Transportation Tenders

Transportation Tenders

Province Of Occidental Mindoro Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description 9epublic Of The Philippines Province Of Occidental Mindoro Municipality Of Abra De Ilog Invitation To Bid For Supply And Delivery Of Goods For The Construction Of Bhs With Birthing Facility (phase 2) Sitio Kalamias, Brgy. Cabacao 1. The Local Government Unit Of Abra De Ilog, Occ. Mindoro, Through The Trust Fund Intends To Apply The Sum Of Four Hundred Seventy Two Thousand Seventy Three Pesos And Sixty Centavos Only ( P 472,073.60) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Supply And Delivery Of Goods For The Construction Of Bhs W/ Birthing Facility (phase 2) Goods # 02-2025. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Abra De Ilog, Occ. Mindoro Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 45 Calendar Days. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Local Government Unit Of Abra De Ilog, Occ. Mindoro And Inspect The Bidding Documents At The Address Given Below During From February 7, 2025 To February 14, 2025; 8:00 Am To 5:00 Pm During Weekdays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 7, 2025 To February 14, 2025; 8:00 Am To 5:00 Am During Weekdays Upon Payment Of The Applicable Fee For The Bidding Documents Pursuant To The Guidelines Issued By The Gppb In The Amount Of Five Hundred Pesos Only (p 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Electronic Means And Presented In Person. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 14, 2025; 2:30 Pm. Late Bids Shall Not Be Accepted. 6. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 7. Bid Opening Shall Be On February 14, 2025; 2:30 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 8. The Local Government Unit Of Abra De Ilog, Occ. Mindoro 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. 9. For Further Information, Please Refer To: Engr. Adriel S. Dacara Municipal Engineer Office Of The Mun. Engineer Abra De Ilog, Occ. Mindoro 0910-8748-143 Meo.abradeilog@gmail.com Xiron Arsenio A. Oteyza Planning Officer Municipal Building Barangay Poblacion, Abra De Ilog, Occ. Mindoro Baclguabradeilog@yahoo.com Cp# 0947-286-1266 February 6, 2025 Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Abra De Ilog, Occ. Mindoro Wishes To Receive Bids For The Supply And Delivery Of Goods For The Construction Of Bhs With Birthing Facility (phase 2) With Identification Number Goods # 02-2025. The Procurement Project (referred To Herein As “project”) Is Composed Of Goods, 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 Fy 2024 In The Amount Of Four Hundred Seventy Two Thousand Seventy Three Pesos And Sixty Centavos Only. ( P 472,073.60) 2.2. The Source Of Funding Is: Trust Fund 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project Is None. 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 5 Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 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. 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 120 Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 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 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. 17.1. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. 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. 19.3. The Project Shall Be Awarded As Follows: Option 1 – One Project Having Several Items That Shall Be Awarded As One Contract. 19.4. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.1. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply And Delivery Of Goods For The Construction Of Bhs With Birthing Facility (phase 2) B. Completed Within 5 Years Prior To The Deadline For The Submission And Receipt Of Bids. 12 The Price Of The Goods Shall Be Quoted Delivered Duty Paid To Project Site 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 P 9,441.47 The Amount Equivalent To Two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than P 23,603.68 The Amount Equivalent To Five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 20.2 Licenses And Permits Relevant To The Project 21.2 Additional Contract Documents Relevant To The Project Required By Existing Laws And/or The Procuring Entity. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 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. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: “the Delivery Terms Applicable To This Contract Are Delivered To Lgu Compound, Abra De Ilog, Occidental Mindoro. 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 Adriel S. Dacara Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E. Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. 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 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 1 Year Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within 1 Month 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: Local Government Unit Of Abra De Ilog, Occ. Mindoro 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. 4 The Inspections And Tests That Will Be Conducted Are: None
Closing Date14 Feb 2025
Tender AmountPHP 472 K (USD 8.1 K)

Province Of Occidental Mindoro Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Occidental Mindoro Municipality Of Abra De Ilog Invitation To Bid For Supply And Delivery Of Goods For The Construction Of Perimeter Fence For Seedling Bank/nursery Site And Lot 744; Pambuhan Ecopark (phase Ii) 1. The Local Government Unit Of Abra De Ilog, Occ. Mindoro, Through The 20% Development Fund Intends To Apply The Sum Of Six Hundred Eighty Eight Thousand One Hundred Fifty Six Pesos And Thirty Two Centavos Only ( P 688,156.32) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Supply And Delivery Of Goods For The Construction Of Perimeter Fence For Seedling Bank/nursery Site And Lot 744; Pambuhan Ecopark (phase Ii) Goods # 41-2024. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Abra De Ilog, Occ. Mindoro Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 36 Calendar Days. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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. Prospective Bidders May Obtain Further Information From Local Government Unit Of Abra De Ilog, Occ. Mindoro And Inspect The Bidding Documents At The Address Given Below During From January 22, 2025 To January 30, 2025; 8:00 Am To 5:00 Pm During Weekdays. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 To January 30, 2025; 8:00 Am To 5:00 During Weekdays Upon Payment Of The Applicable Fee For The Bidding Documents Pursuant To The Guidelines Issued By The Gppb In The Amount Of One Thousand Pesos Only (p 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Electronic Means And Presented In Person. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 30, 2025; 2:30 Pm. Late Bids Shall Not Be Accepted. 5. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 6. Bid Opening Shall Be On January 30, 2025; 2:30 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 7. The Local Government Unit Of Abra De Ilog, Occ. Mindoro 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. 8. For Further Information, Please Refer To: Xiron Arsenio A. Oteyza Planning Assistant Office Of The Mpdc Abra De Ilog, Occ. Mindoro 0947-286-1266 Mpdc.abradeilog@gmail.com Bac Office Municipal Building Barangay Poblacion, Abra De Ilog, Occ. Mindoro Baclguabradeilog@yahoo.com Cp# 0908-888-7026 Linda B. Ramos Municipal Budget Officer Bac Chairman January 21, 2024 Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Abra De Ilog, Occ. Mindoro Wishes To Receive Bids For The Supply And Delivery Of Goods For The Construction Of Perimeter Fence For Seedling Bank/nursery Site And Lot 744; Pambuhan Ecopark (phase Ii) With Identification Number Goods # 41-2024. The Procurement Project (referred To Herein As “project”) Is Composed Of Goods, 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 Fy 2024 In The Amount Of Six Hundred Eighty Eight Thousand One Hundred Fifty Six Pesos And Thirty Two Centavos Only ( P 688,156.32) 2.2. The Source Of Funding Is: 20% Development Fund 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project Is None. 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 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 5 Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 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 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. 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. 12. 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. 13. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until 120 Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14. 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. 15. 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. Opening And Preliminary Examination Of Bids 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 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. 17.1. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 17. 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. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. 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. 19.3. The Project Shall Be Awarded As Follows: Option 1 – One Project Having Several Items That Shall Be Awarded As One Contract. 19.4. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19. Post-qualification 20.1. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 20. 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. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply And Delivery Of Goods For The Construction Of Perimeter Fence For Seedling Bank/nursery Site And Lot 744; Pambuhan Ecopark (phase Ii). B. Completed Within 5 Years Prior To The Deadline For The Submission And Receipt Of Bids. 12 The Price Of The Goods Shall Be Quoted Delivered Duty Paid To Project Site 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 P 13,763.12 The Amount Equivalent To Two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than P 34,407.81 The Amount Equivalent To Five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 20.2 Licenses And Permits Relevant To The Project 21.2 Additional Contract Documents Relevant To The Project Required By Existing Laws And/or The Procuring Entity. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 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. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: “the Delivery Terms Applicable To This Contract Are Delivered To Lgu Compound, Abra De Ilog, Occidental Mindoro. 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 Xiron Arsenio A. Oteyza, Planning Assistant Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E. Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. 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 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 1 Year Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within 1 Month 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: Local Government Unit Of Abra De Ilog, Occ. Mindoro 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. 4 The Inspections And Tests That Will Be Conducted Are: None
Closing Date30 Jan 2025
Tender AmountPHP 688.1 K (USD 11.7 K)

