Uniform Tenders

Uniform Tenders

Environmental Management Bureau Tender

Textile, Apparel and Footwear
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 132.3 K (USD 2.2 K)
Details: Description Request For Quotation (rfq) Supply And Delivery Of Personal Protective Equipment Rfq No. Emb-erlsd-2024-11-122-2nd 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc 1 Field Jacket; -waterproof -easy Transport -anatomic Design -breathable -ventilation 1/2 Zip To Increase Ventilation While Walking - With Denr Logo(embroidery) 9 Pcs 1,275.60 11,480.40 2 Field Shoes; - Resistant Soles For Walking Trails - Waterproof - Breathable Insole | Ankle Collar: 3d Comfortable Mesh - Abrasion Resistance - Sole Design And Spike Clears Mud Easily - Lightweight - Lightweight Eva Foam Midsole That Limits The Impact Of Stones 9 Pcs 4,603.20 41,428.80 3 Field Pants; - Abrasion Resistance - Freedom Of Movement - Quick Drying - Water Repellent - Light, Breathable Fabric - Pockets - 5 Secure With Zip Pocket - With Denr Logo(embroidery) 9 Pcs 2,130.24 19,172.16 4 Field Hat; -lined Bucket Hat Built To Battle Wind, Sun, And Stains. -full Circle Coverage: Bucket Hat Built With Upf 50 Sun Protection, Stain-repellency, And Windbreaker Fabric. Upf 40 Guards Against Skin Damage Using Tight Fabric Construction And Modified Fibers To Block Uva/uvb Rays, Repels Moisture And Resists Stains By Preventing Liquids From Absorbing Into Fast-drying Yarns, So You Stay Clean And Dry In Damp, Messy Conditions. - With Denr Logo(embroidery) 9 Pcs 816.98 7,352.86 5 High Knee Boots; - Waterproof, Slip Resistant, Durable Material, Approximately 80 Cm In Height 5 Pcs 696.00 3,480.00 6 Heavy Duty Industrial Jacket; -durable Anti-flame Jacket With Robust Hidden One-way Metal Zipper And Practical Pockets. -pockets For Ample Storage -sew-on Flame-resistant, Industrially Washable -equipped With A Host Of Features Including Ce-cat Iii -capable Of Blocking Of Uv Rays, And Protection Against Molten Metal Splash -with Hook And Loop Cuffs For A Secure Fit And An External Standards Label For Quick Identification Of Protection Levels -metal Free - With Denr Logo(embroidery) Certification: En Iso 11612 A1+a2 3 Pcs 6,168.34 18,505.01 7 Heavy Duty Safety Shoes; -safety Steel Toe Cap -assorted Sized -electrostatic Discharge Slip Resist -sole Puncture Resistant -certification: En Iso 20345:2011 2 Units 7,854.00 15,708.00 8 Reusable Half Face Mask Respirator -for Construction, General Manufacturing, Mining, Oil & Gas, Pharmaceutical, Primary Metal, Transportation -certification: Approved By Niosh 3 Pcs 1,780.80 5,342.40 9 Hardhat Secure Fit -product Color: White -oshc Tested: Yes -product Type: Cap Style Hard Hat -suspension Type: 4 Point Ratchet -shell Material: Hdpe -features: Pressure Diffusion Technology, Uv Indicator - With Denr Logo 3 Pcs 1,323.34 3,970.01 Note: Sizes Will Be Provided By The End-user Upon Bidder's Receipt Of The Purchase Order (po) 2. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php132,331.63. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Per Item Whichever Is Advantageous To The Government. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 02:00 P.m. Of January 17, 2024. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Supply And Delivery Of Personal Protective Equipment Rfq No. Emb-erlsd-2024-11-122 (oss Required) Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Sixty (60) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance Only (not Itr) E) Oss-omnibus Sworn Statement (notarized) Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Supply And Delivery Of Personal Protective Equipment Quantity: Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications 1 Set Field Jacket; -waterproof -easy Transport -anatomic Design -breathable -ventilation 1/2 Zip To Increase Ventilation While Walking - With Denr Logo(embroidery) 21 Pcs Field Shoes; - Resistant Soles For Walking Trails - Waterproof - Breathable Insole | Ankle Collar: 3d Comfortable Mesh - Abrasion Resistance - Sole Design And Spike Clears Mud Easily - Lightweight - Lightweight Eva Foam Midsole That Limits The Impact Of Stones 5 Pcs Field Pants; - Abrasion Resistance - Freedom Of Movement - Quick Drying - Water Repellent - Light, Breathable Fabric - Pockets - 5 Secure With Zip Pocket - With Denr Logo(embroidery) 5 Units Field Hat; -lined Bucket Hat Built To Battle Wind, Sun, And Stains. -full Circle Coverage: Bucket Hat Built With Upf 50 Sun