Transportation Tenders

Transportation Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: This Sources Sought Notice Is For Planning Purposes Only And Shall Not Be Considered As An Invitation For Bid, Request For Quotation, Request For Proposal, Or As An Obligation On The Part Of The Government To Acquire Any Products Or Services. Your Response To This Sources Sought Notice Will Be Treated As Information Only. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of Contractor Submission Of Responses To This Announcement Or The Government Use Of Such Information. This Request Does Not Constitute A Solicitation For Proposals Or The Authority To Enter Negotiations To Award A Contract. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. the Information Provided May Be Used By The Department Of Veterans Affairs In Developing Its Acquisition Approach, Statement Of Work/statement Of Objectives And Performance Specifications. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Award A Contract Based On This Sources Sought Notice Or To Otherwise Pay For The Information Submitted In Response To This Sources Sought Notice. the Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Uei Number (f) Cage Code (g) Tax Id Number (h) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.)? (i) Is Your Company Considered Small Under The Naics Code Identified Under This Ssn/rfi? (j) Are You The Manufacturer, Distributor, Or An Equivalent Solution To The Items Being Referenced Above? (k) If You Are A Large Business, Do You Have Any Designated Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available). (l) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above Or An Equivalent Solution, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified? (m) If You Intend To Subcontract Any Work On This Contract, What Portion Of The Total Cost Will Be Self-performed/will Be Performed By Your Organization? Please Provide Estimated Detailed Percentage Breakdowns Related To Subcontracted Work. (n) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Number. (o) If You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Items/solution You Are Providing Information For Available On Your Schedule/contract? (p) Please Provide General Pricing Of Your Products/solution For Market Research Purposes (q) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Number. (r) Please Provide General Pricing Of Your Products/solution For Market Research Purposes (s) Must Provide A Capability Statement That Clearly Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below. Statement Of Work: Service Agreement For Leica Histocore Systems |vastlhcs general Information service Agreement: The St. Louis Va Medical Center Is Requesting To Establish A Service Contract For Maintenance And Repair On Leica Histocore Peloris 3 System John Cochran (jc). The Facility Is Located At: va St. Louis Healthcare System john Cochran Division 915 N. Grand Blvd. st. Louis, Mo 63106 scope Of Work: The Contractor Shall Supply All Labor, Travel, Materials, Equipment, Tools, Supervision, And All Incidentals Required To Complete On-site Full-service Preventative Maintenance And Corrective Maintenance (repair) Of The Equipment Identified In Section Ii, In Accordance With Manufacturer S Recommendations, Joint Commission Standards, Design Specifications, And The Specifications, Terms, And Conditions Of This Contract. The Contractor Shall Use Only New Original Equipment Manufacturer (oem) Or Oem-approved Parts. The Contractor Shall Provide All Certifications That Their Service Engineers Are Authorized To Service And Repair Leica Biosystems Division Equipment. background: The Histocore Peloris System Provides Processing Of Patient Samples For Pathologists To Accurately Diagnose Illnesses, Making It Critical For Patient Care. This Procurement Is To Establish A Service Contract Required To Cover Preventative And Corrective Maintenance Services. This Contract Is Issued To Ensure The Continuous Reliability Of The Equipment Identified In The Statement Of Work. The Reliable And Accurate Operation Of The Equipment At All Times, Is Considered Critical To The Health Of Patients. performance Period: The Contractor Shall Begin The Work Required Under This Sow Commencing With The Effective Date Of Award, Unless Otherwise Directed By The Co, And Shall Provide Continuous Service Until The Date Of Contract Expiration. The Contract Would Be For One (1) Year Starting March 15, 2025, Through March 14, 2026, With Up To Four (4) Additional Option Periods. type Of Contract: Firm-fixed-price equipment To Be Serviced each Of The Following Items Is To Be Serviced In Accordance With The Specifications, Terms, And Conditions Of This Contract. line Item manufacturer model ee# 1 leica peloris 3 215923 services To Be Provided the Contractor Shall Provide Preventative And Corrective Maintenance, Including Emergencies, On The Equipment Outlined Above In Section Ii. summary Of Services annual Pm On Each System emergency Repair Service As Required From 8:00am 5:00pm, Monday Friday labor, Travel, And Replacement Parts, Shipping, And Packaging As Required preventative Maintenance the Contractor Shall Perform Preventive Maintenance (pm) Service To Ensure That Equipment Listed In Section Ii Performs In Accordance With Section B.4 (g) Conformance Standards. The Contractor Shall Provide Checklists And Utilize Procedures With Worksheet Originals Indicating Work Performed And Actual Performance Values Obtained (as Applicable). The Contractor Shall Provide Written Description Of Preventive Maintenance Inspections (pmi). This Description Shall Include An Itemized List Of The Procedures Performed, Including Electrical Safety. This Documentation Shall Be Provided To The Cor At The Completion Of The Pm. pm Services Shall Be Provided On An Annual Basis (one Pm Each Year). Any Exceptions To The Pm Schedule Shall Be Arranged And Approved In Advance With The Cor And Provided In Writing To The Contracting Officer. Any Charges For Parts, Services, Manuals, Tools, Or Software Required To Successfully Complete Scheduled Pm Shall Be Included Within This Contract S Agreed Upon Price, Unless Otherwise Specifically Excluded. Any Fuel Surcharges Will Not Be Authorized. the Contractor Shall Notify The Cor And Biomed Supervisor At Least 48 Hours In Advance Of The Date Of Contemplated Preventative Maintenance Inspection. A Designated Staff Member Will Accompany The Contractor As An Observer During The Inspection. The Inspection Shall Be Thorough And Shall Conform To Manufacturer And Industry Standards For The Equipment. Sufficient Time Shall Be Allowed To Permit A Thorough Inspection And Test Of Each Device Comprising The Overall System. Maintenance Work And Inspections May Be Combined At The Approval Of The Cor Or Alternate Cor If Down Time Is Not Considered Significant. the Contractor Shall Immediately, But No Later Than 24 (twenty-four) Consecutive Hours After Discovery, Notify The Co And Cor (in Writing) Of The Existence Or The Development Of Any Defects In Or Repairs Required To The Scheduled Equipment Which The Contractor Considers He/she Is Not Responsible For Under The Terms Of The Contract. If The Contractor Identifies Issues Outside Of The Scope Of The Contract, The Contractor Shall Provide A Quote To Resolve The Issue As Part Of A Separate Agreement And Allow The Work To Continue Under The Current Contract Scope. corrective Maintenance the Contractor, Cor, And Biomedical Engineering Staff Shall Maintain The Equipment In Accordance With Section B.4 (g) Conformance Standards. Contractor Shall Provide Unlimited Telephone Technical Support And All Required Parts. only The Co, Cor, Or Designated Alternate Has The Authority To Approve/request A Corrective Maintenance Service Call To The Contractor. Co Or Cor Authorization For Any Work Must Be Received Prior To Performance Of Work Or Payment Will Not Be Authorized. corrective Maintenance Service Calls Are Unlimited And Incur No Charge For Other Than Normal Working Hours. technicians Responding For Emergency Corrective Maintenance Service Must Report To The Cor, Biomed Supervisor, Or Designee (after Hours). Upon Completion Of Service/repair, The Technician Shall Again Report To That Person. parts the Contractor Shall Have Ready Access To All Parts, Including Unique And/or High Mortality Replacement Parts. All Parts Supplied Shall Be Compatible With Existing Equipment And Adhere To The Buy American Act. The Contract Shall Include All Parts Except -if Applicable - Those Parts Specifically Listed As Being Excluded. The Contractor Shall Use Only New Original Equipment Manufacturer (oem) Or Oem-approved Parts. All Parts Shall Be Of Current Manufacture And Have Complete Versatility With The Presently Installed Equipment. All Parts Shall Perform Identically To The Original Equipment Specifications. Parts Removed From Another System, Rebuilt And/or Used, Shall Not Be Installed Without Specific Approval By The Cor. All Defective Parts Replaced Become The Property Of The Contractor, Unless Otherwise Specified By The Cor Or Alt Cor. consumables Are Excluded. service Manuals/tools/equipment the Va Shall Not Provide Tools, Test Equipment, Service Manuals, Or Service Diagnostic Software To The Contractor. Contractor Shall Obtain, Have On File, And Make Available To Its Field Service Engineer (fse) All Operational And Technical Documentation (such As Operational And Service Manuals, Schematics, And Parts List) Which Are Necessary To Meet The Performance Requirements Of This Contract. The Location And Listing Of The Service Manuals, By Name And/or The Manuals Themselves Shall Be Provided To The Cor Upon Request. the Contractor Shall Provide The Cor And The Biomedical Engineering Shop Supervisor Copies Of All Documentation That Pertains To Any Hardware, Software, Or Firmware Upgrade Or Repair. copies Of The Latest Version(s) Of All Documentation And Licensing Agreements, Which Shall Include Operation, Service, And Diagnostic Software. The Cor Shall Have Access To The Same Operation, Service, Diagnostic Software, And Documentation As The Oem's Fse. Contractor Shall Provide To The Cor Oem Service Bulletins For The Equipment Covered Under This Contract. All Documentation And Service Bulletins, Etc. Shall Be Provided Within 30 Days Of Award In Either Hard Copy Or Electronic Format. Any Future Service Bulletins Generated During The Contract Period Shall Be Provided To The Cor Within 30 Days Of Receipt In Either Hard Copy Or Electronic Format. services Not Covered By Contract co Is The Only Individual With The Authorization To Approve Any Work Outside The Scope Of This Contract. The Contractor Shall Provide A Quote For Any Work That Is Outside The Scope Of The Contract And The Co Will Evaluate The Price And If Applicable, The Co Will Negotiate With The Contractor. If The Co And The Contractor Agree On Pricing And It Is Approved To Add The New Scope To The Contract There Will Be A Subsequent Modification Awarded To Add The New Scope. removal Of Equipment approval From The Cor Must Be Obtained Before Removing Any Equipment From The Va Medical Facility. No Transportation Charges Will Be Allowed For Either The Repair Person Or Equipment To Or From The Contractors Facility. The Contractor Will Be Responsible For All Damage Or Loss Of Equipment. A Loaner Of The Same Type And Functionality Of The Equipment Removed, If Required, Shall Be Furnished, Installed, And Made Fully Operational By The Contractor Without Additional Cost. competency Of Contractor Personnel all Work Shall Be Performed By "fully Qualified" Competent Fses. The Contractor Shall Have An Established Business, With An Office And Established/hired Full-time Staff. The Contractor Shall Provide Written Assurance Of The Competency Of Their Personnel And A List Of Credentials Of Approved Fses. Fully Qualified" Is Based Upon Training And Experience In The Field. For Training, The Fse(s) Must Have Successfully Completed A Formal Oem Certified (or Equivalent) Training Program For All Equipment To Be Maintained And All Equipment To Be Utilized In The Performance Of The Contract. The Preferred Experience Of The Fse(s) Is A Minimum Of Two Years In The Installation, Calibration, Maintenance, And Repair Of The Specific Equipment Identified In Section Ii. if Subcontractor(s) Are Used, They Must Meet The Same Competency Standards As Contractor Personnel And Be Preapproved By The Co. The Contractor Shall Submit Any Proposed Change In Subcontractor(s) To The Co For Approval Or Disapproval. the Co And/or The Cor Or Alt Cor Specifically Reserve The Right To Reject Any Of The Contractor's Personnel And Refuse Them Permission To Work On Equipment. condition Of Equipment all Equipment Is Currently Fully Operational Per Required Standards As Set Forth By The Manufacturer. A List Of Standards May Be Provided Upon Request During Solicitation. conformance Standards contractor Shall Ensure That The Equipment Functions In Conformance With The Standards Established By The Manufacturer And Accrediting Organizations Such As Fda, Tjc, And Vha. These Standards May Be Provided On Request During Solicitation. hours Of Coverage the Contractor Will Provide All Non-emergent Services Within Normal Va Stl Business Hours (7:00 Am To 4:00 Pm (cst) M-f). all Services Shall Be Performed During These Normal Hours Of Coverage Unless One Of The Following Conditions Exists: the Contractor Wishes To Furnish Services At A Time That Is Outside Of The Normal Hours Of Coverage, At No Additional Cost To The Government, The Contractor Submits A Request To The Cor Prior To The Proposed Start Of The Work, And The Request Is Approved In Writing By The Cor Before Work Has Begun. Work Performed Outside The Normal Hours Of Coverage At The Request Of Fse/contractor Shall Be Considered Service Performed During Normal Hours Of Coverage. work Performed Outside The Normal Hours Of Coverage Must Be Pre-approved By The Co, Cor, Or Alt Cor. The Contractor Will Provide A Written Estimate Of The Charges Prior To Approval Of The Work. the Contractor Shall Provide Coverage 24 Hours/day, 7 Days/week And All Holidays. there Will Be No Additional Charge For Time Spent Waiting At The Site During Or After The Normal Hours Of Coverage For Delivery Of Parts. hardware/software Update/upgrade Installations Shall Be Scheduled And Performed During Normal Hours Of Coverage At No Additional Charge To The Government. federal Holidays Observed By The Va Medical Center New Year S Day, Martin Luther King, Jr. Day, president S Day (washington S Birthday), memorial Day , juneteenth, independence Day, labor Day, columbus Day, veterans Day, thanksgiving Day, Christmas Day, and Any Other Day Specifically Designated By The President Of The United States. documentation/reports no Later Than Seven (7) Business Days After The Conclusion Of Any Maintenance Or Repair The Contractor Will Provide To The Cor Or Alt Cor A Signed Detailed Service/inspection Report Listing All Devices, All Repairs For Each Device, Parts Used To Maintain Or Repair The Devices, And Operating Efficiency Of The Devices. The Service/inspection Report Shall Contain, At A Minimum, The Following Information: date And Time Of The Technician S Arrival On Station. type, Model, And Serial Number(s) Of All Equipment On Which Maintenance Was Performed. total Time Spent Performing Maintenance (exclusive Of Any Travel Time). detailed Narrative Description Of Work Performed. complete List Of Parts Replaced. comments As To The Cause Of The Malfunction When Applicable date And Time The Repair/preventive Maintenance Was Completed. security Requirements upon Arrival At The Va Medical Center, All Contractor Personnel Shall Be Required To Report To The Va Medical Center Police For A Temporary Id And Then To The Cor For Check-in. This Check-in Process Is Mandatory. When The Service Is Completed, The Personnel Shall Be Required To Check Out With The Cor Or Biomedical Engineering Shop Supervisor. exposure To Blood Borne Or Infectious Material there Is A Potential For Exposure To Blood Borne Or Other Infectious Material With Equipment Throughout The Medical Centers. All Maintenance Persons Must Use The Universal Precautions (e.g., Decontamination Of Medical Equipment, Wearing Protective Gloves, Aprons, And Goggles) During Cleaning And Maintenance/repair Procedures. test Equipment the Contractor Shall Provide The Cor Or Alt Cor With A Copy Of The Current Calibration Certification Of All Test Equipment Which Is To Be Used By The Contractor In The Performance Of This Contract. Test Equipment Calibration Shall Be Traceable To A National Standard. identification, Parking, Smoking, And Va Regulations contractor S Personnel Shall Wear Visible Identification At All Times While On The Premises Of The Va. Identification Shall Include, As A Minimum, The Employee S Name, Position, And The Contractor S Trade Name. it Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas. Information On Parking Is Available From Va Police Service. Va Will Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor Under Any Conditions. possession Of Weapons Is Prohibited. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Va Regulations May Result In Citation Answerable In The United States (federal) District Court, Not Local District, State, Or Municipal Court. smoking Is Prohibited Inside All Va Buildings. definitions/acronyms co Contracting Officer cor Contracting Officer S Representative esr - Engineering Service Report - Documentation Provided By The Vendor Of The Services Rendered For Each Incidence Of Work Performance Under The Terms And Conditions Of The Contract. fse - Field Service Engineer - A Person Who Is Authorized By The Contractor To Perform Maintenance (corrective And/or Preventive) Services On The Avahcs Premises. nfpa - National Fire Protection Association. oem Original Equipment Manufacturer. osha Occupational Safety And Health Administration. pm - Preventive Maintenance Inspection. Services Which Are Periodic In Nature And Are Required To Maintain The Equipment In Such Condition That It May Be Operated In Accordance With Its Intended Design And Functional Capacity With Minimal Incidence Of Malfunction Or Inoperative Conditions. unscheduled Repairs Emergency Services Required To Restore Equipment To Working Condition Outside Normal Hours Of Coverage. ul Underwriter S Laboratories it Security Requirements va Information Technology Certification And Accreditation Requirements Apply. the Contractor, Their Personnel, And Their Subcontractors Shall Be Subject To The Federal Laws, Regulations, Standards, And Va Directives And Handbooks Regarding Information And Information System Security As Delineated In This Contract. Important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Source Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To An Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Currently A Total Set-aside For Service-disabled Veteran Owned Small Business Firms Is Anticipated Based On The Veterans Administration Requirement With Public Law 109-461, Section 8127 Veterans Benefit Act. however, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open. any Response To This Source Selection From Interested Parties Must Be Received Nlt 02/10/2025, 1500 Pm Est. attention: Arlie Lindsey, Contracting Specialist. email: Arlie.lindsey@va.gov please Reference 36c25525q0166 Service Agreement For Leica Histocore Systems Vastlhcs In The Subject Line. please Provide Your Unique Entity Id So That Your Organization Can Be Identified In Sam.gov And Vetcert If Organization Is Claiming Sdvosb Preference. only Organizations With An Active Sam.gov Account Can Be Considered. utilize This Link To Either Start A New Registration Or To Renew The Organization S Registration. https://sam.gov/content/home
Closing Date10 Feb 2025
Tender AmountRefer Documents 

Philippine Commission On Women Tender

Others
Philippines
Details: Description 1. Rationale The Year 2025 Marks Significant Milestones In Gender Equality And Women Empowerment In The Philippines And Globally: ● The 50th Anniversary Of The Philippine Commission On Women (pcw); ● The 30th Anniversary Of The Beijing Platform For Action (bpfa); ● The 45th Year Of The Philippines' Signing Of The Convention On The Elimination Of All Forms Of Discrimination Against Women (cedaw); ● Three Decades Since The Introduction Of The Gender And Development (gad) Budget Policy Under The 1995 General Appropriations Act (ra 7845); And ● The Culmination Of The 30-year Philippine Plan For Gender-responsive Development (ppgd) 1995-2025. These Milestones Reaffirm The Country’s Long-standing Commitment To Advancing Women’s Rights And Promoting Inclusive Development. To Commemorate These Remarkable Anniversaries, As Well As To Continue Our National Journey Toward A “bagong Pilipinas,” The Upcoming Nwmc Will Be More Than Just A Celebration—it Will Be A Pivotal Moment To Reflect On Our Progress, While Also Setting The Stage For Further Transformation. With The Sub-theme "babae Sa Lahat Ng Sektor, Aangat Ang Bukas Sa Bagong Pilipinas," Under The 2023-2028 Recurring Nwmc Campaign Banner: We For Gender Equality And An Inclusive Society, The Event Aims To Spotlight The Inclusive Progress That Women From All Sectors Have Made, While Simultaneously Reinforcing The Need For Equitable Access To Opportunities, Resources, And The Full Recognition Of Women’s Rights. The Event Will Not Only Honor These Strides But Also Offer A Platform For Creating New Connections, Empowering Women, And Raising Awareness On Critical Issues Of Gender Equality. The Celebration's Kick-off Event On March 5, 2025, Will Serve As A Launchpad For These Aspirations. The Event Will Feature A Trade Fair Showcasing Products From Women-owned And Women-led Micro, Small, And Medium-sized Enterprises (msmes), As Well As Booths Offering Essential Services Such As Legal Consultation And Medical Support. Additionally, The Event Will Serve As A Platform For Several Key Initiatives—such As The Unveiling Of The Pcw’s 50th Anniversary Coffee Table Book And The Launch Of The First-ever State Of The Filipino Women Regional Report—each Requiring Intricate Planning And Coordination. Given The Complexity Of This Year’s Celebration, The Involvement Of Multiple Stakeholders, And The Diverse Activities Planned, The Need To Hire A Professional Event Organizer Is Critical. The 2025 Nwmc Is An Event Of National Importance, One That Will Bring Together Government Agencies, Local Government Units (lgus), Non-governmental Organizations (ngos), Civil Society Organizations (csos), Msmes, And Marginalized Communities. Coordinating Such A Large-scale, Multi-sectoral Event Requires Specialized Knowledge And Expertise In Logistics, Event Design, Stakeholder Management, And Seamless Execution. Thus, The Pcw Needs The Services Of An Event Organizer To Ensure That Every Aspect Of The Event—ranging From The Trade Fair To The Key Strategic Launches—is Carried Out In An Organized And Professional Manner. From Arranging Venue Logistics To Ensuring Smooth Transitions Between Activities, An Experienced Organizer Can Guarantee That Each Element Is Executed Flawlessly, Leaving A Lasting Impact On Participants And Guests Alike. With A Focus On Marginalized Sectors, The Event Must Prioritize Accessibility And Inclusivity, And A Skilled Event Organizer Will Ensure That These Principles Are Woven Into The Fabric Of The Celebration, Making It Meaningful For All Participants. As We Strive For A “bagong Pilipinas,” An Inclusive Society That Upholds The Dignity And Rights Of Every Woman, The Event Organizer Will Play A Key Role In Aligning The Nwmc With This Vision. Their Experience In Handling High-profile Events, Managing Diverse Stakeholders, And Executing Integrated Communication Strategies Will Be Invaluable In Delivering A Celebration That Reflects The Full Scope Of Our Aspirations And Collective Progress. Their Involvement Will Allow The Pcw And Its Partners To Focus On The Substantive Discussions And Initiatives That Will Define This Momentous Year, While Leaving The Event's Logistical And Organizational Complexities To The Experts. 2. General Objective/s The Contractor That Will Be Hired Is Expected To Provide The Following Events Management Services: A. Conceptualizing The Event’s Production Design And Visuals In Accordance With Pcw’s Directives And The Branding Guidelines For The 2025 National Women’s Month Celebration. B. Providing Electronic/electrical Equipment Beyond The Basic Provisions Of The Venue Provider To Ensure Seamless Execution. C. Producing Event Collaterals And Materials As Outlined In Section C: Scope Of Work, Along With Any Additional Requirements Necessary For The Successful Implementation Of The Program. D. Designing And Setting Up Booths For Exhibitors And Service Providers, Ensuring That Layouts Align With The Available Venue Space. E. Executing The Approved Event Production Design, Including The Setup Of Materials, Staging, And All Necessary Collaterals. F. Providing Professional Photo And Video Coverage Of The Entire Event, With Both Raw And Edited Copies Submitted To Pcw Post-event. G. Deploying Adequate Human Resources For The Entire Duration Of The Event, Including Ingress, Egress, And On-ground Support, As Well As Providing A Professional Emcee. 3. Scope Of Work Overall, The Event Organizer Is Expected To Provide Comprehensive Coordination And Production Management For The Physical Event. This Includes The Conceptualization And Production Of Event Materials, Stage And Venue Arrangement, Coordination With The Event Venue Technical Team For Led Wall And Lighting And Sound Systems, As Well As The Provision Of Other Necessary Equipment And Technical/logistical Requirements. Specifically, The Event Organizer Is Responsible For The Following Tasks In Coordination With Pcw: 1. Preparatory Activities Task Specific Materials, Deliverables, And Outputs A. Attendance To Coordination Meetings Organized By Pcw ● Designate At Least One (1) Project Coordinator Who Will Monitor The Implementation Of The Workplan And Ensure Timely Coordination And Delivery Of Outputs. ● Attend Coordination Meetings And Provide Regular Updates On The Status Of Preparations And Coordinations For The Event; B. Conceptualization Of Event’s Production Design And Visuals Following Pcw’s Directives And Branding Guidelines For The 2025 National Women’s Month Celebration (including Procurement And Execution Of Approved Concepts/ Materials) Physical Set-ups: ● The Event Organizer Is Responsible For The Physical Setup Of The Event Venue, Including Front And Back Stages, Adjacent Areas For Receiving And Registration Of Attendees And Special Guests, Holding Areas For Special Guests,if Necessary, Floor And Seat Plans, Setup Of Booths, Etc. Including Directional Signages Booth Details Quantity: Maximum 30 Booths Size: 3x2 Booths With Names In Fascia (2 Sides) Table And Chair: 1 Table And 2 Chairs Per Booth With Lights And Outlet (2-gang) With Electrical Setup In Line With This, The Event Organizer Is Required To Submit, For Pcw’s Approval, At Least Two (2) Proposals For: ● Stage Design ● Detailed Physical Plan With Provisions For: ○ Participants’ Entry And Exit ○ Ingress And Egress ○ Booth Placement ○ Placement Of Registration Area, Organizer’s Area, Tech Booth, Led Wall And Other Equipment, Photo Wall, And Other Event Collaterals ○ Emergency Evacuation Event Materials: The Event Organizer Is Required To Provide The Flowing Event Materials: ● Animation Of The Event Logo/brand Identity And Other Relevant Visual Components To Be Displayed Continuously On The Led Wall/s During Program Transitions. The Logo/brand Identity Design Will Be Provided By Pcw. ● Pull-up Banners, Event Markers, And Directional Signages. Designs Subject To Approval Of Pcw. ● Printing Of Event Badges For The Participant ● Small Colored Round Stickers That Will Be Applied To Each Participant’s Badge By Each Booth. ● Printing Of Giant Gameboard With Big Dice And Other Game Materials ● Id Cards For Pcw Lead/organizing Staff ● Supply And Delivery Of Event Tokens/advocacy/promotional Materials To Be Distributed To The 1000 Participants During The Event ● Token To Be Given To Special Guests And Exhibitors. Proposed Tokens Are Subject To The Approval Of The Pcw. C. Preparations For The Actual Conduct Of Event Program ● Ensure Full Coordination With The Venue Provider And Furnish It With All Necessary Physical And Technical Arrangements And Lay-out Plans; ● Process And Complete All Required Permits And Clearances Required By The Venue Provider And The Lgu For The Conduct Of The Event, If Necessary ● Develop A Workplan For All Activities/tasks Including Timeline And Expected Deliverables, As Approved By Pcw; ● Develop A Security Plan To Ensure Orderly Conduct Of The Activity, Including Crowd Control And Other Mitigating Measures For Untoward Incidents, As Approved By Pcw; ● Contract A Competent Female Host, Preferably A Person Knowledgeable On Women’s Empowerment And Other Women’s Human Rights Issues; ● Submit A Full And Comprehensive Script For The Program Host; ● Facilitate End-to-end Contracting Of Third-party Suppliers For The Execution Of Production Design And Procurement Of Event Collaterals As Approved By Pcw ● Keep Confidential All Event Preparations; 2. Event Proper Task Specific Materials, Deliverables, And Outputs A. Execution Of Approved Event Production Design, Materials, And Other Collaterals ● Ensure Timely Ingress And Egress In Coordination With The Venue Provider, Third Party Suppliers, And Pcw; ● Execute The Set-up Of All Approved Production Designs Of The Entire Venue, Including But Not Limited To: - Front And Back Stages - Floor Plan, Table Set Up, Seating Plan - Registration Area - Photo Wall - Areas Leading To The Event Area; ● Stage And Program Management - Direct And Manage Program Flow, Including Briefing Of Technical Support Team, Guest Speakers, And Host(s) In Coordination With Pcw; - Coordinate With The Technical Support Team Of The Venue Provider/pcw For The Control Of Lighting, Sound, And Video Presentation Playback. B. Production Of Event Materials/collaterals ● Provide The Following Materials As Approved By Pcw And With Proper Event Branding: Event Material/collaterals Qty Id Cards And Lanyards For Pcw Event Organizing Team* 50 Participant’s Event Badge 1,000 Small Colored Round Stickers That Will Be Applied To Each Participant’s Badge By Each Booth. 35,000 Animated Video Of Event Title/logo/brand Identity/other Relevant Elements 1 Tokens For Guest Speakers/ Special Guests/exhibitors In Individual Presentable/elegant Packaging 50 Tokens For Participants (for Inclusion In Kits) 1000 Pull-up Banners 4 Printing Of Giant Gameboard With Big Dice And Other Game Materials *to Be Determined Event Markers/signages / (leading To Event Area, Restrooms, Parking, Etc. )/ Name Plates For The Guests’ Seats. *to Be Determined *may Change Depending On Actual Number Of Identified Members Of The Pcw Event Organizing Team ● All Event Materials And Collateral Should Be Packaged, Labeled, And Ready For Use/distribution At Least One (1) Week Before The Event. C. Provision Of Appropriate Electronic/electrical Equipment In Addition To The Basic Provisions Of The Venue Provider. ● Provide And Operate All Technical Equipment Throughout The Duration Of The Event. Equipment To Provide Includes: - Extension Cords And Auxiliary Wires - At Least Four (4) Wireless Microphones - Appropriate Background Music Throughout The Event - Clickers For Guest Speakers Who Will Deliver Presentations - Video Monitors And Camera/laptop For The Filipino Sign Language Interpreters. ● Coordinate With The Technical Support Team Of The Venue Provider/pcw Regarding The Technical Requirements. ● Ensure That All Equipment Cables And Wires Are Securely Arranged To Avoid Physical And Electrical Accidents. ● Ensure Return Of All Borrowed Materials Or Equipment, If Any. D. Photo And Video Coverage Of The Entire Event. ● Ensure Professional Photo And Video Coverage Of The Entire Event. ● Produce A Creative Sde (same-day-edit) Video To Be Presented To The Participants During The Closing Activities Of The Event. E. Provision Of Sufficient Human Resource During The Whole Event, Ingress, And Egress. ● Designate Onsite Technical Support Teams To Manage/assist In The: - Technical, Floor, And Stage Direction; - Coordination With The Technical Support Team Of The Venue Provider/pcw For The Control Of Lighting, Sound, And Video Presentation Playback; - Other Event Management Functions ● Implement The Security Plan In Case Of An Untoward Emergency Or Incident; Facilitate Crowd Control To Ensure The Peaceful Conduct Of The Event; ● Monitor And Prevent The Entry Of Items Prohibited By The Venue Provider, Including Materials Not Indicated But May Pose Harm/danger To People And Physical Properties ● Provide The Transportation, Meals, And Other Logistical Expenses Of Its Production Staff During The Event. 3. Post-event Task Specific Materials, Deliverables, And Outputs A. Post-documentation Requirements 1.submit The Following In An External Hard Drive Or Flash Drive(s): ● All Raw Photos ● All Professionally Edited Photos Minimum Of 400 Professionally Edited Photos Consisting Of: ○ All Major Parts Of The Program (registration, Use Of Photo Wall, Opening Preliminaries, Closing Ceremonies, Socialization, Etc.) ○ All Guest Speakers, Host(s), And Other People To Be Invited On Stage ○ All Participants/audience ( Per Table, In Groups, As Well As Individual Shots That Have Significant Part In The Program Or As Requested By Pcw) ○ Pcw Organizing Staff ○ Other Parts Of The Event That May Be Requested By Pcw 2, All Raw Video Files For Event Documentation 3. Professionally Edited Linear Video Of Event Highlights 4. Creative Sde Video (ert: 5 Minutes) 5. Narrative Report Of The Conducted Event ● Attend Post-event Meetings As Necessary. 4. Approved Budget Cost And Basis For Costing The Abc For This Engagement Is Eight Hundred Twenty Thousand Pesos (php 820,000), Subject To Applicable Government Withholding Taxes. The Professional Fee Is Computed Based On The Prevailing Industry Rates For Event Organization And Management. Item Costing/remarks Estimated Total Professional Fee For Overall Event Coordination, Execution, And Management Professional Fees For The Event Coordinator, Event Director, Production Designer, Graphic Artist, Animator, Technical Director, Script Writer, Photographer, Videographer, Photo And Video Editor, Event Host, Production Assistants, Ingress/egress Staff Etc., P 300,000 Production Design - Stage Design - Pull-up Banners - Registration Area Decorations - Photo Wall Printing & Mounting Provision Of Booth Including The Following: - Quantity: Maximum 30 Booths - Size: 3x2 Booths With Names In Fascia (2 Sides) - Table And Chair: 1 Table And 2 Chairs Per Booth - With Lights And Outlet (2-gang) - With Electrical Setup - Ingress And Egress (mounting/dismantling) P 100,000 P 200,000 P 300,000 Token/advocacy Materials (design, Printing, Production) - Token/advocacy/promotional Materials - Tokens For Guest Speakers And Exhibitors Token/advocacy/promotional Materials For 1000 Participants (150,000) Token For Guest Speakers And Exhibitors: P1,000 X 50 Pcs. (p 50,000) P 200,000 Materials (design And Printing) - Printing Of 1000 Copies Of Event Badges For The Participant - Small Colored Round Stickers That Will Be Applied To Each Participant’s Badge By Each Booth. - Printing Of Giant Gameboard With Big Dice And Other Game Related Materials - Other Venue Decorations - Organizer’s Id - Other Office Supplies - Table Decorations P 20,000 Total 820,000 5. Minimum Qualification/s 1. Must Be An Event Organizing Company With Competent Personnel To Plan And Execute The Event. It Must Also Be Duly Established In The Philippines, With Head Office Located In Metro Manila, And Must Be Registered With Philgeps. 2. At Least Eight (8) Years Of Extensive Experience In Organizing Big Events And Conferences, Preferably With Clientele From Government Agencies; 3. Impressive Company Portfolio On Handled Events With At Least 1000 Participants; 4. With Experience In Organizing Events Related To Women’s Empowerment And Women’s Issues, Strong Coordination And Networking Skills; And 5. Preferably, The Event Organizing Company Have An Equal Opportunity Agency, Where Women Make Up At Least 45-50% Of Their Team And A Policy Compliant With The Anti-sexual Harassment And Safe Spaces Policy. 6. Professional Fees And Terms Of Payment Payment For The Professional Services Shall Be Issued In Three (3) Tranches Upon Completion Of Set Deliverables And Issuance Of Certificate Of Acceptability Of Outputs By The Pcw Executive Director. The Engagement Is Expected To Be Completed Within 2 Months From The Date Of Commencement. Schedule Of Payment Deliverables Timeline First Tranche (30% Of Contract Cost) Upon The Event Organizer’s Submission And Pcw’s Approval/acceptance Of: 1. Designs/layouts Of Entire Production Design Which Includes Designs Of Stage; 2. Detailed Physical Plan Indicating Booth Placements, Participants’ Access And Egress, Placement Of Registration Area, Organizer’s Area, Tech Booth, Led Wall And Other Equipment, Photo Wall, And Other Event Collaterals Based On The Venue’s Layout; 3. Designs/samples Of All Event Materials, Collaterals, And Tokens Following The 2025 National Women’s Month Branding Guide And As Provided In This Tor; 4. Work Plan And Security Plan; 5. All Necessary Permits For The Physical Conduct Of The Event (in Coordination With Pcw, The Lgu, And Venue Provider). February 20-25, 2025 Second Tranche (40% Of Contract Cost) Upon The Event Organizer’s Submission And Pcw’s Approval/acceptance Of The Following: 1. Full Script Of The Host/emcee Based On The Program Sequence; 2. Confirmed/booked Program Host/emcee; 3. Confirmed/booked Technical And Electronic Equipment (including Those Contracted From Third-party Suppliers); 4. Final Animated Video Of The Event Logo/brand Identity; And 5. Floor And Seating Plans For Participants, Guests, And Pcw Staff Upon Production Of Approved Event Materials And Other Collaterals. February 26-28, 2025 Third Tranche (30% Of Contract Cost) Upon The Event Organizer’s Execution/completion Of The Following: 1. Set-up/mounting Of Production Design For The Entire Event Venue (including: Registration And Front And Back Stage, Booths With Table And Chairs, Photo Wall, Etc.) 2. Actual Onsite Management Of The Event And Coordination With Tech Team Managing The Led Wall And Sound System, Etc., In Accordance With The Approved Work Plan, Including: - Assistance In Participant Registration, Ushering, - Hosting; - Video And Photo Coverage; - Coordinate With The Technical Support Team Of The Venue Provider/pcw For The Control Of Lighting, Sound, And Video Presentation Playback; - Other Applicable Requirements/services 3. Distribution Of Approved Event Materials And Other Collaterals To Participants; 4. Same-day Edit Video (sde) Capturing The Highlights Of The Event 5. Submission Of The Following In An External Hard Drive Or Flash Drive: - All Raw And Professionally Edited Photos - Professionally Edited Video Coverage And Sde - Narrative Report Regarding The Conducted Event 6. Turnover Of All Unused/undistributed Tokens, Plaques, And Other Event Materials/collaterals To Pcw. March 1-15, 2025 7. Working Conditions And Arrangements Pcw Shall Provide Information Needed To Accomplish The Scope Of Work Such As Program Of Activities, Branding Guidelines, And Venue Provider Contact References, Among Others. It Shall Also Review And Approve All Materials And Deliverables Produced By The Event Organizer Within A Reasonable Time Frame.
Closing Date17 Feb 2025
Tender AmountPHP 820 K (USD 14.1 K)

Municipality Of Jaen, Nueva Ecija Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Province Of Nueva Ecija Municipal Government Of Jaen Bids And Awards Committee December 19, 2024 Invitation To Bid For Rehabilitation-extension Of Multi-purpose Building (mswd Building Phase 3) At Brgy. Sapang 1. The Municipality Of Jaen, Through The Other Development Programs And Projects Cy 2025 Intends To Apply The Sum Of Three Million Seven Hundered Thousand Pesos (3,700,000.00) Being The Abc To Payments Under The Contract For Rehabilitation-extension Of Multi-purpose Building (mswd Building Phase 3)at Brgy. Sapang/ Itb-2025-odpap-12. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Jaen Now Invites Bids For The Rehabilitation-extension Of Multi-purpose Building (mswd Building Phase 3) At Brgy. Sapang. Completion Of The Works Required 210 Calendar Days. Bidders Should Have Completed, Within The Last Ten (10) Years, 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 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Local Government Unit Of Jaen And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00 Pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting On December 19, 2024 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 9, 2025, 01:30 Pm At The Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On January 9, 2025, 02:00 Pm At Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 9. The Municipality Of Jaen Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Municipality Of Jaen Anthony S. De Luna Bac Secretariat Municipal Hall Building Brgy. Sapang, Jaen Nueva Ecija December 19, 2024 Medel J. Lopez Bac Chairman 1.scope Of Bid The Procuring Entity, Municipality Of Jaen Invites Bids For The Rehabilitation-extension Of Multi-purpose Building (mswd Building Phase 3)at Brgy. Sapang. With Project Identification Number Itb-2025-odpap-12. 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Year 2025 In The Amount Of P3,700,000,000.00 2.2.the Source Of Funding Is: Other Development Programs And Projects Cy 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 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 A.subcontracting Is Not Allowed. 8.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. 9.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 10.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. 11.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. 12.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. 13.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. 14.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2.the Bid And Bid Security Shall Be Valid Until July 17, 2025, Thursday. 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 Two Copies Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16.deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18.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. 19.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. 20.signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 1 The Procuring Entity Is The Municipality Of Jaen The Name Of The Contract Is: The Procuring Entity, Municipality Of Jaen Invites Bids For The Rehabilitation-extension Of Multi-purpose Building (mswd Building Phase 3)at Brgy. Sapang 2.2 The Funding Source Is: The Other Development Programs And Projects Cy 2025 Of Jaen, Nueva Ecija The Name Of The Project: The Procuring Entity, Municipality Of Jaen Invites Bids For The Rehabilitation-extension Of Multi-purpose Building (mswd Building Phase 3)at Brgy. Sapang 3 No Further Instructions 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. 5.4 No Further Instructions 6 No Further Instructions 7.1 “subcontracting Is Not Allowed” 10.1-10.2 The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4 No Further Instructions. 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. 14.2 “no Further Instructions.” 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A.the Amount Of Not Less Than P 74,000.00 , 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 P 185,000.00 If Bid Security Is In Surety Bond. 15.2 Bids Will Be Valid Until July 18, 2025, Thursday (210 C.d.) 16 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 17 The Address For Submission Of Bids Is The Chairperson, Bids & Awards Committee, Thru Bac Secretariat At 2nd Floor Municipal Building, Sapang, Nueva Ecija. The Deadline For Submission Of Bids Is On January 9, 2025, 01:30 Pm At 1:30 P.m. 18.1 The Place Of Bid Opening Is 2nd Floor Bac Office, Municipal Building, Sapang, Nueva Ecija. The Date And Time Of Bid Opening Is January 9, 2025, 01:30 Pm At 02:00 P.m. 19 Bid Modification Is Not Allowed. 19.3 No Further Instructions. 20.21 Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use, One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post Qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons.
Closing Date3 Jan 2025
Tender AmountPHP 3.7 Million (USD 63.8 K)

Municipality Of Jaen, Nueva Ecija Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Nueva Ecija Municipal Government Of Jaen Bids And Awards Committee December 19, 2024 Invitation To Bid For Construction Of Multi-purpose Building (daycare Center) (san Jose) 1. The Municipality Of Jaen, Through The 20% Development Fund Cy 2025 Intends To Apply The Sum Of One Million Five Hundered Thousand Pesos (1,5000,000.00) Being The Abc To Payments Under The Contract For Construction Of Multi-purpose Building (daycare Center) (san Jose)/ Itb-2025-20% Df-08. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Jaen Now Invites Bids For The For Construction Of Multi-purpose Building (daycare Center) (san Jose).completion Of The Works Required 150 Calendar Days. Bidders Should Have Completed, Within The Last Ten (10) Years, 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 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Local Government Unit Of Jaen And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00 Pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting On December 19, 2024 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 9, 2025, 01:30 Pm At The Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On January 9, 2025, 02:00 Pm At Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 9. The Municipality Of Jaen Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Municipality Of Jaen Anthony S. De Luna Bac Secretariat Municipal Hall Building Brgy. Sapang, Jaen Nueva Ecija December 19, 2024 Medel J. Lopez Bac Chairman 1.scope Of Bid The Procuring Entity, Municipality Of Jaen Invites Bids For The Construction Of Multi-purpose Building (daycare Center) (san Jose). With Project Identification Number Itb-2025-20% Df-08. 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Year 2025 In The Amount Of P 1,500,000.00 2.2.the Source Of Funding Is: 20% Development Fund Cy 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 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 A.subcontracting Is Not Allowed. 8.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. 9.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 10.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. 11.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. 12.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. 13.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. 14.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2.the Bid And Bid Security Shall Be Valid Until May 18, 2025, Sunday. 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 Two Copies Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16.deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18.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. 19.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. 20.signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 1 The Procuring Entity Is The Municipality Of Jaen The Name Of The Contract Is: Construction Of Multi-purpose Building (daycare Center) (san Jose) 2.2 The Funding Source Is: The 20% Development Fund Cy 2025 Of Jaen, Nueva Ecija The Name Of The Project: Construction Of Multi-purpose Building (daycare Center) (san Jose) 3 No Further Instructions 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. 5.4 No Further Instructions 6 No Further Instructions 7.1 “subcontracting Is Not Allowed” 10.1-10.2 The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4 No Further Instructions. 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. 14.2 “no Further Instructions.” 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A.the Amount Of Not Less Than P 30,000.00 , 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 P 75,000.00 If Bid Security Is In Surety Bond. 15.2 Bids Will Be Valid Until May 18, 2025, Sunday (150 C.d..) 16 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 17 The Address For Submission Of Bids Is The Chairperson, Bids & Awards Committee, Thru Bac Secretariat At 2nd Floor Municipal Building, Sapang, Nueva Ecija. The Deadline For Submission Of Bids Is On January 9, 2025, 01:30 Pm At 1:30 P.m. 18.1 The Place Of Bid Opening Is 2nd Floor Bac Office, Municipal Building, Sapang, Nueva Ecija. The Date And Time Of Bid Opening Is January 9, 2025, 01:30 Pm At 02:00 P.m. 19 Bid Modification Is Not Allowed. 19.3 No Further Instructions. 20.21 Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use, One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post Qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons.
Closing Date3 Jan 2025
Tender AmountPHP 1.5 Million (USD 25.8 K)

Municipality Of Jaen, Nueva Ecija Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Province Of Nueva Ecija Municipal Government Of Jaen Bids And Awards Committee December 19, 2024 Invitation To Bid For Rehablitation Of Boudary Arch 1. The Municipality Of Jaen, Through The 20% Development Fund Cy 2025 Intends To Apply The Sum Of One Million Six Hundered Thousand Pesos (1,600,000.00) Being The Abc To Payments Under The Contract For Concreting Of Road Brgy. San Jose/ Itb-2025-20% Df-05. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Jaen Now Invites Bids For The Invitation To Bid For Rehablitation Of Boudary Arch. Completion Of The Works Required 150 Calendar Days. Bidders Should Have Completed, Within The Last Ten (10) Years, 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 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Local Government Unit Of Jaen And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00 Pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting On December 19, 2024 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 9, 2025, 01:30 Pm At The Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On January 9, 2025, 02:00 Pm At Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 9. The Municipality Of Jaen Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Municipality Of Jaen Anthony S. De Luna Bac Secretariat Municipal Hall Building Brgy. Sapang, Jaen Nueva Ecija December 19, 2024 Medel J. Lopez Bac Chairman 1.scope Of Bid The Procuring Entity, Municipality Of Jaen Invites Bids For The Invitation To Bid For Rehablitation Of Boudary Arch. With Project Identification Number Itb-2025-20% Df-05. 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Year 2024 In The Amount Of P 1,600,000.00 2.2.the Source Of Funding Is: 20% Development Fund Cy 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 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 A.subcontracting Is Not Allowed. 8.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. 9.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 10.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. 11.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. 12.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. 13.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. 14.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2.the Bid And Bid Security Shall Be Valid Until May 19, 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 Two Copies Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16.deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18.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. 19.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. 20.signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 1 The Procuring Entity Is The Municipality Of Jaen The Name Of The Contract Is:rehablitation Of Boudary Arch. 2.2 The Funding Source Is: The 20% Development Fund Cy 2025 Of Jaen, Nueva Ecija The Name Of The Projectrehablitation Of Boudary Arch. 3 No Further Instructions 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. 5.4 No Further Instructions 6 No Further Instructions 7.1 “subcontracting Is Not Allowed” 10.1-10.2 The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4 No Further Instructions. 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. 14.2 “no Further Instructions.” 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A.the Amount Of Not Less Than P 32,000.00 , 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 P 80,000.00 If Bid Security Is In Surety Bond. 15.2 Bids Will Be Valid Until May 19, 2025 (150 C.d..) 16 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 17 The Address For Submission Of Bids Is The Chairperson, Bids & Awards Committee, Thru Bac Secretariat At 2nd Floor Municipal Building, Sapang, Nueva Ecija. The Deadline For Submission Of Bids Is On January 9, 2025, 01:30 Pm At 1:30 P.m. 18.1 The Place Of Bid Opening Is 2nd Floor Bac Office, Municipal Building, Sapang, Nueva Ecija. The Date And Time Of Bid Opening Is January 9, 2025, 01:30 Pm At 02:00 P.m. 19 Bid Modification Is Not Allowed. 19.3 No Further Instructions. 20.21 Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use, One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post Qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons.
Closing Date3 Jan 2025
Tender AmountPHP 1.6 Million (USD 27.6 K)

Municipality Of Jaen, Nueva Ecija Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Nueva Ecija Municipal Government Of Jaen Bids And Awards Committee December 19, 2024 Invitation To Bid For Construction Of Multi-purpose Building (gym) (brgy. Hilera) 1. The Municipality Of Jaen, Through The 20% Development Fund Cy 2025 Intends To Apply The Sum Of Two Million Three Hundered Thousand Pesos (2,3000,000.00) Being The Abc To Payments Under The Contract For Construction Of Multi-purpose Building (gym) (brgy. Hilera) (gym)/ Itb-2025-20% Df-07. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Jaen Now Invites Bids For The Construction Of Multi-purpose Building (gym) (brgy. Hilera).completion Of The Works Required 180 Calendar Days. Bidders Should Have Completed, Within The Last Ten (10) Years, 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 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Local Government Unit Of Jaen And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00 Pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting On December 19, 2024 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 9, 2025, 01:30 Pm At The Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On January 9, 2025, 02:00 Pm At Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 9. The Municipality Of Jaen Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Municipality Of Jaen Anthony S. De Luna Bac Secretariat Municipal Hall Building Brgy. Sapang, Jaen Nueva Ecija December 19, 2024 Medel J. Lopez Bac Chairman 1.scope Of Bid The Procuring Entity, Municipality Of Jaen Invites Bids For The Construction Of Multi-purpose Building (gym) (brgy. Hilera). With Project Identification Number Itb-2025-20% Df-07. 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Year 2025 In The Amount Of P 2,300,000.00 2.2.the Source Of Funding Is: 20% Development Fund Cy 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 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 A.subcontracting Is Not Allowed. 8.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. 9.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 10.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. 11.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. 12.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. 13.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. 14.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2.the Bid And Bid Security Shall Be Valid Until June 17, 2025, Tuesday. 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 Two Copies Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16.deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18.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. 19.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. 20.signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 1 The Procuring Entity Is The Municipality Of Jaen The Name Of The Contract Is: Construction Of Multi-purpose Building (gym) (brgy. Hilera) 2.2 The Funding Source Is: The 20% Development Fund Cy 2025 Of Jaen, Nueva Ecija The Name Of The Project: Construction Of Multi-purpose Building (gym) (brgy. Hilera) 3 No Further Instructions 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. 5.4 No Further Instructions 6 No Further Instructions 7.1 “subcontracting Is Not Allowed” 10.1-10.2 The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4 No Further Instructions. 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. 14.2 “no Further Instructions.” 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A.the Amount Of Not Less Than P 46,000.00 , 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 P 115,000.00 If Bid Security Is In Surety Bond. 15.2 Bids Will Be Valid Until June 17, 2025, Tuesday (180 C.d..) 16 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 17 The Address For Submission Of Bids Is The Chairperson, Bids & Awards Committee, Thru Bac Secretariat At 2nd Floor Municipal Building, Sapang, Nueva Ecija. The Deadline For Submission Of Bids Is On January 9, 2025, 01:30 Pm At 1:30 P.m. 18.1 The Place Of Bid Opening Is 2nd Floor Bac Office, Municipal Building, Sapang, Nueva Ecija. The Date And Time Of Bid Opening Is January 9, 2025, 01:30 Pm At 02:00 P.m. 19 Bid Modification Is Not Allowed. 19.3 No Further Instructions. 20.21 Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use, One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post Qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons.
Closing Date3 Jan 2025
Tender AmountPHP 2.3 Million (USD 39.6 K)

Municipality Of Jaen, Nueva Ecija Tender

Civil And Construction...+2Road Construction, Drainage Work
Philippines
Details: Description Republic Of The Philippines Province Of Nueva Ecija Municipal Government Of Jaen Bids And Awards Committee December 19, 2024 Invitation To Bid For Construction Of Drainage And Road Shoulder (brgy. Dampulan) 1. The Municipality Of Jaen, Through The Other Development Programs And Projects Cy 2025 Intends To Apply The Sum Of Four Million Five Hundred Thousand Pesos (4,500,000.00) Being The Abc To Payments Under The Contract For Construction Of Drainage And Road Shoulder (brgy. Dampulan)/ Itb-2025-odpap-07. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Jaen Now Invites Bids For The Construction Of Drainage And Road Shoulder (brgy. Dampulan) Completion Of The Works Required 210 Calendar Days. Bidders Should Have Completed, Within The Last Ten (10) Years, 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 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Local Government Unit Of Jaen And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00 Pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting On December 19, 2024 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 9, 2025, 01:30 Pm At The Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On January 9, 2025, 02:00 Pm At Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 9. The Municipality Of Jaen Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Municipality Of Jaen Anthony S. De Luna Bac Secretariat Municipal Hall Building Brgy. Sapang, Jaen Nueva Ecija December 19, 2024 Medel J. Lopez Bac Chairman 1.scope Of Bid The Procuring Entity, Municipality Of Jaen Invites Bids For The Construction Of Drainage And Road Shoulder (brgy. Dampulan) . With Project Identification Number Itb-2025-odpap-07. 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Year 2024 In The Amount Of P4,500,000.00 2.2.the Source Of Funding Is: Other Development Programs And Projects Cy 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 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 A.subcontracting Is Not Allowed. 8.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. 9.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 10.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. 11.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. 12.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. 13.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. 14.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2.the Bid And Bid Security Shall Be Valid Until July 18, 2025, Friday. 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 Two Copies Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16.deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18.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. 19.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. 20.signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 1 The Procuring Entity Is The Municipality Of Jaen The Name Of The Contract Is: Construction Of Drainage And Road Shoulder (brgy. Dampulan) 2.2 The Funding Source Is: The Other Development Programs And Projects Cy 2025 Of Jaen, Nueva Ecija The Name Of The Project: Construction Of Drainage And Road Shoulder (brgy. Dampulan) 3 No Further Instructions 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. 5.4 No Further Instructions 6 No Further Instructions 7.1 “subcontracting Is Not Allowed” 10.1-10.2 The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4 No Further Instructions. 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. 14.2 “no Further Instructions.” 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A.the Amount Of Not Less Than P 90,000.00 , 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 P 225,000.00 If Bid Security Is In Surety Bond. 15.2 Bids Will Be Valid Until July 18, 2025, Friday (210 C.d.) 16 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 17 The Address For Submission Of Bids Is The Chairperson, Bids & Awards Committee, Thru Bac Secretariat At 2nd Floor Municipal Building, Sapang, Nueva Ecija. The Deadline For Submission Of Bids Is On January 9, 2025, 01:30 Pm At 1:30 P.m. 18.1 The Place Of Bid Opening Is 2nd Floor Bac Office, Municipal Building, Sapang, Nueva Ecija. The Date And Time Of Bid Opening Is January 9, 2025, 01:30 Pm At 02:00 P.m. 19 Bid Modification Is Not Allowed. 19.3 No Further Instructions. 20.21 Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use, One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post Qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons.
Closing Date3 Jan 2025
Tender AmountPHP 4.5 Million (USD 77.6 K)

MISSILE DEFENSE AGENCY MDA USA Tender

Aerospace and Defence
United States
Details: Missile Defense Agency (mda) An/tpy-2 Radar Program Request For Information naics: 334511 psc: Ac25 agency: Other Defense Agencies office: Missile Defense Agency location: Mda-sna solicitation Number: N/a reference-number: 24-mda-11952 notice Id: Mda25snrfi02 distribution Statement A. Approved For Public Release; Distribution Is Unlimited. approved For Public Release: 5-nov 2024 i. Description a. An/tpy-2 Description: the Missile Defense Agency’s Ground Sensors Directorate (mda/sn) Is Conducting Market Research To Determine Industry Interest And Capability To Support Future Requirements For Its Army Navy/transportable Radar Surveillance And Control Model-2 (an/tpy-2). the Requirements Include Hardware And Software Development Development (to Include Radar Modeling And Simulation); Production Of Components, Spares, Fleet Refurbishment, And Capability Upgrades; And Operations And Sustainment Of An/tpy-2 Radars. Responses To This Request For Information (rfi) May Address All Or Part Of These Requirements. The Government Invites Industry To Provide Feedback On Contracting Strategy For The Requirements To Include Combination Of Requirements, Contract Type, And Areas That Would Be Accomplished Well Through Small Business Set Aside Versus Full And Open Competition. this Rfi Is Issued Solely For Information And Planning Purposes – It Does Not Constitute A Request For Proposal (rfp) Or Promise To Issue An Rfp In The Future. This Rfi Does Not Commit The Government To Establish A Contract For Any Of The Requirements. Further, Mda Is Not Seeking Proposal Nor Will It Accept Proposals. All Costs Associated With Responding To This Rfi Will Be Solely At The Respondent’s Expense. Participation In Future Agency Transactions And Procurement Opportunities Is Not Contingent On Responding To This Rfi. Mda Will Not Provide Feedback For Any Submission. ii. An/tpy-2 Radar Major Requirement Area Descriptions a. Development 1. Software Maintenance current Software Primarily Developed In Ada Language 2. Software Upgrades open Architecture To Accommodate Integration Of 3rd Part Algorithms modular Design new Capability Development acquisition tracking discrimination debris Mitigation electronic Protection post-intercept Assessment fault Tolerance active Bias Monitoring And Reporting radar Integrated Satellite Monitoring And Calibration space Situational Awareness/space Domain Awareness target Object Map raid Handling long Range High Sensitivity low And High Elevation full Azimuth Coverage 3. Hardware Upgrades digital Receiver/exciter (drex) wideband Digital Signal Processing arbitrary Waveform Generator digital Array Architecture Upgrades To The An/tpy-2 Antenna Equipment Unit additional Distributed, Passive Or Active Phased Array Panels To Support Mission Objectives Against Advanced Threats. Performance Information Is Desired For These Potential Upgrades. 4. Architecture To Optimize Performance On An X86-based Supercomputer And The Implementation Of A Drex performance Improvements, Including, But Not Limited To, Analysis And Implementation Of Parallel Processing, Multicore Computing, Field Programmable Gated Arrays, And Advanced Real-time Processing Capabilities re-architecture Including, But Not Limited To, Analysis And Implementation Of Secure Server Configurations Eliminating, Mitigating, And Limiting Cyber Vulnerabilities 5. System Engineering support Software, Software Databases, And Hardware Upgrades Including New Functionality And Evolving Threats. systems Engineering Includes Configuration Management, Requirements Development And Analysis, Software Capabilities Performance Assessment, Qualification, Formal Test, And Requirements Verification. Systems Engineering Support Is Also Required To: support Radar System Integration And Test With The Terminal High Altitude Area Defense (thaad) Weapon System At The Prime Contractor’s System Integration Laboratory (sil) For Development And Flight Test Activities support Radar System Integration And Test With Command, Control, Battle Management & Communication (c2bmc) Weapon System At The Prime Contractor’s Sil For Development And Flight Test Activities. support United States Government (usg) And Foreign Military Sales (fms) Development And Support Efforts. support Software And Hardware Engineering Technical Reviews Via Incremental Development Such As Agile Methodologies. adhere To Guidance And Develop Program Documentation Including But Not Limited To Management Plans, Quality, Safety, Security, Reliability, Risk, Program Protection, Cybersecurity, Integration, Interoperability, Capability Roadmaps, Concept Of Operations (conops), Trade Studies, Cost, Schedule And Performance, Working Groups, Contract Execution, Development Oversight, And Reporting. develop And Maintain Operation Mission Plans/profiles (omps) Across Several Geographical Locations. flight And Ground Test Planning, Execution, And Analysis. software Engineering Releases (er), Formal Releases (fr), And Maintenance Releases (mr) To Support Material Release Of Capabilities For Technical Capability Declaration (tcd) And Operational Capability Baseline (ocb) Concurrence. support Radar Software Independent Verification And Validation (iv&v) At The Government’s Software Engineering Directorate (sed). 6. Engineering Support facilitate Maintenance Efforts Which May Include But Are Not Limited To: trade Studies hardware Obsolescence Studies hardware Redesign technology Insertion refurbishment Efforts. 7. Modeling And Simulation systems Engineering, Development, Maintenance, Test, Verification And Validation Of Real-time And Non-real-time Digital End-to-end Radar Models And Real-time Hwil Radar Driver For An/tpy-2. digital Radar Models And Hwil Driver Should Accurately Simulate And/or Stimulate Tactical An/tpy-2, While Maintaining The Fidelity Of Complex Radar Scenes Presented To The Model And Simulation. Complex Radar Scenes Typically Include Simple And Advanced Threats Comprised Of Multiple Objects And Scatterers, And The Effects As They Propagate Through An Air Picture. The Air Picture Captures Weather, Environmental, And Other Effects. Examples Include But Are Not Limited To Precipitation, Sky Noise, Tropospheric Effects, And Intercept Debris. Complex Radar Scenes May Also Incorporate Electronic Attack. model Development, Verification, Validation, And Accreditation Must Support Tactical Development, Test And Fielding In Accordance With The Mda Phased Implementation Plan And Integrated Master Test Plan. hwil Radar Drivers, Aligned To Tactical Radar Capabilities, Are Required For Development And Testing Of The Radar Software, And Are Required Early In The Radar Software Development Timeline Due To Increasingly Complex Radar Capabilities. Therefore, Hwil Radar Drivers Must Be Developed As Part Of The Agile Radar Development Cycle To More Closely Coordinate With Radar Development Efforts, And Must Be Integrated With The Hwil Radar Representation As Part Of The Development Cycle. due To Increasing Stakeholder Needs For Digital Radar Models Early In The Radar Software Development Cycle, Digital Radar Models, With Capabilities Aligned To Tactical Radar Software Releases, Are Required Along The Same Timeline As Radar Software Releases, To Include Radar Software Engineering Releases And Formal Releases. Therefore, Digital End-to-end Radar Models Should Utilize Wrapped Tactical Code (wtc) Methodology, As Applicable, Using Radar Software Source Code With Appropriate Interfaces To Operate In Both Real-time And Non-real-time As Either Standalone Models Or As Part Of Integrated System Simulations Such As End-to-end Digital Integrated System Simulation (ediss). models And Simulations Should Implement Tactical Messages And Interfaces That Integrate Into Interoperable Frameworks Such As The Osf For Ground Test Integrated System Simulation (gtiss) And Ediss. integration Of Digital Radar Models And Hwil Radar Drivers With Simulation Frameworks Such As The Osf For Gtiss And Ediss. maintenance And Test Of Cots Hardware Used By Digital Radar Models And Hwil Radar Drivers To Ensure Models Meet Cybersecurity And Performance Requirements Needed To Satisfy Intended Use Cases. development And Maintenance Of Current Applicable Cybersecurity Documentation For Each Radar Model In Order To Support Risk Management Framework (rmf) Authorization. Implement Applicable Cybersecurity Requirements And Solutions Into System Development Life Cycle (sdlc). development Of Rmf Package And Support Cybersecurity And Software Assurance (swa) Requirements And Activities For Each Radar Model. Provide Rmf Continuous Monitoring. development And Maintenance Of Radar Model Training Materials. Conduct As Needed, Hands-on Training To End-users And Stakeholders. support For Use Of Models And Simulations In Events, Including But Not Limited To The Following: performance Assessment warfighter Exercises And Training element Development And Verification tactical Software Verification Testing ground Test (gt) integrated Ground Test (gti) distributed Ground Test (gtd) continuous Digital Assessment (cda) tactical Evaluation tactical Performance Verification test And Operational Mission Plan Analysis & Development pairwise Testing flight Test Pre-mission Testing flight Test Spmt flight Test Element Pre-mission Analysis post-flight Reconstruction (pfr) And Satellite-pass Reconstruction system Post-flight Reconstruction (spfr) For Validation & Anchoring element Post-flight Reconstruction (epfr) For Validation & Anchoring continuous Development And Integration (cdi) And Opportunistic Test system Federated Verification Event (sfve) special Studies live And Hwil Events For Data Collection To Support Radar Fielding Decisions b. Production 1. Production Components hardware Production, Integration, Test, And Delivery Of Components And End Items To Mitigate Obsolescence, Increase End Item Quantities, And Provision Spares. Components And End Items Include, But Are Not Limited To: spares For Radar Components (including Gallium Nitride (gan) Transmit Receive Integrated Microwave Modules (trimms)) digital Receiver/exciter (drex) Upgrade Kits advanced Signal Processing Server/network Kits With Interconnection Kits an/tpy-2 Cooling Equipment Unit (ceu) Upgrade Kits baseline Upgrade: Heat Exchangers, Motor Controllers, And Associated Hardware an/tpy-2 Antenna Equipment Units (aeu) baseline Upgrade: Control Panel, Variable Frequency Drives, And Associated Hardware ac/dc Converters 2. Engineering Support maintenance And Sustainment Efforts Which Include, But Are Not Limited To: trade Studies hardware Obsolescence Studies hardware Redesign technology Insertion refurbishment Efforts 3. Systems Engineering redesign For Out-of-production Mitigation, Fabrication, Integration, Test (design Verification, Qualification, And Acceptance) Evaluation, Documentation, And Delivery Of Radar Hardware. Systems Engineering Includes Cost, Schedule, Technical, Performance, And Reliability Risk Management Processes To Mitigate Program And Schedule Risk. 4. Program Support configuration Management quality Assurance operations And Program Security Requirements missile Defense Agency Assurance Provisions (map) And Parts, Materials, And Processes Mission Assurance Plan (pmap); And Safety manufacturing Qualification Processes 5. Integrated Logistics component, Part, And End Item Marking And Tracking component And End Item Integration, Calibration, And Acceptance Testing sparing Strategy Development, Spare Production, And Spare Delivery management And Tracking Of Government Furnished Equipment/material 6. Program Management integrated Approach To Monitoring And Reporting Cost, Schedule, And Fiscal Status technical Reviews/technical Interchange Meetings integrated Product Team Organization, Inclusive Of Government Participation 7. Test Functions activities Necessary To Confirm Component And End Item Performance In Accordance With Requirements. Tests May Be Conducted At Government Owned Ranges And Test Facilities, In Addition To Contractor Owned Facilities. Tasks Are Conducted In Accordance With Department Of Defense And Other Government Regulatory Guidance. c. Operations And Sustainment 1. Radar Operation And Maintenance Support (at Multiple Sites) diagnose Hardware And Software Failures provide Software And Hardware Maintenance As Primary Maintainer For All Levels Of Maintenance 2. Radar Logistics Support establishment And Maintenance Of Permanently Deployed Site Support Team At Oconus Locations establishment And Maintenance Of Deployable Site Support Team At Conus Locations line Replaceable Unit (lru) Repair And Return provide Subject Matter Expertise (sme) To Depot When Required For Mei Refurbishments inventory Control And Management spares Management logistics Operations training Development And Delivery For Soldiers And Contractor Personnel world-wide Deployment, Transportation Coordination, Set-up, And Tear-down Of The An/tpy-2 Radar Fleet (both Forward-based And Terminal High Altitude Area Defense (thaad) Radars) 3. Sustaining Engineering support For All An/tpy-2 Radars To Facilitate Maintenance Efforts, Which May Include But Are Not Limited To Trade Studies And Analysis, Hardware Obsolescence Studies, Hardware Redesign, Technology Insertion, And Refurbishment Efforts. engineering Analysis And Studies sustainment Of Legacy Software Builds failure Review And Corrective Action System (fracas) mission Assurance/quality Support obsolescence Management obsolescence Forecasting obsolescence Mitigation Recommendations obsolescence Redesigns As Required fleet Retrofits As Required iii. Instructions For Submission a. Deadline respondents To This Rfi Are Invited To Prepare And Submit Responses, No Later Than 60 Calendar Days From The Release Date Of This Rfi. The Government Does Not Intend To Extend This Due Date. b. Required Documents 1. Executive Summary executive Summary (not To Exceed 5 Pages Or Slides, Excluding 1.d. Below) That Includes: a. A Summary Matrix Indicating Interest In Competing For One Or More Requirement Area Listed Above. b. Indication If The Respondent Possesses A Facility Clearance And To What Level. c. Descriptive Data: i. Company Name ii. Specify If Us Or Foreign Owned iii. Point Of Contact (poc) iv. Poc Address v. Poc Telephone And Fax Numbers vi. Poc E-mail Address vii. Duns Number viii. Cage Code And/or Tax Id Number ix. Business Size Standard And Applicable Naics Codes x. Socio-economic Category, If Applicable (e.g. Woman-owned Small Business, Hubzone Small Business; Etc.) d. Indicate Whether Government Furnished Technical Data Would Be Required In Order To Facilitate The Execution Of The Capabilities Identified In Response To This Rfi. List And Describe This Data (does Not Count Toward Page Limit For Executive Summary) e. Indicate Whether The Respondent Is Currently Performing As A Mda Teams Or Teams-next Prime Or Subcontractor (include Contract Name (s) And Number (s)). f. Recommend Break Out Of For Requirement Areas And Areas That Could Be Set-aside For Small Business g. Provide Existing Multiple Award Schedule (mas) Or Other Government-wide Requirement To Be Evaluated As A Possible Acquisition Strategy h. Provide Feedback Regarding Consolidation Or Break-out Of Requirements, Contract Type, And Areas That Would Be Accomplished Well Through Small Business Set Aside Versus Full And Open Competition. 2. White Paper for Each Major Requirement Area Identified Above In Which The Respondent Expresses Capability/interest, Submit A White Paper (not To Exceed 10 Pages) That Discusses Capabilities, Recommended Alternatives, Associated Non-recurring Engineering Costs, And Associated Risks And Mitigation Strategies. Note: Risk Mitigation Strategies Should Address: i. Development Or Improvement Of X-band Radar Capabilities And Hardware Including Experience, Manufacturing Processes, Integration Approaches, And Testing. ii. Production Of An/tpy-2 Radar System Components. Mitigation Of Any Production Learning Curve Impacts (trained Personnel, Maintenance, And Situational Awareness, Etc.). iii. Failure Examination And Root Cause Analysis Of Failed Weapon System Components. iv. Development Of Tactically-aligned An/tpy-2 Models On The Timeline Required v. Mitigation Of Any M&s Learning Curve Impacts 3. Capability Brief for Each Major Requirement Area Identified Above In Which The Respondent Expresses Capability/interest, Submit A Capability Brief Discussing (not To Exceed 30 Slides) The Respondent’s Capabilities To Perform The Requirement Area(s) Identified Above And Relevant Experience. The Brief Should Include: i. A Schedule Estimate Highlighting Initial Capability Delivery/availability. ii. If Your Response Addresses A Subset Of A Requirement Area Identified In The Executive Summary Versus The Entire Requirement, Address How Any Seams/gaps Would Be Mitigated. iii. Description Of Any Experience With Mda Mission Assurance Provisions (map) And Parts, Materials And Processes (pmp) Compliance. iv. Description Of Any Experience With Configuration Management Processes And Tools During Development And Production. v. Identification Of Any Software Capability Maturity Model Integration (cmmi) Designations 4. Data Requirements provide A Detailed List And Description Of Documentation Requirements For A Technical Library To Support Your Development Of A Future Competitive Proposal, Organized By Requirements Area Identified Above, Should Mda Compete Any Or All Of These Requirements. No Government Information Will Be Supplied In Conjunction With This Request For Information. 5. Small Business Considerations because One Objective Of This Rfi Is To Determine The Capability Of Small Business To Meet The Requirements Contained Herein, And To Inform The Acquisition Strategy With Regard To Setting Aside Any Future Acquisition For Small Businesses, Small Businesses Are Encouraged To Respond To This Request For Information For Those Areas Of The Listed Requirement In Which They Have An Interest. Mda Request The Following Information: the Prime Small Business Contractor Responding To This Rfi Must Include Their Past Experience In Managing Subcontractors On Similar Requirements, And If Applicable, Include Subcontractor Or Teaming Partners’ Past Experience Applicable To Requirements Specified In This Rfi. responsible Small Businesses Planning Teaming Arrangements To Meet The Support Requirements Listed Above Are Expected To Articulate The Portions Of Work That The Prime Small Business Intends To Perform As Well As Articulate The Portions That Subcontractors Or Teaming Partners (if Applicable) Will Perform. Responses Must Include Business Size And Business Socio-economic Category Of All Subcontractors Or Teaming Partners Identified To Perform Work Associated With The Naics For This Rfi. c. Additional Information proprietary Information Is Neither Sought Nor Desired By Mda. If Such Information Is Submitted, It Must Clearly Be Marked "proprietary" On Every Sheet Containing Such Information, And The Proprietary Information Must Be Segregated To The Maximum Extent Practicable From Other Portions Of The Response (e.g., Use An Attachment Or Exhibit). Respondents Are Responsible For Adequately Marking Propriety Information Contained In Their Response. The Government Intends To Use Third Party, Non-government (contractor) Support Personnel As Subject Matter Experts In The Review Of Responses Received, Including The Review Of Any Marked Or Unmarked Proprietary Information Provided. Appropriate Non-disclosure Agreements Have Been Executed Between The Third Party, Non-government (contractor) Support Personnel And The Government And Are On File With The Government. A Submission Of A Response To This Rfi Constitutes The Respondent’s Acknowledgement And Agreement That The Information Provided In The Response, Including Any Marked Or Unmarked Proprietary Or Source Selection Information, May Be Disclosed To These Third Party, Non-government (contractor) Support Personnel. d. Point Of Contact For Submissions questions Regarding This Announcement Shall Be Submitted In Writing By E-mail To The Contracting Officer. Submit All Questions No Later Than 30 Calendar Days From The Release Date Of This Rfi. Although The Government Will Attempt To Answer All Questions Submitted, The Government Is Under No Obligation To Answer Any Questions Submitted After 30 Calendar Days From The Release Date Of This Rfi. Verbal Questions Will Not Be Accepted. all Non-proprietary Questions And Answers Will Be Distributed Via E-mail To All Respondents. Validated Proprietary Questions And Answers Will Be Addressed With Individual Companies And Will Not Be Distributed Via E-mail. based On The Responses From Industry, Industry Days And One-on-ones May Be Scheduled In The Future. contracting Office Address: missile Defense Agency, Mda/snk building 5224, Martin Rd, Attn: Vbiii redstone Arsenal, Al, 35898, United States primary Point Of Contact: john Michael, Procuring Contracting Officer, Ground Sensors Contracts email: John.michael@mda.mil secondary Point Of Contact: kimberly Black, Procuring Contracting Officer, Ground Sensors Contracts email: Kimberly.black@mda.mil