Province Of Occidental Mindoro Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Occidental Mindoro Municipality Of Abra De Ilog Invitation To Bid For Supply And Delivery Of Fuel For The Construction Of Road With Drainage Canal At Pambuhan Housing Community 1. The Local Government Unit Of Abra De Ilog, Occ. Mindoro, Through The 20% Development Fund Intends To Apply The Sum Of Four Hundred Seventy Thousand Four Hundred Fifty Pesos Only.(p 470,450.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Supply And Delivery Of Fuel For The Construction Of Road With Drainage Canal At Pambuhan Housing Community Goods # 36-2024. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Abra De Ilog, Occ. Mindoro Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 36 Calendar Days. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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. Prospective Bidders May Obtain Further Information From Local Government Unit Of Abra De Ilog, Occ. Mindoro And Inspect The Bidding Documents At The Address Given Below During From December 26, 2024 To January 8, 2025; 8:00 Am To 5:00 Pm During Weekdays. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 26, 2024 To January 8, 2025; 8:00 Am To 5:00 During Weekdays Upon Payment Of The Applicable Fee For The Bidding Documents Pursuant To The Guidelines Issued By The Gppb In The Amount Of Five Hundred Pesos Only (p 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Electronic Means And Presented In Person. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 8, 2025; 2:30 Pm. Late Bids Shall Not Be Accepted. 5. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 6. Bid Opening Shall Be On January 8, 2025; 2:30 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 7. The Local Government Unit Of Abra De Ilog, Occ. Mindoro 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. 8. For Further Information, Please Refer To: Engr. Adriel S. Dacara Municipal Engineer Office Of The Mun. Engineer Abra De Ilog, Occ. Mindoro 0910-8748-143 Meo.abradeilog@gmail.com Bac Office Municipal Building Barangay Poblacion, Abra De Ilog, Occ. Mindoro Baclguabradeilog@yahoo.com Cp# 0908-888-7026 Linda B. Ramos Municipal Budget Officer Bac Chairman December 23, 2024 Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Abra De Ilog, Occ. Mindoro Wishes To Receive Bids For The Supply And Delivery Of Fuel For The Construction Of Road With Drainage Canal At Pambuhan Housing Community With Identification Number Goods # 36-2024. The Procurement Project (referred To Herein As “project”) Is Composed Of Goods, 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 Fy 2024 In The Amount Of Four Hudnred Seventy Thousand Four Hundred Fifty Pesos Only. ( P 470,450.00) 2.2. The Source Of Funding Is: 20% Development Fund 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project Is None. 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 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 5 Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 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 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. 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. 12. 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. 13. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until 120 Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14. 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. 15. 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. Opening And Preliminary Examination Of Bids 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 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. 17.1. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 17. 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. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. 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. 19.3. The Project Shall Be Awarded As Follows: Option 1 – One Project Having Several Items That Shall Be Awarded As One Contract. 19.4. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19. Post-qualification 20.1. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 20. 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. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply And Delivery Of Fuel For The Construction Of Road With Drainage Canal At Pambuhan Housing Community. B. Completed Within 5 Years Prior To The Deadline For The Submission And Receipt Of Bids. 12 The Price Of The Goods Shall Be Quoted Delivered Duty Paid To Project Site 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 P 9,409.00 The Amount Equivalent To Two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than P 23,522.5 The Amount Equivalent To Five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 20.2 Licenses And Permits Relevant To The Project 21.2 Additional Contract Documents Relevant To The Project Required By Existing Laws And/or The Procuring Entity. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 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. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: “the Delivery Terms Applicable To This Contract Are Delivered To Lgu Compound, Abra De Ilog, Occidental Mindoro. 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 Adriel S. Dacara, Municipal Engineer Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E. Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. 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 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 1 Year Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within 1 Month 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: Local Government Unit Of Abra De Ilog, Occ. Mindoro 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. 4 The Inspections And Tests That Will Be Conducted Are: None
Closing Date8 Jan 2025
Tender AmountPHP 470.4 K (USD 8.1 K)

Province Of Occidental Mindoro Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description 9epublic Of The Philippines Province Of Occidental Mindoro Municipality Of Abra De Ilog Invitation To Bid For Supply And Delivery Of Goods For The Construction Of Bhs With Birthing Facility (phase 2) Brgy. Udalo 1. The Local Government Unit Of Abra De Ilog, Occ. Mindoro, Through The Trust Fund Intends To Apply The Sum Of Four Hundred Seventy Two Thousand Seventy Three Pesos And Sixty Centavos Only ( P 472,073.60) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Supply And Delivery Of Goods For The Construction Of Bhs W/ Birthing Facility (phase 2) Goods # 03-2025. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Abra De Ilog, Occ. Mindoro Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 45 Calendar Days. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Local Government Unit Of Abra De Ilog, Occ. Mindoro And Inspect The Bidding Documents At The Address Given Below During From February 7, 2025 To February 14, 2025; 8:00 Am To 5:00 Pm During Weekdays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 7, 2025 To February 14, 2025; 8:00 Am To 5:00 Am During Weekdays Upon Payment Of The Applicable Fee For The Bidding Documents Pursuant To The Guidelines Issued By The Gppb In The Amount Of Five Hundred Pesos Only (p 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Electronic Means And Presented In Person. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 14, 2025; 2:30 Pm. Late Bids Shall Not Be Accepted. 6. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 7. Bid Opening Shall Be On February 14, 2025; 2:30 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 8. The Local Government Unit Of Abra De Ilog, Occ. Mindoro 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. 9. For Further Information, Please Refer To: Engr. Adriel S. Dacara Municipal Engineer Office Of The Mun. Engineer Abra De Ilog, Occ. Mindoro 0910-8748-143 Meo.abradeilog@gmail.com Xiron Arsenio A. Oteyza Planning Officer Municipal Building Barangay Poblacion, Abra De Ilog, Occ. Mindoro Baclguabradeilog@yahoo.com Cp# 0947-286-1266 February 6, 2025 Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Abra De Ilog, Occ. Mindoro Wishes To Receive Bids For The Supply And Delivery Of Goods For The Construction Of Bhs With Birthing Facility (phase 2) With Identification Number Goods # 03-2025. The Procurement Project (referred To Herein As “project”) Is Composed Of Goods, 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 Fy 2024 In The Amount Of Four Hundred Seventy Two Thousand Seventy Three Pesos And Sixty Centavos Only. ( P 472,073.60) 2.2. The Source Of Funding Is: Trust Fund 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project Is None. 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 5 Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 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. 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 120 Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 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 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. 17.1. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. 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. 19.3. The Project Shall Be Awarded As Follows: Option 1 – One Project Having Several Items That Shall Be Awarded As One Contract. 19.4. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.1. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply And Delivery Of Goods For The Construction Of Bhs With Birthing Facility (phase 2) B. Completed Within 5 Years Prior To The Deadline For The Submission And Receipt Of Bids. 12 The Price Of The Goods Shall Be Quoted Delivered Duty Paid To Project Site 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 P 9,441.47 The Amount Equivalent To Two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than P 23,603.68 The Amount Equivalent To Five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 20.2 Licenses And Permits Relevant To The Project 21.2 Additional Contract Documents Relevant To The Project Required By Existing Laws And/or The Procuring Entity. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 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. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: “the Delivery Terms Applicable To This Contract Are Delivered To Lgu Compound, Abra De Ilog, Occidental Mindoro. 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 Adriel S. Dacara Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E. Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. 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 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 1 Year Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within 1 Month 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: Local Government Unit Of Abra De Ilog, Occ. Mindoro 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. 4 The Inspections And Tests That Will Be Conducted Are: None
Closing Date14 Feb 2025
Tender AmountPHP 472 K (USD 8.1 K)

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: This Is A Sources Sought Announcement. The Government Is Seeking To Identify Qualified Other Than Small And Small Business Sources Under North American Industry Classification System (naics) 237990 (other Heavy And Civil Engineering Construction). The Small Business Size Standard Is $45m. This Notice Is For Market Research Purposes Only And Is Not A Request For Proposal (rfp) Nor Does It Restrict The Government As To The Ultimate Acquisition Approach. The Government Will Not Reimburse Respondents For Any Costs Incurred In Preparation Of A Response To This Notice. this Announcement Constitutes A Market Survey That Is Being Conducted For Planning Purposes Only And The Information Received Will Assist The Government In Developing An Acquisition Method For This Project. This Notice Does Not Constitute A Commitment By The Government For Any Follow-on Announcements, Solicitation, Or Award. The Government Invites Responses From Other Than Small And Small Businesses. This Notice Will Be Used In Part To Determine If There Will Be A Small Business Reserve For The Procurement. there Is An Industry Day Planned For 28 January 2025 Between The Hours Of: 9am-3:30pm. The Purpose Of The Industry Day Is To Encourage Industry Participation, Allow For Networking, Answer Respondent Questions And Confirm The Project Scope. contract Information: The U.s. Army Corps Of Engineers (usace), Los Angeles District Will Select Construction Contracting Firm(s) For A Single Award Task Order Or Multiple Award Task Order For Construction Projects At Iron King Mine–humboldt Smelter (ikm-hs) Superfund Site, Remedial Action Construction (rac), Indefinite Delivery Indefinite Quantity (idiq), Dewey-humboldt, Az. The Idiq Will Have A Value Up To $249,000,000.00. The Contract(s) Are Anticipated To Be Awarded In 2nd Quarter Fiscal Year 2027 With A Five Year-base Period. task Order Limits: minimum: $1,000,000.00 maximum: $50,000,000.00 project Information: Usace Los Angeles District Entered Into A Cooperative Agreement With The United States Environmental Protection Agency (epa) To Provide Remedial Action For The Ikm-hs Superfund Site, Located In Dewey-humboldt, Arizona (site). The Remedial Action Selected Is Presented In The Record Of Decision (rod), Iron King Mine – Humboldt Smelter, Superfund Site, Dewey-humboldt, Yavapai County, Arizona, Epa Id: Az0000309013 (usepa, 2023). The Rac Will Be Completed In Compliance With The Rod And Supplemental Design Information. The Rod Selected Remedy Is Alternative 3b: On-site Consolidation/containment At Two Repositories With Waste Remaining East And West Of The Highway. The Highway Is State Route 69 That Serves As The Main Road To Prescott, Arizona, From Arizona Interstate 17. The Construction Contractor Will Be Expected To Perform The Work Described In The Rod Alternative 3b, Including The Dam Removal Noted Below, Retaining Wall Construction, Creating A Cap For The Two Repositories, And Other Construction Activities As Described And/or As Needed For The Site. alternative 3b Removes Mine And Smelter Wastes, And Contaminated Soils And Moving Them To Two Waste Repositories. Mine Wastes And Contaminated Soils From The Former Mine And Surrounding Areas West Of Highway 69 Would Be Moved Into A Repository On The Existing Mine Tailings Pile West Of The Highway. Mine Wastes At The Former Smelter And In The Chaparral Gulch East Of Highway 69 Would Be Moved Into A Second Waste Repository East Of The Highway. additionally, The Lower Chaparral Gulch Dam East Of The Highway Shall Be Removed To Allow Access To Waste In The Lower Chaparral Gulch And Restore The Natural Hydraulics And Vegetation Of The Drainage. This Shall Include Watershed And Habitat Restoration. A Specific Plan For Removal Of The Dam Will Be Provided To The Dam Removal Contractor. additional Notable Details Concerning The Site Are Associated With The Former Pyrometallurgical Operations And The Wall Of Solid Slag Hanging On A Cliff Above The Agua Fria River. The Former Pyrometallurgical Operations Of The Humboldt Smelter, (former Blast Furnaces, Metal-purifying Converters, Coal And Coke Heating, Sintering, Power Generation, Etc.) Were Situated On The North End Of A High Plateau Surrounded By Steep Slopes And Lower Terrain. This Area Contains Soils Contaminated With Metals Including Arsenic And Lead And The Area Is Covered By Dross Waste. South Of The Former Pyrometallurgical Operations Area, The Smelter Plateau Also Contains Arsenic Lead Contaminated Soils. on The Eastern Edge Of The Smelter Plateau, A Wall Of Solid Slag Hangs On The Cliff Above The Agua Fria River About 80 Feet High. It Contains Roughly 280,000 Cubic Yards Of Material. The Slag Is Similar To Solidified Lava Rock. It Is Inert And Does Not Pose A Chemical Health Risk Unless It Is Pulverized Into Soil-like Material Or Sediments. Data Indicates That Pulverized Slag Is Leachable And Slag Falling Into The River And Being Pulverized Could Release Metals To The River Over Time the Contractor Performing This Work Shall Comply With All Applicable Federal, State, And Local Laws, And Regulations Including, But Not Limited To The 1968 National Oil And Hazardous Substances Pollution Contingency Plan, As Amended, And The 1980 Comprehensive Environmental Response, Compensation And Liability Act (cercla), As Amended. supplemental Information iron King Mine - Humboldt Smelter dewey-humboldt, Az site Documents & Data https://cumulis.epa.gov/supercpad/siteprofiles/index.cfm?fuseaction=second.docdata&id=0905049#sc iron King Mine - Humboldt Smelter | Superfund Site Profile | Superfund Site Information | Us Epa. submission Requirements: Interested Firms Should Submit A Document Describing Relevant Demonstrated Experience And Qualifications Via Email Kinya.r.minami@usace.army.mil; Tezra.hamilton@usace.army.mil And Rubyann.prout@usace.army.mil No Later Than 11 February 2025. The Submissions Should Not Exceed 10 Pages. The Submission Will Address All Questions In The Sources Sought Questionnaire And Your Ability To Perform Services Stated In The Project Information Section Of This Sources Sought. The Purpose Of The Industry Day Is To Encourage Industry Participation, Allow For Networking, Answer Respondent Questions And Confirm The Project Scope. There Is An Industry Day Planned For 28 January 2025 Between The Hours Of: 9am-3:30pm. The Purpose Of The Industry Day Is To Encourage Industry Participation, Allow For Networking, Answer Respondent Questions And Confirm The Project Scope. cover Letters And Extraneous Materials (brochures, Etc) Will Not Be Considered. Questions Concerning Submissions Should Be Directed To Kinya.r.minami@usace.army.mil; Tezra.hamilton@usace.army.mil And Rubyann.prout@usace.army.mil. Personal Visits For The Purpose Of Discussing This Announcement Will Not Be Scheduled. Emails Or Phone Calls Requesting Personal Visits Will Not Receive A Reply. sources Sought Questionnaire section 1: General business Name: business Address: unique Entity Id (uei) In Sam: if Joint Venture (jv), Submit Uei Of The Jv: responsible Point Of Contact (name, Number, Email Address): offeror's Type Of Business And Business Size (small Business, Sdb/8(a), Wosb, Hubzone, Sdvosb Or Other Than Small Business (otsb), Native Americans, Native Hawaiians, Or Alaska Native Corporations section 2: Contractor Arrangement 1)  our Firm Will Be Proposing On This Project As A: a.  sole Contractor b.  prime Contractor (if Small Business) Self-performing At Least 15% Of The Work, Or c.  joint Venture With (insert Business Name, Business Size, And Uei). (see Far Subpart 9.6 For Government Policy On Teaming Arrangements, As Well As 8(a)program Regulations Described In 13 Cfr 124.513, Hubzone Program Regulations Described In 13 Cfr 126.616, And Service-disabled Veteran Owned Program Regulations Described In Far 19.1403(c) And 13 Cfr 125.15 (b).) d. Other Than Small Business (otsb) section 3: Past Performance/capability past Performance Must Include Project Examples From $5,000,000.00 To $249,000,000.00 In Value. The Idiq Will Be Up To $249,000,000.00 The Specific Contract Types Such As Firm Fixed Price (ffp) And Cost Reimbursable (cr), Are Required To Be Specified In The Capability Statements. The Past Performance Duration Is Within The Past 10 Years For Work In Support Of Comprehensive Environmental Response, Compensation And Liability Act (cercla), Resource Conservation And Recovery Act (rcra) And/or Military Installation Restoration Program Sites. the Paste Performance Information Should Include: project Title And Location general Description To Demonstrate Relevance To The Proposed Project scopes Self-performed Vs Subcontracted dollar Value Of Contract percentage Self-performed Vs Subcontracted agency Or Government Entity For Which The Work Was Performed With Contact Information If Possible (reference Name, Phone Number And E-mail Address). demonstrate Compliance With Various Environmental And Construction Permits ability To Perform Work On Time/within Budget capacity To Execute This Project With Other Ongoing Contracts (3) Projects That Are Complete Or At Least 50% Complete That Ran Concurrently Within The Past Ten Years * Note: If Providing Info About A Contract Team, Jv, Etc, Please Provide Examples Where The Team Has Worked Together. Provide A General Description/percentage Of The Work Of Each Team Member. 1)  provide Examples Of Experience With Similar Projects In A Firm Fixed Price Or Cost Reimbursable Contract Type. 2)  construction Project(s) Experience Within The Last 5 To 10 Years For The Types Shown In The Following List. a.  dam Removal, All Types . b.  concrete Dam Removal. i.  provide Examples Of Coordination With Appropriate State Dam Safety Officials Regarding Dam Removal. c.  borrow Area Excavation, Restoration, And Revegetation Plans. d.  retaining Wall Construction. e.  stream Restoration And Activities Following Dam Removal. f.  waste Repository Construction. i.  regulatory Compliance. ii.  landfills And Repositories Liner And Cover Systems Design And Construction. iii.  landfill Monitoring Instrumentation Installation. g.  examples Of Projects Using Specifications Using Unified Facilities Guide Specifications (ufgs) Products. h.  ecosystem Restoration Design And Application. 3)  provide Examples Of Experience With Site Remediation, Waste Removal, And/or Site Restoration Of Similar Scope And Size Within The Past 5 To 10 Years. 4)  provide Examples Of Experience With Waste Remediation And/or Waste Removal For Projects Ranging Value From $5,000,000.00 To $20,000,0000.00 Within The Past 5 To 10 Years. 5)  provide Examples Of Experience With Waste Remediation And/or Waste Removal For Projects Ranging In Value From $20,000,000.00 To $99,000,000.00 Within The Past 5 To 10 Years. 6)  provide Ability To Satisfy Safety And Environmental Regulations In Accordance With The Site Requirements, Along With Local And State Regulations. 7)  offeror's Bonding Capability (construction Bonding Level Per Contract And Aggregate Construction Bonding Level, Expressed In Dollars) And Current Local Contracting Capacity. 8)  describe Examples Of Contracting With Local/regional Businesses. provide Examples Of Epa Work Experience, If Applicable. “the Remedial Action Construction (rac), Indefinite Delivery/indefinite Quantity (idiq), Contract Up To $249m, Notice Id W912pl25s0009, Contract Award Will Not Be Dependent Upon Completion Of The Initial Design Packages From Iron King Mine – Humboldt Smelter, Remedial Design (rd), Indefinite Delivery/indefinite Quantity (idiq), Contract Up To $49m, Notice Id W912pl25s0007. The Rac Base Initial Task Order Scope Will Be Changed From Execution And Construction Of Rd (to Include Repository Construction, Dam Removal, Site Restoration) To Construction Of Site Work That Defines The Ikm-hs Transportation Routes And Construction Staging Areas.”