Protection, Stain-repellency, And Windbreaker Fabric. Upf 40 Guards Against Skin Damage Using Tight Fabric Construction And Modified Fibers To Block Uva/uvb Rays, Repels Moisture And Resists Stains By Preventing Liquids From Absorbing Into Fast-drying Yarns, So You Stay Clean And Dry In Damp, Messy Conditions. - With Denr Logo(embroidery) 10 Units High Knee Boots; - Waterproof, Slip Resistant, Durable Material, Approximately 80 Cm In Height 2 Units Heavy Duty Industrial Jacket; -durable Anti-flame Jacket With Robust Hidden One-way Metal Zipper And Practical Pockets. -pockets For Ample Storage -sew-on Flame-resistant, Industrially Washable -equipped With A Host Of Features Including Ce-cat Iii -capable Of Blocking Of Uv Rays, And Protection Against Molten Metal Splash -with Hook And Loop Cuffs For A Secure Fit And An External Standards Label For Quick Identification Of Protection Levels -metal Free - With Denr Logo(embroidery) Certification: En Iso 11612 A1+a2 2 Units Heavy Duty Safety Shoes; -safety Steel Toe Cap -assorted Sized -electrostatic Discharge Slip Resist -sole Puncture Resistant -certification: En Iso 20345:2011 Reusable Half Face Mask Respirator -for Construction, General Manufacturing, Mining, Oil & Gas, Pharmaceutical, Primary Metal, Transportation -certification: Approved By Niosh Hardhat Secure Fit -product Color: White -oshc Tested: Yes -product Type: Cap Style Hard Hat -suspension Type: 4 Point Ratchet -shell Material: Hdpe -features: Pressure Diffusion Technology, Uv Indicator - With Denr Logo Note: Sizes Will Be Provided By The End-user Upon Bidder's Receipt Of The Purchase Order (po) Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Qty Uom Unit Price Total Price Supply And Delivery Of Personal Protective Equipment Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1 Field Jacket; -waterproof -easy Transport -anatomic Design -breathable -ventilation 1/2 Zip To Increase Ventilation While Walking - With Denr Logo(embroidery) 1 Set 2 Field Shoes; - Resistant Soles For Walking Trails - Waterproof - Breathable Insole | Ankle Collar: 3d Comfortable Mesh - Abrasion Resistance - Sole Design And Spike Clears Mud Easily - Lightweight - Lightweight Eva Foam Midsole That Limits The Impact Of Stones 21 Pcs 3 Field Pants; - Abrasion Resistance - Freedom Of Movement - Quick Drying - Water Repellent - Light, Breathable Fabric - Pockets - 5 Secure With Zip Pocket - With Denr Logo(embroidery) 5 Pcs 4 Field Hat; -lined Bucket Hat Built To Battle Wind, Sun, And Stains. -full Circle Coverage: Bucket Hat Built With Upf 50 Sun Protection, Stain-repellency, And Windbreaker Fabric. Upf 40 Guards Against Skin Damage Using Tight Fabric Construction And Modified Fibers To Block Uva/uvb Rays, Repels Moisture And Resists Stains By Preventing Liquids From Absorbing Into Fast-drying Yarns, So You Stay Clean And Dry In Damp, Messy Conditions. - With Denr Logo(embroidery) 5 Units 5 High Knee Boots; - Waterproof, Slip Resistant, Durable Material, Approximately 80 Cm In Height 10 Units 6 Heavy Duty Industrial Jacket; -durable Anti-flame Jacket With Robust Hidden One-way Metal Zipper And Practical Pockets. -pockets For Ample Storage -sew-on Flame-resistant, Industrially Washable -equipped With A Host Of Features Including Ce-cat Iii -capable Of Blocking Of Uv Rays, And Protection Against Molten Metal Splash -with Hook And Loop Cuffs For A Secure Fit And An External Standards Label For Quick Identification Of Protection Levels -metal Free - With Denr Logo(embroidery) Certification: En Iso 11612 A1+a2 2 Units 7 Heavy Duty Safety Shoes; -safety Steel Toe Cap -assorted Sized -electrostatic Discharge Slip Resist -sole Puncture Resistant -certification: En Iso 20345:2011 2 Units Reusable Half Face Mask Respirator -for Construction, General Manufacturing, Mining, Oil & Gas, Pharmaceutical, Primary Metal, Transportation -certification: Approved By Niosh Hardhat Secure Fit -product Color: White -oshc Tested: Yes -product Type: Cap Style Hard Hat -suspension Type: 4 Point Ratchet -shell Material: Hdpe -features: Pressure Diffusion Technology, Uv Indicator - With Denr Logo Note: Sizes Will Be Provided By The End-user Upon Bidder's Receipt Of The Purchase Order (po) 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Sixty (60) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct. 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted. 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____