Closing Date7 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n791.10|agb|2156974787|kelly.a.gipson2.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8||||||||| fms Delivery And Shipping Instructions|3||p641|n52211.72| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report||tbd|n00383|tbd|tbd|see Schedule|tbd||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| buy American-free Trade Agreements-balance Of Payments Program - Basic (feb 2024))|11|||||||||||| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| annual Representations And Certifications (feb 2024)|13|336413|1250|||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| this Amendment Is To Clarify The Evaluation Criteria, Open Discussions Between Those Offerors Who Have Already Submitted Proposals, And Set Cut Off Date For Final Proposal Revisions. In Addition, Clause Wsstermmz01 Is Hereby Removed From Solicitation n00383-24-q-t288. In Place Of This Clause, The Following Language Is Included: "the Government Intends To Make A Single Award To The Eligible, Responsible, Technically Acceptable And Responsible Offeror Whose Offer, Conforming To The Solicitation, Represents Best Value To The Government. The Offeror's Proposal Shall Be In The Form Prescribed By, And Shall Contain A Response To Each Of The Areas Identified In The Section L Solicitation Provision Entitled "submission Of Offers For Lowest Priced, Technically Acceptable Offers". Only Those Proposals Prepared In Accordance With The Solicitation Will Be E evaluated. Award Will Be Made On The Basis Of The Lowest Evaluated Price Of Proposals Meeting Or Exceeding Administrative Costs, It Is In The Government?s Best Interest To Do So. The Government Will First Evaluate The Non-price Go/no Go Factors. The Non-price evaluation Factor Is Past Performance. The Non-price Factors Will Be Rated As Either Acceptable Or Unacceptable Based On The Solicitation Criteria. The Contractor Must Achieve An Acceptable Rating In Past Performance Or It Will Be Removed From Competition." final Proposal Revisions Will Be Permitted By Offerors And Are Required To Be Submitted By Friday, February 21, 2025 At 17:00 (5:00 Pm Est). this Solicitation Will Be Using Competitive Procedures. this Requirement Will Be Awarded To The Offeror With The Lowest Pricetechnically Acceptable (lpta) Submitted Via Quote. the Quotes May Be Emailed To The Below Address And Must Be Received By 04:30pmest On The Closing Date, Listed In Block 10 On Page 1 Of This Solicitation. offers Received After The Closing Date Are Considered To Be Late And Will Notbe Considered For Award. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When The Copies Are Either Deposited In The Mail, transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. early And Incremental Deliveries Accepted And Preferred. 1. Scope 1.1 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With Mcdonnell Douglas Aircraft (mda) Drawing Number ( ;76301; ) , ;74a410509-1006; And All Details And Specifications Referenced Therein As Supplemented By Mda, as Of Date Of Contract Award. Incorporation Of Any Supplemental Changes To The Configuration Of The Item Must Be Approved By The Contracting Officer. Any Successful Offeror Is Required To Demonstrate, At Time Of Contract Award, A Bi-lateral Agreement With mda. A Copy Of The Bilateral Agreement Must Be Received By Contracting Officer By The Time Of Contract Award. Contractors Are Requested To Note The Estimated Date Of Award In The Solicitation Remarks Under The Schedule. If The Copy Of The Bi-lateral agreement With Mda Is Not Received As Specified In The Solicitation Remarks Under The Schedule, Then Your Offer Will Not Be Considered For The Instant Award. 1.2 The Bilateral Agreement With Mda Shall Provide For The Following: 1.2.1 Mda Certification In Accordance With The Appropriate Cdrl That The Offeror Has In Its Possession Complete Technical Data Representing The Latest Configuration Including All Engineering Orders, Changes In Design, Etc. And That Such Data Are Used In manufacture Of The Part, Purchased Under This Contract. Mda Review, Disposition And Certification Of All Material Review Board Actions, Requests Waivers And Deviations And Any Requests For Acceptance Of Material Non-conformities. Mda Review And Approval Of process/operation Sheets And Mda Participation, Performance, Review And Approval Of First Article Inspection, As Detailed In Section C Of This Solicitation/contract. 1.2.2 Certification Is Required That All Critical Processes To Include Acquisition Of Forging/castings Have Been Procured From Mda Approved Source(s) In Accordance With The Appropriate Cdrl. 1.3 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Templates, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) will Not Be Provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced specification. 1.4 Quality/inspection Requirements 1.4.1 Mil-q-9858a/aqap-1 Applies: Refer To Contract Section E. 1.4.2 First Article/first Production Lot Inspection: Refer To Contract Section C. 1.4.3 Mandatory Inspection Applies: Refer To Contract Section C. 1.5 The Use Of Mil-w-81381 Wire In Any Item To Be Delivered Under This Procurement Is Prohibited. The Foregoing Prohibition Applies Notwithstanding Any Reference To Mil-w-81381 Wire That May Be Made In Any Of The Drawings Or Specifications For This procurement. Mil-w-22759 Series Wire Shall Be Used In Lieu Of Mil-w-81381 Wire, In Any Place Where Mil-w-81381 Wire Is Cited In This Procurement. Any Questions Concerning This Requirement Should Be Directed To The Procuring Contracting Officer. 1.6 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Mil-std-2000a. Personnel Performing Tasks In Accordance With Mil-std-2000a Shall Be Trained And Certified As Requried By Mil-std-2000a paragraph 5.1.4. 1.7 The Components Being Acquired Under This Solicitation Have Been Classified As Flight Critical Requiring Engineering Source Approval By The Naval Air Systems Command. Only Those Companies Who Have Submitted Requests For Source Approval And Been Approved will Be Eligible For Award Under This Solicitation. Any Company Not Previously Approved May Submit A Source Approval Request To The Contracting Officer, Naval Inventory Control Point, (see Block 10 Of The sf33 For Name And Code). The Source Approval Request Shall Contain The Following Documentation And Shall Be Submitted By The Closing Date Of This Solicitation: (a) Copy Of Complete Configuration Drawings For A Similar Item(s) Which Your Company Has Produced Within The Past Three Years, Including Test Procedures For Which Your Company (1) Has Been Qualified To Manufacture And (2) Which Is Similar, I.e., Requires The same Materials, Manufacturing Processes, Inspections, Tolerances And Similar Application As The Item(s) For Which You Are Seeking Approval. (b) Copy Of The Complete Process/operation Sheets Used To Manufacuture The Similar Item, Including But Not Limited To, Detailed Shop Sketches. These Plans Must Note Those Operations And Processes Performed By Subcontractors/ Vendors. (c) Complete Copies Of Purchase Orders, Shipping Documents, Etc. That Document Delivery Of Production Quantities Of The Part To The Original Equipment Manufacturer Or Military Service. Provide The Most Recent Copies Of The Documents. (d) A Detailed Comparative Analysis Of The Differences/similarities Between The Similar Part And The Part(s) For Which You Are Seeking Approval. This Analysis Should Include Materials, Configuration, Tolerances, Process Requirements, Dimensions, Castings, forgings, Etc. (e) Copy Of Inspection Method Sheets Used In The Manufacturing And At Final Inspection. These Sheets Should Include Actual Tolerance, Print Requirements, Inspection Devices, Sources Performing The Operation And Level Of Inspection. Critical Characteristics should Be Discernible From All Other Characteristics. the Above Requirements Are A Subset Of Requirements Specified In The Aso source Approval Information Brochure Dated January 1995. The Submission Of This Data Subset Is Contingent Upon And In Consideration Of The Submitting Contractor Meeting All Other Requirements Specified In This Solicitation To Include A Bilateral Agreement With mda Which Includes Availability Of Complete Data, Mrb Disposition, Etc. Any Company Not Having Such Agreement, But Desiring To Seek Engineering Source Approval, Will Be Required To Submit Data Meeting All Requirements Of The Aso/navicp Source Approval brochure. 1.8 . The Contractor Shall Include On The Detailed Process/operation Sheets Developed, (1) All In House Manufacturing Processes And (2) The Identity Of All Manufacturing Sources Performing Processes/operations Outside Their Facility. These Sheets Shall Not Be revised Or Altered After The Successful Completion Of First Article Or Production Lot Testing Without Approval From The Basic Design Engineering Activity, Via The Pco. 1.9 . The Inspection Method Sheets Which List The Characteristics Of Each Item Produced Under The Contract Shall Have Serial Number Traceability To The Raw Material, Casting, Or Forging. 1.10 . Markings Shall Be In Accordance With Mil-std-130, Revision ;h; , Paragraphs 5.3.3 (a), (b), (c) And (g). Method And Location Shall Be In Accordance With Drawing. 1.11 Articles To Be Furnished Hereunder Shall Be Repaired, Tested Andinspected In Accordance With The Terms And Conditions Specified In Therequirements Section Of This Document. 1.12 Unless Expressly Provided For Elsewhere In This Clause, Equipment Suchas Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Orany Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.13 The Use Of Mil-w-81381 Wire In Any Item To Be Delivered Under This Procurement Is Prohibited. The Foregoing Prohibition Applies Notwithstanding Any Reference To Mil-w-81381 Wire That May Be Made In Any Of The Drawings Or Specifications For This procurement. Sae-as22759 Series Wire Shall Be Used In Lieu Of Mil-w-81381 Wire, In Any Place Where Mil-w-81381 Wire Is Cited In This Procurement. Any Questions Concerning This Requirement Should Be Directed To The Procuring Contracting Officer. 1.14 If Mil-std-454 Is Referenced In The Drawings Or In The Specification,the Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c Personnel Performing Tasks In Accordance With Ipc/eiaj-std-001c Shall Be Trained And Certified As Requried By ipc/eiaj-std-001c Paragraph 5.1.4. 2. Applicable Documents drawing Data=74a410509-1006 |76301|^^| |a| | | | 3. Requirements - Not Applicable 4. Quality Assurance 4.1 The Material Produced Under Contract Shall Be Accepted By The Cognizant U.s. Government Inspector/cao/qar Contingent Upon The Successful Completion Of These Requirements. First Article Testing Shall Consist Of Two Parts. Part I Shall Be Conducted At The successful Offeror's Facilities With Mcdonnell Douglas Aircraft (mda) And U.s. Government Personnel In Attendance To Witness Testing. Part Ii Will Be Conducted At Mda Facility With The Successful Offeror And U.s. Government Personnel In Attendance. 4.2 First Article Testing Requirements Part I (to Be Performed At The Successful Offeror's Facility) a. The Contractor Shall Perform Detailed Dimensional Inspection Of The First Piece Using The Digital Data Provided By Mda. This Data Will Be Used To Inspect The First Piece With Results Being Compared To Results Of An Inspection Of The Model Provided By Mda using The Same Testing Facilities And Equipment. All Testing Shall Be Witnessed By U.s. Government Personnel, As Well As Mda Personnel. The Pco Shall Be Provided Notification Not Later Than 30 Days Prior To Date That The First Article Is Scheduled To Insure proper U.s. Government Personnel Availability. b. Compliance With Drawing ( ;76301; ) , ;74a410509-1006; Latest Revision And Specifications Referenced Therein. c. Function - In Accordance With Mda Acceptance Test Procedures Where Applicable Per Mda Supplied Data Package d. Dimensional Check Of Detailed Parts Prior To Assembly To Include Forging Prior To Machining e. Review Of Documentation As Provided Under Cdrl (dd1423) Requirements. f. Review Of The Following Documentation: Process/operation Sheets Critical Process Certification Completed Inspection Method Documents Material Certifications: Documentation Certifying That The Material Used In Manufacture Of The Items Is In Accordance With The Applicable Drawing And Material Specification Including Test Results. Forging: Documentation Certifying That Only The Mda Approved Sources Were Used For Critical Processes Including Forging/casting(s) For The Item And That All Test/inspections Required In The Material Specification Were Complied With, Including Test Reports. g. Mda Review Of First Article And Certification In Accordance With The Applicable Cdrl Is Required. 4.3 . First Article Testing Requirements Part Ii (to Be Conducted At Mda Facilities) a. The Contractor Shall Provide For The First Article Piece To Be Inspected By Mda Personnel At Mda Facilities In Order To Verify And Correlate Test Results Using The Digital Data Provided By Mda. This Testing Shall Be Witnessed By U.s. Government Personnel. b. Certification/report Of Findings Shall Be Provided By Mda In Accordance With Cdrl. 4.4 . Production Lot Testing a. The Production Lot Sample(s) Shall Be Selected At Random By The Cognizant Government Inspector (dcmao/qar). The Samples Shall Be Identified By Contract Number, Lot Number And Be Clearly Marked As Follows: production Lot Test Samples not Rfi Material do Not Take Up In Stock b. Such Samples Shall Be Tested In Sufficient Time Prior To The Delivery Date Of The Production Articles To Allow A 60 Day Period For Testing And Written Notification By The Contracting Officer Of The Approval Or Disapproval Of The Samples. Within 45 Days Of the Receipt Of The Samples, The Cao Shall Notify The Contracting Officer, Naval Inventory Control Point, Attn: (see Block 10.a. Of Sf33 For Name And Code) Of The Results Of The Testing, Together With A Recommendation For Approval Or Disapproval. c. In The Event The Contractor Does Not Receive Written Notification Of Approval, Conditional Approval, Or Disapproval Of The Samples For A Particular Production Lot Within 60 Days From Their Submission For Such Testing, The Contract Delivery Schedule Shall Be equitably Adjusted As Necessary. d. If The Contractor Fails To Deliver Any Production Lot Samples For Testing Within The Time Or Times Specified, Or If The Contracting Officer Disapproves Any Production Lot Samples, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The meaning Of The Default Clause Of This Contract, And This Contract Shall Be Subject To Termination For Default. e. In Order For A Production Lot To Be Acceptable, All Samples Representative Of The Lot Must Pass All Of The Contract Requirements. In The Event A Sample Fails To Pass Such Requirements, The Lot Will Be Rejected. In Such Event, The Government May, At Its option And At No Additional Cost To The Government, (i) Terminate All Or Any Portion Of This Contract For Default, (ii) Require The Manufacture Of A New Production Lot, Or A Rework Of The Rejected Production Lot If The Means And Procedures Proposed By The contractor For Rework Are Acceptable To The Government, Or (iii) Require The Submission Of Additional Samples For Test. The Foregoing Procedures Shall Apply To New Or Reworked Production Lots In The Same Way As They Did To The Original Production Lot. f. For Each Additional Sample Or Each Resubmission Of A Modified Sample Which The Contractor Is Required To Submit For Approval Hereunder As A Result Of The Failure Of A Previous Sample To Conform To The Requirements Of The Specifications, The Contractor Shall pay To The Government The Costs Of Reinspection, Shipping, Examination And Retesting, And The Contractor And His Sureties (if Any) Shall Be Liable For The Amount Of Such Costs. g. All Transportation Charges Incurred In The Submission And Return Of Any Production Lot Sample Shall Be Borne By The Contractor. h. Nothing Contained In The Foregoing Provisions Of This Clause, And No Action Of The Government In Accordance Herewith, Shall In Any Way Prejudice The Right Of The Government Under The Clause Of This Contract Entitled Default. i. One Each Sample From The First Production Lot Shall Be Subjected To A 100% Dimensional Inspection At The Contractor's Facility Witnessed By U.s. Government And Mda Personnel. j. The Contractor Shall Perform Detailed Dimensional Inspection Of The Production Lot Sample Using The Digital Data Provided By Mda. All Testing Shall Be Witnessed By U.s. Government Personnel, As Well As Mda Personnel. The Pco Shall Be Provided Notification not Later Than Thirty (30) Days Prior To The Date Production Lot Testing Is Scheduled To Insure Proper U.s. Government Personnel Availability. k. Compliance With Drawing ( ;76301; ) ;74a410509-1006; Latest Revision And Specifications Referenced Therein. l. Function - In Accordance With Mda Acceptance Test Procedures Where Applicable Per Mda Supplied Data Package m. Dimensional Check Of Detailed Parts Prior To Assembly To Include Forging Prior To Machining. n. Review Of Documentation As Provided Under Cdrl (dd1423) Requirements o. Review Of The Following Documentation: Process/operation Sheets Critical Process Certification Completed Inspection Method Documents Material Certifications: Documentation Certifying That The Material Used In Manufacture Of The Items Is In Accordance With The Applicable Drawing And Material Specification Including Test Results. Forging: Documentation Certifying That Only The Mda Approved Sources Were Used For Critical Processes Including Forging/casting(s) For The Item And That All Test/inspections Required In The Material Specification Were Complied With, Including Test Reports. p. Mda Review Of Production Lot And Certification In Accordance With The Applicable Cdrl Is Required. in Addition To The Above Tests, The Production Lot Samples(s) To Be Delivered Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Sample(s) Comply With Contract Requirements. 4.5 Testing Location, Cost And Estimated Leadtime a. All Testing Is To Be Accomplished At The Contractor's Or Mda Facilities As Facilitated By The Successful Offeror's Agreement With Mda. Cost Of Contractor Testing To Be Borne By The Successful Offeror. The Contractor Shall Deliver ;two (2); Unit(s) Of The following (76301) Part Number ;74a410509-1006; As Specifed In This Contract ;400; Dac. b. Estimated Cost For Government Witnessing Of Inspection/test is $ ;15,000.00; . the Contractor Shall Submit The First Article Test Report Within ;430; Calendar Days From The Date Of This Contract. Forward Copies Of Report In Accordance With Distribution Cited On Dd1423. Mark Reports As Follows:"first Article Test Report: Contract No. ___________________ ; Lot/item No. _______________" . within Thirty (30) Calendar Days After The Contracting Officer Receives The Test Report, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval Or Disapproval Of The First Article. The Notice Of Conditional approval Or Approval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The Contractor. A notice Of Disapproval Shall Cite Reasons For The Disapproval. c. If The First Article Is Disapproved, The Contractor, Upon Government Request, Shall Repeat Any Or All First Article Tests. After Each Request For Additional Tests, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First article Or Select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Then Conduct The Tests And Deliver Another report To The Government Under The Terms And Conditions And Within The Time Specified In Paragraph B Above. The Government Reserves The Right To Require An Equitable Adjustment Of The Contract Price For Any Extension Of The Delivery Schedule, Or For Any additional Costs To The Government Related To These Tests. d. If The Contractor Fails To Deliver Any First Article Report On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract. e. Unless Otherwise Provided In The Contract, And If The Approved First Article Is Not Consumed Or Destroyed In Testing, The Contractor May Deliver The Approved First Article As Part Of The Contract Quantity If It Meets All Contract Requirements For acceptance. f. If The Government Does Not Act Within The Time Specified In Paragraph B Above, The Contracting Officer Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract, The Delivery Or Performance Dates and/or The Contract Price, And Any Other Contractual Term Affected By The Delay. g. Before First Article Approval, The Contracting Officer May, By Written Authorization, Authorize The Contractor To Acquire Specific Materials Or Components Or To Commence Production To The Extent Essential To Meet The Delivery Schedules. Until First Article approval Is Granted, Only Costs For The First Article And Costs Incurred Under This Authorization Are Allocable To This Contract For (1) Progress Payments, Or (2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government. If first Article Tests Reveal Deviations From Contract Requirements, The Contractor Shall, At The Location Designated By The Government, Make The Required Changes Or Replace All Items Produced Under This Contract At No Change In The Contract Price. h. The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To This Effect With Each First Article. ^^ Note: Contractor May Deliver Mda Certifications For A First Article Test Completed By Mda And Contractor Under An Mda Production Contract In Lieu Of Testing A First Article Produced Under This Contract, Provided That The Contractor Provides, At Least Ten (10) Calendar Days Before Testing, Notice To The Government, So That The Government May Witness The Tests, And Further Provides A Certification That Such Testing Under The Mda Production Contract Is In Compliance With All The First Article Requirements Of This contract. The Certifications Submitted Shall Be Treated As Submitted Pursuant To The First Article Clause Of This Contract And Shall Be Approved/disapproved As Set Forth In That Clause. 4.6 Notification Of Testing the Contractor Shall Notify The Pco, Aco And Qar Thirty (30) Days Prior To Conducting First Article/first Production Lot Tests So That The Government May Witness Such Testing. The Qar Shall Be Present To Witness All First Article/first Production Lot Tests. 4.7 Disposition Of First Article/production Lot Samples a. First Article Samples Shall Not Be Considered As Production Items Due. b. Production Lot Samples May Be Considered As Production Items Under The Contract Provided The Samples Can Be Refurbished To A Ready For Issue (rfi) Condition And Provided The Samples Have Inspection Approval Of The Cognizant Qar. Samples May Be Shipped As production Items Only After All Other Units Required Under The Contract Have Been Provided And Are Ready For Shipment. 4.8 During Production Mandatory Inspection Is Required To Be Accomplished By The Contractor As Follows: 4.8.1 Verification That The First Piece Of Each Lot Run On A Machine For A Specific Part Will Be Checked To 100% Dimensions Of Print. Every Sixth Piece Thereafter Shall Be Checked 100% To Print. 4.8.2 All Final Inspection Method Sheets (ims) Shall Be Validated By A Government Authorized Inspector For All Sub Components And Final Assembly. This Is To Be Accomplished By Random Sampling Of Characteristics. 4.8.3 In Cases Where Functional Testing Is Required, The U.s. Government Authorized Inspector Shall Validate 100% Of The Final Functional Tests Reports Performed To Mcair Acceptance Test Procedures For Fscm/cage ( ;76301; ), Part Number, ;74a410509-1006; , In accordance With Acceptance Test Plan ;n/a; . 4.8.4 Material Verification - The U.s. Government Authorized Inspector Shall Verify That The Material Certification Is In Accordance With The Appropriate Drawing. 4.8.5 Verification Via Random Inspection Of Surface Finish. 4.9 Alternate Offers - Waiver Of First Article Approval Requirements (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4, As Applicable). (i) Unless Otherwise Specified In The Solicitation, The Naval Inventory Control Point Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The government Or The Original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Approval Requirements Shall Submit evidence With Its Offer Establishing That: (a) The Last Production Unit Was Delivered Within Three (3) Years Of the Issue Date Of This Solicitation And (b) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run. additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee Responsible For The Offer, Stating That: (a) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequence Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, and (b) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States Code, Section 1001.) (ii) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And One that Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements, It Will Be Deemed To Be Based On Compliance With The First Article approval Requirements. (iii) In The Event Waiver Of The First Article Approval Requirements Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated for The Government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Soliciatation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery schedule He Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) within Days: item No. ____________ Quantity _________ After Date Of Contract ________ 4.10 Alternate Offers - Waiver Of Production Lot Testing Approval Requirements (i) The Naval Inventory Control Point Reserves The Right To Waive The Production Lot Testing Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The Government Or The Original Equipment manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of Production Lot Testing Approval Requirements Shall Submit Evidence With Its Offer Establishing That: (a) The Last Production Unit Was Delivered Within Three (3) Years Of the Issue Date Of This Solicitation And (b) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run. additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee Responsible For The Offer, Stating That: (a) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequence Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, and (b) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States Code, Section 1001.) (ii) In The Event Waiver Of The Production Lot Testing Approval Requirements Is Granted, The Delivery Schedule For The Production Units Shall Be One Hundred And Sixty-five (165) Days Earlier Than That Which Is Desired Had The Waiver Not Been Granted. If The offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule He Offers The Government. Offeror's Alternate Proposed Delivery Schedule (based On Waiver Of Production Lot Testing Approval Requirements) within Days: item No. ____________ Quantity _________ After Date Of Contract ________ 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable date Of First Submission=asreq date Of Subsequent Submission=asreq paragraphs 10.1, 10.2, 10.2.1, 10.2.2, 10.2.4 And 10.5 Apply. block 12: First Submission To Be Made Upon Submission Of Test Sample./ Block 13: Subsequent Submission To Be Made Upon Completion Of Contract. / date Of First Submission=asreq date Of Subsequent Submission=asreq paragraphs 10.1, 10.2, 10.2.1, 10.2.2, 10.2.4 And 10.5 Apply. block 12: First Submission To Be Made Upon Submission Of Test Sample./ Block 13: Subsequent Submission To Be Made Upon Completion Of Contract. / date Of First Submission=asreq date Of Subsequent Submission=asreq paragraphs 10.1, 10.2, 10.2.1, 10.2.2, 10.2.4 And 10.5 Apply. block 12: First Submission To Be Made Upon Submission Of Test Sample./ Block 13: Subsequent Submission To Be Made Upon Completion Of Contract. / date Of First Submission=asreq date Of Subsequent Submission=asreq paragraphs 10.1, 10.2, 10.2.1, 10.2.2, 10.2.4 And 10.5 Apply. block 12: First Submission To Be Made Upon Submission Of Test Sample./ Block 13: Subsequent Submission To Be Made Upon Completion Of Contract. / date Of First Submission=asreq date Of Subsequent Submission=asreq paragraphs 10.1, 10.2, 10.2.1, 10.2.2, 10.2.4 And 10.5 Apply. block 12: Upon Submission Of Test Samples. block 13: Subsequent Submissions To Be Made If The Process Operation Change After Approval To Include ;mda; Certification. date Of First Submission=asreq date Of Subsequent Submission=asreq paragraphs 10.1, 10.2, 10.2.1, 10.2.2, 10.2.4 And 10.5 Apply. block 12: First Submission To Be Made Upon Submission Of Test Sample./ Block 13: Subsequent Submission To Be Made Upon Completion Of Contract. / date Of First Submission=asreq date Of Subsequent Submission=asreq subtitle: First Article/production Lot Report Certification block 12: ;430; Days After Contract Award First Article Test Report/certification Of ;mda; Approval Of First Article block 13: 30 Days After Completion Of Production Lot Testing Certification Of ;mda; Approval Of Production Lot Testing block 14: When Navicp 02 Is Referenced In Distribution, Forward To The Navicp Code Cited On Block 10.a. On Page 1. date Of First Submission=060 Dac date Of Subsequent Submission=010 Days Eom paragraph 10, Sub-paragraph 10.1 Through 10.3 Omit Items G, Q, X, Y, Z, 10.3 A(1) And (5). date Of First Submission=asreq block 6: Forward Additional Copy To Aso Code Cited In Block 10.a On Page 1. block 12: First Submission To Be Made Upon Submission Of Test Sample./ Block 13: Subsequent Submission To Be Made Upon Completion Of Contract. /
Closing Date21 Feb 2025
Tender AmountRefer Documents 

Bureau Of Corrections Muntinlupa City Metro Manila Tender

Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Philippine Bidding Documents Supply And Delivery Of Various Bucor Vehicles 2025 (procurement/contract No. 010) Sixth Edition July 2020 Bids And Awards Committee 2024 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 6 Section Iii. Bid Data Sheet 16 Section Iv. General Conditions Of Contract 19 Section V. Special Conditions Of Contract 22 Section Vi. Schedule Of Requirements 27 Section Vii. Technical Specifications 29 Section Viii. Bidding Forms 34 Section I. Invitation To Bid Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Invitation To Bid For Supply And Delivery Of Various Bucor Vehicles 2025 1. The Bureau Of Corrections, Through The National Expenditure Program Fy 2025 (capital Outlay) Intends To Apply The Sum Of Seventeen Million Three Hundred Thousand Pesos Only (₱17,300,000.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Various Bucor Vehicles 2025 With Identification Number __epa-010__. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Corrections Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within Thirty (30) Calendar Days. Bidders Should Have Completed, Within The Last Four (4) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Equivalent To At Least Fifty Percent (50%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bureau Of Corrections And Inspect The Bidding Documents At The Address Given Below During Monday To Friday From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On __december 29, 2024 (08:00am To 05:00pm) To January 20, 2025 (08:00am To 01:29pm)___ 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 Twenty-five (₱25,000.00) Thousand Pesos Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees And Presented In Person. 6. The Bureau Of Corrections Will Hold A Pre-bid Conference On __january 06, 2025 (01:30pm)____ At Bac Conference Room Nbp Reservation Muntinlupa City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before __january 20, 2025 (01:29pm)__. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On __january 20, 2025 (01:30pm)__ At The Given Address Below Bac Conference Room Nbp Reservation Muntinlupa City, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Schedule Of Bidding Activities Shall Be As Follows: Activites Date/time Venue 1. Sale And Issuance Of Bid Documents December 29, 2024 (08:00am To 05:00pm) To January 20, 2025 (08:00am To 01:29pm)_ Supply Division Bureau Of Corrections Muntinlupa City 2. Pre-bid Conference January 06, 2025 (01:30pm Bac Conference Room Bureau Of Corrections Muntinlupa City 3. Submission And Opening Of Bid Documents January 20, 2025 (01:30pm) Bac Conference Room Bureau Of Corrections Muntinlupa City 11. The Bureau Of Corrections Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Maria Adoracion I. Viñas Office Of The Bac Secretariat Supply Office, Bureau Of Corrections, Muntinlupa City Tel # 02-8809-8587/02-8478-0907 Bacsec2022@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Bucor.gov.ph Date Of Issue: _______________ Ccsupt. Celso S. Bravo Chairperson, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Bureau Of Corrections Wishes To Receive Bids For The Supply And Delivery Of Various Bucor Vehicles 2025 {[insert, If Applicable:] Under A Framework Agreement}, With Identification Number [indicate Number]. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project Supply And Delivery Of Various Bucor Vehicles 2025 Is Composed Of One (1) Lot, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For National Expenditure Program Fy 2025 (capital Outlay) In The Amount Of Seventeen Million Three Hundred Thousand Pesos Only (₱17,300,000.00). 2.2. The Source Of Funding Is: A. Nga, The General Appropriations Act Or Special Appropriations. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. [select One, Delete Other/s] A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. B. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.2. [if Procuring Entity Has Determined That Subcontracting Is Allowed During The Bidding, State:] The Bidder Must Submit Together With Its Bid The Documentary Requirements Of The Subcontractor(s) Complying With The Eligibility Criteria Stated In Itb Clause 5 In Accordance With Section 23.4 Of The 2016 Revised Irr Of Ra No. 9184 Pursuant To Section 23.1 Thereof. 7.3. [if Subcontracting Is Allowed During The Contract Implementation Stage, State:] The Supplier May Identify Its Subcontractor During The Contract Implementation Stage. Subcontractors Identified During The Bidding May Be Changed During The Implementation Of This Contract. Subcontractors Must Submit The Documentary Requirements Under Section 23.1 Of The 2016 Revised Irr Of Ra No. 9184 And Comply With The Eligibility Criteria Specified In Itb Clause 5 To The Implementing Or End-user Unit. 7.4. 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 Bac Conference Room Nbp Reservation, Poblacion, Muntinlupa, City And/or Through Videoconferencing/webcasting} As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section 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 Four (4) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 11.5. [include If Framework Agreement Will Be Used:] Financial Proposals For Single Or Multi-year Framework Agreement Shall Be Submitted Before The Deadline Of Submission Of Bids As Prescribed In The Ib. For Multi-year Framework Agreement, Evaluation Of The Financial Proposal During This Stage Is For Purposes Of Determining Eligibility And Whether Or Not Such Financial Proposal Is Within The Abc. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 12.2. [include If Framework Agreement Will Be Used:] For Framework Agreement, The Following Should Also Apply In Addition To Clause 12.1: A. For A Single Year Framework Agreement, The Prices Quoted By The Bidder Shall Be Fixed During The Bidder’s Performance Of The Contract And Not Subject To Variation Or Escalation On Any Account. Price Schedules Required Under Clause 12.1 Shall Be Submitted With The Bidding Documents. B. For A Multi-year Framework Agreement, The Prices Quoted By The Bidder During Submission Of Eligibility Documents Shall Be The Ceiling And The Price Quoted During Mini-competition Must Not Exceed The Initial Price Offer. The Price Quoted During Call For Mini-competition Shall Be Fixed During The Bidder’s Performance Of That Call-off And Not Subject To Variation Or Escalation On Any Account. Price Schedules Required Under Clause 12.1 Shall Be Submitted With The Bidding Documents. 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 [indicate Date]. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14.3. [include If Framework Agreement Will Be Used:] In The Case Of Framework Agreement, Other Than The Grounds For Forfeiture Under The 2016 Revised Irr, The Bid Security May Also Be Forfeited If The Successful Bidder Fails To Sign The Framework Agreement, Or Fails To Furnish The Performance Security Or Performance Securing Declaration. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Posting Of Performance Security Or Performance Securing Declaration, As The Case May Be, By The Winning Bidder Or Compliant Bidders And The Signing Of The Framework Agreement. 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. 16.2. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, The Submission Of Bids Shall Be For The Initial Evaluation Of Their Technical And Financial Eligibility. Thereafter, Those Declared Eligible During The Said Initial Eligibility Evaluation And Entered Into A Framework Agreement With The Procuring Entity Shall Submit Anew Their Best Financial Offer At The Address And On Or Before The Date And Time Indicated In The Call For Each Mini-competition. 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. 18.2. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, Determination Of Margin Of Preference Shall Be Conducted Every Call For Mini-competition. 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. [include The Following Options If Framework Agreement Will Be Used:] A. In The Case Of Single-year Framework Agreement, The Lowest Calculated Bid Shall Be Determined Outright After The Detailed Evaluation; B. For Multi-year Framework Agreement, The Determination Of The Eligibility And The Compliance Of Bidders With The Technical And Financial Aspects Of The Projects Shall Be Initially Made By The Bac, In Accordance With Item 7.4.2 Of The Guidelines On The Use Of Framework Agreement. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Option 1 – One Project Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.1. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, All Bidders Initially Determined To Be Eligible And Financially Compliant Shall Be Subject To Initial Post-qualification. The Bac Shall Then Recommend The Execution Of A Framework Agreement Among All Eligible, Technically And Financially Compliant Bidders And The Procuring Entity And Shall Be Issued By Hope A Notice To Execute Framework Agreement. The Determination Of The Lowest Calculated Bid (lcb) Shall Not Be Performed By The Bac Until A Mini-competition Is Conducted Among The Bidders Who Executed A Framework Agreement. When A Call For Mini-competition Is Made, The Bac Shall Allow The Bidders To Submit Their Best Financial Proposals On Such Pre-scheduled Date, Time And Place To Determine The Bidder With The Lcb. 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, {[include If Framework Agreement Will Be Used:] 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. {[include If Framework Agreement Will Be Used:] For Every Mini-competition In Framework Agreement, The Lcb Shall Likewise Submit The Required Documents For Final Post Qualification.} 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. [include The Following Clauses 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 Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Motor Vehicle. B. Completed Within The Last Four (4) Years Equivalent To At Least Fifty Percent (50%) Of The Abc, 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 Bureau Of Corrections Iwahig Prison And Penal Farm (ippf) Puerto Prinsesa City, Palawan Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 19.3 One Project Having Several Items That Shall Be Awarded As One Contract. 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; 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) 2. Supporting Documents For The Slcc (sales Invoice Or Official Receipt Or End-users Acceptance) 3. Certified True Copy Coming From The Issuing Agency Of Valid And Current Registration Certificate (sec Certificate Of Registration For Corporation Or Dti Certificate Of Registration For Sole Proprietorship Or Cda Certificate Of Registration For Cooperative) 4. Valid And Current Mayor’s Or Business Permit 5. Valid And Current Tax Clearance 6. Audited Financial Statement 7. 2 Sets Photo Copy Of Eligibility And Financial Envelope Marked As “copy 1” And “copy 2” 21.2 No Additional Contract Documents. 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. [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 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.{[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 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 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause 1 [list Here Any Additional Requirements For The Completion Of This Contract. The Following Requirements And The Corresponding Provisions May Be Deleted, Amended, Or Retained Depending On Its Applicability To This Contract:] 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 This Contract Are Delivered To Bureau Of Corrections Iwahig Prison And Penal Farm (ippf) Puerto Prinsesa City, Palawan. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Acting Director, Directorate For Engineering Services. 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. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: A. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And B. In The Event Of Termination Of Production Of The Spare Parts: I. Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii. Following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Cost Thereof Are Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of [indicate Here The Time Period Specified. If Not Used Indicate A Time Period Of Three Times The Warranty Period]. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within [insert Appropriate Time Period] Months Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 Not Applicable 4 The Inspections And Tests That Will Be Conducted Are: Partial/complete Goods Shall Be Inspected By The Tiac Technical Inspection And Acceptance Committee. Representative From Supply Division To Be Witnessed By: Coa Representative The Goods Shall Be Accepted By The End User After Passing The Inspection Of The Tiac (technical Inspection And Acceptance Committee). 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. Section Vi. Schedule Of Requirements Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Section Vi. Schedule Of Requirements Supply And Delivery Of Various Bucor Vehicles 2025 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 Prison Van 6 30 Calendar Days 2 Staff Car 2 30 Calendar Days 3 Staff Car 4 30 Calendar Days I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Vii. Technical Specifications Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 1 Prison Van Overall Dimensions L X W X H (mm): 4,600 X 1,695 X 1,955 Wheelbase: 2400 Seating Capacity: 3 Engine Type Type: 4ja1 Direct Injection Common Rail Displacement (cc):2499 Maximum Output (ps/rpm): 78 Hp @3900 Rpm Maximum Torque (nm/rpm): 176.5 Nm @ 1800 Rpm Fuel Type: Diesel Fuel Tank Capacity: 50 Liters Transmission: 5-speed Manual Brakes: Front: Ventilated Discs Rear: Drum. Leading & Trailing Tires: 195r 14c 8pr Wheels (size): 14 X 5.5jj (6 Studs) Color: Camouflage Safety And Security Blinker And Siren Comm. Sys. Basic Tools, Jack And Manual Others: Bucor Logo Registration: 3 Years Lto Registration 1 Year Gsis Comprehensive Insurance __________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 2 Staff Car Overall Dimensions L X W X H (mm): 4,735 X 1,830 X 1,795 Seating Capacity:8 Engine Type Type: 4-cylinder, In-line, 16-valve Double Overhead Camshaft (variable Nozzleturbo Charger W/ Intercooler) Engine Displacement (cc): 2755 Maximum Output (ps/rpm) 174 / 3,400 Maximum Torque (nm/rpm): 360 / 1,200 - 3,400 Fuel Type: Diesel 1 Gd - Ftv 6 - Speed At Multi - Reflector Halogen Black+silver Front Grille Function Fabric (black)* With Keyless Entry Eco+power Apple Carplay + Android Auto Safety And Security Driver + Front Passenger + Knee (d) With + Brake Assist + Ebd With Vehicle Stability Control ( Vsc) With Hill-start Assist Control (hsa) With Reverse Camera Other Modification: Color- Black Blinker And Siren Com. Sys. Basic Tools, Jack And Manual Others: Bucor Logo- Magnetic Type Registration: 3 Years Lto Registration 1 Year Gsis Comprehensive Insurance _________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 3 Staff Car Overall Dimensions L X W X H (mm): 4,395 X 1,730 X 1,690 Wheelbase(mm): 2750 Seating Capacity: 7 Engine Type Type: 4-cylinder, In-line, 16-valve Dohc With Duel Vvt-idisplacement (cc):1329 Maximum Output (ps/rpm) 98/6000 Maximum Torque (nm/rpm): 122/4200 Fuel Type: Gasoline Fuel Tank Capacity: 43l Chassis Drivetrain: Front Wheel Drive Cvt Transmission 1nr-ve Brakes: Front: Disc Rear: Drum Tires: 185/ 65 R15 Alloy 15" Alloy Wheels __________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 3 Continuation: Exterior Segment Lcd Mid Headlamps: Split Type Led Rear Combination: Led Lamp 2-tone Interior Function Key Start Digital Aircon Control Back Camera & Sensor 8" Audio Display With Apple Carplay And Android Auto Safety And Security Driver And Front Passenger Airbags Alarm+immobilizer+indicator Back Camera Color: Black Metallic 1 Blinker And Siren Comm. Sys. Basic Tools, Jack And Manual Others: Bucor Logo- Magnetic Type Registration: 3 Years Lto Registration 1 Year Gsis Comprehensive Insurance __________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Viii. Checklist Of Technical And Financial Documents Checklist Of Technical And Financial Documents I. Eligibility Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); 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 ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Bidders Should Have Completed, Within The Last Four (4) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Equivalent To At Least Fifty Percent (50%) Of The Abc, 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 ⬜ Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And (h) Conformity With The Schedule Of Requirements; And ⬜ (i) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And A. Certificate Of Dealership B. List Of Service Centers Nationwide C. Certificate Of Availability Of Spare Parts D. Brochure And ⬜ (j) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate/board Resolution 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 Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc; Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation At Least Equal To Ten Percent (10%) Of The Abc. Class “b” Documents ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Each Partner Of The Joint Venture Shall Submit Their Respective Philgeps Certificates Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Eligibility Documents By Any Of The Joint Venture Partners Constitutes Compliance: Provided, That The Partner Responsible To Submit The Nfcc Shall Likewise Submit The Statement Of All Of Its Ongoing Contracts And Audited Financial Statements Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Bidding Forms Company Letterhead Statement Of Ongoing Government & Private Contracts Supply And Delivery Of Various Bucor Vehicles 2025 Statement Of All Its Ongoing Government And Or Private Contracts Including Contracts Awarded But Not Yet Started, If Any Whether Similar Or Not Similar In Nature. Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Value Of Outstanding Contract Total Value Of Outstanding Contract: Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Statement Of Single Largest Completed Contract Supply And Delivery Of Various Bucor Vehicles 2025 Statement Of Single (1) Largest Completed Contract Of Similar In Nature Within The Last Four (4) Years From The Date Of Submission And Receipt Of Bids Amounting To At Least Fifty Percent (50%) Of The Approved Budget Of The Contract (abc) Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa’s Consumer Price Index, If Necessary Date Of Delivery Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 Certificate Of Net Financial Contracting Capacity (please Show Figures At How You Arrived At The Nfcc) This Is To Certify That Our Net Financial Contracting Capacity (nfcc) Is _____________________ (p____________) Which Is At Least Equal To The Total Ceiling Price We Are Bidding. The Amount Is Computed As Follows: (please Show Computation Of Nfcc) Nfcc = (ca-cl) (15) – C Where: Ca = Current Assets Cl = Current Liabilities C = Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Going Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project Note: The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Audited Financial Statement Submitted To The Bir. Issued This _________________day Of ________________, 2025 _______________________________________________ Name & Signature Of Authorized Representative ____________________ Position _______________ Date Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: Bureau Of Corrections I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Ten (10) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. ______________________________________________________ [insert Name Of Bidder’s Authorized Representative] _____________________________ [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ Issued On ______________ At ___________________________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 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: A) If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections, As Shown In The Attached Duly Notarized Special Power Of Attorney; B) 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 Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections, As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting ; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder]is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The Supply And Delivery Of Various Bucor Vehicles 2025. 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 ___, 2025 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 Issued On ____________________ At _____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 Bid Form Date: Invitation To Bid No: [insert Reference Number] To: Bids And Awards Committee Bureau Of Corrections Nbp Reservation Muntinlupa City 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 Various Bucor Vehicles 2025 In Conformity With The Said Bidding Documents For The Sum Of ________________________________________₱_________________ Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In Bds Provision For Itb Clause 17.1 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 You’re Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per Itb Clause 5 Of The Bidding Documents. We Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections. [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 Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 2025. [signature Over Printed Name] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of __________________________ Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Schedule Of Prices Supply And Delivery Of Various Bucor Vehicles 2025 Quantity Units Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat 6 Units Prison Van ₱8,700,000.00 2 Units Staff Car ₱3,600,000.00 4 Units Staff Car ₱5,000,000.00 Total: ₱17,300,000.00 Total Bid Price Inclusive Of Vat In Words [signature Over Printed Name] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of _______________________________ Sixth Edition July 2020 Bids And Awards Committee 2024
Closing Date20 Jan 2025
Tender AmountPHP 17.3 Million (USD 295.3 K)
9151-9160 of 9256 archived Tenders