Closing Date11 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Statement Of Work: fume Hood/biosafety Cabinet/isolation Room Testing, Certification, And Repair Service the Department Of Veterans Affairs, Veterans Integrated Service Network (visn 2), New York Harbor Healthcare System Anticipates The Award Of A Firm Fixed-price Service Contract For Chemical Fume Hood And Biological Safety Cabinet Decontamination, Repair, Testing, And Certification; Respiratory Isolation Room Testing; Pharmacy Fume Hood Usp797 Viable Testing And Certification; And Pharmacy Cleanroom Certification. The Contractor Shall Provide These Services, Inclusive Of All Labor, Equipment, Supplies, Transportation, Laboratory Analyses And Incidentals. projects Will Be Assigned At: brooklyn Va Medical Center, 800 Poly Place, Brooklyn, Ny 11209 margaret Cochran Corbin (manhattan) Va Medical Center, 423 East 23rd Street, New York, Ny 10010 this Is An Emergency Requirement That Is Required To Commence Immediately Upon Award. Awarded Contractor Must Coordinate With The Facility Pocs. i. Requirements the Work To Be Performed Under This Firm Fixed-price Service Contract And In Accordance With These Contract Documents Includes Furnishing All Necessary Labor, Materials, And Incidental Related Work Described Under The Contract. The Contractor Must Be A Licensed Scientific Equipment Product Servicing Contractor With Documented Capability To Perform Usp797 Viables Testing And Certification Successfully And Safely. The Work Will Include: fume Hood And/or Biosafety Cabinet Complete Chlorine Dioxide Decontamination, Replacement Of Hepa Filters, Reassembly Of Fume Hood And/or Cabinet, And Certification. fume Hoods And/or Biological Safety Cabinets Are To Be Tested In Accordance With Osha, Aiha/ansi Standards. Primary Tests To Be Performed Are Inflow Velocity Profiling As Per Ansi/aiha Z9.5-2003 American National Standards For Laboratory Ventilation 6.3.3 Face Velocity Tests. The Average Face Velocity Shall Be Determined By The Method Described In The Ansi/ashrae 110-1995 Method Of Testing Performance Of Laboratory Fume Hoods. Face Velocity Measurements Shall Be Made By Dividing The Hood Opening Into Equal Area Grids With Sides Measuring No More Than 12 In. (30.5 Cm). The Tip Of The Probe Shall Be Positioned In The Plane Of The Sash Opening And Fixed (not Handheld) At The Approximate Center Of Each Grid. Grid Measurements Around The Perimeter Of The Hood Opening Shall Be Made At Approximately 6 In. (15.2 Cm) From The Top, Bottom, And Sides Of The Opening Enclosure. The Average Face Velocity Shall Be The Average Of The Grid Velocity Measurements. Each Grid Velocity Shall Be The Average Of At Least 10 Measurements Made Over At Least 10 Seconds. The Plane Of The Sash Shall Be Located At The Midpoint Of The Sash Frame Depth. A Hood That Is Found To Be Operating With An Average Face Velocity More Than 10% Below The Manufacturer’s Designated Average Face Velocity Shall Be Labeled “out Of Service” By The Contractor And The Cor Shall Be Notified Immediately. testing Of Respiratory Isolation Rooms (including All Anterooms Associated With The Isolation Rooms). The Locations Of The Isolation Rooms Are Listed In The Table Shown In The Scope Of Work. Testing Must Be Performed In Accordance With The Following Procedures: routine Pressure Differential Test Between Rooms: The Pressure Differential (door Closed) Between Corridor And Anteroom, And Corridor And Patient Room Should Be Checked Using Acceptable Instrumentation As Approved By Cor. The Reading And Function Of The Permanently Installed Pressure Monitors Should Also Be Checked And The Results Documented. If There Appears To Be A Problem With The Function Of The Permanent Monitors, Notify Cor Immediately. Report Results In Writing To Cor, Including Pressure Differential Data And A Clear Determination Of Whether The Rooms Can Be Safely Used. perform The Following Additional Tests As Unscheduled Maintenance As Directed By The Cor: hepa Filter Pressure Drop On Exhaust Side: Hepa Filter Pressure Drop On The Exhaust Side Of The Ventilation System Should Be Measured As Directed By Cor. air Exchange Rate: The Total Air Exchange Rate Shall Be Measured In The Patient Room As Directed By The Cor. airflow Direction Between Rooms And Within-room Airflow Patterns: Perform Airflow Visualization Testing As Directed. perform Testing Services And Certifications In Pharmacies At Manhattan Vamc To Comply With The U.s. Pharmacopeia (usp) 797 And 800 Standards. A Technician Certified By The Controlled Environment Testing Association (ceta) Shall Perform Certification Of The Compounding Aseptic And Containment Isolators (cacis) And Biological Safety Cabinets (bscs) Listed In The Table Below, In Accordance With The Following Standards And Per Manufacturer Specifications: nsf / Ansi 49 (biological Safety Cabinets) iest-rp-cc034.3 (hepa Filter Leak Testing) dynamic Smoke Testing Per Usp 800 Guidelines (see General Notes) vha Directive 1108.12, "management And Monitoring Of Pharmaceutical Compounded Sterile Preparations" Issued In November 2018 the Contractor Must Evaluate Containment Segregated Compounding Area (c-sca); Measure And Document Airflow Volumes In The Room; Measure And Document Space Pressurization In Relationship To Adjacent Room(s); Perform Room Calculations To Determine Air Changes Per Hour In Each Room; Perform And Document By Video Smoke Visualization Study At Doorway. Refer To Usp Standards For Further Requirements. perform Viable Environmental Sampling For Microorganisms (bacterial/fungal Counts With Id’s). All Environmental Testing To Be Performed By An Accredited Laboratory As Approved By The Cor: For Each Caci, Bsc And C-sca Area, Collect And Analyze The Following: One (1) Air Bacterial, One (1) Air Fungal, One (1) Surface Bacterial And One (1) Surface Fungal. conduct Dynamic Smoke Testing In Containment Primary Engineering Control (c-pec) Equipment To Include Smoke Testing Within The Equipment While Pharmacy Personnel Simulate Processes Within The Equipment. Smoke Testing Shall Be Documented By Recording A Video. provide A Comprehensive Certification Report Containing Summary Of Results, Measured/calculated Data, And Recommendations. ii. Scope Of Work table 1: Chemical (non-pharmacy) Fume Hood/biological Safety Cabinet Decontamination, Repair, Testing, And Certification equipment campus / Location job Description quantity thermofisher, Model # 1375, Serial # 300308858 manhattan / 18th Floor, North Wing perform Complete Chlorine Dioxide Decontamination On Bsc, Replace Supply Hepa Filter, Replace Exhaust Hepa Filter, Reassemble Cabinet. 1 table 2: Pharmacy Fume Hood/biological Safety Cabinet Usp797 Viables Testing And Certification equipment campus / Location job Description quantity baker, Model # Ss500, Serial # 122603 manhattan / Rm. 1141a North usp797-viable Testing certification 1 baker, Model # Ss500, Serial # 139067 brooklyn / 12th Floor Pharmacy usp797-viable Testing certification 1 germfree Lfgi-4usp, Serial # 4s-15-lgu-20718 manhattan / Bldg. 1, 12091s certification 1 germfree Lfgi-4usp, Serial # 4s-15-lgu-20719 manhattan / Bldg. 1, 12091s certification 1 germfree Lfgi-4usp, Serial # 4s-15-lgu-20720 manhattan / Bldg. 1, 12091s certification 1 cleanroom In 12091s manhattan / Bldg. 1, 12091s certification 1 germfree Lfgi-4usp, Serial # 4s-15-lgu1-20387 brooklyn / 8th Floor East certification 1 germfree Lfgi-4usp, Serial # 4s-15-lgu1-20388 brooklyn / 8th Floor East certification 1 germfree Lfgi-4usp, Serial # 4s-15-lgu1-20389 brooklyn / 8th Floor East certification 1 cleanroom On 8th Floor East (chemo Pharmacy) brooklyn / 8th Floor East certification 1 table 3: Brooklyn Vamc Respiratory Isolation Room Testing room No. use job Description quantity 13-304w negative pressure Differential Test 1 13-305w negative pressure Differential Test 1 12-307w negative pressure Differential Test 1 12-308w negative pressure Differential Test 1 11-225e (icu #9) negative pressure Differential Test 1 11-227e (icu #10) negative pressure Differential Test 1 11-228e (icu #11) positive pressure Differential Test 1 11-302w negative pressure Differential Test 1 11-303w negative pressure Differential Test 1 8-302w negative pressure Differential Test 1 8-303w negative pressure Differential Test 1 6-312w (dialysis) negative pressure Differential Test 1 4-301w (gi) negative pressure Differential Test 1 g-512 (er) negative pressure Differential Test 1 g-513 (er) negative pressure Differential Test 1 table 4: Manhattan Vamc Respiratory Isolation Room Testing room No. job Description quantity room 1550 (emergency Department) negative pressure Differential Test 1 room 4034w (bed 7) negative pressure Differential Test 1 room 4063-1s negative pressure Differential Test 1 room 4073-1s negative pressure Differential Test 1 room 4553 (sicu Bed 10) negative pressure Differential Test 1 room 4555 (sicu Bed 11) negative pressure Differential Test 1 room 4557 (sicu Bed 12) negative pressure Differential Test 1 room 5117n (hemodialysis Bed 10) negative pressure Differential Test 1 room 6574c (procedure Room) positive pressure Differential Test 1 room 6594c (interventional Radiology) positive pressure Differential Test 1 room 10137n (bed 14) negative pressure Differential Test 1 room 10142n (bed 13) negative pressure Differential Test 1 room 11019w (ccu/micu Bed 14) negative pressure Differential Test 1 room 11024w (ccu/micu Bed 12) negative pressure Differential Test 1 room 11031w (ccu/micu Bed 11) negative pressure Differential Test 1 room 11118n negative pressure Differential Test 1 room 11119n negative pressure Differential Test 1 room 11140n negative pressure Differential Test 1 room 13072s negative pressure Differential Test 1 room 13074s negative pressure Differential Test 1 room 13081s negative pressure Differential Test 1 room 13139n (bed 15) negative pressure Differential Test 1 room 13141n (bed 14) negative pressure Differential Test 1 room 13143n (bed 13) negative pressure Differential Test 1 room 13145n (bed 12) negative pressure Differential Test 1 room 13148n (bed 11) negative pressure Differential Test 1 room 13157n (bed 2) negative pressure Differential Test 1 room 13163n (bed 1) negative pressure Differential Test 1
Closing Date21 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Details: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| time Of Delivery (june 1997)|20|0001aa|1|365|||||||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice & Receiving Report||tbd|n00104|tbd|tbd|see Schedule|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| equal Opportunity For Veterans (jun 2020)|4||||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery|one Year From Date Of Delivery||||| warranty Of Data--basic (mar 2014)|2||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (jan 2025)|13|333914|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1. This Is An Advanced Equipment Repair Program (aerp) Sole Source Repair Requirement. 2. Please Provide A Firm-fixed Price (ffp) Proposal For The Full Repair Effort Of The Requirement. Please Include The Cost Of New Or Estimated Cost Of New With The Submitted Proposal. 3. In Repair Price, Include All Costs Associated With Receipt And Complete Repair Of The Material That May Be In Unwhole Condition, Missing Hardware, Damaged, Handling Damage, Missing Parts, Wear Damage, And Cav Reporting. Also Provide The Following Information: 1. Teardown & Evaluation Rate: 2. Repair Turn Around Time (rtat): 3. Throughput Constraint: 4. Induction Expiration Date: 4. Repair Turn Around Time (rtat) - The Resultant Contractual Delivery Requirement Is Measured From The Asset Return To The Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition asset At The Contractor's Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth Regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtat Established In The Contract. 1. Requested Rtat: 365 Days 2. Proposals Shall Reference The Proposed Rtat And Any Capacity Constraints. 5. Price Reductions - Any Asset For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Of (tbd Price) Per Unit. This Adjustment Will Be Implemented Via A Reduction Modification At The End Of Contract Performance. Price Reductions made Pursuant To This Section Shall Not Limit Other Remedies Available To The Government For Failure To Meet Required Rtats, Including But Not Limited To The Government's Right To Terminate For Default. 6. If Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Company Name, Street Address And Cage Of The Packaging Facility. 7. If The Offeror Is Not The Original End Manufacturer(oem) Of The Material Called Out In The Requirement, The Oem Must Be Stated (company Name And Cage) And The Offeror Must Be Able To Provide A Signed Letter Of Authorization To Perform Repairs From The Oem On the Company's Letterhead. 8. 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 Copies Are Either Deposited In The Mail, Transmitted By facsimile, Or Sent By Other Electronic Commerce Method Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 9. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtat Established In The Resulting Contract. 10. Any Contract Awarded As A Result Of This Solicitation Will Be Do Certified For National Defense Under The Defense Priorities And Allocations System (dpas). Provision 52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy program Use, Shall Be Inserted In Solicitations When The Contract To Be Awarded Will Be A Rated Order. 11. Offeror's Must Have A Valid U.s. Security Clearance Of Confidential Or Higher In Order To Respond To This Rfp N0010425qzb56, Because The Rfq N0010425qzb56 Includes An Annex Classified At The Confidential Level Which Will Be Released Only To Offerors Possessing The Appropriate Clearance. All Classified Material Must Be Handled In Accordance With The National Industrial Security Program Operating Manual (nspom)(dod 5220-22-m) And Industrial Security Regulation (dod 5220.22-r). 12. The Iwst Determined That All Niins For This Requirement Are Covered By The 30 July 2018 Class Determination And Findings (d&f) For The Use Of Special Emergency Procurement Authority (sepa) - Now Emergency Acquisition Flexibilities (eaf), And That The Criteria in Paragraph 3 Thereof And Far 18.202 Are Met.� Proceed With The Use Of Eaf As Appropriate. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture Or Refurbishment And The Contract Quality Requirements For The Pump Unit,centrifug . 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.1.1 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.2 Identification Of Classified Documents - This Contract/purchase Order Requires The Contractor To Have Authorized Access To Classified Documents In Accordance With The Attached Contract Security Classification Specification (dd Form 254). The Classified Documents And Security Level Are: ;noise Testing When Filled Out Is Confidential Iaw Psssn212c-17; 3. Requirements 3.1 Refurbished Material - This Item Must Be Inspected And Where Necessary, Refurbished To Be In Accordance With Cage ;63857; , Drawing ;998f3429; ,and The Applicable Submepp Repair Instruction ;5140-012-0005 Rev - Chg-3 (csd592); , Except As Amplified Or modified Herein. 3.1.1 Parts That Are Replaced During Refurbishment Must Be In Accordance With This Tdp (technical Data Package) And The Submepp Repair Instruction. 3.2 Contract Support Library - Additional Requirements For This Item Are Identified As Contract Support Library Reference Number ;csd592, Csd591, Csd590; In Ecds At Https://register.nslc.navy.mil/ 4. Quality Assurance Provisions - Not Applicable. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. 5.1.1 Additional Preservation, Packaging, Packing And Marking Requirements Are Included In The Referenced Refurbishment Instruction Or Procurement Specification From Submepp. 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 see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements. all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/. certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible. date Of First Submission=asreq date Of Subsequent Submission=asreq see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements. all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/. certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible. date Of First Submission=asreq date Of Subsequent Submission=asreq see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements. all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/. certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible. date Of First Submission=asreq date Of Subsequent Submission=asreq see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements. all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/. certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible. date Of First Submission=asreq date Of Subsequent Submission=asreq see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements. all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/. certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible. date Of First Submission=asreq date Of Subsequent Submission=asreq see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements. all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/. certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible. date Of First Submission=asreq date Of Subsequent Submission=asreq see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements. all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/. certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible. date Of First Submission=asreq date Of Subsequent Submission=asreq see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements. all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/. certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible. date Of First Submission=asreq date Of Subsequent Submission=asreq see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements. all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/. certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible. date Of First Submission=asreq date Of Subsequent Submission=asreq see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements. all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/. certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible. date Of First Submission=asreq date Of Subsequent Submission=asreq see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements. all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/. certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible.
Closing Date24 Feb 2025
Tender AmountRefer Documents 

Government Of New Brunswick Tender

Civil And Construction...+1Civil Works Others
Canada
Details: This Procurement Is Subject To The Canadian Free Trade Agreement. New Brunswick Manufacturer Preference By Stating Yes In The Input Box, I Confirm That I Am A Manufacturer Of Goods With A Place Of Business In New Brunswick As Defined Below And Am Therefore Eligible To Be Considered For The Nb Manufacturer Preference As Defined In This Solicitation Document. If The Input Box Is Left Incomplete The Bid May Be Ineligible For The New Brunswick Manufacturer Preference. Place Of Business Means An Establishment Where A Manufacturer Regularly Conducts Its Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. New Brunswick Vendor Preference By Stating Yes In The Input Box, I Confirm That I Am A Vendor Of Goods Or Services With A Place Of Business In New Brunswick As Defined Below And Am Therefore Eligible To Be Considered For The Nb Vendor Preference As Defined In This Solicitation Document. If The Input Box Is Left Incomplete The Bid May Be Ineligible For The New Brunswick Vendor Preference. Place Of Business Means An Establishment Where A Vendor Regularly Conducts Its Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. Scaffolding Equipment And Concrete Forms Scope This Invitation To Tender Consists Of The Supply And Delivery Only Of One Hundred (100) F-shape J-j Hook Concrete Median Barriers As Per The Specifications Listed Below And Attached Drawings. The Department Of Transportation & Infrastructure Will Be Responsible For The Offloading Of These Barriers. Contract Award Criteria Compliant Bids Will Be Evaluated Based Upon The Lowest Total Price Bid That Meets The Specifications, Attached Drawings And The Delivery Time Indicated On The Submitted Itt. Specifications - Barriers Must Meet The Nchrp 350 Tl-3 Standard. - Barriers Model Number: Std-jjbarrierg - Barriers Must Be 2438 Mm Long And As Per Attached Dimensions. Drawings See Attached Document How To Submit Pricing Vendors Are Invited To Submit Their Unit Price--the Price For A Single Product Within The Tender Item--under The 'unit Price Including Discount' Column. Vendors Should Then Multiply Their Unit Price By The 'quantity/unit' To Calculate The 'extended Price'. The 'unit Price Including Discount' And 'extended Price' Column Directly On This Invitation To Tender. The "total Including All Charges" Should Not Include Taxes. There Are No Additional Pricing Sheets To Be Completed With This Bid. Delivery Date And Price Vendor(s) Shall Deliver The Goods To The Shipping Address Detailed In The Attached Document On Or Before February 14, 2025. Bids Must Include Pricing For Delivery To The Shipping Address Detailed Above. Deliveries Thereafter The Requested Date May Be Cancelled, And Bids May Not Be Accepted. Vendor Questions All Inquiries Should Be Received Seven (7) Calendar Days Prior To The Closing Date; Any Inquiries Received Less Than Seven (7) Calendar Days Prior To The Closing Date Cannot Be Guaranteed A Response. Please Reference The Tender Number And Closing Date Within Your Communications To Ensure A Prompt And Accurate Reply. Requirements Vendors Are Required To Sign And Date Their Bid In The Space Provided Below. This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Solicitation Documents Will Be Provided In Either Of The Province Of New Brunswick's Two Official Languages; English Or French Upon Request. Instructions For Bid Submission 1. Effective April 15, 2020, Service New Brunswick Is No Longer Accepting Paper Bids, And The Central Tendering Branch Is Closed To The Public. Public Tender Openings Are No Longer Taking Place; However, Results Continue To Be Posted On Nbon. 2. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By E-bidding Through Nbon (when E-bidding Is Possible); Or B. By Fax To: (506) 444-4200 (fax To Dedicated Mailbox). Note: Proposals In Response To A Request For Proposals (rfp) Will Not Be Accepted By Fax; Or C. By Email To Nbbids@snb.ca Or Soumissionsnb@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission For Important Instructions On How To Submit Bids By Email. D. Please Refrain From Submitting Your Bid Through Multiple Electronic Channels To Avoid Duplicate Bids. 3. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email Or Fax: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email Or On The Fax Cover Sheet) Will Not Be Accepted. 4. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 5. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System, Nbon Or Fax. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt Recorded In The Nbon System (for E-bids) Or The Time Of Receipt In The Province's Electronic Mail System (for Fax And Email Bid Submissions). 6. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 7. All Tenders Must Be F.o.b. Destination, Freight Prepaid. 8. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation. Direct Deposit The Province Of New Brunswick Is Now Using Direct Deposit As The Standard Method Of Issuing Payments. Suppliers Are Required To Provide Bank Account Information And An Email Address For The Notice Of Remittance. Please Send The Completed Direct Deposit Form To Service New Brunswick (e-mail Address And Mailing Address Are Indicated On The Form). Please Click On The Link Below To View The Direct Deposit Form. Https://www2.snb.ca/content/dam/snb/procurement/directdepositvirementdirect.pdf A Bidder Must Obtain Official Solicitation Documents From A Distribution Service, Authorized By The Minister Of Service New Brunswick, In Order To Submit A Bid. The Current Authorized Distribution Services Are The New Brunswick Opportunities Network (nbon) (operated By Service New Brunswick, Province Of Nb), Bidsalert (operated By Tendering Publications Ltd.) And Merx (operated By Mediagrif Interactive Technologies). Bids Should Be Submitted On The Official Bid Documents Obtained From These Authorized Distribution Services. The Province Of New Brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. All Suppliers Engaged To Deliver Services On Behalf Of The Government Of New Brunswick Must Ensure Compliance With The Official Languages Act In The Delivery Of Those Services. For More Information, Please Refer To The Official Languages Act. The Atlantic Provinces Standard Terms & Conditions For Goods And Services Apply To This Procurement And Are Considered To Be Incorporated Into This Document. By Submitting A Bid, You Agree And Accept These Terms And Conditions. Current "atlantic Provinces Standard Terms And Conditions" Are Available On The New Brunswick Opportunities Network, The Council Of Atlantic Premiers' Website Or From An Authorized Service Provider. Covid-19 Restrictions For Workers Entering New Brunswick All Suppliers And Workers Entering The Province Of New Brunswick For Work Purposes Must Comply With The Requirements Established By Worksafe Nb And Public Health, Including Isolation Requirements Where Applicable. Click Here For More Information On These Requirements. Questions: Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email By Clicking On Questions. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Bidquestionssoumissions@snb.ca Note: This Email Account Is Strictly For The Receipt Of Questions On Open Opportunities. This Email Is Not For The Submission Of Bids. Covid-19 Supplier Vaccination Policy Suppliers Must Comply With All Gnb Health And Safety Policies And Standards Including, Without Limitation, All Health And Safety Policies And Standards Related To Covid-19, As Applicable. Go To Www.gnb.ca/nbon To View The Full Policy And Faqs. Under Canadian Law (and International Agreements), Your Bid Must Arrive Separately And Independently, Without Conspiracy, Collusion Or Fraud; See Http://www.competitionbureau.gc.ca/eic/site/cb-bc.nsf/eng/home For Further Information. Pay Equity Does Your Organization Have 50 Or More Employees? The Government Of New Brunswick Is Committed To Encouraging And Incentivizing The Adoption Of Pay Equity By Employers Doing Business With Government. Prior To The Award Of Procurements For Goods And Services Valued Over $1,000,000, Suppliers, With Fifty (50) Or More Employees Will Be Required To Complete The Pay Equity Learning Module Developed By The Women's Equality Branch. Suppliers Should Provide A Copy Of Their Certificate Of Completion With Their Bid Submission. To Complete The Online Module And Obtain Your Certificate, Please Visit Www.gnb.ca/payequity. For Questions, Please Contact The Pay Equity Bureau Toll Free: (877) 253-0266 Or By Email: Peb-bes@gnb.ca. All Discounts Quoted Will Be Considered To Be Without Limitations. Award Of Contracts: No Contract Shall Be Awarded And No Payment Shall Be Made To A Vendor Unless Authorized By The Minister Or His Delegates. The Minister May Make An Award To The Preferred Vendor Conditional On The Negotiation And Acceptance Of A Detailed Contract Between The Province And The Vendor. In Such Cases, Should The Detailed Contract Negotiations Not Be Completed In A Reasonable Period Of Time, The Province Reserves The Right To Discontinue Negotiations With The Vendor And Subsequently Enter Into Negotiations With The Second Preferred Vendor. No Right Or Duty, In Whole Or In Part, Of The Vendor Under A Contract Issued May Be Assigned Or Delegated Without The Prior Consent Of The Strategic Procurement Branch. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. All Suppliers Engaged To Deliver Goods Or Services To The Government Of New Brunswick Must Ensure Compliance With The Designated Materials Regulation In The Provision Or Delivery Of Those Goods Obligated Under That Regulation. Please Refer To Recycle Nb's Website And The Designated Materials Regulation For Specifics. Payment Of Invoices Payment Of Invoices Is The Responsibility Of The Department Or Organization To Whom The Goods Are Shipped Or Services Are Supplied. Where The Estimated Value Of The Goods Or Services To Be Procured Is Below The Lowest Applicable Threshold Value Of Any Relevant Trade Agreement, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Lowest-priced Acceptable Bid Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Highest Scoring Acceptable Bid Submission Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference.
Closing Date17 Jan 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools...+1Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: ****7 January 2025 Note: Solicitation Response Deadline Extended To 14 January 2025 At 3pm Est. All Other Solicitation Terms And Conditions Remain Unchanged*** this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Part 12, Using Simplified Acquisition Procedures Found At Far 13, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted To Sam.gov. The Rfq Number Isspmym325p1111. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-01 And Dfars Change Notice 20241218. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At This Address: https://www.ecfr.gov And Https://www.acquisition.gov/content/list-sections-affected And Http://www.acq.osd.mil/dpap/dars/change_notices.html. the Fsc Code Is 4820 And The Naics Code Is 332911. The Small Business Standard Is 750.this Requirement Is Being Processed Utilizing Full And Open Competition. evaluation Criteria Is Lowest Price Technically Acceptable (lpta). Ppirs Will Be Used To Determine Vendor Responsibility. Potential Contractors Will Be Screened For Responsibility In Accordance With Far 9.104. this Requirement Is Brand Name Mandatory To Vacco (99517) Due To The Parts Being Proprietary. Quotations Received That Represent A Different Manufacturer Will Not Be Considered For Award. offerors Are Required To Submit Descriptive Literature To Show How Their Quotation Meets The Required Specifications. Failure To Provide This Information May Result In Your Quotation Being Determined Technically Unacceptable. the Portsmouth Naval Shipyard Requests Responses From Qualified Sources Capable Of Providing: clin 0001: Vacco Parts Kit (part# Krv-hm-v3d10255-05) clin 0002: Vacco Parts Kit (part# Krv-hm-v3d10255-05) note: Offerors Must Complete The Attached Provisions 52.204-24, 52.204-26, 252.204-7016, And 252.204-7019 And Include The Completed Provisions With their Offer. far Clauses And Provisions 52.204-7, System For Award Maintenance 52.204-9, Personal Identity Verification Of Contractor Personnel 52.204-13, Sam Maintenance 52.204-19, Incorporation By Reference Of Representations And Certifications 52.204-24* See Attachment For This Provision 52.204-26* See Attachment For This Provision 52.204-29 Fascsa Representation* See Attachment For This Provision 52.211-14, Notice Of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-17, Delivery Of Excess Quantities 52.212-1, Instructions To Offerors - Commercial Products And Commercial Services 52.212-3, Offeror Reps And Certs - Commercial Products And Commercial Services 52.212-4, Contract Terms And Conditions – Commercial Items 52.219-1 Alt 1 Small Business Program Representations 52.222-22, Previous Contracts & Compliance Reports 52.222-25, Affirmative Action Compliance 52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation 52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relation To Iran-reps And Certs 52.232-39, Unenforceability Of Unauthorized Obligations 52.233-2 Service Of Protest 52.242-13 Bankruptcy 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.247-34, F.o.b-destination 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated By Reference 52.253-1, Computer Generated Forms 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items Including All Base Terms, Conditions, And Clauses Outlined Within The Clause, Plus The Following Clauses That Have Been Specifically Selected (checked Off Within The Clause) For This Procurement: 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations 52.232-40 Providing Accelerated Payments To Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law For Breach Of Contract Claim 52.204-27 prohibition On A Bytedance Covered Application 52.204-30 fascsa Federal Acquisition Supply Chain Security Act Orders-prohibition 52.209-6 protecting The Government's Interest 52.219-4 notice Of Price Evaluation Preference For Hubzone 52.219-28 post-award Small Business Program Representation 52.222-3 convict Labor 52.222-19 child Labor 52.222-21 prohibition Of Segregated Facilities 52.222-26 equal Opportunity 52.222-36 equal Opportunity For Workers With Disabilities 52.222-50 combating Trafficking In Persons 52.223-11 ozone Depleting Substances 52.223-18 encouraging Contractors To Ban Text Messaging While Driving 52.225-1 buy American-supplies 52.225-3 buy American-free Trade Agreements 52.225-13 restriction On Certain Foreign Purchases 52.232-33 payment By Eft-sam 52.247-64 preference For Privately Owned Us-flag Commercial Vessels dfars Clauses And Provisions 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials, 252.203-7002, Requirement To Inform Employees Of Whistleblower Rights 252.203-7005 Representation Relating To Compensation Of Former Dod Officials 252.204-7003. Control Of Government Personnel Work Product 252.204-7004 Antiterrorism Awareness Training For Contractors. 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7015, Disclosure Of Information To Litigation Support Contractors 252.204-7016, * See Attachment For This Provision. 252-204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services-representation 252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services. 252.204-7024 Notice On The Use Of The Supplier Performance Risk System 252.209-7999, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability 252.211-7003, Item Unique Identification And Valuation 252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations. 252.223-7006, Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials. 252.223-7008 Prohibition Of Hexavalent Chromium 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7021 Trade Agreements 252.225-7036 Alt I, Buy American Free Trade Agreements 252.225-7048, Export Controlled Items 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region - Representation 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region 252.231-7000, Supplemental Cost Principles. 252.232-7010, Levies On Contract Payments 252.243-7001, Pricing Of Contract Modifications 252.243-7002, Requests For Equitable Adjustment 252.244-7000, Subcontracts For Commercial Items 252.247-7023, Transportation Of Supplies By Sea note: Vendor Shall List The Country Of Origin For Each Line Item. dlad Clauses And Provisions (see Attachment For Full Text) 52.233-9001, Disputes: Agreement To Use Alternative Disputes Resolution dla Procurement Notes (see Attachment For Full Text) c01 Superseded Part Numbered Items (sep 2016) c02 Manufacturing Phase-out Or Discontinuation Of Production, Diminishing Sources, And Obsolete Materials Or Components (dec 2016) c03 Contractor Retention Of Supply Chain Traceability Documentation (mar 2023) c04 Unused Former Government Surplus Property (dec 2016) c14 Repackaging Or Relabeling To Correct Deficiencies (aug 2017) c20 Vendor Shipment Module (vsm) (aug 2017) e05 Product Verification Testing (jun 2018) h10 Requires No Access To Dla Controlled Technical Data Or Information For Contract Performance (feb 2020) l04 Offers For Part Numbered Items (sep 2016) l06 Agency Protests (dec 2016) l08 Use Of Supplier Performance Risk System (sprs) In Past Performance Evaluations l31 Additive Manufacturing (jun 2018) m05 Evaluation Factor For Unused Former Government Surplus Property (sep 2016) m06 Evaluation Of Offers For Part Numbered Items (sep 2016) local Clauses (see Attachment For Full Text): ym3 A1: Additional Information ym3 C500: Mercury Control (supplies) ym3 C528: Specification Changes ym3 D2.2: Marking Of Shipments ym3 D4: Preparation For Delivery ym3 D8: Prohibited Packing Materials ym3 E2: Inspection And Acceptance (destination) ym3 F500: Consignment Instructions For Deliveries To The Portsmouth Naval Shipyard ym3 M8: Single Award For All Items quoters Are Reminded To Include A Completed Copy Of 52.212-3 And It’s Alt I If Not Updated In Sam. this Announcement Will Close7 January 2025. The Point Of Contact For This Solicitation Is Stephen Smith Who Can Be Reached At Stephen.1.smith@dla.mil. All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency. system For Award Management (sam). Quoters Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed Online Athttp://www.sam.gov/. if Not The Actual Manufacturer – Manufacturer’s Name, Location, And Business Size Must Be Provided. please Submit Quotations Via Email At Stephen.1.smith@dla.mil quotes Also To: Dla-kme-quotations@dla.mil all Quotes Shall Include Price(s), Fob Point, Cage Code, A Point Of Contact, Name And Phone Number, Gsa Contract Number If Applicable, Business Size Under The Naics Code, Whether Or Not Your Company Prefers Payment By Government Commercial Purchase Card (gcpc) Or Wide Area Workflow (wawf). Please Note That The Government’s Terms For Payment For This Requirement Are Net 30 Days After Acceptance Of Material. Please Note, If Selecting Gpc, The Government Does Not Utilize Third Party Payment Entities (zelle, Venmo, Paypal, Etc.) Each Response Must Clearly Indicate The Capability Of The Quoter To Meet All Specifications And Requirements. ******* End Of Combined Synopsis/solicitation ********
Closing Date14 Jan 2025
Tender AmountUSD 23.6 K 
This is an estimated amount, exact amount may vary.

Philippine Commission On Women Tender

Others
Philippines
Details: Description A. Rationale In Support Of The Implementation Of The Magna Carta Of Women (mcw), The Pcw Institutionalized The Local Gad Resource Program (lgrp) As A Technical Assistance Model In Strengthening The Gender Mainstreaming Efforts At The Local Level. The Foundations Of Lgrp Are Anchored On Local Gad Mechanisms, Innovations, And Partnerships With Regional, Provincial, City/municipal Governments, And Other Institutions. Moreover, The Program Aims To Provide A Venue For Pcw And Local Government Units (lgus) To Create And Reinforce Gad Instrumentalities And Policies In Sustaining Capacity-development Programs And Orchestrating Gender Mainstreaming Efforts To Promote Gender Equality And Women’s Empowerment. The Lgrp Generally Aims To Increase The Number Of Regional Mechanisms And Lgus With Functional Gender-responsive Initiatives, Strategies, And Programs. The Lgrp Has Three (3) Major Components: A) Convergence; B) Replication Mechanisms; And C) Provision Of Direct Ta On Demand Basis And Updating Of Gad Tools. Under The Second Component, One Of Pcw’s Brainchild Programs To Strengthen Gad Especially At The Local Level Is The Establishment And Certification Of Gad Llhs. To Date The Pcw Has Certified 33 Gad Llhs In 16 Lgus Namely: Classification Gad Llh Lgu Gbv Response, Interventions, And Facilities Quezon City Protection Center Quezon City Muntinlupa City’s Saklolo At Gabay Ng Ina At Pamilya (sagip) Muntinlupa City Pangasinan Crisis Intervention Center Province Of Pangasinan Palawan Lualhati Women Center Province Of Palawan Davao City Office Of The Special Counsel On Vaw Davao City Davao City’s Protection On Sexual Exploitation, Abuse And Discrimination (psead) Program Davao City Bagumbayan’s Balay Dalangpan Municipality Of Bagumbayan, Sultan Kudarat Naga City Bantay Familia Naga City Move Aklan Chapter Province Of Aklan Aklan Comprehensive Center For Women Province Of Aklan Women’s Economic Empowerment Programs Kalinga’s Livelihood Assistance To Qualified Province Of Kalinga Naga City Barangay Grownegosyo Program Naga City Baybay City Women’s Economic Empowerment Program Baybay City, Leyte Davao City’s Magnegosyo ‘ta Day Program Davao City Iloilo Province Partnership And Convergence With Municipal Lgus On Women’s Economic Empowerment Program Iloilo City Gad Mechanisms Panlalawigang Komisyon Para Sa Kababaihan Ng Bulacan (pkkb) Province Of Bulacan Bulacan’s Gad Monitoring And Evaluation Team (gmet) Province Of Bulacan Mabalacat City’s Popgad Office Mabalacat City Quezon Provincial Gad Office Province Of Quezon Davao City Integrated Gender And Development Division Davao City Early Childhood Care Facilities And Programs Quezon City’s Human Milk Bank Quezon City Mabalacat City’s Early Childhood Care And Development Program Mabalacat City Naga City’s Breastfeeding Program Naga City Davao City’s Child Minding Centers Davao City Sexual, Reproductive, And Health Facilities/ Programs Quezon City Social Hygiene And Sundown Clinics Quezon City Muntinlupa City’s Sentro Ng Aruga Para Sa Kababaihan (sak) Muntinlupa City Samahan Ng Teenage Nanay Na Dakila (stand) Santiago City, Isabela Santiago City Health Office Hiv/aids Action Team (schohat) Santiago City, Isabela Social Protection And Reintegration Program For Persons Deprived Of Liberty Quezon City’s No Woman Left Behind Quezon City Davao City/bjmp Ray Of Hope Village Davao City Gad Database Baybay City’s Barangay Management Information System (bmis) Baybay City, Leyte Educational Assistanceprogram Tulong Pang-edukasyon Para Sa Bulakenyo (pgb Scholarship Program) Province Of Bulacan As Part Of The Continuing Advancement Of Mechanisms To Strengthen Gender Mainstreaming At The Local Level, There Is A Need To Actively Promote The Pcw Interventions And Initiatives. One Way Of Promoting The Pcw’s Progressive Programs Is To Develop Knowledge Products That Encourage Stakeholders To Participate And Partake In Gad Efforts. Promoting Such Programs Increases Public Awareness And Education On Gad Initiatives, Enabling Replication Of Notable Gad Programs Leading To Gender-responsive Local Governance. As More Institutions Learn About These Efforts, More Lgus Will Aim For Pcw Certification. Ultimately, The Gad Llh Will Expand Nationwide, Significantly Advancing The Promotion Of Gender Equality And Women Empowerment. B. General Objective/s The Development And Printing Of The Gad Llh Brochures Aims To: 1. Produce Relevant And Updated Promotional Materials Capturing The Attention Of Potential Gad Llh Applicants; 2. Promote Awareness On The Gad Llh Certification And Its Relevance In Strengthening The Gender Mainstreaming Efforts Of The Lgus; And 3. Encourage Lgus To Establish Programs, Activities, And Projects That Champion Outstanding Gad Efforts. C. Expected Outputs/deliverables The Pcw-tsrcd Will Need A Consultant Who Is Expert In Style Editing, Designing, Packaging, Lay-outing And Printing Services. For This Engagement, The Following Outputs Are Expected: ● Proofread And Style-edited Gad Llh Brochure; ● Final And Approved Graphic Design, Layout And Packaged Contents Of The Gad Llh Brochure, Including Front And Back Cover With Illustrations; ● 1 Gad Llh Brochure Developed Saved In One (1) External Drive (print-ready, Web-ready And Fillable Pdf File Of The Gad Llh Brochure And Editable Soft Copies); And ● 1000 Printed Copies Of The Gad Llh Brochure D. Scope Of Work To Produce The Outputs Expected In This Engagement, The Consultant Is Expected To Work Closely With The Pcw-tsrcd. Specifically, The Consultant Is Tasked To Deliver The Following: 1. Content Editing 1.1 Review The Draft Gad Llh Brochure And Correct Any Inconsistencies, Contradictions, Factual Errors Or Discrepancies In Content; 1.2 Develop Graphic And Visual Information For Better Presentation; And, 1.3 Improve And Rewrite The Parts As Necessary But Retaining The Original Idea Or Thought. 2. Copy Editing 2.1 Correct Errors Related To Grammar, Spelling And Punctuation; 2.2 Ensure The Following: A. Consistency Of Word Usage, Format, Etc.; B. Use Of Politically-correct And Gender-fair Language; C. Correct Citing Of Reference In Apa Format In Text And In The Bibliography; And D. Bring To The Attention Of Pcw Any Vague Areas, Concepts Or Statements Which Need Clarification. 3. Lay-outing 3.1 Develop Three (3) Sets Of Prototypes Front And Back Cover Design And Layout Theme/aesthetic Of The Style Edited Gad Llh Brochure For Pcw-tsrcd To Choose From; 3.2 Create Appropriate, Relevant, And Appealing Digital Illustrations/graphics; 3.3 Prepare The Final Prototype Layout And Design Of Final Design Chosen By Pcw Within The Agreed Timeline; 3.4 Prepare Printing Specifications In Consultation With Pcw; And 3.5 Submit The Fillable, Print-ready And Final Editable Copy Of The Gad Llh Brochure Saved In One (1) External Drive. 4. Printing Of Gad Llh Brochure Specifications: Size: A5 8.3” (h) X 5.8” (w) Color: Full Color, Glossy Paper Stock: C2s 220lbs No. Of Pages: 14 Pages (front And Back), Full Page No Of Copies: 1000 In Designing And Packaging The Document, The Layout Artist Is Expected To Do The Following: ● Layout The Style Edited Gad Llh Brochure Into The Recommended Package, Size Or Format, Ensuring Adherence To Accepted Design Criteria Approved By Pcw; ● Use Original Graphics Or Photos That Would Not Cause Infringement Of Copyrights Of Any Individual Or Organization; And ● Adhere To Pcw’s Branding / Visual Identity Guidelines, Copy Of Which Shall Be Made Available To The Layout Artist. ● Consult And Inform The Pcw Regarding The Progress Or Status Of The Implementation Of The Project. The Pcw-tsrcd Is Expected To Perform The Following: ● Provide The Consultant The Word File Copy Of The Gad Llh Brochure; ● Review And Provide Timely Feedback On The Outputs Of The Consultant; ● Relay The Consolidated Comments/inputs From Pcw To The Consultant; ● Facilitate The Consultant’s Submission Of Draft/final Outputs To Pcw; And ● Facilitate Processing Of Payments And Professional Fees. E. Approved Budget Cost And Basis For Costing The Overall Budget For The Consultancy Service Is Php 300,000.00 Inclusive Of The Cost Of Development And Printing Of The Gad Llh Brochure: Items/coverage Of Expense Unit Cost Breakdown Total Cost Layout Artist For The Development Of Gad Llh Brochure Php 100,000.00 Php 100,000.00 X 1 Consultant Php 100,000.00 Printing Of The Gad Llh Brochure (booklet) Php 200.00 Php 200.00 X 1,000 Pieces Php 200,000.00 Total Php 300,000.00 F. Minimum Qualification/s The Contractor Should Have The Following Qualifications: 1. Has A Bachelor’s Degree In Communication, Graphic Design And/or Related Field; 2. At Least 5 Years’ Experience In Doing Style Editing Work, Lay Outing And Printing Iec Materials Or Similar Nature Of The Project; 3. Ability To Adhere To Deadlines And Adjust Well To The Needs Of The Project And Pcw; 4. Experience In Creating Outputs Similar To The Deliverables In This Engagement; 5. Should Be Registered Online With The Philippine Government Electronic Procurement System As A Legitimate Service Provider For Government Requirements; And 6. Familiar With The Government Processes And Procedures. G. Professional Fees And Terms Of Payment The Consultancy Service For The Lay-out And Printing Of The Gad Llh Brochure Will Be Hired For Three (3) Months From February 27 To May 31, 2025. Payment Schedule Timeline Deliverables 1st Tranche: Php 94,800.00 (30%) 4th Week Of February 2025 ● Meeting With The Pcw-tsrcd For The Proposed Gad Llh Brochure Layout And Design 1st Week Of March 2025 ● 1st Submission Of The Draft Version Of The Gad Llh Brochure 3rd Week Of March 2025 ● 2nd Submission Of The Draft Gad Llh Brochure (final Submission If There Will Be No Comments) 2nd Tranche: Php 126,400.00 (40%) 1st Week Of April 2025 ● 1st Submission Of The Prototype Designs With Suggested Printer Paper And Color-scheme For Approval 3rd Week Of April 2025 ● 2nd Submission Of The Gad Llh Brochure Layout With Final Printing Specifications 4th Week Of April 2025 ● Final Submission Of The Soft Copy Of Print-ready, Web-ready, And Editable Copy Of The Gad Llh Brochure Saved In An External Drive 3rd Tranche Php 94,800.00 (30%) 1st Week Of May 2025 ● Final Submission Of Sample Printed Copy Of The Gad Llh Brochure 4th Week Of May 2025 ● Delivery Of The 1000 Copies Of The Gad Llh Brochure The Professional Fee Of The Consultant Is Inclusive Of The Service Fees And Production Of The Gad Llh Brochure, Budget For Travel Expense, Transportation Of Goods And Delivery Costs, Incidental Expenses, Insurance, And Other Incurred Expenses Within The Period Of Engagement. The Consultant Will Not Be Entitled To Any Payments Other Than Those Agreed And Provided Above. The Period Of Engagement Will Be From February 27, 2025 To May 31, 2025. H. Working Conditions And Arrangements The Consultant Shall Coordinate Directly With The Pcw-tsrcd During The Entire Period Of The Engagement And Is Expected To Attend Preparatory Meetings And Other Related Meetings As May Be Necessary. He/she Is Expected To Work Closely With The Pcw-tsrcd Lgrp Team As Well As The Division Chief For Any Clarifications Or Questions Related To The Development, Enhancement, Finalization, Completion, And Submission Of The Required Outputs And Services Of This Engagement. I. Submission Of Documents Interested Individuals Or Groups Must Submit To Ms. Maricel G. Napuli, Administrative Officer V Of The Pcw-afd Supply Section Through Email At Mgnapuli@pcw.gov.ph Copy Furnish Khtpeji@pcw.gov.ph, Addomingo@pcw.gov.ph And Tsrcd@pcw.gov.ph The Following Requirements: ● Expression Of Interest, Including The Cv Of The Team That Will Be Engaged For This Activity; ● Company Profile And Portfolio; ● Philgeps Registration Number; ● Detailed Proposal, With Cost Breakdown; ● Mayor’s/business Permit; ● Income/business Tax Return; ● Bir Certificate Of Registration; And ● List Of Clientele With Similar Nature Of This Engagement.
Closing Date28 Jan 2025
Tender AmountPHP 300 K (USD 5.1 K)
9571-9580 of 9845 archived Tenders