Environmental Management Bureau Tender

Textile, Apparel and Footwear
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 132.3 K (USD 2.2 K)
Details: Description Request For Quotation (rfq) Supply And Delivery Of Personal Protective Equipment Rfq No. Emb-erlsd-2024-11-122-3rd 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc 1 Field Jacket; -waterproof -easy Transport -anatomic Design -breathable -ventilation 1/2 Zip To Increase Ventilation While Walking - With Denr Logo(embroidery) 9 Pcs 1,275.60 11,480.40 2 Field Shoes; - Resistant Soles For Walking Trails - Waterproof - Breathable Insole | Ankle Collar: 3d Comfortable Mesh - Abrasion Resistance - Sole Design And Spike Clears Mud Easily - Lightweight - Lightweight Eva Foam Midsole That Limits The Impact Of Stones 9 Pcs 4,603.20 41,428.80 3 Field Pants; - Abrasion Resistance - Freedom Of Movement - Quick Drying - Water Repellent - Light, Breathable Fabric - Pockets - 5 Secure With Zip Pocket - With Denr Logo(embroidery) 9 Pcs 2,130.24 19,172.16 4 Field Hat; -lined Bucket Hat Built To Battle Wind, Sun, And Stains. -full Circle Coverage: Bucket Hat Built With Upf 50 Sun Protection, Stain-repellency, And Windbreaker Fabric. Upf 40 Guards Against Skin Damage Using Tight Fabric Construction And Modified Fibers To Block Uva/uvb Rays, Repels Moisture And Resists Stains By Preventing Liquids From Absorbing Into Fast-drying Yarns, So You Stay Clean And Dry In Damp, Messy Conditions. - With Denr Logo(embroidery) 9 Pcs 816.98 7,352.86 5 High Knee Boots; - Waterproof, Slip Resistant, Durable Material, Approximately 80 Cm In Height 5 Pcs 696.00 3,480.00 6 Heavy Duty Industrial Jacket; -durable Anti-flame Jacket With Robust Hidden One-way Metal Zipper And Practical Pockets. -pockets For Ample Storage -sew-on Flame-resistant, Industrially Washable -equipped With A Host Of Features Including Ce-cat Iii -capable Of Blocking Of Uv Rays, And Protection Against Molten Metal Splash -with Hook And Loop Cuffs For A Secure Fit And An External Standards Label For Quick Identification Of Protection Levels -metal Free - With Denr Logo(embroidery) Certification: En Iso 11612 A1+a2 3 Pcs 6,168.34 18,505.01 7 Heavy Duty Safety Shoes; -safety Steel Toe Cap -assorted Sized -electrostatic Discharge Slip Resist -sole Puncture Resistant -certification: En Iso 20345:2011 2 Units 7,854.00 15,708.00 8 Reusable Half Face Mask Respirator -for Construction, General Manufacturing, Mining, Oil & Gas, Pharmaceutical, Primary Metal, Transportation -certification: Approved By Niosh 3 Pcs 1,780.80 5,342.40 9 Hardhat Secure Fit -product Color: White -oshc Tested: Yes -product Type: Cap Style Hard Hat -suspension Type: 4 Point Ratchet -shell Material: Hdpe -features: Pressure Diffusion Technology, Uv Indicator - With Denr Logo 3 Pcs 1,323.34 3,970.01 Note: Sizes Will Be Provided By The End-user Upon Bidder's Receipt Of The Purchase Order (po) 2. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php132,331.63. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Per Item Whichever Is Advantageous To The Government. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 02:00 P.m. Of January 31, 2025. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Supply And Delivery Of Personal Protective Equipment Rfq No. Emb-erlsd-2024-11-122 (oss Required) Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Sixty (60) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance Only (not Itr) E) Oss-omnibus Sworn Statement (notarized) Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Supply And Delivery Of Personal Protective Equipment Quantity: Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications 1 Set Field Jacket; -waterproof -easy Transport -anatomic Design -breathable -ventilation 1/2 Zip To Increase Ventilation While Walking - With Denr Logo(embroidery) 21 Pcs Field Shoes; - Resistant Soles For Walking Trails - Waterproof - Breathable Insole | Ankle Collar: 3d Comfortable Mesh - Abrasion Resistance - Sole Design And Spike Clears Mud Easily - Lightweight - Lightweight Eva Foam Midsole That Limits The Impact Of Stones 5 Pcs Field Pants; - Abrasion Resistance - Freedom Of Movement - Quick Drying - Water Repellent - Light, Breathable Fabric - Pockets - 5 Secure With Zip Pocket - With Denr Logo(embroidery) 5 Units Field Hat; -lined Bucket Hat Built To Battle Wind, Sun, And Stains. -full Circle Coverage: Bucket Hat Built With Upf 50 Sun Protection, Stain-repellency, And Windbreaker Fabric. Upf 40 Guards Against Skin Damage Using Tight Fabric Construction And Modified Fibers To Block Uva/uvb Rays, Repels Moisture And Resists Stains By Preventing Liquids From Absorbing Into Fast-drying Yarns, So You Stay Clean And Dry In Damp, Messy Conditions. - With Denr Logo(embroidery) 10 Units High Knee Boots; - Waterproof, Slip Resistant, Durable Material, Approximately 80 Cm In Height 2 Units Heavy Duty Industrial Jacket; -durable Anti-flame Jacket With Robust Hidden One-way Metal Zipper And Practical Pockets. -pockets For Ample Storage -sew-on Flame-resistant, