet And 3 M At The Outlet Items Included: • Five Different Propellers In Storage Box . • User Guide • Software Free Download • M2 And M4 Allen Keys Electronic Laboratory (1 Yr Subscription Included) Features: • Provides Automatic Calculation, Recording, Charting And Data Export Remotely . • An Unlimited Number Of Students Can Simultaneously Acquire And Process Live Experimental Data Remotely From Their Computer . • Individually Manipulate The Experiment Data Remotely • Clear, Customisable Display And Layout • To Monitor, The Connection Status Of Students Time Logged • Records Data Manually Or Automatically. • Data Capture Can Be Set By Time Or Intervals • Displays Real-time Data In Digital Form Or As An Analogue Meter. • Real-time Traces Of Analogue Signals . • Logs Data For Printing And Later Analysis • Exports Data For Use By Other Software. • Performs Real-time Calculations To Generate User Defined Data. Prints Charts And Data Tables [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ 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);or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (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 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 ⬜ (h) 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 ⬜ (i) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (j) 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 ⬜ (k) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (l) 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 ⬜ (m) 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. Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (n) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (o) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. 25 Financial Component Envelope ⬜ (a) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (b) Original Of Duly Signed And Accomplished Price Schedule(s). Bid Form Date: ____________ Project Identification No. ____________ To: Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan 3010 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 And Delivery 2025-06g: Acquisition Of Hydro-electric Turbine With Electronic Laboratory For Agricultural And Biosystems Engineering In Conformity With The Said Bidding Documents For The Sum Of __________________________________________________________(php____________)[total Bid Amount In Words And Figures] 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. We Agree To Abide By This Bid For The Bid Validity Period Specified In The Bidding Documents Provisions And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per The Bidding Documents. We Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Name Of Project Of The Name Of The Procuring Entity] [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter’s Behalf For Name Of Project Of The Name Of The Procuring Entity]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 2025. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ___________________ Price Schedule Name Of Bidder ____. Invitation To Bid Number ___________ Page _____ Of______. 1 2 3 4 5 6 7 8 9 10 Item Description Country Of Origin Quantity Unit Price Exw Per Item Transportation And Insurance And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col 9) X (col 4) 1 Hydro-electric Turbine With Electronic Laboratory Features • Self-contained With Built-in Water Tank • Compatible With Custom-designed 3d-printed Propellers • 3d-printed Propeller Acts As The Prime Mover To Extract Kinetic Energy From Water Flow • Lamps To Simulate The Domestic Load Over The Power Generation • Includes Five Different Propellers, With Varying Number Of Blades And Blade Angles • Includes Data Acquisition System For Data Acquisition Via Usb • Compatible With Data Acquisition E-lab Remote Learning Software Comprehensive Demonstration And Investigation Into The Foundations Of Hydro Electric Energy Conversion Including: • Simulate The Concept Of Hydroelectricity And Determine Power Curves By Varying The Pump Discharge And Variable Load Light Bank, As Domestic Load. • Impact Of Number Of Blades On The System Efficiency. • Compare Efficiencies Of Different Blade Variants And Determine Best Efficiency Point (bep). • Impact Of Blade Angles On The System Efficiency. Compare Efficiencies Of Different Angle Varlants And Determine Best Efficiency Point (bep). • Study About Mechanical Efficiency, Electrical Efficiency, And Overall Efficiencies. • Impact Of Domestic Load Acting As Power Consumption And Formulate Energy Audit Of System Using Sankey Diagram. Turbine: • Type: Propeller • Material: Photopolymer Resin . • Number Of Blades: 3 4 And 5 . 3, 4 And 5 Bladed Pitched At 40* • 4 Bladed Further Pitched At: 25° And 55° Generator: • (220 - 300)w Dc Generator . • Rated Speed (3500-4500) Rpm Space Required: • Solid, Level Floor: Allow At Least 2 M Of Free Space Around The Inlet And 3 M At The Outlet Items Included: • Five Different Propellers In Storage Box . • User Guide • Software Free Download • M2 And M4 Allen Keys Electronic Laboratory (1 Yr Subscription Included) Features: • Provides Automatic Calculation, Recording, Charting And Data Export Remotely . • An Unlimited Number Of Students Can Simultaneously Acquire And Process Live Experimental Data Remotely From Their Computer . • Individually Manipulate The Experiment Data Remotely • Clear, Customisable Display And Layout • To Monitor, The Connection Status Of Students Time Logged • Records Data Manually Or Automatically. • Data Capture Can Be Set By Time Or Intervals • Displays Real-time Data In Digital Form Or As An Analogue Meter. • Real-time Traces Of Analogue Signals . • Logs Data For Printing And Later Analysis • Exports Data For Use By Other Software. • Performs Real-time Calculations To Generate User Defined Data. Prints Charts And Data Tables 1 Unit Grand Total (in Words) (in Figures) [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-06g: Acquisition Of Hydro-electric Turbine With Electronic Laboratory For Agricultural And Biosystems Engineering Location Of The Project : San Ildefonso, Bulacan List Of All Ongoing Government & Private Contracts Including Contracts Awarded But Not Yet Started Business Name : Business Address :______________________________________________________________________ Name Of Contract/ Project Cost A. Owner’s Name B. Address C. Telephone Nos. Nature Of Work Bidder’s Role A. Date Awarded B. Date Started C. Date Of Completion % Of Accomplishment Value Of Outstanding Works / Undelivered Portion Description % Planned Actual Government Private Note: This Statement Shall Be Supported With: Total Cost 1 Notice Of Award (for Government Projects) 2 Notice To Proceed (for Government Projects) 3 Contract Submitted By : (printed Name & Signature) Designation : Date : [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-06g: Acquisition Of Hydro-electric Turbine With Electronic Laboratory For Agricultural And Biosystems Engineering Location Of The Project : San Ildefonso, Bulacan Statement Of Single Largest Completed Contracts (slcc) In The Last Five (5) Years Business Name : Business Address : Name Of Contract A. Owner Name B. Address C. Telephone Nos. Nature Of Work Contractor’s Role A. Amount At Award B. Amount At Completion C. Duration A. Date Awarded B. Contract Effectivity C. Date Completed Description % Government Private Attached Herewith Are The Following Documents: Contract Agreement, Notice Of Award, Notice To Proceed, Official Receipt/invoice, Certificate Of Final Inspection, Certificate Of Good Performance And Certificate Of Acceptance, As Evidences In Support Of The Foregoing Information. Submitted By : (printed Name & Signature) Designation : ____________________________________________ Contract Agreement Form This Agreement Made The _____ Day Of __________ 20_____ Between [name Of Procuring Entity] Of The Philippines (hereinafter Called “the Entity”) Of The One Part And [name Of Supplier] Of [city And Country Of Supplier] (hereinafter Called “the Supplier”) Of The Other Part: Whereas The Entity Invited Bids For Certain Goods And Ancillary Services, Viz., [brief Description Of Goods And Services] And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of [contract Price In Words And Figures] (hereinafter Called “the Contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Referred To. 2. The Following Documents Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: (a) The Supplier’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g. Bidder’s Response To Clarifications On The Bid), Including Corrections To The Bid Resulting From The Procuring Entity’s Bid Evaluation; (b) The Schedule Of Requirements; (c) The Technical Specifications; (d) The General Conditions Of Contract; (e) The Special Conditions Of Contract; (f) The Performance Security; And (g) The Entity’s Notice Of Award. 3. In Consideration Of The Payments To Be Made By The Entity To The Supplier As Hereinafter Mentioned, The Supplier Hereby Covenants With The Entity To Provide The Goods And Services And To Remedy Defects Therein In Conformity In All Respects With The Provisions Of The Contract 4. The Entity Hereby Covenants To Pay The Supplier In Consideration Of The Provision Of The Goods And Services And The Remedying Of Defects Therein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of The Contract At The Time And In The Manner Prescribed By The Contract. In Witness Whereof The Parties Hereto Have Caused This Agreement To Be Executed In Accordance With The Laws Of The Republic Of The Philippines On The Day And Year First Above Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Supplier) 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 [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 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 [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 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 _____ * This Form Will Not Apply For Wb Funded Projec Bid Securing Declaration Form Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: [insert Name And Address Of The Procuring Entity] I/we , The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/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 Financial Documents For Eligibility Check Year 20 1 Total Assets 2 Current Assets 3 Total Liabilities 4 Current Liabilities 5 Net Worth (1-3) 6 Net Working Capital (2-4) The Net Financial Contracting Capacity (nfcc) Based On The Above Data Is Computed As Follows: Nfcc = [(current Assets – Current Liabilities) (15)] Minus Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. The Values Of The Domestic Bidder’s Current Assets And Current Liabilities Shall Be Based On The Latest Audited Financial Statements Submitted To The Bir. Nfcc = Php Submitted By: Name Of Bidder Signature Of Authorized Representative Over Printed Name Date:
Closing Date29 May 2025
Tender AmountPHP 9 Million (USD 161.6 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Combined Synopsis/solicitation Notice combined Synopsis/solicitation Notice page 3 Of 3 combined Synopsis/solicitation Notice *= Required Field combined Synopsis/solicitation Notice page 1 Of 3 (i) This Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) Solicitation 36c24725q0296 Is Issued As A Request For Quotation (rfq). (iii) The Solicitation Incorporates Provisions And Clauses In Effect Through Federal Acquisition Circular 2025-02, Dated 01-03-2025. (iv) This Solicitation Is Set-aside Exclusively For Service-disabled Veteran-owned Small Business Concerns. To Be Considered For Award Prospective Offerors Must Be Registered And Active In The System For Award Management (www.sam.gov) And Sba Verified Sdvosb Veteran Small Business Certification Veteran Small Business Certification (vetcert) (https://veterans.certify.sba.gov/) Concern Verified At The Date And Time Set For Receipt Of Offers. An Offeror, Who Is Not Sam Registered Or Sba Vet Cert Verified Sdvosb Concern At The Date And Time Set For Receipt Of Offers Will Have Their Offer Rejected As Non-responsive And Will Not Be Considered For Award. The Applicable Naics Code For This Solicitation Is 562211, Small Business Size Standard $47.0 Million. Applicable Wage Determination Wd # 2015-4609, Revision 24, Dated 12/23/2024 Is Incorporated. (v) Contractor Shall Provide Quote For Services A Base Plus (4) Four Option Years. (vi) Price/cost Schedule item Information item Number description Of Supplies/services quantity unit unit Price amount 0001 12.00 mo __________________ __________________ contractor Shall Perform Regulated Medical Waste (rmw) Pick Up/disposal Services In Accordance With The Statement Of Work (sow). This Service Includes But Is Not Limited To Items Contaminated With Blood And Body Fluids/waste, Chemotherapy Wastes, Sharps, Pathological And Microbiological Waste Or Other Potentially Infectious Materials And The Collection, Packaging, Transport, And Incineration Or Otherwise Disposal Of Medical Waste Materials In Accordance With All Applicable Environmental Protection Agency (epa), Food And Drug Administration (fda), Department Of Transportation (dot), Occupational Safety And Health Administration (osha) And Any Other State And Federal Requirements Or Guidelines. contract Period: Base pop Begin: 04-01-2025 pop End: 03-31-2026 1001 12.00 mo __________________ __________________ contractor Shall Perform Regulated Medical Waste (rmw) Pick Up/disposal Services In Accordance With The Statement Of Work (sow). This Service Includes But Is Not Limited To Items Contaminated With Blood And Body Fluids/waste, Chemotherapy Wastes, Sharps, Pathological And Microbiological Waste Or Other Potentially Infectious Materials And The Collection, Packaging, Transport, And Incineration Or Otherwise Disposal Of Medical Waste Materials In Accordance With All Applicable Environmental Protection Agency (epa), Food And Drug Administration (fda), Department Of Transportation (dot), Occupational Safety And Health Administration (osha) And Any Other State And Federal Requirements Or Guidelines. contract Period: Option 1 pop Begin: 04-01-2026 pop End: 03-31-2027 2001 12.00 mo __________________ __________________ contractor Shall Perform Regulated Medical Waste (rmw) Pick Up/disposal Services In Accordance With The Statement Of Work (sow). This Service Includes But Is Not Limited To Items Contaminated With Blood And Body Fluids/waste, Chemotherapy Wastes, Sharps, Pathological And Microbiological Waste Or Other Potentially Infectious Materials And The Collection, Packaging, Transport, And Incineration Or Otherwise Disposal Of Medical Waste Materials In Accordance With All Applicable Environmental Protection Agency (epa), Food And Drug Administration (fda), Department Of Transportation (dot), Occupational Safety And Health Administration (osha) And Any Other State And Federal Requirements Or Guidelines. contract Period: Option 2 pop Begin: 04-01-2027 pop End: 03-31-2028 3001 12.00 mo __________________ __________________ contractor Shall Perform Regulated Medical Waste (rmw) Pick Up/disposal Services In Accordance With The Statement Of Work (sow). This Service Includes But Is Not Limited To Items Contaminated With Blood And Body Fluids/waste, Chemotherapy Wastes, Sharps, Pathological And Microbiological Waste Or Other Potentially Infectious Materials And The Collection, Packaging, Transport, And Incineration Or Otherwise Disposal Of Medical Waste Materials In Accordance With All Applicable Environmental Protection Agency (epa), Food And Drug Administration (fda), Department Of Transportation (dot), Occupational Safety And Health Administration (osha) And Any Other State And Federal Requirements Or Guidelines. contract Period: Option 3 pop Begin: 04-01-2028 pop End: 03-31-2029 4001 12.00 mo __________________ __________________ contractor Shall Perform Regulated Medical Waste (rmw) Pick Up/disposal Services In Accordance With The Statement Of Work (sow). This Service Includes But Is Not Limited To Items Contaminated With Blood And Body Fluids/waste, Chemotherapy Wastes, Sharps, Pathological And Microbiological Waste Or Other Potentially Infectious Materials And The Collection, Packaging, Transport, And Incineration Or Otherwise Disposal Of Medical Waste Materials In Accordance With All Applicable Environmental Protection Agency (epa), Food And Drug Administration (fda), Department Of Transportation (dot), Occupational Safety And Health Administration (osha) And Any Other State And Federal Requirements Or Guidelines. contract Period: Option 4 pop Begin: 04-01-2029 pop End: 03-31-2030 grand Total __________________ (vii) Description Of Requirement: statement Of Work regulated Medical Waste And Sharps Removal Services tuscaloosa Va Medical Center a. General Information: 1. Title Of Project: Regulated Medical Waste And Sharps Removal Services 2. Location Of Services: Tuscaloosa Va Medical Center, 3701 Loop Road East, Tuscaloosa, Al 35404 3. Location Of Sharps/bio-hazard Containers: building room Number quantity 137 4-117 1 137 14-117 1 137 14-106 1 137 3117 1 137 3104 1 137 d3-101 1 137 e3-107 2 137 e3-117 1 137 g3-101 1 137 g3-116 2 137 h3-113 1 137 13-100 1 137 12-117 2 135 g-15 1 135 g-17 1 135 g18 1 135 g19 1 135 g21 1 135 g23 1 135 g23 1 135 g26 1 135 g25 1 135 g27 1 135 g31 1 135 g32 1 135 g33 1 135 g34 1 135 g42 1 38 210 1 38 211 1 38 212 1 38 213 1 38 214 1 38 206 1 38 207 1 38 240 1 38 242 1 38 243 1 38 244 1 38 243 1 38 243a 1 38 227 1 38 241 1 38 241a 1 38 243 1 38 251 1 38 252 1 38 254 1 38 111 1 38 112 1 38 113 1 38 114 1 38 115 1 38 110 1 38 109 1 38 106 1 38 104 1 38 143 1 38 133 1 38 133b 1 38 141 1 38 142 1 38 142a 1 38 143 1 38 144 1 38 144a 1 38 145 1 38 152 1 38 152a 1 38 153 1 38 155 1 1 314 2 1 308 1 1 323 1 1 420 1 phar-135 g12, G58 2 phar-145 tbd 2 eye 20a 1 dental 41b, 41e, 41h, 41j, 41m, 41n, 41p, 41q 1 lab-135 123, 128, 128a, 128c, 133, 133b, 133d 25 18 108 1 146 19, 30 2 147 19 2 149 23, 33, 45, 69, 79 9 61 a37 1 61 b-20 3 61 b23 2 61 d20 1 61 d-22 3 cage-3 n/a (storage) 69 (estimated) 3. Period Of Performance: Base Plus Four (4) Option Years As Follows: base Year: April 1, 2025 March 31, 2026 option Year #1: April 1, 2026 March 31, 2027 option Year #2: April 1, 2027 March 31, 2028 option Year #3: April 1, 2028 March 31, 2029 option Year #4: April 1, 2029 March 31, 2030 4. Type Of Contract: Firm Fixed Price 5. Days And Hours Of Operation: The Tuscaloosa Vamc Business Days And Hours Are Monday Through Friday 8:00 Am- 4:30 Pm, Central Standard Time, Excluding Federal Holidays. Federal Holidays Are New Year S Day, Martin Luther King Birthday, President S Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran S Day, Thanksgiving Day, And Christmas Day. B. General Requirments: 1. The Contractor Shall Provide All Labor, Supervision, Transportation, Supplies, Equipment Necessary To Pick Up And Transport Regulated Medical Waste (rmw) To Include The Pickup Of Sharps And Bio-hazard Waste. 2. The Contractor Shall Collect, Transport, And Dispose Of Rmw And Sharps. Should Be Treated By Autoclaving Or By Means As Regulated By The Alabama Department Of Environmental Management, And In Accordance With Federal, State And Local Laws And Regulations. 3. Pickup Of Full Sharps And Rmw Shall Be Twice Every Week On Wednesdays From The Locked Cage Located In Building 3. Twice Per Week The Contractor Should Pick Up From All Units As Listed In The Above Table. Contractor Is To Check In With The Cor Or Chief Ems. 4. This Medical Facility Has As Estimate 19,102 Pounds Of Rmw That Is Disposed Of Per Year And 13,000 Pounds Of Sharps And Bio-hazardous Waste Per Year. 5. Types Of Rmw Include, But Are Limited To The Following: a. Pathological Waste B. Cultures, Stocks And Vaccines C. All Used And Unused Sharps D. Blood, Blood Products, Other Potentially Infectious Body Fluids And Contaminated Items E. Pharmaceuticals (controlled, Outdated And Vaccines) **will Not Be Separated note: Please Be Advised That All Personnel Of The Awarded Contractor Must Have A Completed Tuberculosis Skin (tb) Test In Order To Work In Patient Areas. The Tb Skin Test Will Be At The Expenses Of The Contractor And Proof Of The Test Must Be Submitted To The Contracting Officer Representative (cor) Prior To Any On-site Services Conducted At The Tvamc. c. Specific Services: 1. Provide And Service Reusable Sharps Containment System: a. Contractor Shall Provide Labor, Transportation, Collection, Removal, Treatment And Destruction Services Including A Reusable Sharps Containment System Compliant With Centers For Disease Control (cdc) And National Institute For Occupational Safety And Health (niosh) Guidelines For The Storage, Transport And Shipment Of Regulated Medical Waste. b. A Minimum Of 90 Containers Are Needed Bi-weekly At The Tvamc. For Start Up Purposes, A Total Of 196 Containers Are Needed As Follows: 2 Gallon 64 4 Gallon 36 7 Gallon 96 c. Contractor Shall Provide Rigid Puncture Resistant Sharps Containers That Meet The American Society For Testing Materials (astm) Standard F2131-01 "standard Specification For Puncture Resistance Of Materials Used In Containers For Discarded Medical Needles And Other Sharps" d. Contractor Shall Provide Sharps Containers That Include Appropriate Sizes And Shapes, Opening Types (vertical Drop) And Closures (locking Mechanism), Mounting Brackets, Carts With Casters (to Hold And Transport), Training, And Replacement For Sharps Collection And Containment Of Sharps Waste (defined Below). e. Sharps Containers Shall Be Of The Type That Lends Itself To Privacy Of Patient Information (example- Be Of Solid Red In Color). Each Container Shall Meet All Requirements Of The Occupational Safety And Health Administration (osha) Regulation 29 Cfr 1910.1030 'bloodborne Pathogens" And Be Registered As A Sharp Waste Container With The Food And Drug Administration (fda). f. Contractor Shall Provide Labor, Tools, Materials, Supplies, Appropriate Equipment, Transportation, And Supervision Necessary To Pick Up, Store, Transport, Decant, And Clean/sterilize Containers As Well As Destroy, Dispose Of, Document, And Invoice For Waste Removed From The Containers. Special Function Items Such As, But Not Limited To, Funnel Tops, Traps, Wall Cabinets And Related Hardware, Shall Be Supplied By The Contractor At No Additional Cost To The Va. g. "sharps Infectious Waste" Shall Be Considered For The Purpose Of This Contract To Include Hypodermic Needles, Syringes And Scalpel Blades. The Term Does Not Include Any Hazardous Waste, Radioactive Waste, Or Pharmaceuticals. The Medical Center Will Be Responsible For The Segregating Of All Waste In Accordance With Federal, State, And Local Requirements. h. The Contractor Shall Provide A Supply Of Clean/sterilized, Dry And Free Of Odors, Reusable Sharps Containers To Be Kept On Site To Be Used In The Event That A Container Does Become Full Prior To The Contractor's Scheduled Exchange Visit And An Environmental Management Service (ems) Staff Member Will Then Replace Full Container With A New Empty One. Exact Storage Location To Be Determined By Ems. i. Contents Of Containers Shall Be Transported Off Station And Disposed Of As Rmw. The Contaminated Reusable Sharps Containers Shall Be Cleaned, Disinfected, And Sterilized For Reuse. Reusable Sharps Containers Shall Not Be Cycled Through More Than 500 Times Or As Stated And Allowed By Applicable And Current Regulations. The Cost Of Any Replacement Sharps Containers Shall Be At The Contractor's Expense. j. All Containers Shall Be Clearly Labeled With Biohazard Symbol And The Word "biohazard' Displayed On Them Along With Barcode. k. The Contractor Will Provide Red Bags/liners For The Re-useable Plastic Containers As Needed, Or Upon Request. We Will Require 8- And 15-gallon Bags, Using An Estimated 1,200 Bags Per Year For Each Size. l. In Additional To Re-useable Containers, Contractor Will Provide Red Bags For Use In Emergencies. 2. Provide Regulated Medical Waste (rmw) Collection And Disposal Services a. Contractor Shall Provide Services Including The Provision Of Containers And Labels For Regulated Medical Waste; Pickup Of All Regulated Medical Waste Streams To Include Sharps; Storage And Transport; Decanting, Examination, Appropriate Treatment, Disposal, And Documentation Of Quantities And Weights Of Waste; Cleaning Of Containers; And Provision Of Legal Manifest Which Accurately Documents The Chain Of Custody From Point Of Pickup To Final Disposition. b. The Estimated Quantity Of Waste Pickup Is Established In Section B2 Price/cost Schedule. c. Contractor Will Pick Up Medical Waste And Sharps From The Units As Listed In Section A3 And Take To Building 3, Locked Cage. The Contractor Will Pick Up And Dispose Of Rmw And Sharps From The Containers Behind Building 3 In The Locked Cage. d. Regulated Medical Waste Containers: Containers Shall Be Made Of Rigid Plastic Construction Designed To Prevent Puncture By Needles And Other Sharps, Capacity Not To Exceed 96-gallons, (minimum Of 26 Wheeled Totes Are Needed In The Catchment Area) And Shall Include Locking Safety Handles Along With Appropriate Bio-hazard Warning Symbols Approved By The State And Federal Regulatory Agencies. Contractor Shall Maintain The Re-used Containers And Equipment In A State Of Satisfactory Repair (no Broken Wheels Or Lids, Sharp Points) And Appearance (free Of Dirt/old Paper Stickers) As Determined By The Cor. Contractor Shall Have Containers Disinfected Inside And Out And Free Of Moisture Using The Centers For Disease Control (cdc) Approved Disinfectant Before Returning Them To The Medical Center Or Clinics For Use. Safety Data Sheet (sds) Information Shall Be Provided By The Contractor To The Cor Prior To Use. e. Medical Waste And Sharps Should Be Disposed Of By Autoclaving. d. Safety Requirements And Training: a. Contractor Vehicles, Carts, Materials, Or Supplies Shall Not Be Left Unattended. Vehicles Shall Be Parked Only In Designated Area As Provided By Ems Staff. b. Contractor Shall Ensure That Its Staff Who Drive On Va Property Are Professional, Comply With All Facility Policies Such As Zero Tolerance For Sexual Harassment And Violence In The Workplace, Drug-free Workplace, Safety, And Be Appropriately Dressed. c. Contractor Shall Ensure That Facility Standards Are Followed Along With The Joint Commission Standards. Contractor Is Solely Responsible For Any And All Spills Or Leaks During The Performance Of The Contract. d. The Contractor Agrees To Clean Up Such Spills And/or Leaks To The Satisfaction Of The Government In A Manner Which Satisfies The Applicable Regulations, At No Cost To The Government e. The Contractor Shall Report To The Va Safety Officer Via The Cor All Spills, Regardless Of Quantity And All Personnel Exposures. Such Reports Shall First Be Reported By Telephone Within 30 Minutes Following The Incident And Shall Have A Follow Up In Writing No Later Than Seven (7) Days After The Initial Report. When Reporting A Spill, The Following Information Shall Be Furnished (1) Quantity Spilled; (2) Exact Location Of Spill; (3) Containment Procedures Initiated; (4) Clean-up And Disposal Procedures; (5) Personal Injury Involved; (6) Assistance Required; And (7) A Narrative Summarizing All On-scene Visits Made By Local, State, And Federal Officials. f. Contractor Shall Not Dispose Of Any Chemical Containers Contaminated By Cleaning Chemicals In Any Location In The Facility Except As Specified By The Cor. g. Contractor Shall Comply With All Applicable Federal, State, County Regulations On Workers' Safety Standards And Related Training. h. All Contractor Personnel Involved In The Performance Of This Contract Shall Have Received Training Regarding The Handling Of Infectious Materials, And Emergency Procedures To Be Followed In Case Of A Spill Before Starting Work Under This Contract. i. Certification Of Such Training Shall Be Provided Within (fifteen) 15 Days Of Receiving Notice Of Award Of The Contract. Certification For Any New Contract Employees Shall Be Provided To The Contracting Officer Within Thirty (30) Days Of Receipt Of The Training. e. Contractor Submittals: a. Prior To Commencement Of Any Work, The Contractor And Employees Working On This Contract Shall Submit To The Cor And/or Contracting Officer: contractor Shall Be Properly Licensed By Federal, State And Local Authorities To Provide Pickup, Removal And Disposal Of Bio-hazardous Waste And Insured. contractor Shall Attach Copies Of Licenses, Permits, And Proof Of Insurance Indicated Above With Their Quote At Time Of Offer Due Date And Shall Maintain All Required Licensing, Permitting, And Insurance Throughout The Life Of The Contract. contractor Shall Provide Name, Address, Contact Name And Telephone Number Of All Disposal Facilities To Be Used Under This Contract, With Their Offer At Time Of Offer Due Date. contractor Shall Make Complete Distribution Of The Waste To A Reliable Licensed Facility Approved By All Federal, State, And Local Regulatory Bodies For Disposal. the Contractor Shall Identify A Person Who Shall Be Responsible For The Performance Of Work. The Name And Phone Number Shall Be Provided To The Contracting Officer At The Time Of Offer. the Contractor Shall Establish And Maintain A Complete Quality Control Program To Assure The Requirements Of The Contract Are Provided As Specified. The Contractor Shall Provide A Copy Of Their Quality Control Program To The Contracting Officer At The Time Of Offer. the Contractor Shall Develop And Submit To The Contracting Officer, A Copy Of Their Contingency Plan In The Event Of Vehicle Breakdown, Disposal Facility Breakdown, Natural Disaster, Or Employee Strike At The Time Of Offer. The Contingency Plan Will Include Notification Procedures For Informing The Contractor Officer Representative (cor)/generator Of Any Actuation Of The Contingency Plan To Prevent Possible Violation Of Interstate Laws. f. Contractor Qualifications: all Personnel Of The Awarded Contractor Must Have A Completed Tuberculosis Skin (tb) Test In Order To Work In Patient Areas. The Tb Skin Test Will Be At The Expense Of The Contractor And Proof Of The Test Must Be Submitted To The Contracting Officer Representative (cor) Prior To Any On-site Services Conducted At The Tvamc. contractor Must Provide A Copy Of The State Department Of Environmental Management, notification Of Permit By Rule Operations Solid Waste Collection Operation Permit, Transporter Permit. g. Manifest Documentation/report a. Contractor Will Make Pickups At The Designated Pick Up Points Between The Hours Of 8 Am And 2:30 P.m. (weekdays). b. The Contractor Shall Provide Tracking Of Medical Waste From The Point Of Pickup, Through Use Of An Epa, Deq For Applicable State, And Dot Approved Manifest System. c. The Contractor Shall Provide Hard Copy Documentation (manifest Sheets) To The Cor, Indicating Time And Date Of Pickup, Time And Date Of Autoclaving, And Weight Of Each Container Received At The Time Of Pick Up. d. Contractor Staff Shall Engage Only Authorized Ems Staff (cor Or Designee) To Sign Manifests Of Waste In Accordance With Dot And State Requirements. Contractor Shall Provide Final Copy Of Manifests Within Two (2) Weeks After The End Of The Month Of Service. e. Contractor Shall Provide The Weights Of Medical Waste Processed For Each Facility Site At The End Of Each Month. These Weights May Be Included On The Monthly Invoice But Must Be Provided Monthly. f. Contractor Will Provide All The Necessary Labels To Designate The Type Of Medical Waste Contained In Each Container (medical Waste) h. Quality Control/assurance (contractor): a. The Contractor Shall Establish And Maintain A Complete Quality Control/assurance Program To Assure The Requirements Of The Contract Are Provided As Specified. b. The Contractor Shall Provide A Copy Of Their Quality Control/assurance Plan To The Contracting Officer With Their Quote At Time Of Offer Due Date. i. Quality/performance Requirements Summary a. As Stated Above, The Contractor Shall Be Responsible For Their Own Internal Quality Control Program. The Government Will Perform Surveillance Of The Contractor's Performance Using The Performance Work Statement And The Performance Requirements Summary (see Technical Exhibit 1) On The Next Page To Determine If The Contractor Exceeds, Meets, Or Does Not Meet These Standards. The Fact That The Government Is Performing Surveillance Of The Contractor's Performance Does Not In Any Way Relieve The Contractor From Performing Their Own Surveillance And Maintaining Acceptable Quality Levels. b. Performance Requirements Summary Matrix: 1. The Government Shall Use These Standards To Determine Contractor Performance And Shall Compare Contractor Performance To The Acceptable Quality Level (aql). technical Exhibit 1 performance / Requirement Indicator performance Standard performance Measure (aql) monitoring Method / Method For Surveillance incentive waste Collection/pickup Form Both Rmw And Sharps Containers (sections 3a And 3b) within Time Specified 100% (no Deviation) direct Observation, Random Sampling By Cor And Customer Complaints positive Past Performance & Exercise Of Option Year Periods treat And Disposal Of Waste (section 3) dispose Of In Accordance With Osha, Epa, And Local, Stated, And Federal Regulations 100% (no Deviation) direct Observation, Random Sampling By Cor positive Past Performance & Exercise Of Option Year Periods provide Copies/access To Documentation (manifest Sheets) To The Cor, Indicating Time And Date Of Pickup, Time And Date Of Autoclaving, And Weight Of Each Container Received At The Time Of Pick-up (section 6) provide At The Time Of Pickup 100% (no Deviation) direct Observation, Random Sampling By Cor positive Past Performance & Exercise Of Option Year Periods pick-up, Disposal Documents The Contractor Shall Provide Copy Of Monthly Record Of The Weights For Medical Waste (manifests) Picked Up And Disposed Of. (section 6) final Documents Received Within 2 Weeks, Following The End Of The Month 100% (no Deviation) direct Observation, Random Sampling By Cor positive Past Performance & Exercise Of Option Year Periods (viii) Far 52.212-1, Instructions To Offerors Commercial Items (sep 2023), Applies To This Solicitation. The Following Provisions And Clauses Are Added As Addenda: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/index.asp far Number title date 52.204-7 system For Award Management oct 2018 52.204-16 commercial And Government Entity Code Reporting aug 2020 52.229-11 tax On Certain Foreign Procurements--- Notice And Representation jun 2020 852.233-70 protest Content/alternative Dispute Resolution oct 2018 852.239-75 information And Communication Technology Accessibility Notice feb 2023 addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Following Provisions Are Incorporated Into 52.212-1 As An Addendum To This Solicitation: the Offeror Shall Submit Their Quote On Company Letterhead. The Offeror S Quote Shall Include The Name, Address, And Telephone Number Of The Offeror, The Offeror S Uei# And Orca Document, In Sam At (https://sam.gov) , And A Completed Copy Of 52.212-3 Offeror Representations And Certifications- Commercial Items. All Fillable Documents Are Required For Submission. Submission Of Vaar 852.219-75 Certification Completely Filled Out Is Required. acknowledgement Or Signed Copy Of All Amendments Posted To The Solicitation And Signed 1449. all Offerors Must Meet The Small Business Size Standard Of $47m For Naics Code 562211 Hazardous Waste Treatment And Disposal At The Time Of Submission Of Quote And At The Time Of Award. All Offerors Must Be Registered In Veterans Small Business Certification () And Sam At The Time Of Quote Submittal. an Offeror Must Be Sdvosb Verified (reference Vaar 852.219-73) At Time Of Quote Submission And At Time Of Award. Vaar 852.219-75 Certification Are A Submission Requirement And Shall Be Submitted Electronically. an Offeror Shall Indicate In Its Quote Whether It Will (1) Self-perform 100% Of The Requirement, Or (2) Subcontract Any Portion Of The Requirement. If The Offeror Intends To Subcontract Any Portion Of The Requirement, The Offeror Shall Provide A Subcontracting Plan That Includes A Percentage Breakdown Evidencing How The Offeror Will Comply With The Limitations On Subcontracting In 13 Cfr 125.6(a)(1). Failure To Provide The Required Information May Result In An Offeror S Quote Being Rejected Without Further Consideration. If The Offeror Plans On Using Subcontractors, You Must Provide A Subcontracting Plan To Include: a. Business Name b. Business Size c. Work They Will Be Performing, To Include % Of Work On Contract d. % Of Payment To Be Receive Of Total Contract Amount 7. Price: The Offeror Shall Fill-in All Unit Prices And Totals For Each Clin As Well As The Total Amount Of The Price Quote In The Solicitation S Price Schedule. 8. Technical: The Offeror Shall Demonstrate In Its Quote In As Much Detail As Possible How It Will Meet The Tusacaloosa Va Medical Center, Tuscaloosa, Al- Regulated Medical Waste And Sharps Removal Services Requirement As Described In The Solicitation S Statement Of Work. 9. Past Performance: The Offeror Is Required To Provide A Minimum Of Two (2) Past Performance Reference For Similar Services Within The Last Four (4) Years, Either Governmental Or Commercial Entity, In Response To This Solicitation, To Include Place, Size, And Years Of Service Performed. If No Past Performance Is Available, You Must Address This In Your Offer. Past Performance Will Be Reviewed As Part Of The Responsibility Determination Only. 10. All Questions Should Be Emailed To Laterrica.sewell@va.gov By Thursday, January 30, 2025, At 10:00am Est.. No Late Submissions Will Be Accepted. All Responses To Questions Shall Be Incorporated Into A Written Amendment Posted To The Government Point Of Entry (gpe). The Offeror Is Encouraged To Monitor The Gpe, Sam Website With Respect To This Solicitation Because Any Amendments To This Solicitation Will Be Posted On The Website (https://.sam.gov). there Will Be No Automated Email Notification Of Amendments. 11. Quotes Must Be Received By Thursday, February 13, 2025, At 10:00am Est. Email Your Quote To Laterrica.sewell@va.gov. The Subject Line Must Have The Solicitation The Offeror Is Responding To Listed. There Will Be No Automated Email Notification Of Receipt Of Quotes. All Quotes Received Without Requested Documentation Will Not Be Considered. a. The Offeror Will Submit All Documents In Pdf Form, Preferably One Document, With No More Than Ten (10) Pages. Not Providing All The Required Documents Above Along With Not Following The Instructions For Submission Will Result In An Unacceptable Quote. (end Of Provision) ix. Far 52.212-2, Evaluation Commercial Items (nov 2021), Applies To This Solicitation. basis For Award: This Request For Quote (rfq) Is Issued In Accordance With Far 12 And In Conjunction With Simplified Acquisition Procedures Far 13.5. Evaluation Of Price And Other Factors Will Be Performed In Accordance With Procedures Outlined In Far 13.106-3. A Single Award Will Be Made To The Offeror Who Represents The Best Value Utilizing Comparative Analysis, Considering, Technical, Past Performance, And Price. the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: technical: The Technical Evaluator Will Evaluate The Offerors Quote To Fulfill This Requirement. The Offeror Will Show Its Understanding Of The Requirement And The Viability Of Its Quote By Demonstrating Its Plan Of Action To Provide This Service, Demonstration Of Knowledge Of The Service And Ability To Perform By Providing A Detailed Plan Of Equipment And Personnel Required To Fulfill The Need And The Procedures You Will Use While Executing The Requirement. this Description Shall Include: offer Must Be In Business For Two Or More Years. offeror Must Provide Capabilities Statement Specifying The Ability To Provide Service Directly Related To Regulated Medical Waste And Sharps Removal Services Outlined In The Statement Of Work (sow). details Of The Vendor S Internal Quality Assurance Plan. past Performance: The Offeror Is Required To Provide A Minimum Of Two (2) Past Performance References For Similar Services Within The Last Two (2) Years, Either Governmental Or Commercial Entity, In Response To This Solicitation, To Include Place, Size, And Years Of Service Performed. If No Past Performance Is Available, You Must Address This In Your Offer. Past Performance Will Be Reviewed As Part Of The Responsibility Determination Only. price. The Vendor Is Required To Quote A Fully Burdened Fixed Price For The Clin Structure As Shown In Section Vi. Insert The Quoted Unit And Extended Prices In Contract Line-item Number (clin) 0001 Through 4001. All Unit Prices Shall Be Represented In Two Decimal Positions Only. Example: $0.27, Not $0.27458. The Government Shall Evaluate Price To Determine If It Is Considered Fair And Reasonable In Accordance With Far Part 13.106-3. (b) Options. The Government Will Consider Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). This Includes Options Under Far 52.217-8, Option To Extend Services, Which Applies To This Solicitation. Evaluation Of Options Under Far 52.217-8 Will Be Accomplished By Adding Six Months Of The Quoter's Price For The Last Potential Period Of Performance Under This Contract To The Quoter's Total Price. For Example, If The Contract Includes Option Periods That Are Exercisable Under Far 52.217-9, The Quoter's Total Price For The Purpose Of Evaluation Will Include The Base Period, All Option Periods, And An Additional Six Months Of The Last Option Period. Quoters Must Price Only The Base And Option Periods Specified In The Contract Line-item Numbers (clins) And Shall Not Submit A Price For The Potential Six-month Extension Of Services Under Far 52.217-8. The Government Reserves The Right To Exercise The Option Under Far 52.217-8 Before The End Of Any Of The Contractor's Performance Periods And Will Be Exercised At The Price And/or Rates In Effect At The Time The Clause Is Exercised. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). a Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (end Of Provision) 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) The Offeror Shall Not Complete The Representation At Paragraph (d)(1) Of This Provision If The Offeror Has Represented That It Does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument In Paragraph (c)(1) In The Provision At 52.204 26, Covered Telecommunications Equipment Or Services Representation, Or In Paragraph (v)(2)(i) Of The Provision At 52.212 3, Offeror Representations And Certifications Commercial Products And Commercial Services. The Offeror Shall Not Complete The Representation In Paragraph (d)(2) Of This Provision If The Offeror Has Represented That It Does Not Use Covered Telecommunications Equipment Or Services, Or Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services In Paragraph (c)(2) Of The Provision At 52.204 26, Or In Paragraph (v)(2)(ii) Of The Provision At 52.212 3. (a) Definitions. As Used In This Provision Backhaul, Covered Telecommunications Equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And Substantial Or Essential Component Have The Meanings Provided In The Clause 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (b) Prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115 232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In The Prohibition Shall Be Construed To (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115 232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition Shall Be Construed To (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (c) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For Covered Telecommunications Equipment Or Services. (d) Representations. The Offeror Represents That (1) It [ ] Will, [ ] Will Not Provide Covered Telecommunications Equipment Or Services To The Government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(1) Of This Section If The Offeror Responds Will In Paragraph (d)(1) Of This Section; And (2) After Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror Represents That It [ ] Does, [ ] Does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds Does In Paragraph (d)(2) Of This Section. (e) Disclosures. (1) Disclosure For The Representation In Paragraph (d)(1) Of This Provision. If The Offeror Has Responded Will In The Representation In Paragraph (d)(1) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (ii) For Covered Services (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Product Service Code (psc) Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (2) Disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has Responded Does In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (ii) For Covered Services (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Psc Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (end Of Provision) 52.204-29 Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (dec 2023) (a) Definitions. As Used In This Provision, Covered Article, Fascsa Order, Intelligence Community, National Security System, Reasonable Inquiry, Sensitive Compartmented Information, Sensitive Compartmented Information System, And Source Have The Meaning Provided In The Clause 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (b) Prohibition. Contractors Are Prohibited From Providing Or Using As Part Of The Performance Of The Contract Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Prohibition Is Set Out In An Applicable Federal Acquisition Supply Chain Security Act (fascsa) Order, As Described In Paragraph (b)(1) Of Far 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (c) Procedures. (1) The Offeror Shall Search For The Phrase Fascsa Order In The System For Award Management (sam)(https://www.sam.gov) For Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If There Is An Applicable Fascsa Order Described In Paragraph (b)(1) Of Far 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (2) The Offeror Shall Review The Solicitation For Any Fascsa Orders That Are Not In Sam, But Are Effective And Do Apply To The Solicitation And Resultant Contract (see Far 4.2303(c)(2)). (3) Fascsa Orders Issued After The Date Of Solicitation Do Not Apply Unless Added By An Amendment To The Solicitation. (d) Representation. By Submission Of This Offer, The Offeror Represents That It Has Conducted A Reasonable Inquiry, And That The Offeror Does Not Propose To Provide Or Use In Response To This Solicitation Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Covered Article Or The Source Is Prohibited By An Applicable Fascsa Order In Effect On The Date The Solicitation Was Issued, Except As Waived By The Solicitation, Or As Disclosed In Paragraph (e). (e) Disclosures. The Purpose For This Disclosure Is So The Government May Decide Whether To Issue A Waiver. For Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Covered Article Or The Source Is Subject To An Applicable Fascsa Order, And The Offeror Is Unable To Represent Compliance, Then The Offeror Shall Provide The Following Information As Part Of The Offer: (1) Name Of The Product Or Service Provided To The Government; (2) Name Of The Covered Article Or Source Subject To A Fascsa Order; (3) If Applicable, Name Of The Vendor, Including The Commercial And Government Entity Code And Unique Entity Identifier (if Known), That Supplied The Covered Article Or The Product Or Service To The Offeror; (4) Brand; (5) Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number); (6) Item Description; (7) Reason Why The Applicable Covered Article Or The Product Or Service Is Being Provided Or Used; (f) Executive Agency Review Of Disclosures. The Contracting Officer Will Review Disclosures Provided In Paragraph (e) To Determine If Any Waiver May Be Sought. A Contracting Officer May Choose Not To Pursue A Waiver For Covered Articles Or Sources Otherwise Subject To A Fascsa Order And May Instead Make An Award To An Offeror That Does Not Require A Waiver. (end Of Provision) 52.233-2 Service Of Protest (sep 2006) Protests, As Defined In Section 33.101 Of The Federal Acquisition Regulation, That Are Filed Directly With An Agency, And Copies Of Any Protests That Are Filed With The Government Accountability Office (gao), Shall Be Served On The Contracting Officer (addressed As Follows) By Obtaining Written And Dated Acknowledgment Of Receipt From: vaar 852.233-71 Alternate Protest Procedure (oct 2018) (a) As An Alternative To Filing A Protest With The Contracting Officer, An Interested Party May File A Protest By Mail Or Electronically With: Executive Director, Office Of Acquisition And Logistics, Risk Management And Compliance Service (003a2c), Department Of Veterans Affairs, 810 Vermont Avenue Nw, Washington, Dc 20420 Or Email: Edprotests@va.gov. (b) The Protest Will Not Be Considered If The Interested Party Has A Protest On The Same Or Similar Issue(s) Pending With The Contracting Officer. (end Of Provision) (x) Far 52.212-3 Offeror Representations And Certifications Commercial Items (nov 2023) Applies To This Solicitation. Offerors Shall Submit A Completed Copy Of Far 52.212-3 With Its Offer. (xi) Far 52.212-4, Contract Terms And Conditions Commercial Items (nov 2023) Applies To This Solicitation. The Following Provisions And Clauses Are Added As Addenda: far 52.252-2, Clauses Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): http://www.acquisition.gov/far/index.html (far) http://www.va.gov/oal/library/vaar/index.asp (vaar) (end Of Clause) far Number title date 52.203-17 contractor Employee Whistleblower Rights nov 2023 52.204-4 printed Or Copied Double-sided On Postconsumer Fiber Content Paper may 2011 52.204-13 system For Award Management Maintenance jun 2020 52.204-18 commercial And Government Entity Code Maintenance aug 2020 52.228-5 insurance Work On A Government Installation jan 1997 852.201-70 contracting Officer's Representative dec 2022 852.203-70 commercial Advertising may 2018 52.217-8 Option To Extend Services (nov 1999) The Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed (6) Six Months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within (30) Thirty Days Of Contract Expiration. (end Of Clause) 52.217-9 Option To Extend The Term Of The Contract (mar 2000) (a) The Government May Extend The Term Of This Contract By Written Notice To The Contractor Within (30) Thirty Days Of Contract Expiration; Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least (60) Sixty Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension. (b) If The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause. (c) The Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed (5) Five Years. (end Of Clause) â supplemental Insurance Requirements â  In Accordance With Far 28.307-2 And Far 52.228-5, The Following Minimum Coverage Shall Apply To This Contract: â  (a)â  Workers' Compensation Andâ employersâ liability:â  Contractors Are Required To Comply With Applicable Federal And State Workers' Compensation And Occupational Disease Statutes.â  If Occupational Diseases Are Not Compensable Under Those Statutes, They Shall Be Covered Under The Employer's Liability Section Of The Insurance Policy, Except When Contract Operations Are So Commingled With A Contractor's Commercial Operations That It Would Not Be Practical To Require This Coverage.â  Employer's Liability Coverage Of At Least $100,000 Is Required, Except In States With Exclusive Or Monopolistic Funds That Do Not Permit Workers' Compensation To Be Written By Private Carriers. â  (b)â  General Liability:â $500,000.00â per Occurrences. â  (c)â  Automobile Liability:â $200,000.00â per Person;â $500,000.00â per Occurrence Andâ $20,000.00 Property Damage. â  (d)â  The Successful Bidder Must Present To The Contracting Officer, Prior To Award, Evidence Of General Liability Insurance Without Any Exclusionary Clauses For Asbestos That Would Void The General Liability Coverage. (end Of Clause) vaarâ 852.219-73â â va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businessesâ (jan 2023)â (deviation) â  (a)â definition. For The Department Of Veterans Affairs, Service-disabled Veteran-owned Small Business Concern Or Sdvosb : â â â  (1) Means A Small Business Concern â â â â â  (i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar 802.201, Surviving Spouse Definition); â â â â â  (ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Suchâ veteran; â â â â â  (iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitationâ document; â â â â â  (iv) The Business Has Beenâ certifiedâ for Ownership And Control Pursuant To 38â u.s.c. 8127, 13 Cfr 128, Andâ is Listedâ as Certifiedâ inâ the Sba Certification Database Atâ https://veterans.certify.sba.gov/; And â â â â â  (v) The Businessâ agrees Toâ comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size,â governmentâ contracting,â and The Veteran Small Business Certification Programâ at 13 Cfr Parts 121,â 125,â and 128. â â â  (2) The Term Service-disabled Veteran Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16). â â â  (3) The Term Small Business Concern Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632). â â â  (4) The Term Small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities Has The Meaning Given The Term Small Business Concern Owned And Controlled By Service-disabled Veterans Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)). â â â  (5) The Termâ  Sdvosb Participant  orâ certified Sdvosbâ means A Small Business That Has Been Certified In The Sba Veteran Small Business Certification Program And Listed In The Sba Certification Database (see 13 Cfr 128.102). â  (b)â general.â in Order Forâ a Concern To Submit An Offer And Be Eligible For The Award Of An Sdvosb Set-aside Or Sole Source Contract, The Concern Must Qualify As A Small Business Concern Under The Size Standard Corresponding To The Naics Code Assigned To The Contract And Be Listed As An Sdvosb Participant In The Sba Certification Database As Set Forth In 13 Cfr 128. â â â  (1) Offers Received From Entities That Are Notâ certifiedâ sdvosbsâ and Listed In The Sba Certification Databaseâ at The Time Of Offer Shall Not Be Considered. â â â  (2) Any Award Resulting From This Solicitation Shall Be Made To Aâ certifiedâ sdvosbâ listed In The Sba Certification Databaseâ who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award. â â â  (3) The Requirements In This Clause Apply To Any Contract,â orderâ or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences. â  (c)â representation. Pursuant To 38 U.s.c. 8127(e), Onlyâ certifiedâ sdvosbsâ listed In The Sba Certification Databaseâ are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligibleâ and Certifiedâ sdvosb As Defined In This Clause,â 13 Cfr 121, 125, And 128, And Vaar Subpart 819.70. â  (d)â agreement/los Certification.â when Awarded A Contract Action, Including Orders Under Multipleaward Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size,â and Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontractingâ (los)â requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6.â for The Purpose Ofâ limitations On Subcontracting, Onlyâ certifiedâ sdvosbsâ listed In The Sba Certification Databaseâ (including Independent Contractors) Shall Be Considered Eligible And/or Similarly Situated (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Requiredâ losâ certification Requirements In This Solicitation (see 852.219 75 Or 852.219 76 As Applicable). These Requirements Are Summarized As Follows: â â â  (1)â services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Notâ certifiedâ sdvosbsâ listed In The Sba Certification Databaseâ (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/ Vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract. â â â  (2)â supplies/products. â â â â â  (i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Notâ certifiedâ sdvosbsâ listed In The Sba Certification Database. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract. â â â â â  (ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13â cfrâ 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements. â â â  (3)â general Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Notâ certifiedâ sdvosbsâ listed In The Sba Certification Database. â â â  (4)â special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Notâ certifiedâ sdvosbsâ listed In The Sba Certification Database. â â â  (5)â subcontracting. An Sdvosbâ subcontractorâ must Meet The Naics Size Standard Assigned By The Prime Contractor And Beâ certified Andâ listed Inâ the Sba Certification Databaseâ to Count As Similarly Situated. Any Work That A First Tier Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. â â (e)â required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: [â ]â by The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or [â ]â by The End Of The Performance Period For Each Order Issued Under The Contract. â  (f)â joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Complies With The Requirements In 13 Cfrâ 128.402 And The Managing Joint Venture Partner Makes The Representations Under Paragraph (c) Of This Clause.â a Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. â  (g)â precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sbaâ veteran Small Business Certificationâ program And The Va Veterans First Contracting Program. â  (h)â misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company S Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406 2 Causes For Debarment). vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan 2023) (deviation) (a) Pursuant To 38 U.s.c. 8127(l)(2), The Offeror Certifies That (1) If Awarded A Contract (see Far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: (i) X Services. In The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219 73 Or Certified Vosbs Listed In The Sba Certification Database As Set Forth In 852.219 74. Any Work That A Similarly Situated Certified Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6. (ii) General Construction. In The Case Of A Contract For General Construction, The Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219 73 Or Certified Vosbs Listed In The Sba Certification Database As Set Forth In 852.219 74. Any Work That A Similarly Situated Certified Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 85% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (iii) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, The Contractor Will Not Pay More Than 75% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219 73 Or Certified Vosbs Listed In The Sba Certification Database As Set Forth In 852.219 74. Any Work That A Similarly Situated Certified Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 75% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (2) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution. (3) If Va Determines That An Sdvosb/ Vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following: (i) Referral To The Va Suspension And Debarment Committee; (ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And (iii) Prosecution For Violating 18 U.s.c. 1001. (b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract. Contracting Officers May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed. (c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance With The Limitations On Subcontracting Requirement. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate. (d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed And Returned With The Offeror S Bid, Quotation, Or Proposal. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award. certification i Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror]. printed Name Of Signee: ___________ printed Title Of Signee: _____________ signature: ____________ date: ______________ company Name And Address: _______________ (end Of Clause) (xii) Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (feb 2024), Applies To This Solicitation. (xiii) N/a (xiv) N/a (xv) Offers Are Due Not Later Thursday, February 13, 2025, At 10:00 Am Est. Offers Must Be Submitted Electronically Via Email To Laterrica.sewell@va.gov . Questions Must Be Submitted Via Email To Laterrica.sewell@va.gov By Thursday, January 30, 2025, At 10:00 Am Est. No Late Submissions Will Be Accepted. (xvi) For Additional Information, Please Contact The Contracting Officer, Laterrica Sewell Via E-mail To Laterrica.sewell@va.gov .
Closing Date13 Feb 2025
Tender AmountUSD 471.2 K 
This is an estimated amount, exact amount may vary.

AGRICULTURAL TRAINING INSTITUTE REGION XI Tender

Agriculture or Forestry Works
Philippines
Details: Description The Agricultural Training Institute Region Xi Invites Interested And Eligible Suppliers To Participate In The Procurement Of Training Supplies For The 1st Semester Of Fy 2025 Under The Coconut Farmers And Industry Development Plan (cfidp) And Regular Program Through Competitive Bidding. Approved Budget For The Contract (abc): Regular Program: Php 1,307,049.00 Cfidp: Php 628,600.00 Total Abc: Php 1,935,649.00 The Procurement Process Will Be Conducted In Accordance With Ra 9184 And Its Revised Implementing Rules And Regulations (irr). Pre-bid Conference: February 27, 2025, At 2:00 Pm Submission And Opening Of Bids: March 13, 2025, At 10:00 Am Eligibility Requirement: Prospective Bidders Must Have Completed A Single Largest Completed Contract (slcc) Equivalent To At Least 25% Of The Approved Budget For The Contract (abc) To Qualify For The Bidding Process. Philippine Bidding Documents Supply And Delivery Of Office And Training Supplies For The 1st Semester Of Fy 2025 Under Cfidp And The Regular Program 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 …………………………………………37 Section Viii. Checklist Of Technical And Financial Documents …………..40 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. Supply And Delivery Of Office And Training Supplies For The 1st Semester Of Fy 2025 Under Cfidp And The Regular Program 1.the Agricultural Training Institute- Region Xi, Through The General Appropriations Act Of 2025 Intends To Apply The Sum Of One Million Nine Hundred Thirty-five Thousand Six Hundred Forty-nine Pesos Only (1,935,649.00) Being The Abc To Payments Under The Contract For Office And Training Supplies For Fy 2025 1st Semester Under Regular And Cfdip Program With Purchase Request Nos. 250240 And 250241 . 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 21, 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 27, 2025, 2:00 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 13, 2025 At 10:00 Am 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 13, 2025 At 8:30 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 20, 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 Office And Training Supplies For Fy 2025 1st Semester Under Regular And Cfidp Program With Purchase Request Nos. 250240 And 250241 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 One Million Nine Hundred Thirty-five Thousand Six Hundred Forty-nine Pesos Only (₱1,935,649.00). 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 August 10, 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.supply And Delivery Of Commonly Used Supplies 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, 2:00 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 Thirty-eight Thousand Seven Hundred Twelve & 98/100 Pesos Only (₱38,712.98) [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 Ninety-six Thousand Seven Hundred Eighty-two & 45/100 Pesos Only (₱96,782.45) [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 13, 2025 - 8:30 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: -supply And Delivery Of Office And Training Supplies For The 1st Semester Of Fy 2025 Under Cfidp Regular Program 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. Office And Training Supplies For Fy 2025 1st Semester Under Regular Program Item Number Unit Description Quantity Total 1 Ream Bond Paper, A4 427 93,940.00 2 Pcs Id Card Jacket With Elastic Sling 2,613 47,034.00 3 Ream Laid Paper,a4, Creamy White, 500pcs 3 3,300.00 4 Rolls Masking Tape 1 123 2,460.00 5 Pcs Archfile Long, Black 235 39,950.00 6 Pack Construction Paper Assorted Color, A4 84 25,200.00 7 Boxes Permanent Marker, 12s, Broad, Black 111 16,650.00 8 Boxes White Board Marker, 12's, Broad, Black 121 61,710.00 9 Bottles Epson (l5290) Printer Ink (yellow) 17 6,800.00 10 Bottles Epson (l5290) Printer Ink (cyan) 17 6,800.00 11 Bottles Epson (l5290) Printer Ink (magenta) 17 6,800.00 12 Bottles Epson (l5290) Printer Ink (black) 17 6,800.00 13 Cartridge Hp Deskjet 2337 Printer Ink (680) Black 17 15,300.00 14 Cartridge Hp Deskjet 2337 Printer Ink (680) Color, Mcy) 17 15,300.00 15 Cartridge Hp Deskjet Printer Ink (682) Black 40 36,000.00 16 Cartridge Hp Deskjeyt Printer Ink (682) Color, Cmy 40 36,000.00 17 Pcs Stapler, Medium, White 3 1,800.00 18 Pcs Stapler, Heavy Duty, Large 16 20,800.00 19 Boxes Stapler Wire #35 62 2,170.00 20 Pcs Scissor, Heavy Duty 37 9,250.00 21 Pcs Ruler 3 150.00 22 Pcs Cutter, Heavy Duty 27 2,700.00 23 Pcs Cutting Map Pad 2 400.00 24 Pcs Puncher 8 1,360.00 25 Boxes Paper Clips 50mm 72 2,160.00 26 Boxes Paper Clip 2 Inch 74 2,220.00 27 Boxes Paper Binder Clip 1 Inch 39 1,170.00 28 Pcs Storage Plastic Box, 150 L 50 75,000.00 29 Pcs Paper Glue (250 Ml) 10 1,000.00 30 Packs Photo Paper, A4 24 2,400.00 31 Rolls Scotch Tape 1 Inch Width 162 2,430.00 32 Pcs Manila Paper 1,659 16,590.00 33 Pcs Logbook (100 Leaves) 135 12,150.00 34 Rolls Tissue , 2 Ply 93 3,720.00 35 Boxes Facemask 17 1,360.00 36 Pcs Hairnet 25 1,250.00 37 Pcs Alcohol, 70% Isophrophyl, 1 Liter 132 33,000.00 38 Ream Bond Paper, Long 86 19,780.00 39 Boxes Canon Laid Paper, Cream A4 17 18,700.00 40 Ream Construction Paper , Long 10 2,500.00 41 Pcs Correction Tape 40 3,200.00 42 Box Crayons (big) 72 13,320.00 43 Box Crayons (medium) 21 2,100.00 44 Pcs Elmer's Glue 30 1,200.00 45 Psc Expanding Envelope , Long 50 5,000.00 46 Set Highlighter (assorted Color) 4 1,680.00 47 Box Paper Clip 25mm 20 300.00 48 Boxes Paper Fastener 17 680.00 49 Box Pencil 52 3,640.00 50 Box Pentel Pen, Black Fine 10 1,800.00 51 Pcs Plastic Envelope Long 150 2,250.00 52 Pcs Post It Page Marker 84 3,360.00 53 Pcs Meter Stick (wood) 5 550.00 54 Boxes Sign Pen, Size 0.5 Mm Blue 31 4,650.00 55 Boxes Calculator 14 6,300.00 56 Boxes Paper Binder Clip 0.5 Inch 25 500.00 57 Box Push Pin (small) 21 630.00 58 Box Push Pin (medium) 11 550.00 59 Pcs Clearbook (legal) 5 300.00 60 Pack Aa Battery (rechargeable) 6 1,200.00 61 Pack Triple Aaa, Battery 15 3,000.00 62 Boxes Wireless Presentation Remote 10 25,000.00 63 Pcs Epson Printer Ink (3110) Black 10 3,200.00 64 Pcs Epson Printer Ink (3110)(magenta) 10 3,000.00 65 Pcs Epson Printer Ink (3110)(cyan) 10 3,000.00 66 Pcs Epson Printer Ink (3110)(yellow) 10 3,000.00 67 Boxes Book Paper , A4 6 5,850.00 68 Boxes Book Paper, Long 6 6,600.00 69 Pcs Steel Rack , 4 Layers 8 40,000.00 70 Box Ballpen (boxes) 50's 6 1,800.00 71 Boxes Bond Paper Long, Sub 20 (box) 1 1,125.00 72 Pcs Certificate Holder, A4 15 900.00 73 Pcs Epson Ink L3210, Black 20 7,000.00 74 Pcs Epson Ink L3210, Cyan 7 2,450.00 75 Pcs Epson Ink L3210, Yellow 7 2,450.00 76 Pcs Epson Ink L3210, Magenta 7 2,450.00 77 Boxes Sign Pen, Size 0.5 Mm Black 15 2,250.00 78 Pcs Double Sided Tape 1 Inch 109 3,270.00 79 Rolls Binding Tape 81 16,200.00 80 Pcs Usb Flash Drive (64gb) 2 700.00 81 Boxes Bond Paper , A4 (box), Sub 20 30 29,400.00 82 Boxes Certificate Paper, Long, Cream 4 5,200.00 83 Pcs Ink 680 Colored 30 27,000.00 84 Pcs Ink 680 Black 30 27,000.00 85 Pcs Triple Aaa, Rechargeable , With Charger 4 12,000.00 86 Pcs Storage Box , White/transparent, 60 L) 40 20,000.00 87 Pcs White Board (4x8) 2 5,000.00 88 Ream Certificate Paper, A4 Size, Cream 17 17,850.00 89 Pcs Ink Pad 5 750.00 90 Rolls Laminating Film - 250 Mic 5 1,900.00 91 Box Heavy Duty Tool Box 10 400.00 92 Pcs Room Deodizer 10 2,500.00 93 Pcs Staple With Remover 6 2,100.00 94 Pcs Binder Clip Big 10 3,400.00 95 Pack Folder Long 100's, Cream 100 48,000.00 96 Pcs Folder Long , Cream 50 1,250.00 97 Pads Sticky Note, Assorted Color (1/2 Inch) Lengthwise 30 3,900.00 98 Pads Sticky Note, Assorted Color (1/8 Size) 30 4,350.00 99 Pcs Archfile A4 Size 41 10,250.00 100 Pcs Brother Dcp-t710w, Black 5 2,250.00 101 Pcs Brother Dcp-t710w, Cyan 5 2,250.00 102 Pcs Brother Dcp-t710w, Yellow 5 2,250.00 103 Pcs Brother Dcp-t710w, Magenta 5 2,250.00 104 Ream Bond Paper Short 4 840.00 105 Boxes Sign Pen, Size 0.7, Blue 5 900.00 106 Boxes Sign Pen, Size 0.7, Black 5 900.00 107 Boxes Sign Pen, S2500, Blue, 0.5 5 750.00 108 Boxes Ballpen (red), 50's 5 1,500.00 109 Pcs Optical Mouse, Small Wireless 5 3,000.00 110 Pcs Mouse Pad, Small 5 400.00 111 Pcs Extension (wheel) Wire, 15 Mm 5 5,500.00 112 Pcs Extension Wire, 10mm 2 1,600.00 113 Pcs Extension Wire, 5mm 1 600.00 114 Pcs Extension Wire, 3mm 1 500.00 115 Pcs Extented Mouse Pad (70cmx30cm) 5 2,000.00 116 Pcs Wall Clock 1 700.00 117 Pcs External Hard Drive, 1 Tb 6 21,000.00 118 Pcs Folder , A4, Cream 50 1,000.00 119 Pcs Expanding Envelope, A4 50 750.00 120 Pcs Wet Wipes 12 1,800.00 121 Packs Sticky Note Medium 20 1,400.00 122 Pcs Epson Lq 310, Ribbon Cartridge , Black 5 3,500.00 123 Unit Transistor Radio, W/ Am/fm , Rechargeable And Battery Operated 500 175,000.00 124 Pcs Transparent Envelope, Without Handle, Short 500 5,000.00 125 Pack Vellum Board Paper, Legal, White, 90gsm, 10 Pcs Per Pack 10 600.00 126 Ream Certificate Paper, (parchment Paper, Legal, Size, White 2 2,000.00 127 Pcs Paper Cutter (metal, With Size Indicator And Paper Adjuster, Can Cut A4 And Legal Size Paper) 1 2,500.00 128 Pcs Meter Stick (metal) 10 1,500.00 Office And Training Supplies For Fy 2025 1st Semester Under Cfidp Program Item Number Unit Description Quantity Total 1 Ream Bond Paper, A4 77 16,940.00 2 Pcs Id Card Jacket With Elastic Sling 645 11,610.00 3 Ream Laid Paper,a4, Creamy White, 500pcs 7 7,700.00 4 Rolls Masking Tape 1 106 2,120.00 5 Pcs Archfile Long, Black 137 23,290.00 6 Pack Construction Paper Assorted Color, A4 29 8,700.00 7 Boxes Permanent Marker, 12s, Broad, Black 57 8,550.00 8 Boxes White Board Marker, 12's, Broad, Black 25 12,750.00 9 Pcs Stapler, Medium, White 5 3,000.00 10 Pcs Stapler, Heavy Duty, Large 3 3,900.00 11 Boxes Stapler Wire #35 45 1,575.00 12 Pcs Scissor, Heavy Duty 8 2,000.00 13 Pcs Transparent Ruler (12”) 3 150.00 14 Pcs Cutter, Heavy Duty 3 300.00 15 Pcs Cutting Map Pad 3 600.00 16 Pcs Puncher 4 680.00 17 Boxes Paper Clip 2 Inch 45 1,350.00 18 Boxes Paper Binder Clip 1 Inch 45 1,350.00 19 Pcs Storage Plastic Box, 150 L 3 4,500.00 20 Pcs Paper Glue (250 Ml) 31 3,100.00 21 Packs Photo Paper, A4 40 4,000.00 22 Pcs Manila Paper 100 1,000.00 23 Pcs Logbook (100 Leaves) 1 90.00 24 Rolls Tissue , 2 Ply 30 1,200.00 25 Pcs Alcohol, 70% Isophrophyl, 1 Liter 22 5,500.00 26 Boxes Canon Laid Paper, Cream A4 8 8,800.00 27 Ream Construction Paper , Long 10 2,500.00 28 Pcs Correction Tape 10 800.00 29 Box Crayons (big) 32 5,920.00 30 Box Crayons (medium) 20 2,000.00 31 Psc Expanding Envelope , Long 50 5,000.00 32 Set Highlighter (assorted Color) 5 2,100.00 33 Box Pentel Pen, Black Fine 10 1,800.00 34 Boxes Sign Pen, Size 0.5 Mm Blue 10 1,500.00 35 Box Push Pin (medium) 10 500.00 36 Pcs Steel Rack , 4 Layers 3 15,000.00 37 Box Ballpen (boxes) 50's 10 3,000.00 38 Packs Battery Aa, 4's 10 2,000.00 39 Boxes Bond Paper Long, Sub 20 (box) 5 5,625.00 40 Pcs Certificate Holder, A4 100 6,000.00 41 Packs Construction Paper, Short 10 2,300.00 42 Pcs Epson Ink L3210, Black 65 22,750.00 43 Pcs Epson Ink L3210, Cyan 65 22,750.00 44 Pcs Epson Ink L3210, Yellow 65 22,750.00 45 Pcs Epson Ink L3210, Magenta 65 22,750.00 46 Boxes Sign Pen, Size 0.5 Mm Black 10 1,500.00 47 Pcs Double Sided Tape 1 Inch 10 300.00 48 Pcs Clearbook (a4) 20 1,000.00 49 Pcs Storage File Box (12x16) 2 3,000.00 50 Rolls Binding Tape 5 1,000.00 51 Rolls Duct Tape 5 500.00 52 Bottles Brother (dcp-yy20w) Printer Ink (bt5000-cyan) 45 20,250.00 53 Bottles Brother (dcp-yy20w) Printer Ink (bt5000-yellow) 45 20,250.00 54 Bottles Brother (dcp-yy20w) Printer Ink (bt5000-magenta ) 45 20,250.00 55 Bottles Brother (dcp-yy20w) Printer Ink (bt5000-black ) 45 20,250.00 56 Pcs Mesh File Organizer, 4 Layers 20 20,000.00 57 Pcs Usb Flash Drive (64gb) 165 57,750.00 58 Pcs Storage Box , White/transparent, 60 L) 1 500.00 59 Pcs Archfile A4 Size 1 250.00 60 Unit Transistor Radio, W/ Am/fm , Rechargeable And Battery Operated 500 175,000.00 61 Pcs Transparent Envelope, Without Handle, Short 500 5,000.00 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 General Requirements: all Items Must Be Brand New, Unused, And Of High Quality. products Must Have At Least 6 Months To 1-year Warranty. the Supplier Must Be Philgeps Platinum-registered And Provide The Following: mayor’s/business Permit audited Financial Statements income/business Tax Returns omnibus Sworn Statement philgeps Certificate Of Registration And Membership [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 Delivery Terms: first Delivery (50%) – On Or Before 20 Calendar Days From The Notice To Proceed (ntp). final Delivery (50%) – On Or Before 40 Calendar Days From The Ntp. items Will Be Inspected And Accepted By The Designated Committee Before Final Acceptance. the Payment Shall Be Processed On A Progressive Billing Basis, Subject To The Completion Of Each Delivery And Compliance With All Documentary Requirements late Deliveries Will Be Subject To A Penalty Of 1% Per Day Of Delay, Based On The Cost Of The Undelivered Items, Up To A Maximum Of 10% Of The Contract Price. the Supplier Must Notify The Procuring Entity At Least 3 Days Before Each Delivery For Inspection Scheduling all Deliverables Shall Be Delivered To Agricultural Training Institute Region 11, Datu Abdul Dadia, Panabo City, Davao Del Norte 3 Other Conditions: the Supplier Must Have Completed A Single Largest Completed Contract (slcc) Equivalent To At Least 25% Of The Abc. the Contract Price Is Inclusive Of Delivery Costs, Taxes, And Other Charges. defective, Substandard, Or Incorrect Items Must Be Replaced Within 7 Days At No Additional Cost. 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 Date6 Mar 2025
Tender AmountPHP 1.9 Million (USD 33.3 K)

Province Of Iloilo Tender

Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Construction Of Warehouse And Drying Facility At Art Center, Brgy. Nanga, Pototan, Iloilo Bid No. Agr-25-149-b Iloilo Provincial Government Sixth Edition Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 4 Section I. Invitation To Bid 6 Section Ii. Instructions To Bidders 8 1. Scope Of Bid 8 2. Funding Information 8 3. Bidding Requirements 8 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 8 5. Eligible Bidders 9 6. Origin Of Associated Goods 9 7. Subcontracts 9 8. Pre-bid Conference 9 9. Clarification And Amendment Of Bidding Documents 9 10. Documents Comprising The Bid: Eligibility And Technical Components 10 11. Documents Comprising The Bid: Financial Component 10 12. Alternative Bids 10 13. Bid Prices 11 14. Bid And Payment Currencies 11 15. Bid Security 11 16. Sealing And Marking Of Bids 11 17. Deadline For Submission Of Bids 11 18. Opening And Preliminary Examination Of Bids 12 19. Detailed Evaluation And Comparison Of Bids 12 20. Post Qualification 12 21. Signing Of The Contract 12 Section Iii. Bid Data Sheet 13 Section Iv. General Conditions Of Contract 16 1. Scope Of Contract 16 2. Sectional Completion Of Works 16 3. Possession Of Site 16 4. The Contractor’s Obligations 16 5. Performance Security 17 6. Site Investigation Reports 17 7. Warranty 17 8. Liability Of The Contractor 17 9. Termination For Other Causes 17 10. Dayworks 18 11. Program Of Work 18 12. Instructions, Inspections And Audits 18 13. Advance Payment 18 14. Progress Payments 18 15. Operating And Maintenance Manuals 18 Section V. Special Conditions Of Contract 19 Section Vi. Specifications 20 Section Vii. Drawings 24 Section Viii. Bill Of Quantities 30 Section Ix. Checklist Of Technical And Financial Documents 37 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. Republic Of The Philippines Iloilo Provincial Government Section I. Invitation To Bid For Construction Of Warehouse And Drying Facility At Art Center, Brgy. Nanga, Pototan, Iloilo Bid No. Agr-25-149-b 1. The Iloilo Provincial Government, Through The 20% Nta Development Fund – Fy 2025 Intends To Apply The Sum Of Twenty Million Pesos (p 20,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-25-149-b For The Construction Of Warehouse And Drying Facility At Art Center, Brgy. Nanga, Pototan, Iloilo For The Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required One Eighty 180 Calendar 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 28, 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 Ten Thousand Pesos (p10, 000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On April 8, 2025, 9:00 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines, And/or Through Videoconferencing/webcasting Via Zoom Conference Which Shall Be Open To Prospective Bidders. The Default Meeting Id And Password Shall Be: Meeting Id: 4340851724 // Password: 0922 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before April 22, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On April 22, 2025, 9:01 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Head, Bac Secretariat 5f New Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Tel. No. (33) 336-0736 Fax No. (33) 337-7731 Email: Ipg_bacs@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.iloilo.gov.ph March 17, 2025 Atty. Dennis T. Ventilacion Bac Chairperson Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Invites Bids For The Construction Of Warehouse And Drying Facility At Art Center, Brgy. Nanga, Pototan, Iloilo, With Project Identification Number Agr-25-149-b. 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 Twenty Million Pesos (p 20,000,000.00) 2.2. The Source Of Funding Is: A. Lgu’s 20% Nta Development Fund – Fy 2025 As Approved By Sanggunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address At Bac Office, 5th Floor, New Iloilo Provincial Capitol, Iloilo City And/or Through Videoconferencing 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. In Joint Ventures, A Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project, Shall Be Required. 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: A. Philippine Pesos. 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until August 20, 2025. 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 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: A) Construction Of Warehouse/buildings 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 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 1-project Engineer 1 Year 1 Year 1-materials Engineer 1 Year 1 Year 1-agricultural And Biosystems Engineer 1 Year 1 Year 1-health & Safety Officer 1 Year 1 Year 1-foreman 1 Year 1 Year 1-carpenter 1 Year 1 Year 1-steelman 1 Year 1 Year 1-mason 1 Year 1 Year 1-welder 1 Year 1 Year 1-electrician 1 Year 1 Year 1-plumber 1 Year 1 Year 1-painter 1 Year 1 Year 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Dump Truck - 1 Chainsaw - 1 Backhoe - 1 Pneumatic Tire Roller - 1 One Bagger Mixer - 1 Bar Cutter - 1 Welding Machine - 1 Electric Drill - 1 12 Alternative Bids Are Not 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 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 Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 16 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. Itb Clause 16 All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters: “construction Of Warehouse And Drying Facility At Art Center, Brgy, Nanga, Pototan, Iloilo” B. Bear The Name And Address Of The Bidder In Capital Letters; C. Addressed To: Atty. Dennis T. Ventilacion, Chairperson, Bids And Awards Committee: D. Bear The Specific Identification Of This Procurement: “agr-25-149-b” E. Bear A Warning “do Not Open Before April 22, 2025” Indicating The Date And Time For The Submission Of Bids On The Blank: Bid Envelopes That Are Not Properly Sealed And Marked, As Required In The Bidding Documents, Shall Not Be Rejected, But The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Or The Procuring Entity Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or For Its Premature Opening. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder 19.2 Partial Bid Is Not Allowed 20 No Further Instructions. 21 The Additional Contract Documents Relevant To The Project That Are Required By The Procuring Entity Are: A. Construction Schedule And S-curve; B. Manpower Schedule; C. Construction Methods; D. Equipment Utilization Schedule; E. Construction Safety And Health Program Approved By The Department Of Labor And Employment; And F. Pert/cpm Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Possession Of Site 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 Gcc Clause 2 As Per Construction Schedule/contract Period 3.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon Effectivity Of The Contracts. 6 No Further Instructions 7.2 [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. 10 Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 No Further Instructions 11.2 No Further Instructions 13 The Amount Of The Advance Shall Not Exceed 15% Of The Total Contract Price. 14 Materials And Equipment Delivered On The Site But Not Completely Installed Or Constructed Shall Not Be Included For Payment. 15.1 The Date By Which Operating And Maintenance Manuals Are Required Shall Be At Least 5 Days Before The Testing And Commissioning. The Date By Which “as Built” Drawings Are Required Prior To The Final Billing. 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 1% Of The Final Contract Amount. Section Vi. Specification General Requirements All Works To Be Done Shall Be With First Class Workmanship And Shall Conform To The Plans And Specifications. All Materials To Be Used Shall Be Of Good Quality And Properly Inspected By The Authorized Representative Or The Engineer In-charge. The Provincial Agriculturist Is Reserved The Right To Rescind, Terminate, Suspend The Contract If He Deems Necessary And To The Best Interest Of The Government. The Contractor Shall Be Liable For All Damages That Will Occur During The Construction Of The Project. Scope Of Works The Works Include Furnishing Of Labor, Materials, Tools, Equipment And Other Incidentals Necessary To Complete The Project Such As Mobilization/demobilization, Clearing, Grubbing & Staking, Excavation Works, Backfilling, Embankment With Compaction, Concrete Works, Masonry Works, Plastering Works, Wall Installation, Roof Framing, Roofing Works, Ceiling Works, Tile Works, Door And Windows With Complete Accessories, Plumbing Works, Painting Works, Construction Of Catch Basin, Installation Of Logo & Installation Of Electrical Works And Fire Alarm System. General Condition A. The Works To Be Done Herein Shall Be The Construction Of Warehouse And Drying Facility As Of Approved And Of Quality Materials Completed As Per Plans, Details And Specifications. Supervision Of The Work Shall Be Done Under The Responsibility Of The Project Engineer With The Help Of The Construction Foreman. B. All Materials Employed And To Be Used In The Construction Shall Be Brand New, Unless Otherwise Or As Directed And Approved By The Project Engineer. C. Skilled Workmen And Workmanship Subject To Project Engineer’s Approval Shall Perform Methods Of The Construction In The Most Acceptable Manner. D. The Drawings Referred To In The Specifications Including Supplementary One, To Be Furnished As The Work Progress Are Intended To Cooperate With The Specification And To Form Part Hereof. Where Figures Are Given, They Are To Be Followed In Performance To Measurement By Scale. E. The Assigned Engineer Or Construction Foreman Shall Lay – Out The Building In Accordance With The Drawings And Directions On Plans As He Shall Not Only Responsible But Liable For Any Failure To Comply In This Respect With The Said Drawings, Specifications And Directions For Its Due And Accurate Location On The Lot. Project Sign Board / Billboard The Contractor Shall Ensure That The Project Site Is Identified With Information Billboard Which Shall Be Erected At The Beginning And Ending Of The Proposed Project. The Layout Of The Billboard Shall Accord To The Specifications Pursuant To The Commission On Audit (coa) Circular No. 2013-004 Issued On January 30, 2013. Coa Billboard Pao Billboard The Billboard’s Specifications Shall Conform To The Following Requirements: A. Tarpaulin, White, 8ft X 8ft (coa) And 4ft X 8ft (pao): B. Resolution: 70 Dpi; C. Font: Helvetica; D. Font Size: Main Information – 3”; E. Sub-information – 1”; F. Font Color: Black; G. Suitable Frame: Rigid Wood Or Steel Frame With Post; And, H. Posting: Outside Display At The Project Location After Award Has Been Made. Measurement The Supply And Erection Of Project Billboard Shall Be In Accordance With Provisions Of This Specification. Basis Of Payment No Additional Payment Shall Be Made In This Regard. A. Construction Of Warehouse I. Mobilization/demobilization Mobilization And Demobilization The Work Consists Of The Mobilization And Demobilization Of The Contractor’s Forces And Equipment Necessary For Performing The Work Required Under The Contract. It Does Not Include Mobilization And Demobilization For Specific Items Of Work In Fulfilling The Contract Requirements For The Commencement Of Work. Equipment And Material Mobilization Shall Include All Activities And Associated Costs For Transportation Of Contractor’s Personnel, Equipment, And Operating Supplies To The Site; Establishment Of Offices, Buildings, And Other Necessary General Facilities For The Contractor’s Operations At The Site. Demobilization Demobilization Shall Include All Activities And Associated Costs For Transportation Of Personnel, Equipment, And Supplies Not Required Or Included In The Contract From The Site; Including The Disassembly, Removal, And Site Cleanup Of Offices, Buildings, And Other Facilities Assembled On The Site Specifically For This Contract. Ii. Clearing, Grubbing And Staking Clearing And Grubbing And Cutting Of Trees Shall Include Handling, Salvaging, Piling And Disposing Off The Cleared Materials With All Leads And Lifts. Trees Shall Be Cut In Sections From The Top Downwards. All Timber Shall Not Be Used By The Contractor For Any Purpose And Shall Remain The Property Of The Provincial Agriculture Office. Clearing Shall Consist Of The Cutting, Removing And Disposal Of All Trees, Bushes, Shrubs, Grass, Weeds, Other Vegetation, Anthills, Rubbish, Fences, Top Organic Soil And Rocks And Boulders Exposed Or Lying On The Surface. The Construction Site Shall Be Leveled According To The Plans And Cleared Of Rubbish, Roots And Other Perishable And Objectionable Matters To A Suitable Subgrade. All Such Unsuitable Materials Shall Be Removed From The Construction Site And Spread Uniformly Over The Areas Adjacent To The Proposed Building, Or Otherwise Disposed Of As Maybe Directed By The Architect/engineer In-charge Of The Construction. Materials Obtained From Clearing And Grubbing Shall Be Disposed Off In Borrow Pits Or Other Suitable Places And Be Covered Up With Soil Or Gravel As Directed By The Engineer. The Burning Of Combustible Materials Shall Not Be Permitted. Staking-out The Building Lines Shall Be Staked Out On The Lines And Grades Shown In The Drawings Established Before Any Excavation Is Started. Batter Boards And Reference Marks Shall Be Erected At Such Place Where They Will Not Be Disturbed During The Excavation Of The Building. During The Period Of Commencement Of Works, The Contractor Shall Survey The Construction Area And Confirm The Levels. He Shall Immediately Notify The Engineer Of Any Discrepancies And Shall Agree With The Engineer Any Amended Values On The Plan. All Stations And Reference Points Shall Be Clearly Marked And Protected To The Satisfaction Of The Engineer. All Working Benchmarks Shall Be Near Major/medium Structure Sites. Accurate Establishment Of The Centerlines Based On The Drawing Is Required. The Existing Profile And Cross-section Shall Be Jointly Taken With The Engineer. Iii. Excavation Foundation Trench Shall Be Dug To The Exact Width And Depth And Levels As Indicated In The Drawings. Sides Of The Trenches Shall Be Vertical. In Case Soil Does Not Permit Vertical Sides, The Contractor Shall Protect The Sides With Timber Shoring. Excavated Earth Shall Not Be Placed Within 1.5 Meter Of The Edge Of The Trench. No Excavation Or Foundation Work Shall Be Filled In Or Covered Up Before The Inspection And Approval Of The Project Engineer. Iv. Backfilling, Embankment With Compaction And Gravel Bedding Use Earth Or Sand Free From Waste And Objectionable Materials. Place Backfill And Embank In Uniform Horizontal Layer Not More 150mm Thick At A Time, Puddle And Tamper Each Layer As Required To Make Firm Adequate Compaction. Fill Bottom Of Excavation For Structured Foundation With At Least 100mm Thick Gravel Before Placing Reinforcing Steel Bars And Pouring Concrete. V. Concrete, Masonry And Plastering Works A. General: All Concrete Works To Be Done Herein Shall Be In Accordance With Aci Requirement And/ Or Standard Specifications As Adopted By The Government. B. Cement Shall Be Portland Cement (type1) With 40 Kgs/bag. C. Fine Aggregates Shall Be Clean Hold River Sand, Free From Injurious Amount Of Clay, Loam And Vegetable Matter. D. Coarse Aggregates Shall Be River Run Gravel Or Broken Stones. The Maximum Size Shall Be 1/5 Of The Nearest Dimensions Between Side Forms Of The Concrete Members Or ¾ The Maximum Clear Spacing Between Reinforcing Bars. E. Reinforcing Bars: Reinforcing Bars Shall Be Intermediate Grade And Deformed And Shall Have Minimum Yield Strength Of 275 Mpa (40,000 Psi) F. The Wires Shall Be Locally Produced G.i. Wire Gauge No. 16. G. Placing Reinforcement Provide Bars, Wire Fabrics, Wire Ties, Supports And Other Devices Necessary To Install And Secure Reinforcement. Reinforcement Shall Not Contain Rust, Scale Oil, Grease Clay And Foreign Substances That Would Reduce The Bond. Rusting Of Reinforcement Is A Basis Of Rejection If The Effective Cross-sectional Area Of The Normal Weight Per Foot Of The Reinforcement Has Been Reduced To Less Than Specified In Paragraph Entitled “reinforcing Bars”. Remove Loose Rust Prior To Placing Of Steel. Splices Shall Be Approved Prior To Use. Do Not Splice At Points Of Maximum Stress. Overlapped Welded Wire Fabric The Spacing Of The Cross Wires, Plus 50 Mm (2 Inches). H. Concrete Hollow Blocks: 1. For Walls And Partitions, Use Chb Or Its Equivalent. 2. Minimum Comprehensive Strength Shall Be 700 Psi. I. All Concrete Cured For Least Seven (7) Days To Twenty-eight (28) Days If Possible After Placement To Attain The Required Strength Of Concrete. J. Removal Of Forms: Forms Shall Be Removed In Such A Manner As Not To Impair The Safety And Serviceability Of The Structures. K. Proportions Of All Materials Entering Into Concrete Shall Be Of Class “a”. L. Mixture For Concrete Slab: Thickness Of Slab Shall Be 200mm Thick. A Mixture Of Washed Sand, Screened Gravel And Portland Cement. M. Mixture For Plastering: Thickness Of Plaster Shall Be 16mm Thick. A Mixture Of Washed Sand And Portland Cement. Vi. Wall Installation Use 0.5mm Thk G.i. Rib-type Longspan Prepainted For Wall Cladding And 2” X 4” X 1.5mm X 6m C-purlins For Wall Cladding Framing. Vii. Roofing Works And Framing A. Roofing Must Be 0.5mm Pre-painted Rib-type Long Span With Compatible Ridge Roll, And Fascia With Skylight Roof. B. For Full Truss 1 & 2 And Half Truss 1, Trusses And Rafter Shall Be 2” X 2” X 5mm Thk Angle Bars For Top And Bottom Chord And 1-1/2” X 1-1/2” X 4.5mm Thk Angle Bar For All Web Members. C. For Half Truss 2, Use 2” Ø G.i. Pipe Schedule 40 For All Members. D. For Girt Use 2” X 2” X 5mm Thk Angle Bars For Top And Bottom Chord And 1-1/2” X 1-1/2” X 4.5mm Thk Angle Bar For All Web Members. E. For Fascia Frame Use 1” X 1” X 3/16” Thk Angle Bar For All Members. F. Use 2” X 6” X 1.5mm Thk C-purlins. Please Refer To The Attached Plan For Specifications. G. Fasten Framing Members Together By Welding Or By Using Bolts. Welding Shall Conform To Aws D1.3 Welding Procedure. H. All Metal Surfaces Must Be Metal Primer Red Oxide Painted. Ix. Ceiling Works All Materials Shall Be Of Kind And Size Specified On Plans. Interior And Exterior Ceiling Will Use 0.4mm Thk Spandrel Ceiling With A Carrying Channel, Metal Furring And Wall Angle For Corner As Main Frame. Use Blind Rivets To Fix The Spandrel To The Main Frame. X. Tile Works Tiles Should Be Installed In Comfort Room Using A 0.60m X 0.60m Polished Tiles. For Wall Tiles, Height Should Be 1.5m From The Finished Floor Line. Shall Have Tile Trim At The Edges And Provide Tile Grout Between Tiles. It Should Be Done By A Tile Setter To Ensure Quality Workmanship. Xi. Installation Of Doors A. For Sliding Door, Use G.a. 18 Plain Sheet For Door And 2” Ø G.i. Pipe Schedule 40 For The Frame With Heavy Duty Rack And Complete Accessories Including Installation. B. For Louver Windows, Use 0.5mm Plain Sheet Bended Louver Panels And 2” X 4” Rectangular Tube Framing With Complete Accessories Including Installation. C. For Comfort Room, Use 0.7m X 2.1m Pvc Door With Complete Accessories, Louver, Dr Pad And Lockset, And Use 6mm Thk X 0.4m X 0.6m Clear Glass Window On Analok Aluminum Tubular Frame With Complete Accessories. D. Use 0.9m X 2.1m Swing Panel Door, Kiln Dried Panel Door With 3mm Thk Lead Sheet With Heavy Duty Door Knob And Hinges On 2” X 6” Wooden Door Jamb. E. For Doors And Windows, Use #6, 4.5mm Steel Matting 2” X 2” X 4’ X 8’ And Use 3/16” X 1” X 6m Flat Bar And 2” Ø G.i. Pipe Schedule 40 For Framing. Xii. Plumbing Works All Works Shall Be Done In Accordance With The Provisions Of The Latest Edition Of The Plumbing Code And Local Ordinance. All Works Shall Be Done Under The Direct Supervision Of A Duly Licensed Master Plumber. See Attached Plans For Specifications. A. Use 1"ø Pvc Blue X 3m With Fittings And Accessories For Connection From Main Source Of Water To The Building For The Operation Of Comfort Room. B. Use 1/2"ø Pvc Blue X 3m With Fittings And Accessories For Faucets. C. Use 2"ø Pvc Sanitary X 3m S1000 With Fittings And Accessories For Floor Drain. D. Use 4"ø Pvc Sanitary X 3m S1000 With Fittings And Accessories For Septic Tank. Xiii. Painting Works I. Complete Painting Covers All Concrete Surfaces And Other Interior Parts Except Otherwise Specified. Ii. Apply Three (3) Coats As Paint Follows: 1st Coat = Sealer 2nd Coat = Primers 3rd Coat = Color Selected And Approved (2 Coats) Iii. Paint Shall Be Thoroughly Dry Before Applying The Succeeding Coat No Exterior Painting Shall Be Done With The Surface To Be Applied Is Damp Or During Rainy Weather Iv. Proper Works At All Times By Suitable Materials As Work Progress, Upon Completion Of Work, Remove All Paints Stains And Varnish Spots From Floors And Other Surfaces, Leave Work Clean And In Acceptable Condition. B. Construction Of Catch Basin And Septic Tank I. Excavation Foundation Trench Shall Be Dug To The Exact Width And Depth And Levels As Indicated In The Drawings. Sides Of The Trenches Shall Be Vertical. In Case Soil Does Not Permit Vertical Sides, The Contractor Shall Protect The Sides With Timber Shoring. Excavated Earth Shall Not Be Placed Within 1.5 Meter Of The Edge Of The Trench. No Excavation Or Foundation Work Shall Be Filled In Or Covered Up Before The Inspection And Approval Of The Project Engineer. Ii. Concrete, Masonry And Plastering Works A. General: All Concrete Works To Be Done Herein Shall Be In Accordance With Aci Requirement And/ Or Standard Specifications As Adopted By The Government. B. Cement Shall Be Portland Cement (type1) With 40 Kgs/bag. C. Fine Aggregates Shall Be Clean Hold River Sand, Free From Injurious Amount Of Clay, Loam And Vegetable Matter. D. Coarse Aggregates Shall Be River Run Gravel Or Broken Stones. The Maximum Size Shall Be 1/5 Of The Nearest Dimensions Between Side Forms Of The Concrete Members Or ¾ The Maximum Clear Spacing Between Reinforcing Bars. E. Reinforcing Bars: Reinforcing Bars Shall Be Intermediate Grade And Deformed And Shall Have Minimum Yield Strength Of 275 Mpa (40,000 Psi) F. The Wires Shall Be Locally Produced G.i. Wire Gauge No. 16. G. Placing Reinforcement Provide Bars, Wire Fabrics, Wire Ties, Supports And Other Devices Necessary To Install And Secure Reinforcement. Reinforcement Shall Not Contain Rust, Scale Oil, Grease Clay And Foreign Substances That Would Reduce The Bond. Rusting Of Reinforcement Is A Basis Of Rejection If The Effective Cross-sectional Area Of The Normal Weight Per Foot Of The Reinforcement Has Been Reduced To Less Than Specified In Paragraph Entitled “reinforcing Bars”. Remove Loose Rust Prior To Placing Of Steel. Splices Shall Be Approved Prior To Use. Do Not Splice At Points Of Maximum Stress. Overlapped Welded Wire Fabric The Spacing Of The Cross Wires, Plus 50 Mm (2 Inches). H. Concrete Hollow Blocks: 1. For Walls And Partitions, Use Chb Or Its Equivalent. 2. Minimum Comprehensive Strength Shall Be 700 Psi. I. All Concrete Cured For Least Seven (7) Days To Twenty-eight (28) Days If Possible After Placement To Attain The Required Strength Of Concrete. J. Removal Of Forms: Forms Shall Be Removed In Such A Manner As Not To Impair The Safety And Serviceability Of The Structures. K. Proportions Of All Materials Entering Into Concrete Shall Be Of Class “b”. L. Mixture For Concrete Slab: Thickness Of Slab Shall Be 100mm Thick. A Mixture Of Washed Sand, Screened Gravel And Portland Cement. M. Mixture For Plastering: Thickness Of Plaster Shall Be 16mm Thick. A Mixture Of Washed Sand And Portland Cement. Iii. Pipings Use 6” Ø Pvc Sanitary Pipe X 3m S1000 With Complete Fittings And Accessories. It Should Be Installed By A Skilled Plumber To Ensure Quality Workmanship. Please Refer To The Attached Plan For Specifications. C. Installation Of Logo Use 1.5m Ø X 4” Thk Stainless 202 Round Logo For The Iloilo Provincial Government Seal With Installation. It Should Be Installed By A Skilled Worker To Ensure Quality Workmanship. Please Refer To The Attached Plan For Specifications. D. Installation Of Electrical Works And Fire Alarm System Electrical Works The Electrical Installation Shall Be Done In Accordance With The Approved Plans And Under The Direct Supervision And Control Of A Professional Electrical Engineer And Or Registered Electrical Engineer. 1. All Electrical Works And Materials Shall Conform To The Provisions Of The Latest Edition Of The Philippine National Electrical Code. The Rules, Regulations And Requirements Of The Local Authorities That Have Jurisdiction Over The Project, And Of The Local Utility Companies For Electrical And Communication. 2. Power Service To The Building Shall Be 230 Vac, 3ø + Ground, & 60hz 3. Unless Otherwise Indicated, All Wiring Method Shall Be Done In Rigid Steel Conduit (rsc), Condulet Fittings & Metal Boxes. 4. All Electrical Materials/equipment To Be Used Shall Be New And Of The Approved Type In Accordance With Drawings And Specifications For Both Location And Purpose. 5. Unless Otherwise Specified In The Plans, The Minimum Size Of The Wire And Conduit To Be Used Shall Be 3.5mm2 Thhn And 20mmø, Respectively. All Wires Shall Be Insulated For 600v And Except As Specified In The Plan. 6. All Non-current Carrying Metal Parts Of Electrical Equipments, Panel Board & Other Devices Shall Be Effectively Bonded To The Ground. 7. The Entire Electrical Works Herein Shall Be Done Under Direct Supervision Of A Competent Registered Electrical Engineer. 8. Where So Required, Provide All Fittings, Condulets/boxes For All Systems. 9. Use Wire With Color Red For Line 1, Yellow For Line 2, Blue For Line 3, And Green For Line Ground. 10. Electrical Works/system Shall Be Commissioned With The Present Of Project Engineer. Fire Alarm System 1. Installation Of Fire Detection And Alarm System (fdas) Will Be In Accordance With The National Fire Protection Association (nfpa) 72 And 70 And Local Fire Code Of The Philippines. 2. All Wiring Will Be In Accordance With Fdas Manufacturer’s Recommendations To Properly Conduct The Circuit Current: -awg #16 Tf Wire Signaling Line Circuit -awg #16 Tf Wire 24vdc Auxiliary Circuit 3. Smoke Detectors And Heat Detectors Are To Be Installed According To The Recommended Spacing As Per Nfpa 72 And Manufacturer’s Listing: -smoke Detector 9.1m (area Coverage 0.7 Times Listed Spacing) -heat Detector 13.9m (area Coverage 0.7 Times Listed Spacing) 4. All Audible Devices Is At Least 15dba Above The Average Ambient Sound 5. Wiring Method Will Be In Electrical Metal Tubing (imc) And All Electrical Box Are Galvanized Ga #16 Minimum. 6. All Materials To Be Used Are New And Will Be Installed In Application For Which They Are Intended. Section Vii. Drawings Annex A – Architectural Design Annex B- Project Billboard Plan Section Viii. Bill Of Quantities Bid No. Agr- 25-149-b Item Description Quantity Unit Unit Cost Total Cost No. A. Construction Of Warehouse And Drying Facility I. Mobilization/demobilization 1.00 L.s. Pesos And Ctvs. (p ) / L.s. P Ii. Clearing, Grubbing & Staking 1080.00 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Iii. Excavation Works 265.90 Cu.m. Pesos And Ctvs. (p ) / Cu.m P Iv. Backfilling 155.38 Cu.m. Pesos And Ctvs. (p ) / Cu.m P V. Embankment With Compaction 2067.00 Cu.m. Pesos And Ctvs. (p ) / Cu.m P Vi. Concrete Works A. Concreting 349.07 Cu.m. Pesos And Ctvs. (p ) / Cu.m P Item Description Quantity Unit Unit Cost Total Cost No. B. Gravel Bedding 151.01 Cu.m. Pesos And Ctvs. (p ) / Cu.m. P C. Steelworks 28,624.00 Kgs. Pesos And Ctvs. (p ) / Kgs. P D. Formworks 1,415.66 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Vii. Masonry Works 186.12 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Viii. Plastering Works 1,249.04 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Ix. Wall Installation 764.47 Sq.m. Pesos And Ctvs. (p ) /sq.m. P X. Roof Framing 17,556.15 Kgs. Pesos And Ctvs. (p ) /kgs. P Item Description Quantity Unit Unit Cost Total Cost No. Xi. Roofing Works 619.50 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Xii. Ceiling Works 22.33 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Xiii. Tile Works 14.38 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Xiv. Installation Of Doors And Windows A. Sliding Door (4.95m X 4.8m, 3.00 Units Pesos G.a. 18 Plain Sheet And 2” Ø G.i. Pipe S-40) W/ Heavy Duty Rack And Complete Accessories With Installation And Ctvs. (p ) /unit P B. Louver Windows (4.7m X Tube 18.00 Units Pesos 0.6mm, 2” X 4” Rectangular Framing And 0.5mm Plain Sheet Bended Louver Panels) W/ Complete Accessories With And Ctvs. Installation (p ) /unit P C. Panel/pvc/steel Matting Door 13.65 Sq.m. Pesos And Window And Clear Glass Window Installation And Ctvs. (p ) /sq.m. P Item Description Quantity Unit Unit Cost Total Cost No. Xv. Plumbing Works 1.00 L.s. Pesos And Ctvs. (p ) /l.s. P Xvi. Painting Works 3,727.18 Sq.m. Pesos And Ctvs. (p ) /sq.m. P B. Construction Of Catch Basin And Septic Tank I. Excavation Works 16.86 Cu.m. Pesos And Ctvs. (p ) /cu.m. P Ii. Concrete Works A. Concreting 3.30 Cu.m. Pesos And Ctvs. (p ) /cu.m. P B. Steel Works 178.00 Kgs. Pesos And Ctvs. (p ) /kgs. P C. Formworks 21.90 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Iii. Masonry Works 40.60 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Itemno. Description Quantity Unit Unit Cost Total Cost Iv. Plastering Works 77.90 Sq.m. Pesos And Ctvs. (p ) /sq.m. P V. Pipings 1.00 L.s. Pesos And Ctvs. (p ) /l.s. P C. Installation Of Logo (1.5m Ø 1.00 L.s. Pesos X 4” Thk Stainless 202 Round Logo With Installation) And Ctvs. (p ) /l.s. P D. Installation Of Electrical Works & Fire Alarm System I. Installation Of Primary Lines, & 1.00 L.s. Pesos Metering & Three (3) Units Of 25 Kva Distribution Transformers (ileco Ii Works Recommended Materials) And Ctvs. (p ) /l.s. P Ii. Secondary Power Distribution 1.00 L.s. Pesos System And Ctvs. (p ) /l.s. P Iii. Fire Alarm System 1.00 L.s. Pesos And Ctvs. (p ) /l.s. P Total Bid Cost In Words Summary Of Costs Item No. Bid Amount A. Construction Of Warehouse And Drying Facility I. Mobilization/demobilization ₱ _____________________________ Ii. Clearing, Grubbing & Staking ₱ _____________________________ Iii. Excavation Works ₱ _____________________________ Iv. Backfilling ₱ _____________________________ V. Embankment With Compaction ₱ _____________________________ Vi. Concrete Works A. Concreting ₱ _____________________________ B. Gravel Bedding ₱ _____________________________ C. Steelworks ₱ _____________________________ D. Formworks ₱ _____________________________ Vii. Masonry Works ₱ _____________________________ Viii. Plastering Works ₱ _____________________________ Ix. Wall Installation ₱ _____________________________ X. Roof Framing ₱ _____________________________ Xi. Roofing Works ₱ _____________________________ Xii. Ceiling Works ₱ _____________________________ Xiii. Tile Works ₱ _____________________________ Xiv. Installation Of Doors And Windows A. Sliding Door (4.95m X 4.8m, G.a. 18 Plain Sheet And 2"ø G.i. Pipe S-40) W/ Heavy Duty Rack And Complete Accessories With Installation ₱ _____________________________ B. Louver Windows (4.7m X 0.6m, 2" X 4" Rectangular Tube Framing And 0.5mm Plain Sheet Bended Louver Panels) W/ Complete Accessories With Installation ₱ _____________________________ C. Panel/pvc/steel Matting Door And Window And Clear Glass Window Installation ₱ _____________________________ Xv. Plumbing Works ₱ _____________________________ Xvi. Painting Works ₱ _____________________________ B. Construction Of Catch Basin And Septic Tank I. Excavation Works ₱ _____________________________ Ii. Concrete Works A. Concreting ₱ _____________________________ B. Steelworks ₱ _____________________________ C. Formworks ₱ _____________________________ Iii. Masonry Works ₱ _____________________________ Iv. Plastering Works ₱ _____________________________ V. Pipings ₱ _____________________________ C. Installation Of Logo ₱ _____________________________ D. Installation Of Electrical Works & Fire Alarm System I. Installation Of Primary Lines, Metering & Three (3) Units Of 25 Kva Distribution Transformers (ileco Ii Works & Recommended Materials) ₱ _____________________________ Ii. Secondary Power Distribution System ₱ _____________________________ Iii. Fire Alarm System ₱ _____________________________ Total Bid Amount ₱ _____________________________ Section Ix. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; (b) 1. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship Or Cda For Cooperatives, Or Any Proof Of Such Registration. 2. Mayor’s Permit Issued By The City Or Municipality – Where The Principal Place Of Business Of The Prospective Bidder Is Located; 3. Tax Clearance Per Executive Order 398,series Of 2005,a S Finally Reviewed And Approved By The Bir 4. Audited Financial Statements, Showing, Among Others, The Prospective Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions For The Preceding Calendar Year Which Should Not Be Earlier Than Two(2) Years From The Date Of Bid Submission; For The Type And Cost Of The Contract To Be Bid Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided Under The Rules; And ⬜ (d) Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And (f) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ C. List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate 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 ⬜ (h) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (i) 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 ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (k) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (l) 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 ⬜ Cash Flow By Quarter. Bid Form For The Procurement Of Infrastructure Projects [shall Be Submitted With The Bid] Bid Form Date : Project Identification No. : To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: A. We Have No Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Project: [insert Name Of Contract]; B. We Offer To Execute The Works For This Contract In Accordance With The Pbds; C. The Total Price Of Our Bid In Words And Figures, Excluding Any Discounts Offered Below Is: [insert Information]; D. The Discounts Offered And The Methodology For Their Application Are: [insert Information]; E. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein And Reflected In The Detailed Estimates, F. Our Bid Shall Be Valid Within A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; G. If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract, Or A Performance Securing Declaration In Lieu Of The Allowable Forms Of Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines12 For This Purpose; H. We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; I. We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And J. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. K. We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute 12 Currently Based On Gppb Resolution No. 09-2020 And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The [name Of Project] Of The [name Of The Procuring Entity]. L. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Date: Bid Securing Declaration Form [shall Be Submitted With The Bid If Bidder Opts To Provide This Form Of Bid Security] Republic Of The Philippines) City Of ) S.s. Bid Securing Declaration Project Identification No.: [insert Number] To: [insert Name And Address Of The Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid Securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f),of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: A. Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; B. I Am/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; And 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 Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republic Of The Philippines ) City/municipality Of ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 20 At , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Closing Date22 Apr 2025
Tender AmountPHP 20 Million (USD 352.7 K)

BULACAN AGRICULTURAL STATE COLLEGE Tender

Machinery and Tools
Corrigendum : Closing Date Modified
Philippines
Details: Description Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Procurement Of Goods 2025-04g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment) Fy 2025 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 12 9. Clarification And Amendment Of Bidding Documents 12 10. Documents Comprising The Bid: Eligibility And Technical Components 12 11. Documents Comprising The Bid: Financial Component 13 12. Bid Prices 13 13. Bid And Payment Currencies 14 14. Bid Security 14 15. Sealing And Marking Of Bids 14 16. Deadline For Submission Of Bids 14 17. Opening And Preliminary Examination Of Bids 15 18. Domestic Preference 15 19. Detailed Evaluation And Comparison Of Bids 15 20. Post-qualification 16 21. Signing Of The Contract 16 Section Iii. Bid Data Sheet 17 Section Iv. General Conditions Of Contract 19 1. Scope Of Contract 20 2. Advance Payment And Terms Of Payment 20 3. Performance Security 20 4. Inspection And Tests 20 5. Warranty 21 6. Liability Of The Supplier 21 Section V. Special Conditions Of Contract 22 Section Vi. Schedule Of Requirements 24 Section Vii. Technical Specifications 28 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. Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Invitation To Bid For 2025-04g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment) 1. The Bulacan Agricultural State College, Through The General Appropriations Act Of 2025 Intends To Apply The Sum Of Four Million One Hundred Forty Thousand Pesos (php4,140,000.00) Being The Abc To Payments Under The Contract 2025-04g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bulacan Agricultural State College Now Invites Bids For Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment). Delivery Of The Goods Is Required With Contract Duration Of Ninety (90) Calendar Days. Bidders Should Have Completed, Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 Bulacan Agricultual State College And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8am To 4:30pm Monday To Friday, Except Those Declared As Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 4, 2025 To April 23, 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 Php5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting The Receipt Upon Submission Of Their Bid Documents. 6. The Bulacan Agricultural State College Will Hold A Pre-bid Conference1 On April 11, 2025, 09:00 Am Am Via Zoom Platform (meeting Id: 884 9404 6972, Passcode: Basc2025) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 08:30 Am Of April 23, 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 April 23, 2025, 09:00 Am At The Conference Room, Farmers’ Training Center, Basc, San Ildefonso, Bulacan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Observers Will Be Invited To Attend And Witness The Bid Proceedings. 11. The Bulacan Agricultural State College 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: Rona Angela O. Clarin Bac Secretariat Head Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan (044) 697-1240 And 0923-108-1526 Ronaangela_clarin@basc.edu.ph Www.basc.edu.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://www.basc.edu.ph April 4, 2025 (sgd) Ronald Reagan T. Alonzo,ph.d. Bac Chairperson 1 May Be Deleted In Case The Abc Is Less Than One Million Pesos (php1,000,000) Where The Procuring Entity May Not Hold A Pre-bid Conference. Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Bulacan Agricultural State College Wishes To Receive Bids For The Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment) With Identification Number 2025-04g. The Procurement Project (referred To Herein As “project”) Is Composed Of Thirteen (13) 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 The Fiscal Year 2025 In The Amount Of Of Four Million One Hundred Forty Thousand Pesos (php4,140,000.00). 2.2. The Source Of Funding Is: A. Nga, The General Appropriations Act Of 2025 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. Not Applicable. 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 Procuring Entity Has Prescribed That: A. 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 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 The Last Five (5) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex- Warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration2 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 120 Days From The Opening Of Bids. 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 Original Of The First And Second Components Of Its Bid And Plus Two (2) Copies Of Each Kind, Labeled As Copy 1 And Copy 2. 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 And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 2 In The Case Of Framework Agreement, The Undertaking Shall Refer To Entering Into Contract With The Procuring Entity And Furnishing Of The Performance Security Or The Performance Securing Declaration Within Ten (10) Calendar Days From Receipt Of Notice To Execute Framework Agreement. 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 Or Per Lot 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. Supply, Delivery, And Installation Of Laboratory Equipment B. Completed Within Five (5) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Bid Prices Of Goods And Services Supplied From Outside Of The Philippines Shall Be Quoted In Philippine Pesos. 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 Php82,800.00. [(2%) Of The 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 Php207,000.00. [(5%) Of The Abc], If Bid Security Is In Surety Bond. 19.3 The Project Will Be Awarded As A Single Project. 20.2 1. Income Tax Return (form 1701/1702) With Audited Financial Statement., 2. Business Tax Return (forms 2550m And 2550q) Prior To Opening Of Bids Filed Thru Electronic Filing And Payment System (efps). Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted. 21.2 Not Applicable 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 In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract 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 At The Bulacan Agricultural State College, Pinaod, San Ildefonso, Bulacan. In Accordance With Incoterms.” For Goods Supplied From Within The Philippines, “the Delivery Terms Applicable To This Contract Are Delivered At The Bulacan Agricultural State College, Pinaod, San Ildefonso, Bulacan. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Ms. Rona Angela O. Clarin, Basc Property Officer. Incidental Services – No Further Instructions. Spare Parts – No Further Instructions. Packaging – No Further Instructions. Transportation – 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 – No Further Instructions. 2.2 The Terms Of Payment Shall Be As Follows: Upon Certification Of Complete Delivery Of Items By The End User And Basc Inspection Team.” 4 The Inspections And Tests That Will Be Conducted Are: On Site Testing Of All Items To Be Procured. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Numbe R Description Quan Tity Delivered, Weeks/months 1 Multiwater Parameter Quality Instrument 1 Pc Ninety (90) Calendar Days Auto Stable Built-in Barometer Auto Buffer Recognition For Us And Nist Buffers Connectivity: Usb 2.0 User-upgradeable Software Via Usb And Website Data Manager Desktop Software Data Memory: 5,000 Data Sets (data, Date, Time, User-defined Info) Display: Graphic Display With Detailed Help; Backlit Display And Keypad Do Sensors: Polarographic Or Galvanic Field Sensors; Self- Stirring Polarographic Bod Sensor For The Lab With Needed Accessories Ysi Galvanic Dissolved Oxygen Sensor Ysi Ph (ise) Sensor Ysi Ammonium (ise) Sensor Ysi Nitrate (ise) Sensor Ysi Chloride (ise) Sensor 2 6-pack + Carousel Bundle Pipettors 1 Lot Ninety (90) Calendar Days (1) Pipette Adjustable 0.1-2.5μl (1) Pipette Adjustable 0.5-10μl (1) Pipette Adjustable 2-20μl (1) Pipette Adjustable 10-100μl (1) Pipette Adjustable 20-200μl (1) Pipette Adjustable 100-1000μl (1) Pipette Carousel For 6 Pipette 3 Digital Bottletop, Burette/dispenser; 50ml - Clear 2 Pcs Ninety (90) Calendar Days Clear Bottle Min Volume (ml)0.01 Max Volume (ml) 50 Division (ml)0.01 Accuracy±0.2% Reproducibility±0.1% Wetted Parts Borosilicate Glass, Ceramic, Etfe, Fep, Pfa, Platinum-iridium, Pp, And Ptfe 4 Digital Bottletop, Burette/dispenser; 50ml – Amber 2 Pcs Ninety (90) Calendar Days Amber Bottle Min Volume (ml)0.01 Max Volume (ml)50 Division (ml)0.01 Accuracy±0.2% Reproducibility±0.1% Wetted Parts Borosilicate Glass, Ceramic, Etfe, Fep, Pfa, Platinum-iridium, Pp, And Ptfe 5 Benchtop Meter, Ph Electrode, Conductivity/temp Probe, 1 Lot Ninety (90) Calendar Days With Software And Stand Ph Ph Range –2.000 To 20.000 Resolution 0.001, 0.01, 0.1 Ph Accuracy ±0.002 Ph Calibration Up To 6 (usa, Nist, Din, Or Custom Buffer Sets) Mv Connectors Bnc Range ±2000.0 Mv Resolution 0.1 Mv Accuracy ±0.2 Mv Calibration Offset Up To +150 Connectors Bnc Ise Range 0.001 To 19,999 Ppm Resolution 2 Or 3 Digits Accuracy 0.5% Full Scale (monovalent), 1% Full Scale (divalent) Calibration Up To 8 Points Connectors Bnc 6 Lcd Digital Magnetic Hotplate Stirrer 4 Pcs Ninety (90) Calendar Days 7 X 7 In. Magnetic Hot Plate Stirrer Digital Speed Controlling, Max. Speed At 1500 Rpm Work Plate Temperature Is Optimized Up To 550°c. Two Rotating Knobs Enable Easy Adjustment Of Speed And Temperature Heat Only, Stir Only Or Heat And Stir Together Functions Remote Control Able, Providing Pc Control And Data Transmission 7 Phase Contrast And Dark Field Microscope 1 Pc Ninety (90) Calendar Days Head: Binocular Eyepieces: 10x/22mm Nosepiece: 5 Place Nosepiece Objectives: Plan Phase 10x, 20x, 40x, 100x Oil Stage: Mechanical Xy Condenser: Phase Turret Condenser - Brightfield, Ph1, Ph2, Ph3, Darkfield Focusing: Coarse & Fine Illumination: Halogen W/ Blue Filter Inclusions: Compatible Avr Initial Calibration Certificate 1 Year Warranty On Parts And Services 8 Digital Orbital Shaker 1 Pc Ninety (90) Calendar Days Digital Feedback Control Shaking Motion Orbital Motion Speed Range 10 ~ 300 Rpm Max. Load 10 Kg Amplitude Of Rotation (mm) 20, 30, 40 Available (30 As Factory Default) Motor Brushless Dc Motor Permissible Ambient Temperature Ambient +5 ~ 50℃ Permissible Relative Moisture 85% Timer & Alarm 99hr 59min (with Continuous Run.), Error Status & Timer-end Display Digital Lcd With Back-light Function Controller Programmable Digital Feedback Controller 9 Digital Reciprocating Shaker 10~300 Rpm, Low Noise With 1 Pc Ninety (90) Calendar Days Programmable Digital Feedback Control Shaking Motion Reciprocating Speed Range 10 ~ 300 Rpm Amplitude Of Rotation (mm) 20, 30, 40 Available Timer & Alarm 99hr 59min (with Continuous Run.), Error Status & Timer-end Display Digital Lcd With Back-light Function Controller Programmable Digital Feedback Controller With Jog-shuttle Switch (turn+pus) Program Function 10 Steps, 6 Programs Platform Universal Platform For Various Shapes & Size Of Flask Durable & Flexible Plastic Flask Holder Alarm (error Status And Timer-end) 10 Scientific Vortex Mixer 2 Pcs Ninety (90) Calendar Days - Deal For Mixing Solutions In Test Tubes Or Small Flasks With Circular, Oscillating Movement - Variable Speed Control Allows Slow Speed Shaking Action Up To High Speed Vortexing - Gentle Mixing To Re-suspending Pellet - Continuous-run Or Touch-activated Run Modes. - Powerful Motor For Efficient Mixing - Optimized Counterbalance System Minimizes Vibration. - Special Designed Silicon Feet Absorb Vibration At High Speeds. - Electronic Speed Control For Constant Speed Even During Changes In Load - Universal Head For A Variety Of Mixing Applications - Accepting Vessels Up To 76mm Diameter - Mbr(methyl Methacrylate Butadiene Rubber) Feet For Ultra Stability And Vibration Damping 11 Soil Color Book – For Soil - 10y And 5gy Soil Chart For Glauconite Soils, - 5r Soil Chart For Australia And Southeast Asia -7.5r Soil Chart For Tropical And Semi-tropical Soils. - Low Chroma “white” Page Shows Half Steps From 8.5 To 9.5 In Value With Chromas Of 1 And 2 For N, 7.5yr, 10yr, And 2.5y. - Page To Describe Carbonate, Silica, Gypsum, And Soluble Salt Precipitates And Evaporites -light Gray Pages To Decrease Sun Glare. 5 Pcs Ninety (90) Calendar Days 12 Laboratory Speed Blender (for Animal Or Plant Tissue) 16-speed Blender Large 40-oz (118ml) Glass Pitcher With A Plastic Lid. The Lid Can Also Be Used As A Convenient 60ml Mixing Cup. 2 Pcs Ninety (90) Calendar Days 13 Portable 60 Liters/day Dehumidifier For Laboratory Extraction Rate: 60 Liters/day At 80% Rh Power Rating: 920w, 220v, 60hz, Single Phase With Rollers Casters Refrigerant: R410a, 240g Rated Current: 4.3a Max Noise Level: 48db Bucket Capacity: 6.5 Liters Humidity Control Range: 35 To 80% Ambient Environment 5-32c 1 Pc Ninety (90) Calendar Days All Items Must Have: At Least 1 Year Warranty After Sales Services Installation / Assembly Training On How To Use And Maintain The Equipment [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of 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. Technical Specifications Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Multiwater Parameter Quality Instrument Auto Stable Built-in Barometer Auto Buffer Recognition For Us And Nist Buffers Connectivity: Usb 2.0 User-upgradeable Software Via Usb And Website Data Manager Desktop Software Data Memory: 5,000 Data Sets (data, Date, Time, User-defined Info) Display: Graphic Display With Detailed Help; Backlit Display And Keypad Do Sensors: Polarographic Or Galvanic Field Sensors; Self- Stirring Polarographic Bod Sensor For The Lab With Needed Accessories Ysi Galvanic Dissolved Oxygen Sensor Ysi Ph (ise) Sensor Ysi Ammonium (ise) Sensor Ysi Nitrate (ise) Sensor Ysi Chloride (ise) Sensor 2 6-pack + Carousel Bundle Pipettors (1) Pipette Adjustable 0.1-2.5μl (1) Pipette Adjustable 0.5-10μl (1) Pipette Adjustable 2-20μl (1) Pipette Adjustable 10-100μl (1) Pipette Adjustable 20-200μl (1) Pipette Adjustable 100-1000μl (1) Pipette Carousel For 6 Pipette 3 Digital Bottletop, Burette/dispenser; 50ml - Clear Clear Bottle Min Volume (ml)0.01 Max Volume (ml) 50 Division (ml)0.01 Accuracy±0.2% Reproducibility±0.1% Wetted Parts Borosilicate Glass, Ceramic, Etfe, Fep, Pfa, Platinum-iridium, Pp, And Ptfe 4 Digital Bottletop, Burette/dispenser; 50ml – Amber Amber Bottle Min Volume (ml)0.01 Max Volume (ml)50 Division (ml)0.01 Accuracy±0.2% Reproducibility±0.1% Wetted Parts Borosilicate Glass, Ceramic, Etfe, Fep, Pfa, Platinum-iridium, Pp, And Ptfe 5 Benchtop Meter, Ph Electrode, Conductivity/temp Probe, With Software And Stand Ph Ph Range –2.000 To 20.000 Resolution 0.001, 0.01, 0.1 Ph Accuracy ±0.002 Ph Calibration Up To 6 (usa, Nist, Din, Or Custom Buffer Sets) Mv Connectors Bnc Range ±2000.0 Mv Resolution 0.1 Mv Accuracy ±0.2 Mv Calibration Offset Up To +150 Connectors Bnc Ise Range 0.001 To 19,999 Ppm Resolution 2 Or 3 Digits Accuracy 0.5% Full Scale (monovalent), 1% Full Scale (divalent) Calibration Up To 8 Points Connectors Bnc 6 Lcd Digital Magnetic Hotplate Stirrer 7 X 7 In. Magnetic Hot Plate Stirrer Digital Speed Controlling, Max. Speed At 1500 Rpm Work Plate Temperature Is Optimized Up To 550°c. Two Rotating Knobs Enable Easy Adjustment Of Speed And Temperature Heat Only, Stir Only Or Heat And Stir Together Functions Remote Control Able, Providing Pc Control And Data Transmission 7 Phase Contrast And Dark Field Microscope Head: Binocular Eyepieces: 10x/22mm Nosepiece: 5 Place Nosepiece Objectives: Plan Phase 10x, 20x, 40x, 100x Oil Stage: Mechanical Xy Condenser: Phase Turret Condenser - Brightfield, Ph1, Ph2, Ph3, Darkfield Focusing: Coarse & Fine Illumination: Halogen W/ Blue Filter Inclusions: Compatible Avr Initial Calibration Certificate 1 Year Warranty On Parts And Services 8 Digital Orbital Shaker Digital Feedback Control Shaking Motion Orbital Motion Speed Range 10 ~ 300 Rpm Max. Load 10 Kg Amplitude Of Rotation (mm) 20, 30, 40 Available (30 As Factory Default) Motor Brushless Dc Motor Permissible Ambient Temperature Ambient +5 ~ 50℃ Permissible Relative Moisture 85% Timer & Alarm 99hr 59min (with Continuous Run.), Error Status & Timer-end Display Digital Lcd With Back-light Function Controller Programmable Digital Feedback Controller 9 Digital Reciprocating Shaker 10~300 Rpm, Low Noise With Programmable Digital Feedback Control Shaking Motion Reciprocating Speed Range 10 ~ 300 Rpm Amplitude Of Rotation (mm) 20, 30, 40 Available Timer & Alarm 99hr 59min (with Continuous Run.), Error Status & Timer-end Display Digital Lcd With Back-light Function Controller Programmable Digital Feedback Controller With Jog-shuttle Switch (turn+pus) Program Function 10 Steps, 6 Programs Platform Universal Platform For Various Shapes & Size Of Flask Durable & Flexible Plastic Flask Holder Alarm (error Status And Timer-end) 10 Scientific Vortex Mixer - Deal For Mixing Solutions In Test Tubes Or Small Flasks With Circular, Oscillating Movement - Variable Speed Control Allows Slow Speed Shaking Action Up To High Speed Vortexing - Gentle Mixing To Re-suspending Pellet - Continuous-run Or Touch-activated Run Modes. - Powerful Motor For Efficient Mixing - Optimized Counterbalance System Minimizes Vibration. - Special Designed Silicon Feet Absorb Vibration At High Speeds. - Electronic Speed Control For Constant Speed Even During Changes In Load - Universal Head For A Variety Of Mixing Applications - Accepting Vessels Up To 76mm Diameter - Mbr(methyl Methacrylate Butadiene Rubber) Feet For Ultra Stability And Vibration Damping 11 Soil Color Book – For Soil - 10y And 5gy Soil Chart For Glauconite Soils, - 5r Soil Chart For Australia And Southeast Asia -7.5r Soil Chart For Tropical And Semi-tropical Soils. - Low Chroma “white” Page Shows Half Steps From 8.5 To 9.5 In Value With Chromas Of 1 And 2 For N, 7.5yr, 10yr, And 2.5y. - Page To Describe Carbonate, Silica, Gypsum, And Soluble Salt Precipitates And Evaporites -light Gray Pages To Decrease Sun Glare. 12 Laboratory Speed Blender (for Animal Or Plant Tissue) 16-speed Blender Large 40-oz (118ml) Glass Pitcher With A Plastic Lid. The Lid Can Also Be Used As A Convenient 60ml Mixing Cup. 13 Portable 60 Liters/day Dehumidifier For Laboratory Extraction Rate: 60 Liters/day At 80% Rh Power Rating: 920w, 220v, 60hz, Single Phase With Rollers Casters Refrigerant: R410a, 240g Rated Current: 4.3a Max Noise Level: 48db Bucket Capacity: 6.5 Liters Humidity Control Range: 35 To 80% Ambient Environment 5-32c All Items Must Have: At Least 1 Year Warranty After Sales Services Installation / Assembly Training On How To Use And Maintain The Equipment [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of 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); Or ⬛ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬛ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬛ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬛ (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 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 ⬛ (h) 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 ⬛ (i) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After- Sales/parts, If Applicable; And ⬛ (j) 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 ⬛ (k) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬛ (l) 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 ⬛ (m) 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. Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬛ (n) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬛ (o) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. 25 Financial Component Envelope ⬛ (a) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬛ (b) Original Of Duly Signed And Accomplished Price Schedule(s). Bid Form Date: Project Identification No. To: Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan 3010 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 And Delivery 2025-04g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment) In Conformity With The Said Bidding Documents For The Sum Of (php ) [total Bid Amount In Words And Figures] 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. We Agree To Abide By This Bid For The Bid Validity Period Specified In The Bidding Documents Provisions And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below:3 Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per The Bidding Documents. We Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Name Of Project Of The Name Of The Procuring Entity] [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter’s Behalf For Name Of Project Of The Name Of The Procuring Entity]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This Day Of 2025. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of Price Schedule Name Of Bidder . Invitation To Bid Number Page Of . 1 2 3 4 5 6 7 8 9 10 Item Description Country Of Origin Quantity Unit Price Exw Per Item Transportation And Insurance And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col 9) X (col 4) 1 Multiwater Parameter Quality Instrument Auto Stable Built-in Barometer Auto Buffer Recognition For Us And Nist Buffers Connectivity: Usb 2.0 User-upgradeable Software Via Usb And Website Data Manager Desktop Software Data Memory: 5,000 Data Sets (data, Date, Time, User-defined I Display: Graphic Display With Detailed Help; Backlit Display And Do Sensors: Polarographic Or Galvanic Field Sensors; Self- Stirring Polarographic Bod Sensor For The Lab With Needed Accessories Ysi Galvanic Dissolved Oxygen Sensor Ysi Ph (ise) Sensor Ysi Ammonium (ise) Sensor Ysi Nitrate (ise) Sensor Ysi Chloride (ise) Sensor Nfo) Keypad 1 Pc 2 6-pack + Carousel Bundle Pipettors (1) Pipette Adjustable 0.1-2.5μl 1 Lot (1) Pipette Adjustable 0.5-10μl (1) Pipette Adjustable 2-20μl (1) Pipette Adjustable 10-100μl (1) Pipette Adjustable 20-200μl (1) Pipette Adjustable 100-1000μl (1) Pipette Carousel For 6 Pipette 3 Digital Bottletop, Burette/dispenser; 50ml - Clear 2 Pcs Clear Bottle Min Volume (ml)0.01 Max Volume (ml) 50 Division (ml)0.01 Accuracy±0.2% Reproducibility±0.1% Wetted Parts Borosilicate Glass, Ceramic, Etfe, Fep, Pfa, Platinum-iridium, Pp, And Ptfe 4 Digital Bottletop, Burette/dispenser; 50ml – Amber 2 Pcs Amber Bottle Min Volume (ml)0.01 Max Volume (ml)50 Division (ml)0.01 Accuracy±0.2% Reproducibility±0.1% Wetted Parts Borosilicate Glass, Ceramic, Etfe, Fep, Pfa, Platinum-iridium, Pp, And Ptfe 5 Benchtop Meter, Ph Electrode, Conductivity/temp Pro Be, 1 Pc With Software And Stand Ph Ph Range –2.000 To 20.000 Resolution 0.001, 0.01, 0.1 Ph Accuracy ±0.002 Ph Calibration Up To 6 (usa, Nist, Din, Or Custom Buffer Sets) Mv Connectors Bnc Range ±2000.0 Mv Resolution 0.1 Mv Accuracy ±0.2 Mv Calibration Offset Up To +150 Connectors Bnc Ise Range 0.001 To 19,999 Ppm Resolution 2 Or 3 Digits Accuracy 0.5% Full Scale (monovalent), 1% Full Scale (divalent) Calibration Up To 8 Points Connectors Bnc 6 Lcd Digital Magnetic Hotplate Stirrer Perature N 4 Pcs 7 X 7 In. Magnetic Hot Plate Stirrer Digital Speed Controlling, Max. Speed At 1500 Rpm Work Plate Temperature Is Optimized Up To 550°c. Two Rotating Knobs Enable Easy Adjustment Of Speed And Tem Heat Only, Stir Only Or Heat And Stir Together Functions Remote Control Able, Providing Pc Control And Data Transmissio 7 Phase Contrast And Dark Field Microscope 1 Pc Head: Binocular Eyepieces: 10x/22mm Nosepiece: 5 Place Nosepiece Objectives: Plan Phase 10x, 20x, 40x, 100x Oil Stage: Mechanical Xy Condenser: Phase Turret Condenser - Brightfield, Ph1, Ph2, Ph3 , Darkfield Focusing: Coarse & Fine Illumination: Halogen W/ Blue Filter Inclusions: Compatible Avr Initial Calibration Certificate 1 Year Warranty On Parts And Services 8 Digital Orbital Shaker & Timer-end 1 Pc Digital Feedback Control Shaking Motion Orbital Motion Speed Range 10 ~ 300 Rpm Max. Load 10 Kg Amplitude Of Rotation (mm) 20, 30, 40 Available (30 As Factory Default) Motor Brushless Dc Motor Permissible Ambient Temperature Ambient +5 ~ 50℃ Permissible Relative Moisture 85% Timer & Alarm 99hr 59min (with Continuous Run.), Error Status Display Digital Lcd With Back-light Function Controller Programmable Digital Feedback Controller 9 Digital Reciprocating Shaker 10~300 Rpm, Low Noise Wi Th & Timer-end 1 Pc Programmable Digital Feedback Control Shaking Motion Reciprocating Speed Range 10 ~ 300 Rpm Amplitude Of Rotation (mm) 20, 30, 40 Available Timer & Alarm 99hr 59min (with Continuous Run.), Error Status Display Digital Lcd With Back-light Function Controller Programmable Digital Feedback Controller With Jog-shuttle Switch (turn+pus) Program Function 10 Steps, 6 Programs Platform Universal Platform For Various Shapes & Size Of Flask Durable & Flexible Plastic Flask Holder Alarm (error Status And Timer-end) 10 Scientific Vortex Mixer Rcular, To Ges In Load Tability And 2 Pcs - Deal For Mixing Solutions In Test Tubes Or Small Flasks With Ci Oscillating Movement - Variable Speed Control Allows Slow Speed Shaking Action Up High Speed Vortexing - Gentle Mixing To Re-suspending Pellet - Continuous-run Or Touch-activated Run Modes. - Powerful Motor For Efficient Mixing - Optimized Counterbalance System Minimizes Vibration. - Special Designed Silicon Feet Absorb Vibration At High Speeds. - Electronic Speed Control For Constant Speed Even During Chan - Universal Head For A Variety Of Mixing Applications - Accepting Vessels Up To 76mm Diameter - Mbr(methyl Methacrylate Butadiene Rubber) Feet For Ultra S Vibration Damping 11 Soil Color Book – For Soil Value With Recipitates 5 Pcs - 10y And 5gy Soil Chart For Glauconite Soils, - 5r Soil Chart For Australia And Southeast Asia -7.5r Soil Chart For Tropical And Semi-tropical Soils. - Low Chroma “white” Page Shows Half Steps From 8.5 To 9.5 In Chromas Of 1 And 2 For N, 7.5yr, 10yr, And 2.5y. - Page To Describe Carbonate, Silica, Gypsum, And Soluble Salt P And Evaporites -light Gray Pages To Decrease Sun Glare. 12 Laboratory Speed Blender (for Animal Or Plant Tissu E) 2 Pcs 16-speed Blender Large 40-oz (118ml) Glass Pitcher With A Plastic Lid. The Lid Can Also Be Used As A Convenient 60ml Mixing Cup. 13 Portable 60 Liters/day Dehumidifier For Laboratory Ers 1 Pc Extraction Rate: 60 Liters/day At 80% Rh Power Rating: 920w, 220v, 60hz, Single Phase With Rollers Cast Refrigerant: R410a, 240g Rated Current: 4.3a Max Noise Level: 48db Bucket Capacity: 6.5 Liters Humidity Control Range: 35 To 80% Ambient Environment 5-32c All Items Must Have: At Least 1 Year Warranty After Sales Services Installation / Assembly Training On How To Use And Maintain The Equipment Grand Total (in Words) (in Figures) [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-04g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment) Location Of The Project : San Ildefonso, Bulacan List Of All Ongoing Government & Private Contracts Including Contracts Awarded But Not Yet Started Business Name : Business Address : Name Of Contract/project Cost A. Owner’s Name B. Address C. Telephone Nos. Nature Of Work Bidder’s Role A. Date Awarded B. Date Started C. Date Of Completion % Of Accomplishment Value Of Outstandingworks / Undeliveredportion Description % Planned Actual Government Private Note: This Statement Shall Be Supported With: Total Cost 1 Notice Of Award (for Government Projects) 2 Notice To Proceed (for Government Projects) 3 Contract Submitted By : (printed Name & Signature) Designation : Date : [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-04g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment) Location Of The Project : San Ildefonso, Bulacan Statement Of Single Largest Completed Contracts (slcc) In The Last Five (5) Years Business Name : Business Address : Name Of Contract A. Owner Name B. Address C. Telephone Nos. Nature Of Work Contractor’s Role A. Amount At Award B. Amount At Completion C. Duration A. Date Awarded B. Contract Effectivity C. Date Completed Description % Government Private Attached Herewith Are The Following Documents: Contract Agreement, Notice Of Award, Notice To Proceed, Official Receipt/invoice, Certificate Of Final Inspection, Certificate Of Good Performance And Certificate Of Acceptance, As Evidences In Support Of The Foregoing Information. Submitted By : (printed Name & Signature) Designation : Contract Agreement Form This Agreement Made The Day Of 20 Between [name Of Procuring Entity] Of The Philippines (hereinafter Called “the Entity”) Of The One Part And [name Of Supplier] Of [city And Country Of Supplier] (hereinafter Called “the Supplier”) Of The Other Part: Whereas The Entity Invited Bids For Certain Goods And Ancillary Services, Viz., [brief Description Of Goods And Services] And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of [contract Price In Words And Figures] (hereinafter Called “the Contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Referred To. 2. The Following Documents Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: (a) The Supplier’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g. Bidder’s Response To Clarifications On The Bid), Including Corrections To The Bid Resulting From The Procuring Entity’s Bid Evaluation; (b) The Schedule Of Requirements; (c) The Technical Specifications; (d) The General Conditions Of Contract; (e) The Special Conditions Of Contract; (f) The Performance Security; And (g) The Entity’s Notice Of Award. 3. In Consideration Of The Payments To Be Made By The Entity To The Supplier As Hereinafter Mentioned, The Supplier Hereby Covenants With The Entity To Provide The Goods And Services And To Remedy Defects Therein In Conformity In All Respects With The Provisions Of The Contract 4. The Entity Hereby Covenants To Pay The Supplier In Consideration Of The Provision Of The Goods And Services And The Remedying Of Defects Therein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of The Contract At The Time And In The Manner Prescribed By The Contract. In Witness Whereof The Parties Hereto Have Caused This Agreement To Be Executed In Accordance With The Laws Of The Republic Of The Philippines On The Day And Year First Above Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Supplier) 48 Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ) S.s. A F F I D A V I T I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 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 49 (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 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 * This Form Will Not Apply For Wb Funded Projec 50 Bid Securing Declaration Form Republic Of The Philippines) City Of ) S.s. X X Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: [insert Name And Address Of The Procuring Entity] I/we4, 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 51 Financial Documents For Eligibility Check Year 20 1 Total Assets 2 Current Assets 3 Total Liabilities 4 Current Liabilities 5 Net Worth (1-3) 6 Net Working Capital (2-4) The Net Financial Contracting Capacity (nfcc) Based On The Above Data Is Computed As Follows: Nfcc = [(current Assets – Current Liabilities) (15)] Minus Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. The Values Of The Domestic Bidder’s Current Assets And Current Liabilities Shall Be Based On The Latest Audited Financial Statements Submitted To The Bir. Nfcc = Php Submitted By: Name Of Bidder Signature Of Authorized Representative Over Printed Name Date: 52
Closing Date6 May 2025
Tender AmountPHP 4.1 Million (USD 74 K)

Rizal Medical Center Tender

Housekeeping Services
Philippines
Details: Description Bids And Awards Committee Request For Quotation Rfq No. 2025-001 The Rizal Medical Center (rizal Med) Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Suppliers Or Distributors Registered With The Philippine Government Electronic Procurement System (philgeps), To Submit Their Quotation On The Project Listed Below, Subject To The General Conditions Stated Herein, And Submit Not Later Than January 20, 2025. Name Of Project: Procurement Of One (1) Lot Pest Control Services For Cy 2025 Mode Of Procurement: Negotiated Procurement Sec. 53.9 – Small Value Procurement Approved Budget For The Contract: Two Hundred Twenty Eight Thousand Pesos (php228,000.00) Terms Of Reference Pest Control Services 2025 I. Objective To Provide Pest Control Services To Rizal Medical Center For The Cy 2025 Ii. Approved Budget For The Contract The Approved Budget For The Contract Is Two Hundred Twenty-eight Thousand Pesos (php228,000.00). Iii. Scope Of Work The Service Provider Shall Provide The Following Pest Control Services For A Period Of One Year (12 Months) To Rizal Med Premises: I. Crawling And Flying Insect Control Frequency • Thermal Fogging Monthly • Misting Monthly • Residual Spraying Monthly • Trapping/baiting As Needed • Spraying And Misting Of Surrounding Quarterly Ii. Rodent Control • Baiting As Needed • Trapping As Needed Iii. Termite Control • Soil Poisoning Once A Year • Residual Spraying Quarterly • Chemical Dusting Quarterly • Termites Mound Examination/ Demolition Quarterly Iv.animal Control • Controlling According To Local Regulations Of Cats, Dogs, Etc. As Needed • Technical And Professional Services The Service Provider Shall Provide The Following Technical Methods And Professional Services For The Effective Pest Control Program Of Rizal Med Premises: A. For Crawling And Flying Insects Control  Thermal Fogging – It Is An Aerial Surface Disinfection Method Which Provides Access To Hard-to-reach Areas And Simultaneously Disinfects Walls And The Atmosphere. It Is An Effective Smoke Odor Removal Procedure Because It Recreates The Fire Related Properties Of Heat And Pressurization.  Misting – Use Of Misting Machines Inside The Offices Which Disperse Minute Droplets Of Insecticide Solution In An Aerosol Range To Attain Minimum Penetration Of Hard To Reach Or Inaccessible Area To Control Mosquitoes And Other Flying Insect O Use Of Foaming/chalk And Gel Bait Inside The Ward And Other Specialty Wards (or, Er, Ob-er, Dr, Rr, Icu, Picu, Nicu, Imcu And Cancer Wards), Will Be In Accordance With The Specification Of Its Toxicologist And Enterologist, Chemicals Used Should Be Approved By The Food And Drug Authority (fda).  Residual Spraying – This Shall Be Done To Facilitate Direct Extermination Of Insects In Places And Areas Where Insects Congregate, Crawl And Hide, Including Cracks And Crevices. It Will Be Applied To Areas Where Fogging Treatment Is Not Available.  Trapping/baiting – Use Of Cage Traps, Glue Board, Snap And Other Mechanical Devices To Augment The Baiting Technique, Installation Of Bait Stations In Hidden Places And Strategic Location Where Crawling Insects Usually Search For Food, Roam Around And Congregate. B. For Rodent Control Regular Treatment By Bait Laying Of Anticoagulant Preparations In Areas Used As Passageway And Harborages Of Rats And Mice, Based On A System Of Permanent/semi-permanent Bait Stations. These Rodenticides Provide Good Control Without Presenting Any Hazard To Products Or Personnel. However, If The Degree Of Infestations Should Ever Warrant It, Acute Bait/chronic Rodenticides Will Be Used, But Only After Close Consultation With Rizal Med And Under The Strict Supervision Of The Engineering And Facilities Management Section. Supplementary Control Methods Such As Mechanical Traps And Sticky Boards, Plugging Or Sealing Off Of Holes That May Serve As Entry Points Will Also Be Employed If The Situation So Warrants. C. For Termite Control 1. Soil Poisoning This Service Shall Be The Application Of Termiticidal Chemicals Along The Perimeter Of Rizal Med. The Service Provider Shall Create A Continuous Chemical Barrier Making It Impossible For Termite To Enter And Destroy The Wooden Structures Of The Buildings Through The Following: A. Drilling Holes 30 Centimeters Apart At The Concrete Perimeter Fence Of The Compound Using An Electric Rotto Hammer Drill, Then Injecting Termiticidal Chemicals, Using A Modern Pressurized Soil Rudder Injector. B. Direct Injection Of Termiticidal Chemicals Along The Concrete And/or Soil Perimeter Of The Building Of The Compound 30 Centimeters Apart Using The Same Procedure And Equipment In 1(a). C. Drilled Holes After Treatment Shall Be Restored To Its Original Appearance Through The Use Of Concrete Mix/cement. 2. Residual Spraying This Shall Be Done To Facilitate Direct Extermination Of Termites On Infested Parts Of The Building. Uninfected Areas Shall Also Be Treated To Provide Adequate Protection. 3. Chemical Dusting The Service Refers To The Application Of Anti-termite Powder To All Joints, Ends, Crevices, Baseboards And Cabinets. Emphasis Of Treatment Shall Be On The Wooden Structures Of The Building. 4. Termites Mound Extermination All Termites’ Mounds Found Within The Rizal Med Building Compound Shall Be Excavated And Exterminate The Queen And Workers Since These Are Infesting The Wooden Structures Of The Building. Terms And Conditions 1. The Service Provider Shall Warrant That The Services To Be Rendered Will Effectively Exterminate All Pests, Insects And Rodents Without The Visible Presence And Disturbing Odor Of Smoke And Fumes. Should Rizal Med Find The Services To Be Ineffective As Evidenced By The Continuous Presence Of Termites, Cockroaches, Mice And Other Common House Pests And Insects, Rizal Med Reserves The Right To Terminate The Contract. In Such Case, The Rizal Med Shall Not Be Obliged To Pay The Service Provider For The Services Rendered. 2. The Service Provider Shall Warrant That All Preparations And Formulations, Including The Use Thereof, Will Be In Accordance With The Specification Of Its Toxicologist And Enterologist, Pyrethroid Insecticides That Are Biodegradable In Nature And Only Chemicals Certified By The Proper Government Authorities As Safe Shall Be Used. 3. The Service Provider Shall Render Pest Control Treatment To The Nutrition And Dietetics Department Twice A Month. 4. The Service Provider Shall Agree That Only Honed, Skilled And Well-trained With Training Certificates Personnel/technicians Will Be Assigned To The Rizal Med Premises To Ensure The Proper Treatment And Application Of Chemicals. 5. The Service Provider Shall Assign A Sufficient Work Force With Proper Personal Protective Equipment (ppe) And Sufficient To Carry Out Or Implement The Service. Assigned Staff Shall Wear Proper Uniform And Identification Card While Within The Rizal Med Premises. 6. The Service Provider Shall Agree That The Required Services Shall Be Conducted From 4:00 Pm – Onwards And Weekends, As May Be Determined By The Rizal Med, In Order Not To Disrupt The Working Schedule Of Rizal Med Personnel. 7. The Service Provider Shall Provide On-call Service In Between Schedule Without Additional Cost To Rizal Med, Including Performing Immediate Special Or Additional Service Should There Be A Sudden Outbreak Of Infestation At The Rizal Medical Center Premises At No Cost To Rizal Med. 8. A Quality Control Supervisor Affiliated With The Service Provider Shall Visit The Rizal Med Premises Quarterly Or Whatever Necessary To Undertake The Following: A. Coordination With Rizal Med Authorized Representative In Evaluating The Effectiveness Of The Pest Control Treatment. B. Serve As Pest Control Consultant By Recommending Ways And Means To Control Infestation. C. Provide Orientation On The Pest Control Management, Handling And Application Of Chemicals To Concerned Rizal Med Personnel. 9. A Penalty Of One-tenth Of 1% (.001) Of The Total Value Of The Undelivered Goods/services Shall Be Charged As Liquidated Damage For Every Day Of Delay Of The Delivery Of The Service. A. Payment Shall Be Done Within Sixty (60) Days Upon Receipt Of The Statement Of Account/billing Invoice, With Complete Supplementary Documents On A Monthly Basis. 10. The Service Provider Must Submit An Accurate Monthly Assessment Report. 11. The Service Provider Shall Cover The Following Areas: Administrative Building 1 Office Of The Medical Center Chief And Board Room 2 Office Of The Chief Of Medical Professional Staff 3 Professional Education, Training, And Research Unit 4 Office Of The Chief Administrative Officer (hopss) 5 Office Of The Chief Administrative Officer (finance) 6 Ent Office (former Chief Training Office) 7 Office Of The Chief Nurse 8 Heart Station 9 Integrated Management Information System Section 10 Quality Improvement, Infection Prevention Control, And Patient Safety Unit 11 Blood Bank 12 Cash Operations Section 13 Billing And Claims Section 14 Admitting And Information Section 15 Security Unit (in-house) Dormitory Building (old) 1 Dormitory 2 Budget Section 3 Accounting Section 4 Coa Auditor’s Office 5 Legal Unit 6 Wound Care Center Office 7 Public Health Unit 8 Planning & Management Unit 9 Hrm/ Psb – Shrpsb Office Other Areas 1 Nutrition And Dietetics Department (weekly) 2 Engineering And Facilities Management Section 3 Powerhouse 4 Housekeeping, Linen & Laundry 5 Materials Management Section 6 Tb Dots 7 New Dormitory 8 Solid And Infectious Waste Storage / All Public Comfort Rooms 9 Chapel 10 Central Supply And Sterilization 11 Health Information Management Department 12 New Er Extension 13 Human Resource Management Section 14 Procurement Section 15 Medical Social Work Department 16 Udds Office 17 Other New Office And Establishments Out Patient Department Complex First Floor 1 Department Of Otorhinolaryngology Head And Neck Surgery 2 Surgery Clinic 3 Opd Central Registration Section 4 Minor Or 5 Opd Laboratory & Drug Testing 6 Pharmacy & Consignment 7 Department Of Radiology And Imaging Science 8 Department Of Physical Medicine And Rehabilitation 9 Pharmacy Department 10 Stone Center Second Floor 1 Social Service (opd & Pasig City Constituents) 2 Dental Department 3 Opd Head 4 Health & Wellness Clinic 5 Cashier 6 Mental Hygiene 7 Pediatric Clinic 8 Medicine Clinic 9 Opd Registration 10 Department Of Obstetrics And Gynecology/ Ultrasound 11 Employees Health Service 12 Neuro Science Third Floor 1 Department Of Opthalmology 2 Family And Community Medicine Department 3 Department Of Dermatology 4 Opd Philhealth ` Diagnostic Center 1 Main Laboratory 2 Nuclear Medicine 3 Molecular Imaging & Radionuclide Therapy Unit/cobalt 4 Department Of Physical Medicine And Rehabilitation 5 Blood Bank 6 Molecular Laboratory 7 Linear Accelerator (linac) Main Building A & B Basement 1 Health Emergency Management Service/er Head Office 2 Emergency Room 3 Dialysis Unit 4 Pharmacy Satellite 5 Er Triage 6 Er Waiting Area 7 Brachy Therapy Treatment 8 Breast Clinic 9 Mammography Section 10 Toxicology First Floor 1 Ob Main 2 Ob Er 3 Delivery Room And Labor Room 4 Neonatal Intensive Care Unit (nicu) 5 Ob Covid 6 Radiation Oncology Unit 7 Milk Bank 8 Netr Office Second Floor 1 Surgery Ward (1) 2 Operating Room 3 Department Of Anesthesiology 4 Recovery Room 5 Intensive Care Unit (icu) 6 Hemodialysis (stock Room) 7 Catheterization Laboratory 8 Surgical Intensive Care Unit (sicu) 9 Social Service Office 10 Food Hall Third Floor 1 Surgery Ii 2 Pedia I 3 Pediatric Intensive Care Unit (picu) 4 Pedia Ii 5 Department Of Pediatrics 6 Department Of General Surgery 7 Social Service Office Fourth Floor 1 Medicine Ward 2 Philhealth Ward 3 Medicine Department Office 4 Imcu 5 Institutional Review Board 6 Pulmonary/ Respiratory Unit 7 Office Of The Rotator’s Manager Fifth Floor 1 Ob Annex 2 Pantry I. General Requirements: 1. Original Signed Price Quotation 2. Certified True Copy Of The Following: A) Philgeps Certificate/registration No. B) Mayor’s/business Permit 3. Duly Notarized Omnibus Sworn Statement Together With Original Notarized Secretary’s Certificate Or Original Special Power Of Attorney 4. Documentary Requirements Must Be Submitted To The Bac Secretariat Not Later Than The Deadline. Ii. General Conditions: • All Quotations Shall Be Considered Fixed Price, And Not Subject To Price Escalation During Contract Implementation. • Supplier/contractor/ Service Provider Is Entitled To One (1) Quotation Only; Otherwise All Quotations Made Shall Automatically Be Rejected. Iii. Terms Of Payment • Payment Shall Be Based On Actual Deliveries Made By The Supplier/contractor/ Service Provider. • The Terms Of Payment Shall Not Be Later Than Sixty (60) Days After Submission Of Sales Invoice And Complete Supporting Documents By The Supplier/contractor. • Pursuant To Circular Letter No. 2013-16 Of Department Of Budget And Management Dated December 23, 2013, The Supplier/contractor Is Encouraged To Open An Account With The Land Bank Of The Philippines (lbp), The Government Servicing Bank Of The Procuring Entity, To Facilitate Settlement Of Account Payables Due To The Supplier/contractor. All Charges Incurred For Payment Through Bank Transfer With Other Banks Shall Be For The Account Of The Supplier/contractor. Iv. Delivery Term • Delivery Term Shall Be One (1) Year (12 Months) Upon Receipt Of A Notice To Proceed. For Further Inquiries, You May Contact The Bac Secretariat At Mobile No. 0917 104-6556. The Quotation And Requirements Must Be Submitted/delivered To The Following Address: Edwin E. Alcazar, Llb,mgm Head, Bac Secretariat Rizal Medical Center Pasig Blvd., Pasig City 1600 Mobile No. 0917 104-6556 The Rizal Med Reserves The Right To Reject Any Or All Quotations/bids, To Waive Any Minor Defects Therein, To Annul The Bidding Process, To Reject All Quotations/bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder(s), And To Accept Only The Offer That Is Most Advantageous To The Government. The Rizal Med Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Quotation/bid. Very Truly Yours, (sgd.)santiago G. Cabangon, Cpa, Mba Chairperson, Bids And Awards Committee
Closing Date20 Jan 2025
Tender AmountPHP 228 K (USD 3.8 K)

Department Of Social Welfare And Development Region Xii Tender

Education And Training Services
Philippines
Details: Description Department Of Social Welfare And Development Field Office Xii Regional Center, Brgy. Carpenter Hills, Koronadal City, 9506 Philippine Bidding Documents For The Procurement Of Board And Lodging, Venue Rental, And Catering Services For The Conduct Capability Building For Tutors & Ydws (lot 1 To Lot 3) Project Identification No. Dswd12-tarabasa-2025-03-008 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. 11 2. 11 3. 11 4. 11 5. 11 6. 12 7. 12 8. 12 9. 13 10. 13 11. 13 12. 13 13. 14 14. 14 15. 15 16. 15 17. 15 18. 15 19. 15 20. 16 21. 16 Section Iii. Bid Data Sheet …………………………………………………..17 Section Iv. General Conditions Of Contract ……………………...………..21 1. 22 2. 22 3. 22 4. 22 5. 23 6. 23 Section V. Special Conditions Of Contract ………………………………….24 Section Vi. Schedule Of Requirements ……………………………………....27 Section Vii. Technical Specifications …………………………………………30 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 Dswd12-tarabasa-2025-03-008 Procurement Of Board And Lodging, Venue Rental, And Catering Services For The Conduct Of Capability Building For Tutors & Ydws (lot 1 To Lot 3) 1. The Department Of Social Welfare And Development Field Office Xii, Through The General Appropriations Act Fy 2025 Intends To Apply The Sum Of Lot 1- Four Million And Five Hundred Sixty-five Thousand Pesos Only (₱4,565,000.00), Lot 2-four Million Seventy-three Thousand And Six Hundred Pesos Only (₱4,073,600.00), Lot 3- One Million Sixteen Thousand And Five Hundred Pesos Only (₱1,016,500.00) Being The Abc To Payments Under The Contract For Dswd12-tarabasa-2025-03-008 Procurement Of Board And Lodging, Venue Rental, And Catering Services For The Conduct Of Capability Building For Tutors & Ydws (lot 1 To Lot 3). Bids Received In Excess Of The Abc Per Lot Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Social Welfare And Development Field Office Xii Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required As Per Schedule Set By The End-user. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 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 Department Of Social Welfare And Development Field Office Xii – Bids And Awards Committee Secretariat Office And Inspect The Bidding Documents At The Address Given Below During Office Hours (8:00a.m. To 5:00 P.m.). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 22 March 2025 To 11 April 2025, 05:00 P.m. From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (php 5,000.00) Per Lot. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Social Welfare And Development Field Office Xii Will Hold A Pre-bid Conference On 28 March 2025, 10:30 P.m. At Dswd Field Office 12, Regional Center, Brgy. Carpenter Hill, Koronadal City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below On Or Before 11 April 2025, 09:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening And Evaluation Shall Be On 11 April 2025, 10:30 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Social Welfare And Development Field Office Xii 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: Dswd 12 – Bac Secretariat Head Administrative Division – Procurement Section Dswd Field Office 12, Regional Center, Brgy. Carpenter Hills, Koronadal City, 9506 Procurement.fo12@dswd.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://fo12.dswd.gov.ph/bid-bulletin/ Https://www.philgeps.gov.ph 21 March 2025 Jackiya A. Lao 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, Department Of Social Welfare And Development Field Office Xii Wishes To Receive Bids For The Dswd12-tarabasa-2025-03-008 Procurement Of Board And Lodging, Venue Rental, And Catering Services For The Conduct Of Capability Building For Tutors & Ydws (lot 1 To Lot 3) With Identification Number Dswd12-tarabasa-2025-03-008. The Procurement Project (referred To Herein As “project”) Is Composed Of Several Lots Or 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 Approved Gaa In The Amount Of Lot 1- Four Million And Five Hundred Sixty-five Thousand Pesos Only (₱4,565,000.00), Lot 2-four Million Seventy-three Thousand And Six Hundred Pesos Only (₱4,073,600.00), Lot 3- One Million Sixteen Thousand And Five Hundred Pesos Only (₱1,016,500.00). 2.2. The Source Of Funding The General Appropriations Act. 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 Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. 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 Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On 28 March 2025, 10:30 A.m. And At Its Physical Address Department Of Social Welfare And Development Field Office 12, Regional Center, Brgy. Carpenter Hill, Koronadal City 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, On/or Before 01 April 2025 Or 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 X 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 Per Lot 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 Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: A. 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 31 July 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 And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 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. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Lot. 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 20.2. 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, 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 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. Supply And Delivery Of Board And Lodging, Venue Rental, And Catering Services B. Completed Within At Least Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed 12 The Price Of The Goods Shall Be Quoted Ddp Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Lot 1- ₱91,300.00, Lot 2- ₱81,472.00, Lot 3- ₱20,330.00 Or The Amount Equivalent To Two Percent (2%) Of Abc If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Lot 1- ₱228,250.00, Lot 2- ₱203,680.00, Lot 3- ₱50,825.00 Or The Amount Equivalent To Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 19.1 1. All Forms Must Be Submitted Using The Prescribed Format Provided By The Procuring Entity And Completed Without Any Alterations To Their Format, And No Substitute Form Shall Be Accepted. All Blank Spaces Shall Be Filled In With The Information Requested. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder, Otherwise, Bids Shall Be Subject To An Outright Disqualification. 20.2 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Supplier Of The Notice Of Post Qualification From The Bac That The Supplier Has The Lowest Calculated Bid (lcb) Or Single Calculated Bid (scb), The Supplier Shall Submit And/or Present The Following Requirements For Post Qualification In Accordance To Section 34 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra9184: 1. Present Original Copy Of The Following: A. A. Latest Income Tax Return And Business Tax Return ( For 4th Quarter Of 2025) B. B. Latest Value Added Tax (vat) Return ( For 4th Quarter Of 2025) Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing & Payment System (efps) Shall Be Accepted. C. Valid Philgeps Registration Certificate (platinum Membership) (all Pages) D. Valid Registration Certificate From Securities And Exchange Commission (sec) For Corporations, Or From Department Of Trade And Industry (dti) For Sole Proprietorship, Or From Cooperative Development Authority (cda) For Cooperatives; E. Valid Business/mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Bidder Is Located; F. Valid Tax Clearance Per Eo 398, Series Of 2005, As Finally Reviewed And Approved By The Bir; G. Bureau Of Internal Revenue (bir) Registration Certificate. H. Copy Of Contracts Or Po’s, Notice Of Award (noa) And Notice To Proceed (ntp) For All On-going Contracts I. End-user’s Acceptance, Official Receipt (duplicate Or Triplicate Copy) Or Sales Invoice With Collection Receipt/s (duplicate Or Triplicate Copy) Relative To Single Largest Completed Contract J. Company Profile And Organizational Chart. Company Printed Brochure May Be Included. K. Vicinity Map/location Of The Business. L. Other Appropriate Licenses And Permits Required By Law And Stated In The Bidding Documents. Failure To Submit Any Of The Post-qualification Requirements On Time, Or A Finding Against The Veracity Thereof, Shall Disqualify The Bidder For Award. Provided In The Event That A Finding Against The Veracity Of Any Of The Documents Submitted Is Made, It Shall Cause The Forfeiture Of The Bid Security In Accordance With Section 69 Of The Irr Of Ra 9184. Note: For Post Qualification Purposes Only 20.3 Each Bidder Shall Submit The Following In One (1) “mother” Envelope Duly Sealed And Labeled, Containing Two (2) Sets Of Envelopes For Technical Component Envelope And Financial Component Envelope. Bidding Documents Shall Be Prepared With Proper Label And Tabbing For Easy Checking And Evaluation During Bid Opening. 20.4 All Envelopes Shall Be Labeled/marked As Follows: To : Jackiya A. Lao Chairperson Bids And Awards Committee Dswd-field Office 12 From :_______________________________ (name Of Bidder In Capital Letters) Address: _______________________________ (address Of Bidder In Capital Letters) Project: Procurement Of Board And Lodging, Venue Rental, And Catering Services For The Conduct Of Capability Building For Tutors & Ydws Bid Ref No.: Itb No. Dswd12-tarabasa-2025-03-008 Approved Budget For The Contract : Lot 1- Four Million And Five Hundred Sixty-five Thousand Pesos Only (₱4,565,000.00) Lot 2-four Million Seventy-three Thousand And Six Hundred Pesos Only (₱4,073,600.00) Lot 3- One Million Sixteen Thousand And Five Hundred Pesos Only (₱1,016,500.00) Do Not Open Before: 11 April 2025; 10:30 A.m. 21.2 No Further Instructions 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 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 The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section 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 5.1 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 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 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: Delivery Term: As Per Schedule Set By The End-user Place Of Delivery / Venue: Within Region Xii (lot 1-general Santos City, Lot 2-kidapawan City, Cotabato Province, Lot 3-koronadal City, And Tacurong, Sultan Kudarat Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). 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. Spare Parts – Not Applicable Packaging – Not Applicable 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. Transportation – 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. 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 As Follows: Partial Payment Must Correspond To The Value Of Goods Delivered And Accepted After The Appropriate Inspection And Acceptance Procedures. Proof Of Deliveries (delivery Receipts Or Acknowledgement Receipts) Must Be Signed By An Authorized Person To Support Claims For Payment. 4 The Inspections And Tests That Will Be Conducted By The Inspection (dswd Inspection Committee), Designated Inspectorate At The Regional Level, Final Acceptance By The Dswd Acceptance Committee, And End-user Section Vi. Schedule Of Requirements Dswd12-tarabasa-2025-03-008 Procurement Of Board And Lodging, Venue Rental, And Catering Services For The Conduct Of Capability Building For Tutors & Ydws In General Santos City (lot 1) The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months Lot 1 1. Catering Services And Function Rooms For Capability Building Of Tutors And Ydws (960 Pax Per Day For 5 Days) In General Santos City Catering Services (2 Snacks And 1 Meal) A. Meals Requirement (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle (lunch) 4 Viands With Rice,1 Vegetable, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle (pm Snack) Heavy Snack Served With A Cold Beverage In Can/bottle No Pork Menu B. Function Rooms At Least 3 Function Halls Per Batch That Can Accommodate 220-250 Participants; Function Room Setup Is Classroom Type Note: (batches) Batch 1: April 21-25, 2025 Group 1- 213 Tutors Group 2 - 213 Tutors Group 3- 214 Tutors Batch 2: April 28-may 02, 2025 Group 1- 160 Ydws Group 2- 160 Ydws Compliance To Batas Pambansa 344 Or An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices; Free Use Of Function Room That Can Accommodate Number Of Participants For Plenary And Breakout Rooms Whenever Necessary; Function Room Should Have No Pillars That Can Block The View Of Participants And Speaker; With Good Sound System With At Least 3 Microphones And Audio Jack (audio Technician On Standby); Sound Proof, Well-lighted And Ventilated; Free And Strong Wi-fi Connection Free Use Of Led Wall/lcd Projector, Wide Screen And Electrical Connections Including Extension Cords For The Use Of Participants And Secretariat; Free Use Of Whiteboard And Eraser; Free Flowing Coffee/tea/water With Hot And Cold Water Dispenser; With 2 Standby Waiters; Cctv Protected And Function Venues Must Be Disinfected During Break Time Or After Every Meeting Or Event 960 Pax 960 Pax Delivery Of The Goods Is Required To Be Delivered As Per Schedule Set By The End-user 2. Board And Lodging For Facilitators From Rpmo And Npmo And Resource Persons (41 Pax Per Day For X 5 Days) During Capbuild With Tutors And Ydws In General Santos City Specifications: A. Room Accommodation 1. Maximum Of Three Person In A Room With Individual Bed Occupancy Is Allowed 2. There Shall Be A Functioning Air Conditioning Unit And Television Set In Each Room 3. Sanitation Kit Shall Be Provided For Each Guest Which May Include 70% Solution Alcohol Or Alcohol-based Sanitizers, Disinfectant Sprays, Face Masks And Rags. 4. Hot And Cold Shower Bathroom Amenities Must Be Regularly Provided For Each Guest. 5. Trash Bins Must Be Provided Inside The Guest Room. A Separate Trash Bag Or Bin Intended For Used Ppe Such As Face Mask, Gloves And Other Sanitation Waste Materials Must Be Provided. 6. Adequate Supply Of Soaps, Alcohol-based Hand Sanitizer, Toilet Paper And Paper Towels, Clean, Good Quality Linen/blankets/ Towels, Etc. In The Restrooms Must Be Ensured. 7. There Shall Be Drinking Water And Glasses In Each Bedroom (or Near The Bedrooms) 8. Refrigerators Maybe In Each Room, Should This Not Possible, At Least Refrigeration Services May Be Made Available When Requested 8. Lightings And Fixtures In All Rooms And Bathrooms Shall Be Functional 9. Fire Exit Guidelines And House Rules For Guests Should Be Prominently Displayed In Each Bedroom 10. A Reception Information Counter Providing 24-hours Service And Equipped With Telephone Should Be Available 11. There Shall Be A Hotel Lobby, Reasonably Furnished With Seating. The Size Of Which Shall Be Commensurate With The Size Of The Hotel 12. Porter Service Shall Be Made Available Upon Request 13. There Shall Be A Left Luggage Rooms And Safe Deposit Boxes In The Establishment 14. Strictly No Bed-sharing 15. With Free Access To Wi-fi In All Areas Of Venue 16. Room Transfer During Stay Is Not Allowed B. Meals Requirement (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle (lunch) 4 Viands With Rice,1 Vegetable, 1 Dessert, 1 Soup And Cold Beverage In A Can/bottle. (pm Snack) Heavy Snack Served With A Cold Beverage In Can/bottle. (dinner) 4 Viands With Rice, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle *choices Of Viands (beef, Chicken, Fish & Vegetable) (breakfast) Coffee/choco/tea Drinks; Plain Rice; Egg; 3 Breakfast Viands/veg Selection; Fruits No Pork Menu C. Other Amenities Free Use Of Hotel Amenities; Free Tarpaulin For The Backdraft Of The Activity - Size 5x6, Welcome Tarpaulin And Directional Signage’s Discount At The Business Center For Fax, Printing, Photocopying, Etc. Free Use Of Session Hall For The Socialization Night. At Least 1 Free Shuttle Going To Downtown Area Back 'n Forth At Least 1 Standby Emergency Vehicle D. Notes Compliance To Batas Pambansa 344 Or An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices; Hotel Should Not Be Offering Short-term Lodging Associated With Motels And Should Not Be Situated Beside Or Across Gambling Establishments/ Casinos And Should Not Beside Or Across Funeral Parlor; Hotel Can Provide The Required Number Of Rooms And Should Not Transfer Participants To Another Hotel; 41 Pax 41 Pax Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ Dswd12-tarabasa-2025-03-008 Procurement Of Board And Lodging, Venue Rental, And Catering Services For The Conduct Of Capability Building For Tutors & Ydws In Kidapawan City, Cotabato Province (lot 2) The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months Lot 2 1. Catering Services With Venue For Tutors And Ydws For Capability Building (843 Pax Per Day For 5 Days) In Kidapawan City, Cotabato Province Catering Services (2 Snacks And 1 Meal) A. Meals Requirements (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle (lunch) 4 Viands With Rice,1 Vegetable, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle (pm Snack) Heavy Snack Served With A Cold Beverage In Can/bottle No Pork Menu B. Function Rooms At Least 3 Function Halls Per Batch That Can Accommodate 220-250 Participants; Function Room Setup Is Classroom Type Note: (batches) Batch 1: April 21-25, 2025 Group 1- 140 Ydws Group 2 - 141 Ydws Batch 2: April 28-may 02, 2025 Group 1- 187 Tutors Group 2- 187 Tutors Group 3- 188 Tutors Compliance To Batas Pambansa 344 Or An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices; Free Use Of Function Room That Can Accommodate Number Of Participants For Plenary And Breakout Rooms Whenever Necessary; Function Room Should Have No Pillars That Can Block The View Of Participants And Speaker; With Good Sound System With At Least 3 Microphones And Audio Jack (audio Technician On Standby); Sound Proof, Well-lighted And Ventilated; Free And Strong Wi-fi Connection Free Use Of Led Wall/lcd Projector, Wide Screen And Electrical Connections Including Extension Cords For The Use Of Participants And Secretariat; Free Use Of Whiteboard And Eraser; Free Flowing Coffee/tea/water With Hot And Cold Water Dispenser; With 2 Standby Waiters; Cctv Protected And Function Venues Must Be Disinfected During Break Time Or After Every Meeting Or Event 843 Pax 843 Pax Delivery Of The Goods Is Required To Be Delivered As Per Schedule Set By The End-user 2. Board And Lodging For Facilitators From Rpmo And Npmo And Resource Persons (41 Pax For 5 Days) During Capbuild With Tutors And Ydws In Kabacan And Kidapawan City, Cotabato Province Specifications: A. Room Accommodation 1. Maximum Of Three Person In A Room With Individual Bed Occupancy Is Allowed 2. There Shall Be A Functioning Air Conditioning Unit And Television Set In Each Room 3. Sanitation Kit Shall Be Provided For Each Guest Which May Include 70% Solution Alcohol Or Alcohol-based Sanitizers, Disinfectant Sprays, Face Masks And Rags. 4. Hot And Cold Shower Bathroom Amenities Must Be Regularly Provided For Each Guest. 5. Trash Bins Must Be Provided Inside The Guest Room. A Separate Trash Bag Or Bin Intended For Used Ppe Such As Face Mask, Gloves And Other Sanitation Waste Materials Must Be Provided. 6. Adequate Supply Of Soaps, Alcohol-based Hand Sanitizer, Toilet Paper And Paper Towels, Clean, Good Quality Linen/blankets/ Towels, Etc. In The Restrooms Must Be Ensured. 7. There Shall Be Drinking Water And Glasses In Each Bedroom (or Near The Bedrooms) 8. Refrigerators Maybe In Each Room, Should This Not Possible, At Least Refrigeration Services May Be Made Available When Requested 8. Lightings And Fixtures In All Rooms And Bathrooms Shall Be Functional 9. Fire Exit Guidelines And House Rules For Guests Should Be Prominently Displayed In Each Bedroom 11. There Shall Be A Hotel Lobby, Reasonably Furnished With Seating. The Size Of Which Shall Be Commensurate With The Size Of The Hotel 12. Porter Service Shall Be Made Available Upon Request 13. There Shall Be A Left Luggage Rooms And Safe Deposit Boxes In The Establishment 14. Strictly No Bed-sharing 15. With Free Access To Wi-fi In All Areas Of Venue 16. Room Transfer During Stay Is Not Allowed B. Meals Requirement (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle (lunch) 4 Viands With Rice,1 Vegetable, 1 Dessert, 1 Soup And Cold Beverage In A Can/bottle. (pm Snack) Heavy Snack Served With A Cold Beverage In Can/bottle. (dinner) 4 Viands With Rice, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle *choices Of Viands (beef, Chicken, Fish & Vegetable) (breakfast) Coffee/choco/tea Drinks; Plain Rice; Egg; 3 Breakfast Viands/veg Selection; Fruits No Pork Menu C. Other Amenities Free Use Of Hotel Amenities; Free Tarpaulin For The Backdraft Of The Activity - Size 5x6, Welcome Tarpaulin And Directional Signages Discount At The Business Center For Fax, Printing, Photocopying, Etc. Free Use Of Session Hall For The Socialization Night. At Least 1 Free Shuttle Going To Downtown Area Back 'n Forth At Least 1 Standby Emergency Vehicle D. Notes Compliance To Batas Pambansa 344 Or An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices; Hotel Should Not Be Offering Short-term Lodging Associated With Motels And Should Not Be Situated Beside Or Across Gambling Establishments/ Casinos And Should Not Beside Or Across Funeral Parlor; Hotel Can Provide The Required Number Of Rooms And Should Not Transfer Participants To Another Hotel 41 Pax 41 Pax Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ Dswd12-tarabasa-2025-03-008 Procurement Of Board And Lodging, And Catering Services For The Conduct Of Capability Building For Tutors & Ydws In Tacurong, Sultan Kudarat (lot 3) The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months Lot 3 1. Board And Lodging For Facilitators From Rpmo And Npmo And Resource Persons (16 Pax For 5 Days) During Capbuild With Tutors And Ydws In Koronadal City Specifications: A. Room Accommodation 1. Maximum Of Three Person In A Room With Individual Bed Occupancy Is Allowed 2. There Shall Be A Functioning Air Conditioning Unit And Television Set In Each Room 3. Sanitation Kit Shall Be Provided For Each Guest Which May Include 70% Solution Alcohol Or Alcohol-based Sanitizers, Disinfectant Sprays, Face Masks And Rags. 4. Hot And Cold Shower Bathroom Amenities Must Be Regularly Provided For Each Guest. 5. Trash Bins Must Be Provided Inside The Guest Room. A Separate Trash Bag Or Bin Intended For Used Ppe Such As Face Mask, Gloves And Other Sanitation Waste Materials Must Be Provided. 6. Adequate Supply Of Soaps, Alcohol-based Hand Sanitizer, Toilet Paper And Paper Towels, Clean, Good Quality Linen/blankets/towels,etc. In The Restrooms Must Be Ensured. 7. There Shall Be Drinking Water And Glasses In Each Bedroom (or Near The Bedrooms) 8. Refrigerators Maybe In Each Room, Should This Not Possible, At Least Refrigeration Services May Be Made Available When Requested 8. Lightings And Fixtures In All Rooms And Bathrooms Shall Be Functional 9. Fire Exit Guidelines And House Rules For Guests Should Be Prominently Displayed In Each Bedroom 10. A Reception Information Counter Providing 24-hours Service And Equipped With Telephone Should Be Available 11. There Shall Be A Hotel Lobby, Reasonably Furnished With Seating. The Size Of Which Shall Be Commensurate With The Size Of The Hotel 12. Porter Service Shall Be Made Available Upon Request 13. There Shall Be A Left Luggage Rooms And Safe Deposit Boxes In The Establishment 14. Strictly No Bed-sharing 15. With Free Access To Wi-fi In All Areas Of Venue 16. Room Transfer During Stay Is Not Allowed B. Meals Requirement (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle (lunch) 4 Viands With Rice,1 Vegetable, 1 Dessert, 1 Soup And Cold Beverage In A Can/bottle. (pm Snack) Heavy Snack Served With A Cold Beverage In Can/bottle. (dinner) 4 Viands With Rice, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle *choices Of Viands (beef, Chicken, Fish & Vegetable) (breakfast) Coffee/choco/tea Drinks; Plain Rice; Egg; 3 Breakfast Viands/veg Selection; Fruits No Pork Menu C. Other Amenities Free Use Of Hotel Amenities; Free Tarpaulin For The Backdraft Of The Activity - Size 5x6, Welcome Tarpaulin And Directional Signage’s Discount At The Business Center For Fax, Printing, Photocopying, Etc. Free Use Of Session Hall For The Socialization Night. At Least 1 Free Shuttle Going To Downtown Area Back 'n Forth At Least 1 Standby Emergency Vehicle D. Notes Compliance To Batas Pambansa 344 Or An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices; Hotel Should Not Be Offering Short-term Lodging Associated With Motels And Should Not Be Situated Beside Or Across Gambling Establishments/ Casinos And Should Not Beside Or Across Funeral Parlor; Hotel Can Provide The Required Number Of Rooms And Should Not Transfer Participants To Another Hotel; 16 Pax 16 Pax Delivery Of The Goods Is Required To Be Delivered As Per Schedule Set By The End-user 2. Catering Services For Tutors And Ydws For Capability Building( 231 Pax For 5 Days) In Sultan Kudarat Catering Services (2 Snacks And 1 Meal) Note: April 21-25, 2025 Batch 1- 80 Ydws April 28-may 02, 2025 Batch 2 - 151 Tutors A. Meals Requirements (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle (lunch) 4 Viands With Rice,1 Vegetable, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle (pm Snack) Heavy Snack Served With A Cold Beverage In Can/bottle Individually Packaged To Ensure Safety Serving Individually-packed Snacks/meal Using Biodegradable Packaging Is Encouraged Separately Wrapped Disposable Utensils/napkins Are Included. Personnel Who Will Deliver The Food Required To Wear Appropriate Masks And Gloves. Free Delivery To The Venue Of The Activity Identified By The End User. No Pork Menu Provider Shall Be From Koronadal City Place Of Delivery: Sksu Tacurong 231 Pax 231 Pax Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ Section Vii. Technical Specifications Technical Specifications Dswd12-tarabasa-2025-03-008 Procurement Of Board And Lodging, Venue Rental, And Catering Services For The Conduct Of Capability Building For Tutors & Ydws In General Santos City (lot 1) Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] Lot 1 1. Catering Services And Function Rooms For Capability Building Of Tutors And Ydws (960 Pax Per Day For 5 Days) In General Santos City Catering Services (2 Snacks And 1 Meal) A. Meals Requirement (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle (lunch) 4 Viands With Rice,1 Vegetable, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle (pm Snack) Heavy Snack Served With A Cold Beverage In Can/bottle No Pork Menu B. Function Rooms At Least 3 Function Halls Per Batch That Can Accommodate 220-250 Participants; Function Room Setup Is Classroom Type Note: (batches) Batch 1: April 21-25, 2025 Group 1- 213 Tutors Group 2 - 213 Tutors Group 3- 214 Tutors Batch 2: April 28-may 02, 2025 Group 1- 160 Ydws Group 2- 160 Ydws Compliance To Batas Pambansa 344 Or An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices; Free Use Of Function Room That Can Accommodate Number Of Participants For Plenary And Breakout Rooms Whenever Necessary; Function Room Should Have No Pillars That Can Block The View Of Participants And Speaker; With Good Sound System With At Least 3 Microphones And Audio Jack (audio Technician On Standby); Sound Proof, Well-lighted And Ventilated; Free And Strong Wi-fi Connection Free Use Of Led Wall/lcd Projector, Wide Screen And Electrical Connections Including Extension Cords For The Use Of Participants And Secretariat; Free Use Of Whiteboard And Eraser; Free Flowing Coffee/tea/water With Hot And Cold Water Dispenser; With 2 Standby Waiters; Cctv Protected And Function Venues Must Be Disinfected During Break Time Or After Every Meeting Or Event 2. Board And Lodging For Facilitators From Rpmo And Npmo And Resource Persons (41 Pax Per Day For X 5 Days) During Capbuild With Tutors And Ydws In General Santos City Specifications: A. Room Accommodation 1. Maximum Of Three Person In A Room With Individual Bed Occupancy Is Allowed 2. There Shall Be A Functioning Air Conditioning Unit And Television Set In Each Room 3. Sanitation Kit Shall Be Provided For Each Guest Which May Include 70% Solution Alcohol Or Alcohol-based Sanitizers, Disinfectant Sprays, Face Masks And Rags. 4. Hot And Cold Shower Bathroom Amenities Must Be Regularly Provided For Each Guest. 5. Trash Bins Must Be Provided Inside The Guest Room. A Separate Trash Bag Or Bin Intended For Used Ppe Such As Face Mask, Gloves And Other Sanitation Waste Materials Must Be Provided. 6. Adequate Supply Of Soaps, Alcohol-based Hand Sanitizer, Toilet Paper And Paper Towels, Clean, Good Quality Linen/blankets/ Towels, Etc. In The Restrooms Must Be Ensured. 7. There Shall Be Drinking Water And Glasses In Each Bedroom (or Near The Bedrooms) 8. Refrigerators Maybe In Each Room, Should This Not Possible, At Least Refrigeration Services May Be Made Available When Requested 8. Lightings And Fixtures In All Rooms And Bathrooms Shall Be Functional 9. Fire Exit Guidelines And House Rules For Guests Should Be Prominently Displayed In Each Bedroom 10. A Reception Information Counter Providing 24-hours Service And Equipped With Telephone Should Be Available 11. There Shall Be A Hotel Lobby, Reasonably Furnished With Seating. The Size Of Which Shall Be Commensurate With The Size Of The Hotel 12. Porter Service Shall Be Made Available Upon Request 13. There Shall Be A Left Luggage Rooms And Safe Deposit Boxes In The Establishment 14. Strictly No Bed-sharing 15. With Free Access To Wi-fi In All Areas Of Venue 16. Room Transfer During Stay Is Not Allowed B. Meals Requirement (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle (lunch) 4 Viands With Rice,1 Vegetable, 1 Dessert, 1 Soup And Cold Beverage In A Can/bottle. (pm Snack) Heavy Snack Served With A Cold Beverage In Can/bottle. (dinner) 4 Viands With Rice, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle *choices Of Viands (beef, Chicken, Fish & Vegetable) (breakfast) Coffee/choco/tea Drinks; Plain Rice; Egg; 3 Breakfast Viands/veg Selection; Fruits No Pork Menu C. Other Amenities Free Use Of Hotel Amenities; Free Tarpaulin For The Backdraft Of The Activity - Size 5x6, Welcome Tarpaulin And Directional Signage’s Discount At The Business Center For Fax, Printing, Photocopying, Etc. Free Use Of Session Hall For The Socialization Night. At Least 1 Free Shuttle Going To Downtown Area Back 'n Forth At Least 1 Standby Emergency Vehicle D. Notes Compliance To Batas Pambansa 344 Or An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices; Hotel Should Not Be Offering Short-term Lodging Associated With Motels And Should Not Be Situated Beside Or Across Gambling Establishments/ Casinos And Should Not Beside Or Across Funeral Parlor; Hotel Can Provide The Required Number Of Rooms And Should Not Transfer Participants To Another Hotel; Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ Dswd12-tarabasa-2025-03-008 Procurement Of Board And Lodging, Venue Rental, And Catering Services For The Conduct Of Capability Building For Tutors & Ydws In Kidapawan City, Cotabato Province (lot 2) Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] Lot 2 1. Catering Services With Venue For Tutors And Ydws For Capability Building (843 Pax Per Day For 5 Days) In Kidapawan City, Cotabato Province Catering Services (2 Snacks And 1 Meal) A. Meals Requirements (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle (lunch) 4 Viands With Rice,1 Vegetable, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle (pm Snack) Heavy Snack Served With A Cold Beverage In Can/bottle No Pork Menu B. Function Rooms At Least 3 Function Halls Per Batch That Can Accommodate 220-250 Participants; Function Room Setup Is Classroom Type Note: (batches) Batch 1: April 21-25, 2025 Group 1- 140 Ydws Group 2 - 141 Ydws Batch 2: April 28-may 02, 2025 Group 1- 187 Tutors Group 2- 187 Tutors Group 3- 188 Tutors Compliance To Batas Pambansa 344 Or An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices; Free Use Of Function Room That Can Accommodate Number Of Participants For Plenary And Breakout Rooms Whenever Necessary; Function Room Should Have No Pillars That Can Block The View Of Participants And Speaker; With Good Sound System With At Least 3 Microphones And Audio Jack (audio Technician On Standby); Sound Proof, Well-lighted And Ventilated; Free And Strong Wi-fi Connection Free Use Of Led Wall/lcd Projector, Wide Screen And Electrical Connections Including Extension Cords For The Use Of Participants And Secretariat; Free Use Of Whiteboard And Eraser; Free Flowing Coffee/tea/water With Hot And Cold Water Dispenser; With 2 Standby Waiters; Cctv Protected And Function Venues Must Be Disinfected During Break Time Or After Every Meeting Or Event 2. Board And Lodging For Facilitators From Rpmo And Npmo And Resource Persons (41 Pax For 5 Days) During Capbuild With Tutors And Ydws In Kabacan And Kidapawan City, Cotabato Province Specifications: A. Room Accommodation 1. Maximum Of Three Person In A Room With Individual Bed Occupancy Is Allowed 2. There Shall Be A Functioning Air Conditioning Unit And Television Set In Each Room 3. Sanitation Kit Shall Be Provided For Each Guest Which May Include 70% Solution Alcohol Or Alcohol-based Sanitizers, Disinfectant Sprays, Face Masks And Rags. 4. Hot And Cold Shower Bathroom Amenities Must Be Regularly Provided For Each Guest. 5. Trash Bins Must Be Provided Inside The Guest Room. A Separate Trash Bag Or Bin Intended For Used Ppe Such As Face Mask, Gloves And Other Sanitation Waste Materials Must Be Provided. 6. Adequate Supply Of Soaps, Alcohol-based Hand Sanitizer, Toilet Paper And Paper Towels, Clean, Good Quality Linen/blankets/ Towels, Etc. In The Restrooms Must Be Ensured. 7. There Shall Be Drinking Water And Glasses In Each Bedroom (or Near The Bedrooms) 8. Refrigerators Maybe In Each Room, Should This Not Possible, At Least Refrigeration Services May Be Made Available When Requested 8. Lightings And Fixtures In All Rooms And Bathrooms Shall Be Functional 9. Fire Exit Guidelines And House Rules For Guests Should Be Prominently Displayed In Each Bedroom 11. There Shall Be A Hotel Lobby, Reasonably Furnished With Seating. The Size Of Which Shall Be Commensurate With The Size Of The Hotel 12. Porter Service Shall Be Made Available Upon Request 13. There Shall Be A Left Luggage Rooms And Safe Deposit Boxes In The Establishment 14. Strictly No Bed-sharing 15. With Free Access To Wi-fi In All Areas Of Venue 16. Room Transfer During Stay Is Not Allowed B. Meals Requirement (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle (lunch) 4 Viands With Rice,1 Vegetable, 1 Dessert, 1 Soup And Cold Beverage In A Can/bottle. (pm Snack) Heavy Snack Served With A Cold Beverage In Can/bottle. (dinner) 4 Viands With Rice, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle *choices Of Viands (beef, Chicken, Fish & Vegetable) (breakfast) Coffee/choco/tea Drinks; Plain Rice; Egg; 3 Breakfast Viands/veg Selection; Fruits No Pork Menu C. Other Amenities Free Use Of Hotel Amenities; Free Tarpaulin For The Backdraft Of The Activity - Size 5x6, Welcome Tarpaulin And Directional Signages Discount At The Business Center For Fax, Printing, Photocopying, Etc. Free Use Of Session Hall For The Socialization Night. At Least 1 Free Shuttle Going To Downtown Area Back 'n Forth At Least 1 Standby Emergency Vehicle D. Notes Compliance To Batas Pambansa 344 Or An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices; Hotel Should Not Be Offering Short-term Lodging Associated With Motels And Should Not Be Situated Beside Or Across Gambling Establishments/ Casinos And Should Not Beside Or Across Funeral Parlor; Hotel Can Provide The Required Number Of Rooms And Should Not Transfer Participants To Another Hotel Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ Dswd12-tarabasa-2025-03-008 Procurement Of Board And Lodging, And Catering Services For The Conduct Of Capability Building For Tutors & Ydws In Tacurong, Sultan Kudarat (lot 3) Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] Lot 3 1. Board And Lodging For Facilitators From Rpmo And Npmo And Resource Persons (16 Pax For 5 Days) During Capbuild With Tutors And Ydws In Koronadal City Specifications: A. Room Accommodation 1. Maximum Of Three Person In A Room With Individual Bed Occupancy Is Allowed 2. There Shall Be A Functioning Air Conditioning Unit And Television Set In Each Room 3. Sanitation Kit Shall Be Provided For Each Guest Which May Include 70% Solution Alcohol Or Alcohol-based Sanitizers, Disinfectant Sprays, Face Masks And Rags. 4. Hot And Cold Shower Bathroom Amenities Must Be Regularly Provided For Each Guest. 5. Trash Bins Must Be Provided Inside The Guest Room. A Separate Trash Bag Or Bin Intended For Used Ppe Such As Face Mask, Gloves And Other Sanitation Waste Materials Must Be Provided. 6. Adequate Supply Of Soaps, Alcohol-based Hand Sanitizer, Toilet Paper And Paper Towels, Clean, Good Quality Linen/blankets/towels,etc. In The Restrooms Must Be Ensured. 7. There Shall Be Drinking Water And Glasses In Each Bedroom (or Near The Bedrooms) 8. Refrigerators Maybe In Each Room, Should This Not Possible, At Least Refrigeration Services May Be Made Available When Requested 8. Lightings And Fixtures In All Rooms And Bathrooms Shall Be Functional 9. Fire Exit Guidelines And House Rules For Guests Should Be Prominently Displayed In Each Bedroom 10. A Reception Information Counter Providing 24-hours Service And Equipped With Telephone Should Be Available 11. There Shall Be A Hotel Lobby, Reasonably Furnished With Seating. The Size Of Which Shall Be Commensurate With The Size Of The Hotel 12. Porter Service Shall Be Made Available Upon Request 13. There Shall Be A Left Luggage Rooms And Safe Deposit Boxes In The Establishment 14. Strictly No Bed-sharing 15. With Free Access To Wi-fi In All Areas Of Venue 16. Room Transfer During Stay Is Not Allowed B. Meals Requirement (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle (lunch) 4 Viands With Rice,1 Vegetable, 1 Dessert, 1 Soup And Cold Beverage In A Can/bottle. (pm Snack) Heavy Snack Served With A Cold Beverage In Can/bottle. (dinner) 4 Viands With Rice, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle *choices Of Viands (beef, Chicken, Fish & Vegetable) (breakfast) Coffee/choco/tea Drinks; Plain Rice; Egg; 3 Breakfast Viands/veg Selection; Fruits No Pork Menu C. Other Amenities Free Use Of Hotel Amenities; Free Tarpaulin For The Backdraft Of The Activity - Size 5x6, Welcome Tarpaulin And Directional Signage’s Discount At The Business Center For Fax, Printing, Photocopying, Etc. Free Use Of Session Hall For The Socialization Night. At Least 1 Free Shuttle Going To Downtown Area Back 'n Forth At Least 1 Standby Emergency Vehicle D. Notes Compliance To Batas Pambansa 344 Or An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices; Hotel Should Not Be Offering Short-term Lodging Associated With Motels And Should Not Be Situated Beside Or Across Gambling Establishments/ Casinos And Should Not Beside Or Across Funeral Parlor; Hotel Can Provide The Required Number Of Rooms And Should Not Transfer Participants To Another Hotel; 2. Catering Services For Tutors And Ydws For Capability Building( 231 Pax For 5 Days) In Sultan Kudarat Catering Services (2 Snacks And 1 Meal) Note: April 21-25, 2025 Batch 1- 80 Ydws April 28-may 02, 2025 Batch 2 - 151 Tutors A. Meals Requirements (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle (lunch) 4 Viands With Rice,1 Vegetable, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle (pm Snack) Heavy Snack Served With A Cold Beverage In Can/bottle Individually Packaged To Ensure Safety Serving Individually-packed Snacks/meal Using Biodegradable Packaging Is Encouraged Separately Wrapped Disposable Utensils/napkins Are Included. Personnel Who Will Deliver The Food Required To Wear Appropriate Masks And Gloves. Free Delivery To The Venue Of The Activity Identified By The End User. No Pork Menu Provider Shall Be From Koronadal City Place Of Delivery: Sksu Tacurong Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ 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 Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts; 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 Date11 Apr 2025
Tender AmountPHP 9.6 Million (USD 169.3 K)

BULACAN AGRICULTURAL STATE COLLEGE Tender

Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Procurement Of Goods 2025-03g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 1: General Science Laboratory Equipment) Fy 2025 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 12 9. Clarification And Amendment Of Bidding Documents 12 10. Documents Comprising The Bid: Eligibility And Technical Components 12 11. Documents Comprising The Bid: Financial Component 13 12. Bid Prices 13 13. Bid And Payment Currencies 14 14. Bid Security 14 15. Sealing And Marking Of Bids 14 16. Deadline For Submission Of Bids 14 17. Opening And Preliminary Examination Of Bids 15 18. Domestic Preference 15 19. Detailed Evaluation And Comparison Of Bids 15 20. Post-qualification 16 21. Signing Of The Contract 16 Section Iii. Bid Data Sheet 17 Section Iv. General Conditions Of Contract 19 1. Scope Of Contract 20 2. Advance Payment And Terms Of Payment 20 3. Performance Security 20 4. Inspection And Tests 20 5. Warranty 21 6. Liability Of The Supplier 21 Section V. Special Conditions Of Contract 22 Section Vi. Schedule Of Requirements 24 Section Vii. Technical Specifications 30 Section Viii. Checklist Of Technical And Financial Documents 38 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. 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. Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Invitation To Bid For 2025-03g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 1: General Science Laboratory Equipment) 1. The Bulacan Agricultural State College, Through The General Appropriations Act Of 2025 Intends To Apply The Sum Of Four Million Seven Hundred Thirty Four Thousand Pesos (php4,734,000.00) Being The Abc To Payments Under The Contract 2025-03g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 1: General Science Laboratory Equipment). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bulacan Agricultural State College Now Invites Bids For The Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 1: General Science Laboratory Equipment). Delivery Of The Goods Is Required With Contract Duration Of Ninety (90) Calendar Days. Bidders Should Have Completed, Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 Bulacan Agricultual State College And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8am To 4:30pm Monday To Friday, Except Those Declared As Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 4, 2025 To April 23, 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 Php5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting The Receipt Upon Submission Of Their Bid Documents. 6. The Bulacan Agricultural State College Will Hold A Pre-bid Conference1 On April 11, 2025, 09:00 Am Am Via Zoom Platform (meeting Id: 884 9404 6972, Passcode: Basc2025) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 08:30 Am Of April 23, 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 April 23, 2025, 09:00 Am At The Conference Room, Farmers’ Training Center, Basc, San Ildefonso, Bulacan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Observers Will Be Invited To Attend And Witness The Bid Proceedings. 11. The Bulacan Agricultural State College 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: Rona Angela O. Clarin Bac Secretariat Head Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan (044) 697-1240 And 0923-108-1526 Ronaangela_clarin@basc.edu.ph Www.basc.edu.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://www.basc.edu.ph April 4, 2025 (sgd) Ronald Reagan T. Alonzo,ph.d. Bac Chairperson 1 May Be Deleted In Case The Abc Is Less Than One Million Pesos (php1,000,000) Where The Procuring Entity May Not Hold A Pre-bid Conference. Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Bulacan Agricultural State College Wishes To Receive Bids For The Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 1: General Science Laboratory Equipment) With Identification Number 2025-03g. The Procurement Project (referred To Herein As “project”) Is Composed Of Fourteen (14) 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 The Fiscal Year 2025 In The Amount Of Four Million Seven Hundred Thirty Four Thousand Pesos (php4,734,000.00). 2.2. The Source Of Funding Is: A. Nga, The General Appropriations Act Of 2025 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. Not Applicable. 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 Procuring Entity Has Prescribed That: A. 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 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 The Last Five (5) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex- Warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration2 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 120 Days From The Opening Of Bids. 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 Original Of The First And Second Components Of Its Bid And Plus Two (2) Copies Of Each Kind, Labeled As Copy 1 And Copy 2. 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 And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 2 In The Case Of Framework Agreement, The Undertaking Shall Refer To Entering Into Contract With The Procuring Entity And Furnishing Of The Performance Security Or The Performance Securing Declaration Within Ten (10) Calendar Days From Receipt Of Notice To Execute Framework Agreement. 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 Or Per Lot 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. Supply, Delivery, And Installation Of Laboratory Equipment B. Completed Within Five (5) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Bid Prices Of Goods And Services Supplied From Outside Of The Philippines Shall Be Quoted In Philippine Pesos. 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 Php94,680.00. [(2%) Of The 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 Php236,700.00. [(5%) Of The Abc], If Bid Security Is In Surety Bond. 19.3 The Project Will Be Awarded As A Single Project. 20.2 1. Income Tax Return (form 1701/1702) With Audited Financial Statement., 2. Business Tax Return (forms 2550m And 2550q) Prior To Opening Of Bids Filed Thru Electronic Filing And Payment System (efps). Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted. 21.2 Not Applicable 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 In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract 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 At The Bulacan Agricultural State College, Pinaod, San Ildefonso, Bulacan. In Accordance With Incoterms.” For Goods Supplied From Within The Philippines, “the Delivery Terms Applicable To This Contract Are Delivered At The Bulacan Agricultural State College, Pinaod, San Ildefonso, Bulacan. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Ms. Rona Angela O. Clarin, Basc Property Officer. Incidental Services – No Further Instructions. Spare Parts – No Further Instructions. Packaging – No Further Instructions. Transportation – 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 – No Further Instructions. 2.2 The Terms Of Payment Shall Be As Follows: Upon Certification Of Complete Delivery Of Items By The End User And Basc Inspection Team.” 4 The Inspections And Tests That Will Be Conducted Are: On Site Testing Of All Items To Be Procured. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Numb Er Description Quan Tity Delivered, Weeks/months 1 Biological Binocular Microscope 2 Pcs Ninety (90) Calendar Days Viewing Head: 5" - 7" Lcd Nosepiece: Ball Beating Quadruple Nosepiece Eyepiece: Wide Field Plane-scope Eyepiece Wf10x18mm Objective: Achromatic 4x, 40x, 40x(s), 100x(s Oil) Plan Achromatic 4x, 40x, 40x (s), 100x (s, Oil) Stage: Double Layer Mechanical Stage Condenser: Abbe Na1.25 Condenser With Iris Diaphragm & Filter, Rack & Piiion Adjustment. Illumination: Built-in Illumination, Halogen Lamp, 6v/20w, Power Supply: 90-230v/3w Led 2 Microscope 2 Pcs Ninety (90) Calendar Days Image Sensor: ½.5” Color 5 Megapixel Cmos Effective Pixel: 2048x1536 Pixel Size 2.2x2.2um Lcd Screen Size: 9.7” 1024x768 Ips Lcd Frame Rate: 15 Definition: Full Hd White Blance” Auto And Manuual Operating System: Android 4.2.2 Or Higher Brightness Control: Auto And Manual Color: Rgb Supports: Edge Enhancement, Film And Video, Measurement, Digital Denoiser Sd Card Interface: 32g Sd 2.0, Standard Size, Non Visual Design, Maximum 32g Interface: Standard Hdmi Output Lens: C Usb Interface: Usb2.0 3 Spectrophotometer 1 Pc Ninety (90) Calendar Days Measurement Range: -0.3-3.0a, 0-200%t Wavelength Range: 320-1100nm Optical System: Single Beam Light Source: Tungsten Lamp Spectral Bandwidth: 2.0nm Wavelength Accuracy: ±0.5nm Output: Usb Port & Parallel Port (printer) Power: 110/220vac, 50/60hz,120w 4 Colorimeter Display: Lcd Auto Power Off: Yes Memory: 4000 Points Interface: Usb Cable Length: 1 M Power Source: Lithium Rechargeable Batteries Manufacturer Warranty Length: 2 Yr Number Of Tests: 25 Testing Parameter: Chlorine Green Environmental Attribute: Product Is Rechargeable Condensed Mfg Number: 1910 2 Pcs Ninety (90) Calendar Days 5 Fume Hood External Size: (w×d×h): 1000 × 800 × 2515mm Internal Size: (w×d×h): 790 × 600 × 870mm Work Surface Height: 900mm (35.4'') Max Opening: 750mm (29.5'') Air Velocity: 0.3~0.8m/s System Exhaust Volume: 570 M³/h Noise: ≤68db Exhaust Duct: Pvc, Standard Length; 4.3 Meters, Ø300mm Pipe Strap: 2 Pcs Led Lamp: 20w × 1 Blower: Built-in Pp Centrifugal Blower Front Window: Manual, 5mm Toughened Glass, Height Adjustable Power Supply: 220v±10%, 60/50hz; 110v±10%, 60hz 1 Pc Ninety (90) Calendar Days 6 Moisture Analyzer Maximum Measurement: 80 % Rh Best Accuracy: 1.5 % Display Type: Graphic Display - Backlit Power Source: Mains Backlit Lcd Display, Digit Height 14 Mm Drying Process Active Active Heating Profile Active Switch-off Criteria Previous Drying Time Current Temperature Unit Of The Shown Result, E.g. Moisture (%) Interim Result In Moisture-% Halogen Quartz Glass Heater 400 W Observation Window Above The Sample, Useful During Initial Setting Internal Memory For Automatic Sequence Of 15 Complete Drying Processes And 5 Drying Processes Carried Out. The Last Value Measured Remains On The Display Until It Is Replaced 2 Pcs Ninety (90) Calendar Days By A New Measurement. 50 Sample Plates Included 7 Lab Oven Capacity: 108l Temp. Range: 50~200℃ Temp. Precision: 0.1℃ Temp. Fluctuation: ±1℃ Ambient Temp.: 5~40℃ Timing Range: 1~9999min Shelves No.: 2 Pcs Power Consumption: 1600w Power Supply: 220v±10%,50/60hz Internal Size(w*d*h) Mm: 550*360*550 External Size(w*d*h) Mm: 830*610*720 Packing Size(w*d*h) Mm: 960*720*900 Features: -external Material: Cold-rolled Steel With Anti-bacteria Powder Coating. -stainless Steel Inner Chamber, Round Angle Structure, Adjustable Shelves. -pid Control With Led Display -double-layer Glass Observation Window, Adjustable Airtight Buckle Lock. -over-temperature Protection. 1 Pc Ninety (90) Calendar Days 8 High Pressure Liquid Chromatography High Pressure Liquid Chromatograph (hplc) System Flow Range: 0.001 9.999 Ml/min Delivery Method: Double Piston (main & Auxiliary) Display: 320 Mm. Pump Head: 10m1 Sst/peek Analytical Accuracy: +/- 1% Or +/- 2l/min, Whichever Is Greater + 1% Or + 1l/min, Whichever Is Greater (micro) Flow Rate Settings: 0 0.10 Ml/min., 0.001 Inc. // 0.10 0.90 Ml/min., 0.010 Inc. 1.0 Ml/min., + 0.10 Inc. Precision: 0.25% From 0.1 Ml/min To 10 Ml/min. At 20oc 0.25% From 0.05 Ml/min To 4 Ml/min. At 20oc (micro) Pmax: 0.05 Ml/min To 4 Ml/min. At 20oc (micro) Pmax 1 Pc Ninety (90) Calendar Days 9 Rotary Evaporator -2l Rotary Evaporator, Standard :2l Rotary Flask, 1l Collection Bottle, Bath Temperature Range: 0-99℃. Easy To Detach And Clean, Better Sealing Quality -110v / 60hz, North American Plug, Bottle Rotation Speed: 0-120rpm, Can Be Easily Adjusted By The Button On The Control Center. -high Quality Material Made Water Bath, Manual To Lift It Up And Down On Use, Range: 0-150mm -perfect For The Concentration, Crystallization, Drying, Separation And Solvent Recovery Of The Pharmaceutical, Chemical And Biological 2 Pcs Ninety (90) Calendar Days Pharmaceutical Industries - 1 Year Warranty, The Video Installation And Instruction Can Be Offered To All Customers 10 Astronomical Telescope 2 Pcs Ninety (90) Calendar Days -optical System: High-quality Refractive Design With An 80mm Caliber For Crisp, Clear Images. -focal Length & Magnification: Generous 900mm Focal Length With Two Eyepieces Offering 45x And 225x Magnification. - Eq2 Equatorial Mount: Precision German Eq2 Mount Supports Smooth Tracking Of Celestial Bodies. -sturdy Stainless-steel Tripod: Ensures Stable And Secure Observations. Included Theskyx Planetary Software: Enhance Your Stargazing With Detailed Sky Maps And Object Location Features. Inclusions: Deluxe 80dx Astronomical Telescope Eq2 Equatorial Mount With Stainless Steel Tripod 20mm And 4mm Eyepieces 3x Barlow Mirror Theskyx Planetary Software Cdrom 1.25 Inch Upright Zenith Mirror Red Dot Star Finder Accessory Disk 11 Visible Spectrophotometer 2 Pcs Ninety (90) Calendar Days Optical System: Single Beam 1200lines/mm Wave Length Range: - 190~1100nm / 320~1100nm /340~1050nm Spectral Bandwidth: 2mm / 4nm Wavelenght Accuracy: ±0.3nm / ±0.5nm / 1nm Wavelength Repeatability: <=0.1 / <=0.2nm Photometric Accuracy: 0.3%t / 0.5%t Photometric Repeatability: 0.2%t Photometric Range:0-200%t, 0.3 - 3a Stray Light: 0.05%t / 0.1%t / 0.15%t Stability: ±0.0001a / ±0.0002a Baseline Flatness: ±0.002a Noise: ±0.001a Wavelenght Setting: Auto Light Source: Deuterium Lamp / Tungsten Lamp Display: Lcd Detector: Silicon Photodiode Output: Usb Port X1 Power: Ac 220v / 50hz ; Ac 110v/60hz 12 Gas Chromatography 2 Pcs Ninety (90) Calendar Days Temperature Range (oven) Rt-450°c Temperature Accuracy (oven) ≤±0.1°c Temperature Program (oven) 16-phase Maximum Temperature Heating Rate (oven) 40°c/min Hydrogen Flame Ionization Detector (fid) 13 Trinocular Microscope 2 Pcs Ninety (90) Calendar Days Image Sensor: ½.5” Color 5 Megapixel Cmos Effective Pixel: 2048x1536 Pixel Size 2.2x2.2um Lcd Screen Size: 9.7” 1024x768 Ips Lcd Frame Rate: 15 Definition: Full Hd White Blance” Auto And Manuual Operating System: Android 4.2.2 Or Higher Brightness Control: Auto And Manual Color: Rgb Supports: Edge Enhancement, Film And Video, Measurement, Digital Denoiser Sd Card Interface: 32g Sd 2.0, Standard Size, Non Visual Design, Maximum 32g Interface: Standard Hdmi Output Lens: C Usb Interface: Usb2.0 14 Air Drying Oven 2 Pcs Ninety (90) Calendar Days Operational Method: Continuous Material: Stainless Steel Structure: Desktop Capacity: 140l Temp Range: Rt+10~250/300°c Temp. Precision: 0.1°c Temp Fluctuation: ±0.5°c Ambient Temperature: 5~40°c Timing Range: 1~9999min Shelves No.: 2 Power Consumption: 1500w Power: Ac 110v/220v±10% 50/60hz All Items Must Have: At Least 1 Year Warranty After Sales Services Installation / Assembly Training On How To Use And Maintain The Equipment [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of 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. Technical Specifications Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Biological Binocular Microscope Viewing Head: 5" - 7" Lcd Nosepiece: Ball Beating Quadruple Nosepiece Eyepiece: Wide Field Plane-scope Eyepiece Wf10x18mm Objective: Achromatic 4x, 40x, 40x(s), 100x(s Oil) Plan Achromatic 4x, 40x, 40x (s), 100x (s, Oil) Stage: Double Layer Mechanical Stage Condenser: Abbe Na1.25 Condenser With Iris Diaphragm & Filter, Rack & Piiion Adjustment. Illumination: Built-in Illumination, Halogen Lamp, 6v/20w, Power Supply: 90-230v/3w Led 2 Microscope Image Sensor: ½.5” Color 5 Megapixel Cmos Effective Pixel: 2048x1536 Pixel Size 2.2x2.2um Lcd Screen Size: 9.7” 1024x768 Ips Lcd Frame Rate: 15 Definition: Full Hd White Blance” Auto And Manuual Operating System: Android 4.2.2 Or Higher Brightness Control: Auto And Manual Color: Rgb Supports: Edge Enhancement, Film And Video, Measurement, Digital Denoiser Sd Card Interface: 32g Sd 2.0, Standard Size, Non Visual Design, Maximum 32g Interface: Standard Hdmi Output Lens: C Usb Interface: Usb2.0 3 Spectrophotometer Measurement Range: -0.3-3.0a, 0-200%t Wavelength Range: 320-1100nm Optical System: Single Beam Light Source: Tungsten Lamp Spectral Bandwidth: 2.0nm Wavelength Accuracy: ±0.5nm Output: Usb Port & Parallel Port (printer) Power: 110/220vac, 50/60hz,120w 4 Colorimeter Display: Lcd Auto Power Off: Yes Memory: 4000 Points Interface: Usb Cable Length: 1 M Power Source: Lithium Rechargeable Batteries Manufacturer Warranty Length: 2 Yr Number Of Tests: 25 Testing Parameter: Chlorine Green Environmental Attribute: Product Is Rechargeable Condensed Mfg Number: 1910 5 Fume Hood External Size: (w×d×h): 1000 × 800 × 2515mm Internal Size: (w×d×h): 790 × 600 × 870mm Work Surface Height: 900mm (35.4'') Max Opening: 750mm (29.5'') Air Velocity: 0.3~0.8m/s System Exhaust Volume: 570 M³/h Noise: ≤68db Exhaust Duct: Pvc, Standard Length; 4.3 Meters, Ø300mm Pipe Strap: 2 Pcs Led Lamp: 20w × 1 Blower: Built-in Pp Centrifugal Blower Front Window: Manual, 5mm Toughened Glass, Height Adjustable Power Supply: 220v±10%, 60/50hz; 110v±10%, 60hz 6 Moisture Analyzer Maximum Measurement: 80 % Rh Best Accuracy: 1.5 % Display Type: Graphic Display - Backlit Power Source: Mains Backlit Lcd Display, Digit Height 14 Mm Drying Process Active Active Heating Profile Active Switch-off Criteria Previous Drying Time Current Temperature Unit Of The Shown Result, E.g. Moisture (%) Interim Result In Moisture-% Halogen Quartz Glass Heater 400 W Observation Window Above The Sample, Useful During Initial Setting Internal Memory For Automatic Sequence Of 15 Complete Drying Processes And 5 Drying Processes Carried Out. The Last Value Measured Remains On The Display Until It Is Replaced By A New Measurement. 50 Sample Plates Included 7 Lab Oven Capacity: 108l Temp. Range: 50~200℃ Temp. Precision: 0.1℃ Temp. Fluctuation: ±1℃ Ambient Temp.: 5~40℃ Timing Range: 1~9999min Shelves No.: 2 Pcs Power Consumption: 1600w Power Supply: 220v±10%,50/60hz Internal Size(w*d*h) Mm: 550*360*550 External Size(w*d*h) Mm: 830*610*720 Packing Size(w*d*h) Mm: 960*720*900 Features: -external Material: Cold-rolled Steel With Anti-bacteria Powder Coating. -stainless Steel Inner Chamber, Round Angle Structure, Adjustable Shelves. -pid Control With Led Display -double-layer Glass Observation Window, Adjustable Airtight Buckle Lock. -over-temperature Protection. 8 High Pressure Liquid Chromatography High Pressure Liquid Chromatograph (hplc) System Flow Range: 0.001 9.999 Ml/min Delivery Method: Double Piston (main & Auxiliary) Display: 320 Mm. Pump Head: 10m1 Sst/peek Analytical Accuracy: +/- 1% Or +/- 2l/min, Whichever Is Greater + 1% Or + 1l/min, Whichever Is Greater (micro) Flow Rate Settings: 0 0.10 Ml/min., 0.001 Inc. // 0.10 0.90 Ml/min., 0.010 Inc. 1.0 Ml/min., + 0.10 Inc. Precision: 0.25% From 0.1 Ml/min To 10 Ml/min. At 20oc 0.25% From 0.05 Ml/min To 4 Ml/min. At 20oc (micro) Pmax: 0.05 Ml/min To 4 Ml/min. At 20oc (micro) Pmax 9 Rotary Evaporator -2l Rotary Evaporator, Standard :2l Rotary Flask, 1l Collection Bottle, Bath Temperature Range: 0-99℃. Easy To Detach And Clean, Better Sealing Quality -110v / 60hz, North American Plug, Bottle Rotation Speed: 0-120rpm, Can Be Easily Adjusted By The Button On The Control Center. -high Quality Material Made Water Bath, Manual To Lift It Up And Down On Use, Range: 0-150mm -perfect For The Concentration, Crystallization, Drying, Separation And Solvent Recovery Of The Pharmaceutical, Chemical And Biological Pharmaceutical Industries - 1 Year Warranty, The Video Installation And Instruction Can Be Offered To All Customers 10 Astronomical Telescope -optical System: High-quality Refractive Design With An 80mm Caliber For Crisp, Clear Images. -focal Length & Magnification: Generous 900mm Focal Length With Two Eyepieces Offering 45x And 225x Magnification. - Eq2 Equatorial Mount: Precision German Eq2 Mount Supports Smooth Tracking Of Celestial Bodies. -sturdy Stainless-steel Tripod: Ensures Stable And Secure Observations. -included Theskyx Planetary Software: Enhance Your Stargazing With Detailed Sky Maps And Object Location Features. Inclusions: Deluxe 80dx Astronomical Telescope Eq2 Equatorial Mount With Stainless Steel Tripod 20mm And 4mm Eyepieces 3x Barlow Mirror Theskyx Planetary Software Cdrom 1.25 Inch Upright Zenith Mirror Red Dot Star Finder Accessory Disk 11 Visible Spectrophotometer Optical System: Single Beam 1200lines/mm Wave Length Range: - 190~1100nm / 320~1100nm /340~1050nm Spectral Bandwidth: 2mm / 4nm Wavelenght Accuracy: ±0.3nm / ±0.5nm / 1nm Wavelength Repeatability: <=0.1 / <=0.2nm Photometric Accuracy: 0.3%t / 0.5%t Photometric Repeatability: 0.2%t Photometric Range:0-200%t, 0.3 - 3a Stray Light: 0.05%t / 0.1%t / 0.15%t Stability: ±0.0001a / ±0.0002a Baseline Flatness: ±0.002a Noise: ±0.001a Wavelenght Setting: Auto Light Source: Deuterium Lamp / Tungsten Lamp Display: Lcd Detector: Silicon Photodiode Output: Usb Port X1 Power: Ac 220v / 50hz ; Ac 110v/60hz 12 Gas Chromatography Temperature Range (oven) Rt-450°c Temperature Accuracy (oven) ≤±0.1°c Temperature Program (oven) 16-phase Maximum Temperature Heating Rate (oven) 40°c/min Hydrogen Flame Ionization Detector (fid) 13 Trinocular Microscope Image Sensor: ½.5” Color 5 Megapixel Cmos Effective Pixel: 2048x1536 Pixel Size 2.2x2.2um Lcd Screen Size: 9.7” 1024x768 Ips Lcd Frame Rate: 15 Definition: Full Hd White Blance” Auto And Manuual Operating System: Android 4.2.2 Or Higher Brightness Control: Auto And Manual Color: Rgb Supports: Edge Enhancement, Film And Video, Measurement, Digital Denoiser Sd Card Interface: 32g Sd 2.0, Standard Size, Non Visual Design, Maximum 32g Interface: Standard Hdmi Output Lens: C Usb Interface: Usb2.0 14 Air Drying Oven Operational Method: Continuous Material: Stainless Steel Structure: Desktop Capacity: 140l Temp Range: Rt+10~250/300°c Temp. Precision: 0.1°c Temp Fluctuation: ±0.5°c Ambient Temperature: 5~40°c Timing Range: 1~9999min Shelves No.: 2 Power Consumption: 1500w Power: Ac 110v/220v±10% 50/60hz All Items Must Have: At Least 1 Year Warranty After Sales Services Installation / Assembly Training On How To Use And Maintain The Equipment [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of 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); Or ⬛ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬛ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬛ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬛ (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 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 ⬛ (h) 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 ⬛ (i) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After- Sales/parts, If Applicable; And ⬛ (j) 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 ⬛ (k) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬛ (l) 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 ⬛ (m) 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. Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬛ (n) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬛ (o) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. 25 Financial Component Envelope ⬛ (a) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬛ (b) Original Of Duly Signed And Accomplished Price Schedule(s). Bid Form Date: Project Identification No. To: Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan 3010 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 And Delivery Of 2025-03g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 1: General Science Laboratory Equipment) In Conformity With The Said Bidding Documents For The Sum Of (php ) [total Bid Amount In Words And Figures] 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. We Agree To Abide By This Bid For The Bid Validity Period Specified In The Bidding Documents Provisions And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below:3 Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per The Bidding Documents. We Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Name Of Project Of The Name Of The Procuring Entity] [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter’s Behalf For Name Of Project Of The Name Of The Procuring Entity]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This Day Of 2024. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of Price Schedule Name Of Bidder . Invitation To Bid Number Page Of . 1 2 3 4 5 6 7 8 9 10 Item Description Country Of Origin Quantity Unit Price Exw Per Item Transportation And Insurance And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col 9) X (col 4) 1 Biological Binocular Microscope Viewing Head: 5" - 7" Lcd Nosepiece: Ball Beating Quadruple Nosepiece Eyepiece: Wide Field Plane-scope Eyepiece Wf10x18mm Objective: Achromatic 4x, 40x, 40x(s), 100x(s Oil) Plan Achromatic 4x, 40x, 40x (s), 100x (s, Oil) Stage: Double Layer Mechanical Stage Condenser: Abbe Na1.25 Condenser With Iris Diaphragm & Filter, Rack & Piiion Adjustment. Illumination: Built-in Illumination, Halogen Lamp, 6v/20w, Power Supply: 90-230v/3w Led 2 2 Microscope Image Sensor: ½.5” Color 5 Megapixel Cmos Effective Pixel: 2048x1536 Pixel Size 2.2x2.2um Lcd Screen Size: 9.7” 1024x768 Ips Lcd Frame Rate: 15 Definition: Full Hd White Blance” Auto And Manuual 2 Operating System: Android 4.2.2 Or Higher Brightness Control: Auto And Manual Color: Rgb Supports: Edge Enhancement, Film And Video, Measurement, Digital Denoiser Sd Card Interface: 32g Sd 2.0, Standard Size, Non Visual Design, Maximum 32g Interface: Standard Hdmi Output Lens: C Usb Interface: Usb2.0 3 Spectrophotometer 1 Measurement Range: -0.3-3.0a, 0-200%t Wavelength Range: 320-1100nm Optical System: Single Beam Light Source: Tungsten Lamp Spectral Bandwidth: 2.0nm Wavelength Accuracy: ±0.5nm Output: Usb Port & Parallel Port (printer) Power: 110/220vac, 50/60hz,120w 4 Colorimeter 2 Display: Lcd Auto Power Off: Yes Memory: 4000 Points Interface: Usb Cable Length: 1 M Power Source: Lithium Rechargeable Batteries Manufacturer Warranty Length: 2 Yr Number Of Tests: 25 Testing Parameter: Chlorine Green Environmental Attribute: Product Is Rechargeable Condensed Mfg Number: 1910 5 Fume Hood Le 1 External Size: (w×d×h): 1000 × 800 × 2515mm Internal Size: (w×d×h): 790 × 600 × 870mm Work Surface Height: 900mm (35.4'') Max Opening: 750mm (29.5'') Air Velocity: 0.3~0.8m/s System Exhaust Volume: 570 M³/h Noise: ≤68db Exhaust Duct: Pvc, Standard Length; 4.3 Meters, Ø300mm Pipe Strap: 2 Pcs Led Lamp: 20w × 1 Blower: Built-in Pp Centrifugal Blower Front Window: Manual, 5mm Toughened Glass, Height Adjustab Power Supply: 220v±10%, 60/50hz; 110v±10%, 60hz 6 Moisture Analyzer 2 Maximum Measurement: 80 % Rh Best Accuracy: 1.5 % Display Type: Graphic Display - Backlit Power Source: Mains Backlit Lcd Display, Digit Height 14 Mm Drying Process Active Active Heating Profile Active Switch-off Criteria Previous Drying Time Current Temperature Unit Of The Shown Result, E.g. Moisture (%) Interim Result In Moisture-% Halogen Quartz Glass Heater 400 W Observation Window Above The Sample, Useful During Initial Sett Ing G Ced Internal Memory For Automatic Sequence Of 15 Complete Dryin Processes And 5 Drying Processes Carried Out. The Last Value Measured Remains On The Display Until It Is Repla By A New Measurement. 50 Sample Plates Included 7 Lab Oven Coating. Le Shelves. Ckle Lock. 1 Capacity: 108l Temp. Range: 50~200℃ Temp. Precision: 0.1℃ Temp. Fluctuation: ±1℃ Ambient Temp.: 5~40℃ Timing Range: 1~9999min Shelves No.: 2 Pcs Power Consumption: 1600w Power Supply: 220v±10%,50/60hz Internal Size(w*d*h) Mm: 550*360*550 External Size(w*d*h) Mm: 830*610*720 Packing Size(w*d*h) Mm: 960*720*900 Features: -external Material: Cold-rolled Steel With Anti-bacteria Powder -stainless Steel Inner Chamber, Round Angle Structure, Adjustab -pid Control With Led Display -double-layer Glass Observation Window, Adjustable Airtight Bu -over-temperature Protection. 8 High Pressure Liquid Chromatography 1 High Pressure Liquid Chromatograph (hplc) System Flow Range: 0.001 9.999 Ml/min Delivery Method: Double Piston (main & Auxiliary) L/min, Min., From Display: 320 Mm. Pump Head: 10m1 Sst/peek Analytical Accuracy: +/- 1% Or +/- 2l/min, Whichever Is Greater + 1% Or + 1 Whichever Is Greater (micro) Flow Rate Settings: 0 0.10 Ml/min., 0.001 Inc. // 0.10 0.90 Ml/ 0.010 Inc. 1.0 Ml/min., + 0.10 Inc. Precision: 0.25% From 0.1 Ml/min To 10 Ml/min. At 20oc 0.25% 0.05 Ml/min To 4 Ml/min. At 20oc (micro) Pmax: 0.05 Ml/min To 4 Ml/min. At 20oc (micro) Pmax 9 Rotary Evaporator Bottle, Bath Sealing 20rpm, Can And Down Tion And Cal Offered 2 -2l Rotary Evaporator, Standard :2l Rotary Flask, 1l Collection Temperature Range: 0-99℃. Easy To Detach And Clean, Better Quality -110v / 60hz, North American Plug, Bottle Rotation Speed: 0-1 Be Easily Adjusted By The Button On The Control Center. -high Quality Material Made Water Bath, Manual To Lift It Up On Use, Range: 0-150mm -perfect For The Concentration, Crystallization, Drying, Separa Solvent Recovery Of The Pharmaceutical, Chemical And Biologi Pharmaceutical Industries - 1 Year Warranty, The Video Installation And Instruction Can Be To All Customers 10 Astronomical Telescope With 2 -optical System: High-quality Refractive Design With An 80mm Caliber For Crisp, Clear Images. -focal Length & Magnification: Generous 900mm Focal Length Two Eyepieces Offering 45x And 225x Magnification. - Eq2 Equatorial Mount: Precision German Eq2 Mount Suppor Ts Rvations. G With Smooth Tracking Of Celestial Bodies. -sturdy Stainless-steel Tripod: Ensures Stable And Secure Obse -included Theskyx Planetary Software: Enhance Your Stargazin Detailed Sky Maps And Object Location Features. Inclusions: Deluxe 80dx Astronomical Telescope Eq2 Equatorial Mount With Stainless Steel Tripod 20mm And 4mm Eyepieces 3x Barlow Mirror Theskyx Planetary Software Cdrom 1.25 Inch Upright Zenith Mirror Red Dot Star Finder Accessory Disk 11 Visible Spectrophotometer Nm 2 Optical System: Single Beam 1200lines/mm Wave Length Range: - 190~1100nm / 320~1100nm /340~1050 Spectral Bandwidth: 2mm / 4nm Wavelenght Accuracy: ±0.3nm / ±0.5nm / 1nm Wavelength Repeatability: <=0.1 / <=0.2nm Photometric Accuracy: 0.3%t / 0.5%t Photometric Repeatability: 0.2%t Photometric Range:0-200%t, 0.3 - 3a Stray Light: 0.05%t / 0.1%t / 0.15%t Stability: ±0.0001a / ±0.0002a Baseline Flatness: ±0.002a Noise: ±0.001a Wavelenght Setting: Auto Light Source: Deuterium Lamp / Tungsten Lamp Display: Lcd Detector: Silicon Photodiode Output: Usb Port X1 Power: Ac 220v / 50hz ; Ac 110v/60hz Optional Accessory: Sample Injection System, Tcd, Ecd, Fpd An D Npd Detector, Chromatographic Column Package Size (wdh): 820670600mm Gross Weight: 71kg 12 Gas Chromatography Temperature Range (oven) Rt-450°c Temperature Accuracy (oven) ≤±0.1°c Temperature Program (oven) 16-phase Maximum Temperature Heating Rate (oven) 40°c/min Hydrogen Flame Ionization Detector (fid) 13 Trinocular Microscope 2 Image Sensor: ½.5” Color 5 Megapixel Cmos Effective Pixel: 2048x1536 Pixel Size 2.2x2.2um Lcd Screen Size: 9.7” 1024x768 Ips Lcd Frame Rate: 15 Definition: Full Hd White Blance” Auto And Manuual Operating System: Android 4.2.2 Or Higher Brightness Control: Auto And Manual Color: Rgb Supports: Edge Enhancement, Film And Video, Measurement, Digital Denoiser Sd Card Interface: 32g Sd 2.0, Standard Size, Non Visual Design, Maximum 32g Interface: Standard Hdmi Output Lens: C Usb Interface: Usb2.0 14 Air Drying Oven 2 Operational Method: Continuous Material: Stainless Steel Structure: Desktop Capacity: 140l Temp Range: Rt+10~250/300°c Temp. Precision: 0.1°c Temp Fluctuation: ±0.5°c Ambient Temperature: 5~40°c Timing Range: 1~9999min Shelves No.: 2 Power Consumption: 1500w Power: Ac 110v/220v±10% 50/60hz All Items Must Have: At Least 1 Year Warranty After Sales Services Installation / Assembly Training On How To Use And Maintain The Equipment Grand Total (in Words) (in Figures) [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-03g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 1: General Science Laboratory Equipment) Location Of The Project : San Ildefonso, Bulacan List Of All Ongoing Government & Private Contracts Including Contracts Awarded But Not Yet Started Business Name : Business Address : Name Of Contract/project Cost A. Owner’s Name B. Address C. Telephone Nos. Nature Of Work Bidder’s Role A. Date Awarded B. Date Started C. Date Of Completion % Of Accomplishment Value Of Outstandingworks / Undeliveredportion Description % Planned Actual Government Private Note: This Statement Shall Be Supported With: Total Cost 1 Notice Of Award (for Government Projects) 2 Notice To Proceed (for Government Projects) 3 Contract Submitted By : (printed Name & Signature) Designation : Date : [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-03g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 1: General Science Laboratory Equipment) Location Of The Project : San Ildefonso, Bulacan Statement Of Single Largest Completed Contracts (slcc) In The Last Five (5) Years Business Name : Business Address : Name Of Contract A. Owner Name B. Address C. Telephone Nos. Nature Of Work Contractor’s Role A. Amount At Award B. Amount At Completion C. Duration A. Date Awarded B. Contract Effectivity C. Date Completed Description % Government Private Attached Herewith Are The Following Documents: Contract Agreement, Notice Of Award, Notice To Proceed, Official Receipt/invoice, Certificate Of Final Inspection, Certificate Of Good Performance And Certificate Of Acceptance, As Evidences In Support Of The Foregoing Information. Submitted By : (printed Name & Signature) Designation : Contract Agreement Form This Agreement Made The Day Of 20 Between [name Of Procuring Entity] Of The Philippines (hereinafter Called “the Entity”) Of The One Part And [name Of Supplier] Of [city And Country Of Supplier] (hereinafter Called “the Supplier”) Of The Other Part: Whereas The Entity Invited Bids For Certain Goods And Ancillary Services, Viz., [brief Description Of Goods And Services] And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of [contract Price In Words And Figures] (hereinafter Called “the Contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Referred To. 2. The Following Documents Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: (a) The Supplier’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g. Bidder’s Response To Clarifications On The Bid), Including Corrections To The Bid Resulting From The Procuring Entity’s Bid Evaluation; (b) The Schedule Of Requirements; (c) The Technical Specifications; (d) The General Conditions Of Contract; (e) The Special Conditions Of Contract; (f) The Performance Security; And (g) The Entity’s Notice Of Award. 3. In Consideration Of The Payments To Be Made By The Entity To The Supplier As Hereinafter Mentioned, The Supplier Hereby Covenants With The Entity To Provide The Goods And Services And To Remedy Defects Therein In Conformity In All Respects With The Provisions Of The Contract 4. The Entity Hereby Covenants To Pay The Supplier In Consideration Of The Provision Of The Goods And Services And The Remedying Of Defects Therein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of The Contract At The Time And In The Manner Prescribed By The Contract. In Witness Whereof The Parties Hereto Have Caused This Agreement To Be Executed In Accordance With The Laws Of The Republic Of The Philippines On The Day And Year First Above Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Supplier) 55 Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ) S.s. A F F I D A V I T I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 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 56 (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 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 * This Form Will Not Apply For Wb Funded Projec 57 Bid Securing Declaration Form Republic Of The Philippines) City Of ) S.s. X X Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: [insert Name And Address Of The Procuring Entity] I/we4, 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 58 Financial Documents For Eligibility Check Year 20 1 Total Assets 2 Current Assets 3 Total Liabilities 4 Current Liabilities 5 Net Worth (1-3) 6 Net Working Capital (2-4) The Net Financial Contracting Capacity (nfcc) Based On The Above Data Is Computed As Follows: Nfcc = [(current Assets – Current Liabilities) (15)] Minus Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. The Values Of The Domestic Bidder’s Current Assets And Current Liabilities Shall Be Based On The Latest Audited Financial Statements Submitted To The Bir. Nfcc = Php Submitted By: Name Of Bidder Signature Of Authorized Representative Over Printed Name Date:
Closing Date6 May 2025
Tender AmountPHP 4.7 Million (USD 84.7 K)

BULACAN AGRICULTURAL STATE COLLEGE Tender

Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Procurement Of Goods 2025-05g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 3: Agroforestry Equipment) Fy 2025 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 12 9. Clarification And Amendment Of Bidding Documents 12 10. Documents Comprising The Bid: Eligibility And Technical Components 12 11. Documents Comprising The Bid: Financial Component 13 12. Bid Prices 13 13. Bid And Payment Currencies 14 14. Bid Security 14 15. Sealing And Marking Of Bids 14 16. Deadline For Submission Of Bids 14 17. Opening And Preliminary Examination Of Bids 15 18. Domestic Preference 15 19. Detailed Evaluation And Comparison Of Bids 15 20. Post-qualification 16 21. Signing Of The Contract 16 Section Iii. Bid Data Sheet 17 Section Iv. General Conditions Of Contract 19 1. Scope Of Contract 20 2. Advance Payment And Terms Of Payment 20 3. Performance Security 20 4. Inspection And Tests 20 5. Warranty 21 6. Liability Of The Supplier 21 Section V. Special Conditions Of Contract 22 Section Vi. Schedule Of Requirements 24 Section Vii. Technical Specifications 30 Section Viii. Checklist Of Technical And Financial Documents 38 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. Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Invitation To Bid For 2025-05g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 3: Agroforestry Equipment) 1. The Bulacan Agricultural State College, Through The General Appropriations Act Of 2025 Intends To Apply The Sum Of Two Million One Hundred Twenty-six Thousand Pesos (php2,126,000.00) Being The Abc To Payments Under The Contract 2025-05g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 3: Agroforestry Equipment). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bulacan Agricultural State College Now Invites Bids For Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 3: Agroforestry Equipment). Delivery Of The Goods Is Required With Contract Duration Of Ninety (90) Calendar Days. Bidders Should Have Completed, Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 Bulacan Agricultual State College And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8am To 4:30pm Monday To Friday, Except Those Declared As Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 4, 2025 To April 23, 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 Php5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting The Receipt Upon Submission Of Their Bid Documents. 6. The Bulacan Agricultural State College Will Hold A Pre-bid Conference1 On April 11, 2025, 09:00 Am Am Via Zoom Platform (meeting Id: 884 9404 6972, Passcode: Basc2025) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 08:30 Am Of April 23, 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 April 23, 2025, 09:00 Am At The Conference Room, Farmers’ Training Center, Basc, San Ildefonso, Bulacan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Observers Will Be Invited To Attend And Witness The Bid Proceedings. 11. The Bulacan Agricultural State College 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: Rona Angela O. Clarin Bac Secretariat Head Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan (044) 697-1240 And 0923-108-1526 Ronaangela_clarin@basc.edu.ph Www.basc.edu.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://www.basc.edu.ph April 4, 2025 (sgd) Ronald Reagan T. Alonzo,ph.d. Bac Chairperson 1 May Be Deleted In Case The Abc Is Less Than One Million Pesos (php1,000,000) Where The Procuring Entity May Not Hold A Pre-bid Conference. Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Bulacan Agricultural State College Wishes To Receive Bids For The Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 3: Agroforestry Equipmen) With Identification Number 2025- 05g. The Procurement Project (referred To Herein As “project”) Is Composed Of Nine (9) 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 The Fiscal Year 2025 In The Amount Of Two Million One Hundred Twenty-six Thousand Pesos (php2,126,000.00). 2.2. The Source Of Funding Is: A. Nga, The General Appropriations Act Of 2025 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. Not Applicable. 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 Procuring Entity Has Prescribed That: A. 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 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 The Last Five (5) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex- Warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration2 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 120 Days From The Opening Of Bids. 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 Original Of The First And Second Components Of Its Bid And Plus Two (2) Copies Of Each Kind, Labeled As Copy 1 And Copy 2. 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 And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 2 In The Case Of Framework Agreement, The Undertaking Shall Refer To Entering Into Contract With The Procuring Entity And Furnishing Of The Performance Security Or The Performance Securing Declaration Within Ten (10) Calendar Days From Receipt Of Notice To Execute Framework Agreement. 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 Or Per Lot 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. Supply, Delivery, And Installation Of Laboratory Equipment B. Completed Within Five (5) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Bid Prices Of Goods And Services Supplied From Outside Of The Philippines Shall Be Quoted In Philippine Pesos. 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 Php42,520.00. [(2%) Of The 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 Php106,300.00. [(5%) Of The Abc], If Bid Security Is In Surety Bond. 19.3 The Project Will Be Awarded As A Single Project. 20.2 1. Income Tax Return (form 1701/1702) With Audited Financial Statement., 2. Business Tax Return (forms 2550m And 2550q) Prior To Opening Of Bids Filed Thru Electronic Filing And Payment System (efps). Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted. 21.2 Not Applicable 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 In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract 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 At The Bulacan Agricultural State College, Pinaod, San Ildefonso, Bulacan. In Accordance With Incoterms.” For Goods Supplied From Within The Philippines, “the Delivery Terms Applicable To This Contract Are Delivered At The Bulacan Agricultural State College, Pinaod, San Ildefonso, Bulacan. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Ms. Rona Angela O. Clarin, Basc Property Officer. Incidental Services – No Further Instructions. Spare Parts – No Further Instructions. Packaging – No Further Instructions. Transportation – 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 – No Further Instructions. 2.2 The Terms Of Payment Shall Be As Follows: Upon Certification Of Complete Delivery Of Items By The End User And Basc Inspection Team.” 4 The Inspections And Tests That Will Be Conducted Are: On Site Testing Of All Items To Be Procured. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quan Tity Delivered, Weeks/months 1 Penetromer 1 Pc Ninety (90) Calendar Days Capacity: 28 Lb X 0.25 Lb (12.7 Kg X 100 G) Designed For Measurements Between 3 And 27 Pounds/1.2 And 12.25 Kg Traceable Penetrometer Calibration Units Are Verified At Multiple Points Available For The Ft011, Ft327 And Ft444 And Firmness Testers Lead Time Is 2-3 Days From Date Of Order Includes Complete Certificate With All Data Points Ft Penetrometer Calibration Kit Kit Includes (1) Aluminum Ft-penetrometer Stand (1) Plastic Stabilizer For 8mm Penetrometer Tip (1) 2kg Calibration Weight Manual Test Stand Large Anodized Aluminum Platform Steel Rack And Pinion Elevating Mechanism Steel Guide Posts With Teflon Coated Bushings Generous Vertical Clearance Is Approximately 8” Platform: 10" X 10" Work Area: 10" X 6" Vertical Arm: 8" Travel Distance | 3" Clearance From Posts Weight: 8 Lbs. Dimensions: 10" X 10" X 12" H 2 Texture Analyzer 1 Pc Ninety (90) Calendar Days Capacity: Gs-15 Device: 33 Lbs Gs-25 Device: 55 Lbs Operating Range: Gs-15: 50 G To 15,000 G Gs-25: 50 G To 25,000 G Measuring Units: Kg, Lbs, Newton Maximum Fruit Size: 120 Mm Weight: 9 Kg (approximately) Power: 100-240 Vac Adapter (included) Power Consumption: 30 Watts (30 Volts Dc, 1 Amp) 3 Refractometer 1 Pc Ninety (90) Calendar Days Scm-1000 Digital Refractometer Range: 0.0-55.0% Brix Resolution: 0.1% Accuracy +/-0.2% Sample Volume: 0.5 Ml Weight: 149 G Dimensions: 2.3" X 1.4" X 4.8" Power: Two Aaa Alkaline Batteries 4 Ph Meter 2 Lots Ninety (90) Calendar Days Ranges: Ph: -2.00 To 16.00 Temperature: 23°f To 221°f (-5.0°c To 105.0°c) Resolution: 0.01 Ph/0.1° Accuracy: ±0.02 Ph/±1.0°f Power: Three 1.5v Aaa Batteries (approx. 1400 Hours Of Continuous Use) Dimensions: 154 X 63 X 30 Mm (6.1 X 2.5 X 1.2") Weight: 199g (6.91 Oz.) With Batteries Ph 7.00 Buffer Solution Color Coded Yellow Traceable To Nist 500 Ml Bottle Ph 7.00 +0.01 @ 25°c Fc202d Food Ph Electrode (13,690.04 Php) Ph/temperature Electrode That Tapers To A Strong Conic Tip Ideal For Measurements In Semisolids Such As Meats And Cheeses Ph 4.00 Buffer Solution Color Coded Pink Traceable To Nist 500 Ml Bottle Ph 4.00 +0.01 @ 25°c 5 Soil Testing Kit 1 Pc Ninety (90) Calendar Days Fertilizer Systems Built-in Soil Testing And Fertilizer Application System. Diagnostics Built-in Diagnostic Standards Atlas For Plant Nutrition. Linearity Error <0.1% (0.001, Copper Sulfate Assay) Power Supply Ac 220±22v Dc 12v+5v (built-in Lithium Battery Or Car Power Supply) Sensitivity Red Light 4.5×10-5 Blue Light >3.17×10-3 Green Light 2.35×10-3 Orange Light 2.13×10-3 Wavelength Range Red Light: 680+2nm; Blue Light: 420+2nm; Green Light: 510±2nm; Orange Light: 590+4nm Ph Value Test Range: 1~14 Accuracy: 0.01 Error: ±0.1 Salt Content Test Range: 0.01% ~1.00% Relative Error: ± 5% Display Resolution 1024*600 Seismic Rating Ip65 Range And Resolution 0.001-9999 Power Instrument <5w Dimension 48*34.5*22cm Net Weight 5.2kg Inclusions 1 Unit Main Engine 1 Set Medicine Box 1 Electronic Scale 10 Colorimetric Dish 12 Pieces Plastic Dropper (3ml) 1 Set Test Tube Holder (13*50) 1 Ph Ph Meter 1 Set Tds Salinity Meter 20 Pieces Plastic Test Tube (10ml) 12 Pieces Glass Test Tube (10ml) 1 Measuring Cylinder (50ml) 1 Volumetric Flask (100ml) 2 Triangle Bottle (100ml) 1 Reagent Bottle 1 Sheet After Sales Technical Service Card 1 Sheet Certificate Of Conformity Warranty Card 1 Roll Printing Paper 1 Set Blackbox Epe Lining 1 Aluminum Box 1 Box Qualitative Filter Paper (11mm) 1 Bottle Washing Bottles 1 Set Spoon (large, Medium, Small) 1 Suction Ball 1 Each Glass Pipette 1 Piece Glass Rod 1 Piece Test Tube Brush 6 Packs Soil Extractant 1 Bottle Soil Decolorizing Agent 1 Bottle Soil Standard Solution 1 Bottle Each Ammonium Nitrogen 1.2.3 1 Bottle Each Effective Phosphorus No.123 1 Bottle Each Quick Acting Potassium 1.2 1 Sheet Soil Organic Matter Standard Solution 3packs Soil Organic Matter Extraction Solution 1 Lithium Battery Charger 6 Seed Germinator Chamber 1 Pc Ninety (90) Calendar Days Chamber Volume: 175l Temperature Range: 0~50°c Temperature Stability : ±1°c Display Resolution : 0.1°c Temperature Uniformity: ±1°c Humidity Range : 30~95%rh Humidity Deviation +3rh Power Supply Ac220v, 50hz Ambient Temperature : +5~35°c Illumination Intensity : 030000lx Selling Units : Single Item Single Package Size: 75x84x186 Cm Single Gross Weight: 234.000 Kg 7 Portable Multiparameter Water Quality Testing Kits 1 Pc Ngths. Phorus, Meter, Ninety (90) Calendar Days Channel Number: 8 Wavelength: 420nm, 440nm, 470nm, 510nm, 520nm, 540nm, 560nm, 600nm, 610nm, 630nm, 660nm, 700nm Can Be Customized Any 4 Wavele Wavelength Accuracy: Center Wavelength - 1nm Measurement Parameters: Codmn, Codcr, Ammonia Nitrogen, Total Phos Copper, Iron, Nickel And Six Chromium, Phosphate, Nitrite And Other 35 Para Customer Can Be Customized According To The Operate Environment. Optical Stability: $0.002a/20min 8 Analytical Balance 2 Pc Ninety (90) Calendar Days Leveling: Manual Linearity: 0.2 Mg Relative Humidity At Temperatures Up To 31° C, Non-condensing, Then Linear Decrease From Max. 80 % At 31° C To Max. 50 % At 40° C: 15 - 80 % Operating Conditions - Temperature: +10 - +30 °c Repeatability: 0.1 Mg Sensitivity Drift Between +10 °c And +30 °c: +1.5 Ppm/k Typical Stabilization Time: $1.0 S Underfloor Weighing: Yes Weighing Chamber Height: 240 Mm Display: Led Screen With Touch Technology Maximum Weighing Capacity: 220 G Readability: 0.1 Mg Weighing Pan Dimensions: 90 Mm Data Interface: Rs232 Weighing Units: Gram, Kilogram, Carat, Pound, Ounce, Troy Ounce, Hong Kong Tael, Singapore Tael, Taiwan Tael, Grain, Pennyweights, Miligram, Parts Per Pound, China Tael, Mommes, Austrian Carat, Tola, Baht, Mesghal And Newton Package Includes: Delivery On Site Training With End Users Commissioning And Installation On Sites Training Certificate To End Users Calibration Certificate And Sticker Certificate Of Distributorship From Manufacturer Avr, 1kva 9 Cooled Incubator 1 Pc Ninety (90) Calendar Days Performance Data Temperature Temperature Range °c -10... 100 Temperature Variation At 37 °c [+ K] 0.2 Temperature Fluctuation At 37 °c [+k] 0.1 Recovery Time After 30 Seconds Door Open At 37 °c [min] 2 Electrical Data Rated Voltage [v] 230 Power Frequency [hz] 50/60 Nominal Power [kw] 0.7 Unit Fuse [a] 10 Phase (nominal Voltage) 1~ Interior Volume [l] 115 Net Weight Of The Unit (empty) [kg] 105 Permitted Load [kg] 50 Load Per Rack [kg] 20 Wall Clearance Back [mm] 100 Wall Clearance Sidewise [mm] 100 Internal Dimensions Width [mm] 600 Height [mm] 480 Depth [mm] 400 Inner Doors 1 Unit Doors 1 Housing Dimensions Not Including Fittings And Connections Width Net [mm] 835 Height Net [mm] 1025 Depth Net [mm] 650 Environment-specific Data Energy Consumption At 37 °c [wh/h] 75 Sound-pressure Level [db(a)] 49 Number Of Shelves (std./max.) 2/5 With 5 Kva Avr Inclusions: Delivery On Site Training With End Users Commissioning And Installation On Sites Training Certificate To End Users Calibration Certificate And Sticker All Items Must Have: At Least 1 Year Warranty After Sales Services Installation / Assembly Training On How To Use And Maintain The Equipment [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of 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. Technical Specifications Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Penetromer Capacity: 28 Lb X 0.25 Lb (12.7 Kg X 100 G) Designed For Measurements Between 3 And 27 Pounds/1.2 And 12.25 Kg Traceable Penetrometer Calibration Units Are Verified At Multiple Points Available For The Ft011, Ft327 And Ft444 And Firmness Testers Lead Time Is 2-3 Days From Date Of Order Includes Complete Certificate With All Data Points Ft Penetrometer Calibration Kit Kit Includes (1) Aluminum Ft-penetrometer Stand (1) Plastic Stabilizer For 8mm Penetrometer Tip (1) 2kg Calibration Weight Manual Test Stand Large Anodized Aluminum Platform Steel Rack And Pinion Elevating Mechanism Steel Guide Posts With Teflon Coated Bushings Generous Vertical Clearance Is Approximately 8” Platform: 10" X 10" Work Area: 10" X 6" Vertical Arm: 8" Travel Distance | 3" Clearance From Posts Weight: 8 Lbs. Dimensions: 10" X 10" X 12" H 2 Texture Analyzer Capacity: Gs-15 Device: 33 Lbs Gs-25 Device: 55 Lbs Operating Range: Gs-15: 50 G To 15,000 G Gs-25: 50 G To 25,000 G Measuring Units: Kg, Lbs, Newton Maximum Fruit Size: 120 Mm Weight: 9 Kg (approximately) Power: 100-240 Vac Adapter (included) Power Consumption: 30 Watts (30 Volts Dc, 1 Amp) 3 Refractometer Scm-1000 Digital Refractometer Range: 0.0-55.0% Brix Resolution: 0.1% Accuracy +/-0.2% Sample Volume: 0.5 Ml Weight: 149 G Dimensions: 2.3" X 1.4" X 4.8" Power: Two Aaa Alkaline Batteries 4 Ph Meter Ranges: Ph: -2.00 To 16.00 Temperature: 23°f To 221°f (-5.0°c To 105.0°c) Resolution: 0.01 Ph/0.1° Accuracy: ±0.02 Ph/±1.0°f Power: Three 1.5v Aaa Batteries (approx. 1400 Hours Of Continuous Use) Dimensions: 154 X 63 X 30 Mm (6.1 X 2.5 X 1.2") Weight: 199g (6.91 Oz.) With Batteries Ph 7.00 Buffer Solution Color Coded Yellow Traceable To Nist 500 Ml Bottle Ph 7.00 +0.01 @ 25°c Fc202d Food Ph Electrode (13,690.04 Php) Ph/temperature Electrode That Tapers To A Strong Conic Tip Ideal For Measurements In Semisolids Such As Meats And Cheeses Ph 4.00 Buffer Solution Color Coded Pink Traceable To Nist 500 Ml Bottle Ph 4.00 +0.01 @ 25°c 5 Soil Testing Kit Fertilizer Systems Built-in Soil Testing And Fertilizer Application System. Diagnostics Built-in Diagnostic Standards Atlas For Plant Nutrition. Linearity Error <0.1% (0.001, Copper Sulfate Assay) Power Supply Ac 220±22v Dc 12v+5v (built-in Lithium Battery Or Car Power Supply) Sensitivity Red Light 4.5×10-5 Blue Light >3.17×10-3 Green Light 2.35×10-3 Orange Light 2.13×10-3 Wavelength Range Red Light: 680+2nm; Blue Light: 420+2nm; Green Light: 510±2nm; Orange Light: 590+4nm Ph Value Test Range: 1~14 Accuracy: 0.01 Error: ±0.1 Salt Content Test Range: 0.01% ~1.00% Relative Error: ± 5% Display Resolution 1024*600 Seismic Rating Ip65 Range And Resolution 0.001-9999 Power Instrument <5w Dimension 48*34.5*22cm Net Weight 5.2kg Inclusions 1 Unit Main Engine 1 Set Medicine Box 1 Electronic Scale 10 Colorimetric Dish 12 Pieces Plastic Dropper (3ml) 1 Set Test Tube Holder (13*50) 1 Ph Ph Meter 1 Set Tds Salinity Meter 20 Pieces Plastic Test Tube (10ml) 12 Pieces Glass Test Tube (10ml) 1 Measuring Cylinder (50ml) 1 Volumetric Flask (100ml) 2 Triangle Bottle (100ml) 1 Reagent Bottle 1 Sheet After Sales Technical Service Card 1 Sheet Certificate Of Conformity Warranty Card 1 Roll Printing Paper 1 Set Blackbox Epe Lining 1 Aluminum Box 1 Box Qualitative Filter Paper (11mm) 1 Bottle Washing Bottles 1 Set Spoon (large, Medium, Small) 1 Suction Ball 1 Each Glass Pipette 1 Piece Glass Rod 1 Piece Test Tube Brush 6 Packs Soil Extractant 1 Bottle Soil Decolorizing Agent 1 Bottle Soil Standard Solution 1 Bottle Each Ammonium Nitrogen 1.2.3 1 Bottle Each Effective Phosphorus No.123 1 Bottle Each Quick Acting Potassium 1.2 1 Sheet Soil Organic Matter Standard Solution 3packs Soil Organic Matter Extraction Solution 1 Lithium Battery Charger 6 Seed Germinator Chamber Chamber Volume: 175l Temperature Range: 0~50°c Temperature Stability : ±1°c Display Resolution : 0.1°c Temperature Uniformity: ±1°c Humidity Range : 30~95%rh Humidity Deviation +3rh Power Supply Ac220v, 50hz Ambient Temperature : +5~35°c Illumination Intensity : 030000lx Selling Units : Single Item Single Package Size: 75x84x186 Cm Single Gross Weight: 234.000 Kg 7 Portable Multiparameter Water Quality Testing Kits Us, Ter, Channel Number: 8 Wavelength: 420nm, 440nm, 470nm, 510nm, 520nm, 540nm, 560nm, 600nm, 610nm, 630nm, 660nm, 700nm Can Be Customized Any 4 Wavelengths. Wavelength Accuracy: Center Wavelength - 1nm Measurement Parameters: Codmn, Codcr, Ammonia Nitrogen, Total Phosphor Copper, Iron, Nickel And Six Chromium, Phosphate, Nitrite And Other 35 Parame Customer Can Be Customized According To The Operate Environment. Optical Stability: $0.002a/20min 8 Analytical Balance Leveling: Manual Linearity: 0.2 Mg Relative Humidity At Temperatures Up To 31° C, Non-condensing, Then Linear Decrease From Max. 80 % At 31° C To Max. 50 % At 40° C: 15 - 80 % Operating Conditions - Temperature: +10 - +30 °c Repeatability: 0.1 Mg Sensitivity Drift Between +10 °c And +30 °c: +1.5 Ppm/k Typical Stabilization Time: $1.0 S Underfloor Weighing: Yes Weighing Chamber Height: 240 Mm Display: Led Screen With Touch Technology Maximum Weighing Capacity: 220 G Readability: 0.1 Mg Weighing Pan Dimensions: 90 Mm Data Interface: Rs232 Weighing Units: Gram, Kilogram, Carat, Pound, Ounce, Troy Ounce, Hong Kong Tael, Singapore Tael, Taiwan Tael, Grain, Pennyweights, Miligram, Parts Per Pound, China Tael, Mommes, Austrian Carat, Tola, Baht, Mesghal And Newton Package Includes: Delivery On Site Training With End Users Commissioning And Installation On Sites Training Certificate To End Users Calibration Certificate And Sticker Certificate Of Distributorship From Manufacturer Avr, 1kva 9 Cooled Incubator Performance Data Temperature Temperature Range °c -10... 100 Temperature Variation At 37 °c [+ K] 0.2 Temperature Fluctuation At 37 °c [+k] 0.1 Recovery Time After 30 Seconds Door Open At 37 °c [min] 2 Electrical Data Rated Voltage [v] 230 Power Frequency [hz] 50/60 Nominal Power [kw] 0.7 Unit Fuse [a] 10 Phase (nominal Voltage) 1~ Interior Volume [l] 115 Net Weight Of The Unit (empty) [kg] 105 Permitted Load [kg] 50 Load Per Rack [kg] 20 Wall Clearance Back [mm] 100 Wall Clearance Sidewise [mm] 100 Internal Dimensions Width [mm] 600 Height [mm] 480 Depth [mm] 400 Inner Doors 1 Unit Doors 1 Housing Dimensions Not Including Fittings And Connections Width Net [mm] 835 Height Net [mm] 1025 Depth Net [mm] 650 Environment-specific Data Energy Consumption At 37 °c [wh/h] 75 Sound-pressure Level [db(a)] 49 Number Of Shelves (std./max.) 2/5 With 5 Kva Avr Inclusions: Delivery On Site Training With End Users Commissioning And Installation On Sites Training Certificate To End Users Calibration Certificate And Sticker All Items Must Have: At Least 1 Year Warranty After Sales Services Installation / Assembly Training On How To Use And Maintain The Equipment [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of 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); Or ⬛ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬛ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬛ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬛ (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 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 ⬛ (h) 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 ⬛ (i) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After- Sales/parts, If Applicable; And ⬛ (j) 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 ⬛ (k) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬛ (l) 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 ⬛ (m) 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. Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬛ (n) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬛ (o) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. 25 Financial Component Envelope ⬛ (a) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬛ (b) Original Of Duly Signed And Accomplished Price Schedule(s). Bid Form Date: Project Identification No. To: Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan 3010 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 And Delivery 2025-05g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 3: Agroforestry Equipment) In Conformity With The Said Bidding Documents For The Sum Of (php ) [total Bid Amount In Words And Figures] 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. We Agree To Abide By This Bid For The Bid Validity Period Specified In The Bidding Documents Provisions And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below:3 Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per The Bidding Documents. We Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Name Of Project Of The Name Of The Procuring Entity] [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter’s Behalf For Name Of Project Of The Name Of The Procuring Entity]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This Day Of 2025. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of Price Schedule Name Of Bidder . Invitation To Bid Number Page Of . 1 2 3 4 5 6 7 8 9 10 Item Description Cou Ntry Of Orig In Quant Ity Unit Price Exw Per Item Transportation And Insurance And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col 9) X (col 4) 1 Penetromer Capacity: 28 Lb X 0.25 Lb (12.7 Kg X 100 G) Designed For Measurements Between 3 And 27 Pounds/1.2 And 12.25 Kg Traceable Penetrometer Calibration Units Are Verified At Multiple Points Available For The Ft011, Ft327 And Ft444 And Firmness Testers Lead Time Is 2-3 Days From Date Of Order Includes Complete Certificate With All Data Points Ft Penetrometer Calibration Kit Kit Includes (1) Aluminum Ft-penetrometer Stand (1) Plastic Stabilizer For 8mm Penetrometer Tip (1) 2kg Calibration Weight Manual Test Stand Large Anodized Aluminum Platform Steel Rack And Pinion Elevating Mechanism Steel Guide Posts With Teflon Coated Bushings Generous Vertical Clearance Is Approximately 8” Platform: 10" X 10" Work Area: 10" X 6" 1 Pc Vertical Arm: 8" Travel Distance | 3" Clearance From Posts Weight: 8 Lbs. Dimensions: 10" X 10" X 12" H 2 Texture Analyzer 1 Pc Capacity: Gs-15 Device: 33 Lbs Gs-25 Device: 55 Lbs Operating Range: Gs-15: 50 G To 15,000 G Gs-25: 50 G To 25,000 G Measuring Units: Kg, Lbs, Newton Maximum Fruit Size: 120 Mm Weight: 9 Kg (approximately) Power: 100-240 Vac Adapter (included) Power Consumption: 30 Watts (30 Volts Dc, 1 Amp) 3 Refractometer 1 Pc Scm-1000 Digital Refractometer Range: 0.0-55.0% Brix Resolution: 0.1% Accuracy +/-0.2% Sample Volume: 0.5 Ml Weight: 149 G Dimensions: 2.3" X 1.4" X 4.8" Power: Two Aaa Alkaline Batteries 4 Ph Meter 2 Lots Ranges: Ph: -2.00 To 16.00 Temperature: 23°f To 221°f (-5.0°c To 105.0°c) Resolution: 0.01 Ph/0.1° Accuracy: ±0.02 Ph/±1.0°f Power: Three 1.5v Aaa Batteries (approx. 1400 Hours Of Continuous Use) Dimensions: 154 X 63 X 30 Mm (6.1 X 2.5 X 1.2") Weight: 199g (6.91 Oz.) With Batteries Ph 7.00 Buffer Solution Color Coded Yellow Traceable To Nist 500 Ml Bottle Ph 7.00 +0.01 @ 25°c Fc202d Food Ph Electrode (13,690.04 Php) Ph/temperature Electrode That Tapers To A Strong Conic Tip Ideal For Measurements In Semisolids Such As Meats And Cheeses Ph 4.00 Buffer Solution Color Coded Pink Traceable To Nist 500 Ml Bottle Ph 4.00 +0.01 @ 25°c 5 Soil Testing Kit 1 Pc Fertilizer Systems Built-in Soil Testing And Fertilizer Application System. Diagnostics Built-in Diagnostic Standards Atlas For Plant Nutrition. Linearity Error <0.1% (0.001, Copper Sulfate Assay) Power Supply Ac 220±22v Dc 12v+5v (built-in Lithium Battery Or Car Power Supply) Sensitivity Red Light 4.5×10-5 Blue Light >3.17×10-3 Green Light 2.35×10-3 Orange Light 2.13×10-3 Wavelength Range Red Light: 680+2nm; Blue Light: 420+2nm; Green Light: 510±2nm; Orange Light: 590+4nm Ph Value Test Range: 1~14 Accuracy: 0.01 Error: ±0.1 Salt Content Test Range: 0.01% ~1.00% Relative Error: ± 5% Display Resolution 1024*600 Seismic Rating Ip65 Range And Resolution 0.001-9999 Power Instrument <5w Dimension 48*34.5*22cm Net Weight 5.2kg Inclusions 1 Unit Main Engine 1 Set Medicine Box 1 Electronic Scale 10 Colorimetric Dish 12 Pieces Plastic Dropper (3ml) 1 Set Test Tube Holder (13*50) 1 Ph Ph Meter 1 Set Tds Salinity Meter 20 Pieces Plastic Test Tube (10ml) 12 Pieces Glass Test Tube (10ml) 1 Measuring Cylinder (50ml) 1 Volumetric Flask (100ml) 2 Triangle Bottle (100ml) 1 Reagent Bottle 1 Sheet After Sales Technical Service Card 1 Sheet Certificate Of Conformity Warranty Card 1 Roll Printing Paper 1 Set Blackbox Epe Lining 1 Aluminum Box 1 Box Qualitative Filter Paper (11mm) 1 Bottle Washing Bottles 1 Set Spoon (large, Medium, Small) 1 Suction Ball 1 Each Glass Pipette 1 Piece Glass Rod 1 Piece Test Tube Brush 6 Packs Soil Extractant 1 Bottle Soil Decolorizing Agent 1 Bottle Soil Standard Solution 1 Bottle Each Ammonium Nitrogen 1.2.3 1 Bottle Each Effective Phosphorus No.123 1 Bottle Each Quick Acting Potassium 1.2 1 Sheet Soil Organic Matter Standard Solution 3packs Soil Organic Matter Extraction Solution 1 Lithium Battery Charger 6 Seed Germinator Chamber 1 Pc Chamber Volume: 175l Temperature Range: 0~50°c Temperature Stability : ±1°c Display Resolution : 0.1°c Temperature Uniformity: ±1°c Humidity Range : 30~95%rh Humidity Deviation +3rh Power Supply Ac220v, 50hz Ambient Temperature : +5~35°c Illumination Intensity : 030000lx Selling Units : Single Item Single Package Size: 75x84x186 Cm Single Gross Weight: 234.000 Kg 7 Portable Multiparameter Water Quality Testing Kits Ngths. Sphorus Amete 1 Pc , R, Channel Number: 8 Wavelength: 420nm, 440nm, 470nm, 510nm, 520nm, 540nm, 560nm, 600nm, 610nm, 630nm, 660nm, 700nm Can Be Customized Any 4 Wavele Wavelength Accuracy: Center Wavelength - 1nm Measurement Parameters: Codmn, Codcr, Ammonia Nitrogen, Total Pho Copper, Iron, Nickel And Six Chromium, Phosphate, Nitrite And Other 35 Par Customer Can Be Customized According To The Operate Environment. Optical Stability: $0.002a/20min 8 Analytical Balance 2 Pcs Leveling: Manual Linearity: 0.2 Mg Relative Humidity At Temperatures Up To 31° C, Non-condensing, Then Linear Decrease From Max. 80 % At 31° C To Max. 50 % At 40° C: 15 - 80 % Operating Conditions - Temperature: +10 - +30 °c Repeatability: 0.1 Mg Sensitivity Drift Between +10 °c And +30 °c: +1.5 Ppm/k Typical Stabilization Time: $1.0 S Underfloor Weighing: Yes Weighing Chamber Height: 240 Mm Display: Led Screen With Touch Technology Maximum Weighing Capacity: 220 G Readability: 0.1 Mg Weighing Pan Dimensions: 90 Mm Data Interface: Rs232 Weighing Units: Gram, Kilogram, Carat, Pound, Ounce, Troy Ounce, Hong Kong Tael, Singapore Tael, Taiwan Tael, Grain, Pennyweights, Miligram, Parts Per Pound, China Tael, Mommes, Austrian Carat, Tola, Baht, Mesghal And Newton Package Includes: Delivery On Site Training With End Users Commissioning And Installation On Sites Training Certificate To End Users Calibration Certificate And Sticker Certificate Of Distributorship From Manufacturer Avr, 1kva 9 Cooled Incubator 1 Pc Performance Data Temperature Temperature Range °c -10... 100 Temperature Variation At 37 °c [+ K] 0.2 Temperature Fluctuation At 37 °c [+k] 0.1 Recovery Time After 30 Seconds Door Open At 37 °c [min] 2 Electrical Data Rated Voltage [v] 230 Power Frequency [hz] 50/60 Nominal Power [kw] 0.7 Unit Fuse [a] 10 Phase (nominal Voltage) 1~ Interior Volume [l] 115 Net Weight Of The Unit (empty) [kg] 105 Permitted Load [kg] 50 Load Per Rack [kg] 20 Wall Clearance Back [mm] 100 Wall Clearance Sidewise [mm] 100 Internal Dimensions Width [mm] 600 Height [mm] 480 Depth [mm] 400 Inner Doors 1 Unit Doors 1 Housing Dimensions Not Including Fittings And Connections Width Net [mm] 835 Height Net [mm] 1025 Depth Net [mm] 650 Environment-specific Data Energy Consumption At 37 °c [wh/h] 75 Sound-pressure Level [db(a)] 49 Number Of Shelves (std./max.) 2/5 With 5 Kva Avr Inclusions: Delivery On Site Training With End Users Commissioning And Installation On Sites Training Certificate To End Users Calibration Certificate And Sticker All Items Must Have: At Least 1 Year Warranty After Sales Services Installation / Assembly Training On How To Use And Maintain The Equipment Grand Total (in Words) (in Figures) [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-05g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 3: Agroforestry Equipment) Location Of The Project : San Ildefonso, Bulacan List Of All Ongoing Government & Private Contracts Including Contracts Awarded But Not Yet Started Business Name : Business Address : Name Of Contract/project Cost A. Owner’s Name B. Address C. Telephone Nos. Nature Of Work Bidder’s Role A. Date Awarded B. Date Started C. Date Of Completion % Of Accomplishment Value Of Outstandingworks / Undeliveredportion Description % Planned Actual Government Private Note: This Statement Shall Be Supported With: Total Cost 1 Notice Of Award (for Government Projects) 2 Notice To Proceed (for Government Projects) 3 Contract Submitted By : (printed Name & Signature) Designation : Date : [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-05g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 3: Agroforestry Equipment) Location Of The Project : San Ildefonso, Bulacan Statement Of Single Largest Completed Contracts (slcc) In The Last Five (5) Years Business Name : Business Address : Name Of Contract A. Owner Name B. Address C. Telephone Nos. Nature Of Work Contractor’s Role A. Amount At Award B. Amount At Completion C. Duration A. Date Awarded B. Contract Effectivity C. Date Completed Description % Government Private Attached Herewith Are The Following Documents: Contract Agreement, Notice Of Award, Notice To Proceed, Official Receipt/invoice, Certificate Of Final Inspection, Certificate Of Good Performance And Certificate Of Acceptance, As Evidences In Support Of The Foregoing Information. Submitted By : (printed Name & Signature) Designation : Contract Agreement Form This Agreement Made The Day Of 20 Between [name Of Procuring Entity] Of The Philippines (hereinafter Called “the Entity”) Of The One Part And [name Of Supplier] Of [city And Country Of Supplier] (hereinafter Called “the Supplier”) Of The Other Part: Whereas The Entity Invited Bids For Certain Goods And Ancillary Services, Viz., [brief Description Of Goods And Services] And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of [contract Price In Words And Figures] (hereinafter Called “the Contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Referred To. 2. The Following Documents Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: (a) The Supplier’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g. Bidder’s Response To Clarifications On The Bid), Including Corrections To The Bid Resulting From The Procuring Entity’s Bid Evaluation; (b) The Schedule Of Requirements; (c) The Technical Specifications; (d) The General Conditions Of Contract; (e) The Special Conditions Of Contract; (f) The Performance Security; And (g) The Entity’s Notice Of Award. 3. In Consideration Of The Payments To Be Made By The Entity To The Supplier As Hereinafter Mentioned, The Supplier Hereby Covenants With The Entity To Provide The Goods And Services And To Remedy Defects Therein In Conformity In All Respects With The Provisions Of The Contract 4. The Entity Hereby Covenants To Pay The Supplier In Consideration Of The Provision Of The Goods And Services And The Remedying Of Defects Therein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of The Contract At The Time And In The Manner Prescribed By The Contract. In Witness Whereof The Parties Hereto Have Caused This Agreement To Be Executed In Accordance With The Laws Of The Republic Of The Philippines On The Day And Year First Above Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Supplier) 55 Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ) S.s. A F F I D A V I T I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 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 56 (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 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 * This Form Will Not Apply For Wb Funded Projec 57 Bid Securing Declaration Form Republic Of The Philippines) City Of ) S.s. X X Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: [insert Name And Address Of The Procuring Entity] I/we4, 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 58 Financial Documents For Eligibility Check Year 20 1 Total Assets 2 Current Assets 3 Total Liabilities 4 Current Liabilities 5 Net Worth (1-3) 6 Net Working Capital (2-4) The Net Financial Contracting Capacity (nfcc) Based On The Above Data Is Computed As Follows: Nfcc = [(current Assets – Current Liabilities) (15)] Minus Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. The Values Of The Domestic Bidder’s Current Assets And Current Liabilities Shall Be Based On The Latest Audited Financial Statements Submitted To The Bir. Nfcc = Php Submitted By: Name Of Bidder Signature Of Authorized Representative Over Printed Name Date: 59
Closing Date6 May 2025
Tender AmountPHP 2.1 Million (USD 38 K)

METRO SAN FERNANDO WATER DISTRICT LA UNION Tender

Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Republic Of The Philippines Metro San Fernando Water District (l.u.) Contract Monitoring Office City Of San Fernando, La Union Philippine Bidding Documents Procurement Of Goods Negotiated Procurement Under Emergency Cases For The Supply, Delivery And Installation Of (a) Electro-mechanical Equipment, Materials And Accessories, (b) Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories, (c) Well Apron/platform And Bipod/tripod Assembly And (d) Pump Testing Of Water Source Development Projects At Baroro River Basin 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…………………………………………...11 1. Scope Of Bid ………………………………………………………………………. 12 2. Funding Information………………………………………………………………. 12 3. Bidding Requirements ……………………………………………………………. 12 4. Corrupt, Fraudulent, Collusive, And Coercive Practices………………………….. 12 5. Eligible Bidders…………………………………………………………………… 12 6. Origin Of Goods ………………………………………………………………….. 13 7. Subcontracts ……………………………………………………………………… 13 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. Bid Prices …………………………………………………………………………. 14 13. Bid And Payment Currencies ……………………………………………………… 15 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 ………………………………….. 16 18. Domestic Preference ……………………………………………………………… 16 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 16 20. Post-qualification ………………………………………………………………… 17 21. Signing Of The Contract …………………………………………………………… 17 Section Iii. Bid Data Sheet …………………………………………………..18 Section Iv. General Conditions Of Contract ……………………...………..21 1. Scope Of Contract ………………………………………………………………… 22 2. Advance Payment And Terms Of Payment ……………………………………….. 22 3. Performance Security ……………………………………………………………. 22 4. Inspection And Tests ……………………………………………………………… 22 5. Warranty …………………………………………………………………………. 22 6. Liability Of The Supplier ………………………………………………………….. 23 Section V. Special Conditions Of Contract ………………………………….24 Section Vi. Schedule Of Requirements ……………………………………....29 Section Vii. Technical Specifications …………………………………………32 Section Viii. Checklist Of Technical And Financial Documents …………..36 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 For Negotiated Procurement Under Emergency Cases For The Supply, Delivery And Installation Of (a) Electro-mechanical Equipment, Materials And Accessories, (b) Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories, (c) Well Apron/platform And Bipod/tripod Assembly And (d) Pump Testing Of Water Source Development Project At Baroro River Basin In View Of The Board Resolution No. 04-424, Series Of 2025, “resolution Terminating The Joint Venture Agreement (jva) With Primewater Infrastructure Corporation (pwic) And For Metro San Fernando Water District (la Union) To Directly Manage, Control, And Operate The Water Supply System, The Msfwd (l.u.) Bids And Awards Committee (bac) Invite Suppliers To Participate In The Negotiated Procurement Under Emergency Cases For The Foregoing Procurement In Accordance With Section 53.2 Of The Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act” It Is Resolved In The Foregoing Board Resolution That Due To The Exigency Of The Service And In Order To Prevent Disruption Of Essential Operations, It Is Imperative That All Necessary Actions Be Undertaken Immediately And That All Expenses To Be Incurred In Relation To This Matter Are Hereby Deemed As Emergency Expenditures And Shall Be Processed And Defrayed Accordingly. 1. The Metro San Fernando Water District (la Union), Through The Corporate Operating Budget For The Contract Approved By The Governing Board For The Cy 2025 Intends To Apply The Sum Of Six Million One Hundred Seventy Five Thousand Pesos (php6,175,000.00) Being The Abc To Payments Under The Contract For The Negotiated Procurement Under Emergency Cases For The Supply, Delivery And Installation Of (a) Electro-mechanical Equipment, Materials And Accessories, (b) Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories, (c) Well Apron/platform And Bipod/tripod Assembly And (d) Pump Testing Of Water Source Development Project At Baroro River Basin. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Metro San Fernando Water District (la Union) Now Invites Bids For The: Item Specifications Approved Budget For The Contract (abc) 1.0 Water Source Development Project At Bauang River Basin (new Ballay Deep Well #9) Php2,845,000.00 1.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 1.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 1.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly. 2.0 Water Source Development Project At Baroro River Basin (new Naguirangan Deep Well #12) Php1,510,000.00 2.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 2.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 2.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly. 3.0 Water Source Development Project At Baroro River Basin (new Naguirangan Deep Well #10) Php1,820,000.00 3.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 3.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 3.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly; 3.4 Performance Of Pump Testing/ Well Testing (labor, Equipment And Fuel). Total: Php6,175,000.00 Delivery Of Goods Is Required Forty-five (45) Days From The Date Of Award. 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 Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Msfwd-bids And Awards Committee (bac) Secretariat Through The Contact Details Given Below During 8:00 A.m. To 5:00 P.m. And Inspect The Bidding Documents As Posted On The Websites Of The Msfwd And The Philippine Government Electronic Procurement System (philgeps). 5. A Complete Set Of Bidding Documents May Be Purchased By Interesed Bidders On May 19, 2025 Until Before The Deadline For Submission Of Bids On June 9, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Seven Thousand Pesos (php7,000.00). Bidding Document Fee For Bidder/s Who Have Bought Bidding Documents For The First Bidding Is Waived Provided The Bidder Shall Attach The Proof Of Payment For The Bidding Document. 6. The Msfwd (la Union) Will Hold A Pre-bid Conference On May 27, 2025 At 10:00 A.m. Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Msfwd-bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before June 9, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On June 9, 2025 At 10:30 A.m. At The Metro San Fernando Water District (l.u.) Administration Building, Quezon Avenue, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Metro San Fernando Water District (la Union) 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: Mr. Valdimir A. Vega Bac Secretariat Metro San Fernando Water District (l.u.), 3/f Msfwd Administration Building, Quezon Avenue, City Of San Fernando, 2500, La Union Tel. No. (63 72) 700-3554, Email Address: Cmo.msfwd@gmail.com (sgd.) Engr. Benjamin Q. Galvan, Jr. Chairperson Bids And Awards Committee 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, Metro San Fernando Water District (la Union) Wishes To Receive Bids For The Negotiated Procurement Under Emergency Cases For The Supply, Delivery And Installation Of (a) Electro-mechanical Equipment, Materials And Accessories, (b) Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories, (c) Well Apron/platform And Bipod/tripod Assembly And (d) Pump Testing Of Water Source Development Project At Baroro River Basin. 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Cy 2025 In The Amount Of Six Million One Hundred Seventy Five Thousand Pesos (php6,175,000.00). 2.2. The Source Of Funding Is: Gocc The Approved Corporate Operating Budget. 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. The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Or B. The Bidder Must Have Completed At Least Two (2) Similar Contracts: I. The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) 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 (i.e., Twenty-five Percent [25]). 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 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 May 27, 2025 At 10:00 A.m. At Its Physical Address 3/f Msfwd Admin Bldg., Quezon Ave., Sevilla, City Of San Fernando, La Union 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 Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In 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 Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until October 7, 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 And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 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 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. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As 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 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 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. Refer To The Negotiated Procurement Under Emergency Cases For The Supply, Delivery And Installation Of (a) Electro-mechanical Equipment, Materials And Accessories, (b) Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories, (c) Well Apron/platform And Bipod/tripod Assembly And (d) Pump Testing Of Water Source Development Project At Baroro River Basin. B. Completed Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. 7.1 Subcontracting Is Not Allowed. 12 The Price Of The Goods Shall Be Quoted Ddp Delivered To Metro San Fernando Water District (la Union), Quezon Ave., Sevilla, City Of San Fernando, La Union Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than P123,500.00, 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 P308,750.00, If Bid Security Is In Surety Bond. 19.3 The Computation Of A Prospective Bidder’s Nfcc Must Be At Least Equal To The Abc To Be Bid, Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184 20.2 The Bidder With The Lowest Calculated Bid Shall Submit All Of The Following Post-qualification Requirements: 1. Photocopy/ies Of Contract/s Or Purchase Order/s Of One Of The Following: I. A Single Contract That Is Similar To The Project And Whose Value Must Be At Least Fifty Percent (50%) Of The Abc To Be Bid; Or Ii. At Least Two (2) Similar Contracts: (a) The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) Of The Abc; And (b) The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above (i.e., Twenty-five Percent [25%]). 2. The Corresponding Proof Of Completion, Which Could Either Be: I. Certificate/s Of Final Acceptance/completion From The Bidder’s Client/s; Or Ii. Official Receipt/s Or Sales Invoice/s Of The Bidder Covering The Full Amount Of The Contract/s. 3. Latest Income And Business Tax Returns, Filed And Paid Through The Electronic Filing And Payment System (efps), Consisting Of The Following: I. 2023 Income Tax Return With Proof Of Payment; And Ii. Vat Returns (2550q) Or Percentage Tax Returns (2551q) With Proof Of Payment Covering The Months From January 2025 To March 2025 21.2 Additional Conditions: * Failure To Submit Any Of The Post-qualification Requirements On Time, Or A Finding Against The Veracity Thereof, Shall Disqualify The Bidder For Award: Provided, That In The Event That A Finding Against The Veracity Of Any Of The Documents Submitted Is Made, It Shall Cause The Forfeiture Of The Bid Security In Accordance With Section 69 Of The 2016 Revised Irr Of Ra No. 9184. ** In Case The Notice For The Submission Of Post-qualification Documents Is Sent Via The Bidder’s Email, It Shall Be Considered As Received By The Bidder On The Date And Time The Email Was Sent, Whether Or Not The Bidder Acknowledged The Said Email. It Shall Be The Bidder’s Responsibility To Check Its/his/her Email For The Purpose. *** In Case Of A Tie And Two (2) Or More Bidders Have Been Post-qualified As Lowest Calculated Responsive Bidders (lcrbs), The Tie-breaking Measure Determined By The Procuring Entity Shall Be Non-discretionary And Nondiscriminatory Such That The Same Is Based On Sheer Luck Or Chance. As A Matter Of Information To The Prospective Bidders, The Msfwd-bac Has Determined To Use The Method Of A “raffle,” Wherein The Names Of The Bidders Involved In The Tie And Declared As Lcrbs Will Be Written In Separate Similar Unmarked Papers, And Will Be Folded And Placed In A Container. Thereafter, A Msfwd-bac Representative Will Draw The Raffle In An Order Wherein The First Drawn Bidder Shall Be Considered As The Winning Lcrb And Awarded The Contract. The Second Drawn Bidder Shall Be The Second Ranked Lcrb, And So On Until All Lcrbs Are Drawn And Ranked. In Case Of The Failure, Refusal Or Inability Of The Winning Lcrb To Submit The Documents Required Under Section 37.1 Of The 2016 Revised Irr Of Ra No. 9184 Or To Enter Into Contract And Post The Required Performance Security, As Provided In Section 40 Of The Same Irr, The Bac Shall Disqualify The Said Lcrb, And Shall Proceed To Award The Contract To The Second Ranked Lcrb. This Procedure Shall Be Repeated Until A Notice To Proceed Has Been Issued.   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 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 No Advance Payment Of The Contract Amount. Payment Shall Be Made Within Thirty (30) Days From Delivery And Acceptance Of The Vehicle. 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. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section 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 5.1 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 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: “the Delivery Terms Applicable To The Contract Are Ddp Delivered To Metro San Fernando Water District (la Union), Quezon Ave., Sevilla, City Of San Fernando, La Union. In Accordance With Incoterms.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Oic-general Manager. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; And D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract. 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. Regular And Recurring Services – [in Case Of Contracts For Regular And Recurring Services, State:] “the Contract For Regular And Recurring Services Shall Be Subject To A Renewal Whereby The Performance Evaluation Of The Service Provider Shall Be Conducted In Accordance With Section Vii. Technical Specifications.” 2.2 One-time Payment Shall Be Made, Upon Issuance Of A Certificate Of Acceptance By The Administrative Service, In Accordance With Budgeting, Accounting, And Auditing Laws, Rules, And Regulations. In Order To Proceed With The Payment Process, The Bidder Must Submit The Following Documents In Case They Were Not Submitted During The Deadline For The Submission Of Bidding Documents/post-qualification Stage/contract Signing Stage, As Applicable: A. Notarized Omnibus Sworn Statement In Lieu Of The Submitted Unnotarized Omnibus Sworn Statement; And B. Notarized Performance Securing Declaration (psd) Or Any Form Of Performance Security, As Stated In Section 39 Of The 2016 Revised Irr Of Ra No. 9184, In Lieu Of The Unnotarized Psd. 4 The Inspections And Tests That Will Be Conducted Are: The Inspection And Approval As To The Acceptability Of The Goods Vis-à-vis Its Compliance With The Technical Specifications Will Be Done With Prior Written Notice To The Authorized Representative Of The Supplier. The Inspection Will Push Through As Scheduled Even In The Absence Of The Supplier’s Representative, If The Latter Was Duly Notified. In Which Case, The Result Of The Inspection Conducted By The Procuring Entity Shall Be Final And Binding Upon The Supplier. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Delivered, Weeks/months 1 Negotiated Procurement Under Emergency Cases For The Supply, Delivery And Installation Of (a) Electro-mechanical Equipment, Materials And Accessories, (b) Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories, (c) Well Apron/platform And Bipod/tripod Assembly And (d) Pump Testing Of Water Source Development Project At Baroro River Basin. 1 Within Forty-five (45) Calendar Days From The Receipt Of The Notice To Proceed, To The Msfwd (la Union), Quezon Ave., Sevilla, City Of San Fernando, La Union. 1.0 Water Source Development Project At Bauang River Basin (new Ballay Deep Well #9) 1.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 1.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 1.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly. 2.0 Water Source Development Project At Baroro River Basin (new Naguirangan Deep Well #12) 2.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 2.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 2.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly. 3.0 Water Source Development Project At Baroro River Basin (new Naguirangan Deep Well #10) 3.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 3.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 3.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly; 3.4 Performance Of Pump Testing/ Well Testing (labor, Equipment And Fuel). * The Period For The Performance Of The Obligations Under The Contract Shall Not Be Beyond The Validity Of The Corresponding Appropriations For The Project. I Hereby Certify To Comply And Deliver All The Above Requirements. _______________________ _________________________________________ ________ Name Of Company/bidder Signature Over Printed Name Of Representative Date   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 Bidder’s Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Negotiated Procurement Under Emergency Cases For The Supply, Delivery And Installation Of (a) Electro-mechanical Equipment, Materials And Accessories, (b) Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories, (c) Well Apron/platform And Bipod/tripod Assembly And (d) Pump Testing Of Water Source Development Project At Baroro River Basin. 1.0 Water Source Development Project At Bauang River Basin (new Ballay Deep Well #9) 1.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 1.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 1.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly. 2.0 Water Source Development Project At Baroro River Basin (new Naguirangan Deep Well #12) 2.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 2.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 2.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly. 3.0 Water Source Development Project At Baroro River Basin (new Naguirangan Deep Well #10) 3.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 3.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 3.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly; 3.4 Performance Of Pump Testing/ Well Testing (labor, Equipment And Fuel). I Hereby Certify To Comply With All The Above Technical Specifications. _______________________ _________________________________________ ________ Name Of Company/bidder Signature Over Printed Name Of Representative Date   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.   Statement Of All Ongoing Government And Private Contracts Including Contracts Awarded But Not Yet Started [shall Be Submitted With The Bid] Business Name: Business Address: Name Of Client/contact Person/contact Number/contact Email Address Date Of The Contract Title Of The Contract / Name Of The Project Kinds Of Goods Total Amount Of Contract Value Of Outstanding Contract Date Of Delivery Government Private Submitted By : (printed Name And Signature) Designation : Date : Instructions: I. State All Ongoing Contracts Including Those Awarded But Not Yet Started (government And Private Contracts Which May Be Similar Or Not Similar To The Project Being Bidded) Within Five (5) Years From The Date Of Submission And Receipt Of Bids. Ii. If There Is No Ongoing Contract Including Those Awarded But Not Yet Started As Of The Aforementioned Period, State None Or Equivalent Term. Iii. The Total Amount Of The Ongoing And Awarded But Not Yet Started Contracts Should Be Consistent With Those Used In The Net Financial Contracting Capacity (nfcc).   Statement Of Single Largest Completed Contract Which Is Similar In Nature [shall Be Submitted With The Bid] Business Name: Business Address: Name Of Client/contact Person/contact Number/contac T Email Address Date Of The Contract Title Of The Contract / Name Of The Project Kinds Of Goods Amount Of Contract Date Of Acceptance * End User’s Acceptance Or Official Receipt(s) Issued For The Contract Submitted By : (printed Name And Signature) Designation : Date : Instructions: A. 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 The Following Requirements: I. A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc; Or Ii. At Least Two (2) Similar Contracts: (a) The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) Of The Abc For This Project; And (b) The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above (i.e., Twenty- Five Percent [25%]). B. The Slcc Should Have Been Completed (i.e., Accepted) Within Five (5) Years From The Date Of Submission And Receipt Of Bids. C. The Similar Contract For This Project Shall Refer To The Supply And Delivery Of Motor Vehicles. If The Supply And Delivery Of Motor Vehicles Form Part Of A Bigger Contract, Only The Cost Component Of The Supply And Delivery Of Motor Vehicles Shall Be Considered For Purposes Of Comparing The Value Thereof To At Least Fifty Percent (50%) Of The Abc. * Date Of Acceptance Shall Mean The Date When The Items Delivered Have Satisfactorily Met The Requirements Of The Procuring Entity, As Evidenced By Either A Certificate Of Final Acceptance/completion From The Bidder’s Client, Or An Official Receipt Or A Sales Invoice (to Be Submitted During Post-qualification).   Bid Securing Declaration Form [shall Be Submitted With The Bid If Bidder Opts To Provide This Form Of Bid Security] Republic Of The Philippines) City Of ) S.s. Bid Securing Declaration To: [insert Name And Address Of The Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid Securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f),of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: A. Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; B. I Am/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; And 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 Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]   Omnibus Sworn Statement [shall Be Submitted With The Bid] Republic Of The Philippines ) City/municipality Of ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This _______day Of _________, 20 ______at _____________________philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]   Bid Form For The Procurement Of Goods [shall Be Submitted With The Bid] Bid Form Date : To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer Negotiated Procurement Under Emergency Cases For The Supply, Delivery And Installation Of (a) Electro-mechanical Equipment, Materials And Accessories, (b) Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories, (c) Well Apron/platform And Bipod/tripod Assembly And (d) Pump Testing Of Water Source Development Project At Baroro River Basin In Conformity With The Said Pbds For The Sum Of Six Million One Hundred Seventy Five Thousand Pesos (php6,175,000.00) Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications In Accordance With The Details Provided Herein And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes. Particulars Quantity Unit Cost Total Cost (inclusive Of Vat) Negotiated Procurement Under Emergency Cases For The Supply, Delivery And Installation Of (a) Electro-mechanical Equipment, Materials And Accessories, (b) Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories, (c) Well Apron/platform And Bipod/tripod Assembly And (d) Pump Testing Of Water Source Development Project At Baroro River Basin. 1 Water Source Development Project At Bauang River Basin (new Ballay Deep Well #9) 1 1.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 1.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 1.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly. Water Source Development Project At Baroro River Basin (new Naguirangan Deep Well #12) 1 2.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 2.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 2.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly. Water Source Development Project At Baroro River Basin (new Naguirangan Deep Well #10) 1 3.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 3.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 3.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly; 3.4 Performance Of Pump Testing/ Well Testing (labor, Equipment And Fuel). Total Signature Of Authorized Signatory: Total If Our Bid Is Accepted, We Undertake: A. To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents (pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Period Specified In The Pbds And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of [name Of The Bidder] As Evidenced By The Attached [state The Written Authority]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Date:   Price Schedule For Goods Offered From Abroad [shall Be Submitted With The Bid If Bidder Is Offering Goods From Abroad] Name Of Bidder Page Of____ 1 2 3 4 5 6 7 8 9 Item Description Country Of Origin Quantity* Unit Price Cif Port Of Entry (specify Port) Or Cip Named Place Total Cif Or Cip Price Per Item Unit Price Delivered Duty Unpaid (ddu) Unit Price Delivered Duty Paid (ddp) Total Price Delivered Ddp (col 4 X 8) (col. 4 X 5) (specify Border Point Or Place Of Destination) Negotiated Procurement Under Emergency Cases For The Supply, Delivery And Installation Of (a) Electro-mechanical Equipment, Materials And Accessories, (b) Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories, (c) Well Apron/platform And Bipod/tripod Assembly And (d) Pump Testing Of Water Source Development Project At Baroro River Basin. 1 1.0 Water Source Development Project At Bauang River Basin (new Ballay Deep Well #9) 1 1.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 1.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 1.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly. 2.0 Water Source Development Project At Baroro River Basin (new Naguirangan Deep Well #12) 2.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 2.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 2.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly. 3.0 Water Source Development Project At Baroro River Basin (new Naguirangan Deep Well #10) 3.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 3.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 3.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly; 3.4 Performance Of Pump Testing/ Well Testing (labor, Equipment And Fuel). Total Name: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Price Schedule For Goods Offered From Within The Philippines [shall Be Submitted With The Bid If Bidder Is Offering Goods From Within The Philippines] For Goods Offered From Within The Philippines Name Of Bidder Page Of 1 2 3 4 5 6 7 8 9 10 Item Description Count Ry Of Origin Quantity Unit Price Exw Per Item Transportation And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+ 6+7+8) Total Price Delivered Final Destination (col 9) X (col 4) Negotiated Procurement Under Emergency Cases For The Supply, Delivery And Installation Of (a) Electro-mechanical Equipment, Materials And Accessories, (b) Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories, (c) Well Apron/platform And Bipod/tripod Assembly And (d) Pump Testing Of Water Source Development Project At Baroro River Basin. 1.0 Water Source Development Project At Bauang River Basin (new Ballay Deep Well #9) 1 1.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 1.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 1.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly. 2.0 Water Source Development Project At Baroro River Basin (new Naguirangan Deep Well #12) 2.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 2.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 2.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly. 3.0 Water Source Development Project At Baroro River Basin (new Naguirangan Deep Well #10) 3.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 3.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 3.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly; 3.4 Performance Of Pump Testing/ Well Testing (labor, Equipment And Fuel). Total Name: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: _____________________________   Contract No. 2025- Name Of Project Contract Agreement This Agreement Made This Day Of 20 Between The Metro San Fernando Water District (la Union) Of The Philippines (hereinafter Called “the Entity”) Of The One Part And Of City, Philippines (hereinafter Called “the Supplier”) Of The Other Part; Whereas, The Entity Invited Bids For Certain Goods And Ancillary Services, Particularly , And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of Pesos (p ) (hereinafter Called “the Contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Integral Part Of This Agreement, Viz.: I. Philippine Bidding Documents (pbds); I. Schedule Of Requirements; Ii. Technical Specifications; Iii. General And Special Conditions Of Contract; And Iv. Supplemental Or Bid Bulletins, If Any Ii. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted (e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; Iii. Performance Security; Iv. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And V. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders, And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of (p ) Or Such Other Sums As May Be Ascertained, Agrees To Deliver The In Accordance With His/her/its Bid. 4. The Metro San Fernando Water District (la Union) Agrees To Pay The Above-mentioned Sum In Accordance With The Terms Of The Bidding. 5. The Period For The Performance Of The Obligations Under This Contract Shall Not Go Beyond The Validity Of The Appropriation For This Project. 6. In Compliance With Item 4.3 Of Appendix 33 Of The 2016 Revised Irr Of Ra No. 9184 And Consistent With Administrative Order No. 34, S. 2020 (directing Strict Compliance By All Agencies And Instrumentalities Of The Executive Department With Transparency, Accountability And Good Governance Policies And Measures In The Procurement Process), The Msfwd Shall Publish In Its Official Website And Social Media Platform The Following Post-award Information: (a) Project Name; (b) Approved Budget For The Contract; (c) Contract Period; (d) Name Of The Winning Bidder And Its Official Business Address; (e) Amount Of Contract Awarded; (f) Date Of Award And Acceptance; And (g) Implementing Office/unit/division/bureau Of The Concerned Agency Or Instrumentality. In Witness Whereof, The Parties Hereto Have Caused This Agreement To Be Executed In Accordance With The Laws Of The Republic Of The Philippines On The Day And Year First Above Written. Oic-general Manager For: Metro San Fernando Water District (la Union) Authorized Representative For:   A C K N O W L E D G M E N T Republic Of The Philippines ) City/municipality Of ) S.s. Before Me, A Notary Public For And In The City Of , Philippines On This Day Of , 2025 Personally Appeared The Following: Name Valid Id Valid Until Msfwd Id No. Known To Me To Be The Same Persons Who Executed The Foregoing Contract And Who Acknowledged To Me That The Same Is Their Free And Voluntary Act And Deed And Of The Entities They Respectively Represent. This Contract For The Was Signed By The Parties On Each And Every Page Thereof. Witness My Hand And Seal This Day Of , 2025. Doc. No ; Page No ; Book No ; Series Of 2025. Republic Of The Philippines) City/municipality Of S.s. X------------------------------------------------------ Performance Securing Declaration Invitation To Bid: To: [insert Name And Address Of The Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, To Guarantee The Faithful Performance By The Supplier/distributor/manufacturer/contractor/consultant Of Its Obligations Under The Contract, I/we Shall Submit A Performance Securing Declaration Within A Maximum Period Of Ten (10) Calendar Days From The Receipt Of The Notice Of Award Prior To The Signing Of The Contract. 2. I/we Accept That I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of One (1) Year If In Case It Is My First Offense, Or Two (2) Years If I Have A Prior Similar Offense Upon Receipt Of Your Blacklisting Order If I/we Have Violated My/our Obligations Under The Contract. 3. I/we Understand That This Performance Securing Declaration Shall Cease To Be Valid Upon: A. Issuance By The Procuring Entity Of The Certificate Of Final Acceptance, Subject To The Following Conditions: I. Procuring Entity Has No Claims Filed Against The Contract Awardee; Ii. It Has No Claims For Labor And Materials Filed Against The Contractor; And Iii. Other Terms Of The Contract; Or B. Replacement By The Winning Bidder Of The Submitted Psd With A Performance Security In Any Of The Prescribed Forms Under Section 39.2 Of The 2016 Irr Of Ra No. 9184 As Required By The End-user. 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. [select One Of The Two Following Paragraphs And Delete The Other] Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2005 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 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 .   Annexes Name Of Project: Water Source Development Project At Bauang River Basin (dw9) (installation Of 50 Hp Submersible Motor-pump, Civil Works & Other Electro-mechanical Equipments) Location: Brgy. Ballay, Bauang, La Union Owner: Metro San Fernando Water District Subject: Bill Of Quantities /cost Estimates Item Description Unit Qty. Unit Cost Total Cost No. Php Php 1.0 Electro-mechanical Equipment ,materials & Accessories 1.1 Submersible Pump S8s475-5/sp95-5-b, 28lps @90 Meters Tdh, 8"ø Stainless Steel Construction Complete With Cable Guard And Built-in Check Valve Unit 1 1.2 Franklin Submersible Motor, 50hp, 460v, 3 Phase, 6"ø, Complete With Pigtail And Removable Water Blocked Lead Connector Unit 1 1.3 50 Hp Delta Variable Frequency Drive, 50/60 Hz, 3 Phase, 460v With Pres. Transmitter, Thermal Overload Relay, Phase Failure, Under/over Relay, Circuit Breaker, Square D Tvss Lightning Arrester, Magnetic Contactor Nema 1 Enclosure And Complete Accessories Assy. 1 1.4 Submersible Cable 22 Mm2/3c Meters 35 1.5 Submersible Cable 60 Mm2/3c Meters 30 1.6 Thhn Wire 60 Mm2 Meters 570 1.7 Electrical Pvc Pipe 50 Mmø X 3.0 Meters, Orange Pcs. 66 1.8 Electrical Pvc Pipe Coupling 50 Mmø, Orange Pcs. 66 1.9 Solvent Cement, 400 Cc Pcs. 5 1.10 Cri Upvc Riser Pipe, 5"ø X 3m, Heavy Duty Pcs. 7 1.10 Top & Bottom Adaptor, 5"ø, Stainless Steel Set 1 Sub-total P- 2.0 Discharge Head Assembly, Plumbing/pipelines, Air Ventilation System And Accessories 2.1 Sanitary Well Seal 400 Mmø X 100mmø (16"ø X 4"ø) Materials For Fabrication: 2.1.1 Ci Companion Flange 10"ø , Plain/ No Thread Alternative: Pc. 1 Steel Plate, 400mm X 400mm X 25 Mm Thick (for Fabrication) 2.1.2 Ci Companion Reducing Flange 10"ø With 4"ø Hole At The Middle, Threaded Alternative: Steel Plate, 400mm X 400mm X 25 Mm Thick (for Fabrication) 2.1.3 Capscrew 5/8"ø X 4" W/nut & Flat Washer Pcs. 8 2.1.4 Stainless Steel Nipple 4" X 12" Sch 40, Threaded Pc. 1 2.2 Ci Gate Valve 100 Mmø (4"ø), F/f W/ Rubberized Disc Pcs. 3 2.3 Ci Horizontal/swing Valve, 100 Mmø (4"ø) F/f Pcs. 1 2.4 Ci Flow Meter, 100 Mmø (4"ø) Arad, F/f Pcs. 1 2.5 Gi Elbow 100 Mmø X 90 Deg. (4"ø X 90o Pcs. 2 2.6 Gi Elbow 100 Mmø X 45 Deg. (4"ø X 45o) Pcs. 4 2.7 Air Release Valve, 50 Mmø ( 2"ø) Pcs. 1 2.8 Ci Tee 100 Mmø X 100 Mmø (4"ø X 4"ø), F/f Pcs. 1 2.9 Ci Sleeve Coupling For Gi Pipes 100 Mmø (4"ø) Pcs. 1 2.10 Ci Companion Flange 100 Mmø (4"ø) Pcs. 9 2.11 Gi Pipe 100 Mmø X 6 Meters (4"ø X 20"), S40 Pcs. 2 (for Discharge Pipeline/nipples) 2.12 Upvc Pipe 100 Mmø X 6 Meters (4"ø X 20"), C-150 Pcs. 10 2.13 Ci Elbow 100 Mmø X 45 Deg. (4"ø X 45o) M/m Pcs. 7 2.14 Plain Round Bar 16mmø X 6m Pcs. 2 2.15 Nut And Flat Washer 5/8"ø Pcs. 16 2.16 Pressure Gauge, 0-400 Psi,u.s. Heavy Duty Pcs. 1 2.17 Ball Valve 2"ø Pcs. 1 2.18 Gi Nipple 2"ø X 4", S40 Pcs. 3 2.19 Gi Tee Reducer 2"ø X 1"ø Pcs. 1 2.20 Mudguard, Black 1/4" Thick Pcs. 2 2.21 Capscrew 5/8"ø X 3 1/2" W/nut & Flat Washer Pcs. 72 2.22 Steel Plate 3/8" X 3" X 6" Alternative: Auto Leaf Spring/mulye (for Fabrication) Pcs. 8 2.23 Red Oxide Primer Gals. 2 2.24 Quick Drying Enamel, Royal Blue Gals. 2 2.25 Lacquer Thinner Gal. 1 2.26 Paint Thinner Gal. 1 2.27 Paint Brush 3" Pcs. 2 2.28 Paint Brush 2" Pcs. 2 2.29 Paint Brush 1 1/2" Pcs. 2 2.30 Air Ventilation System With Goose Neck Vent 2.30.1 H.d.p.e. Pipe, Sdr-11, 60 Meters/roll Meters 60 2.30.2 Gi Pipe 50 Mmø X 6 Meters (2"ø X 20"), S40 Pcs 2 2.30.3 Gi Elbow 50 Mmø X 90 Deg. (2"ø X 90 Deg.) Pcs 3 2.30.4 Gi Coupling 50 Mmø, Hd Pc 1 2.30.5 Ci Universal Sleeve Type Coupling 50 Mmø (for Hdpe & Gi) Pcs 2 Sub-total P- 3.0 Well Apron/ Platform, Bipod/tripod Assembly 3.1 Portland Cement Bags 50 3.2 Washed Sand Cu.ms. 4 3.3 Gravel/crushed Stones - 3/4" Cu.ms. 6 3.4 Chb, 5" Pcs. 250 3.5 Boulders Cu.ms. 32 3.6 Deformed Bars, 12mmø Pcs. 45 3.7 Deformed Bars, 10mmø Pcs. 25 3.8 G. I. Tie Wire, # 16 Kgs. 8 3.9 Common Nails, 3", 2 1/2" & 2" Kgs. 6 3.10 Common Nails, 1" Kgs. 1 3.11 Wood, 2" X 2" X 12' (4bd.ft.) @ 55.00/bd.ft Pcs. 40 3.12 Wood, 2" X 4" X 10' (3.33 Bd.ft.) @ 55.00/bd.ft Pcs. 32 Marine Plywood ,4' X 8' X 1/4" Pcs. 10 3.13 Welding Rod, 6013 Pcs. 6 3.14 G.i. Pipe, S40 2 1/2"ø X 20ft. Pcs. 2 3.15 G.i. Pipe, S40 3"ø X 20ft. Pcs. 1 3.16 Channel Bar, 2" X 4", Thickness At Least 3mm Pcs. 2 3.17 Turnbuckles, 5/8"ø Pcs. 4 3.18 Stainless/galvanized Steel Wire Rope, 12mmø Meters 55 3.19 Stainless Steel Wire Rope Clips Clamps Heavy Duty Wire Rope Grip 304 Cable Clamp, 16mmø Pcs. 40 3.20 Angle Bars, 2 1/2" X 2 1/2" X 20ft(thickness=6mm Or 1/4 Inch) Pcs. 2 3.21 Angle Bars, 2" X 2" X 20ft. (thickness=6mm Or 1/4 Inch) Pcs. 2 Sub-total P- Total Direct Cost Of Materials P- 4.0 Labor Costs 4.1 Electrical Works 4.1.1 Labor For The Installation Of Submersible Pump, Motor, Riser Pipes, Cables And Vfd Motor Controller, Testing And Commissioning Lot 1 4.1.2 Labor For The Excavation Works And Installation Of Submersible Cable & Protective Casing From Deep Well No. 9 Up To Ballay Pumping Station No. 2 Controller Room, Min Depth = 1.0 Meter. Including Backfilling, Installation Of Thrust Blocks, Tamping Works, And Restoration Works. Meters 190 Sub-total 4.2 Plumbing Works 4.2.1 Excavation Of Trench Meters 62 4.2.2 Pipelaying And Jointing Of 4"ø Upvc, 4"ø Gi Pipe & 2 "ø Hdpe Pipe Meters 62 4.2.3 Installation Of Air Ventilation System Including Footing, Thrust Block And Goose Neck Unit 1 4.2.4 Backfilling & Tamping Works Meters 62 4.2.5 Disinfection And Hydrotesting (well & Pipeline) Lot 1 4.2.6 Installation Of Pump Plumbing Assembly, Welding Works, Machining Works & Installation Of Thrust Blocks Lot 1 4.2.7 Interconnection Works Lot 1 4.2.8 Fabrication Of Sanitary Seal & Other Plumbing Acc. Lot 1 Sub-total P- 4.3 Civil Works Construction Of Well Apron, Platform, Bipod/ Tripod Assembly & Riprappings Surrounding The Lot 1 Well Apron/platform ( 45 % Of The Cost Of Materials) Sub-total P- 5.0 Total Direct Cost Of Labor P- 6.0 Total Direct Cost (labor & Materials) P- 7.0 Contingencies (5% Of Total Direct Cost) P- 8.0 Total Project Cost P- Prepared By: Engr. Arturo N. Rimando Technical/production Division Manager Approved By: Engr. Eric F. Carpina Oic-general Manager
Closing Date9 Jun 2025
Tender AmountPHP 6.1 Million (USD 111 K)
5691-5700 of 5707 archived Tenders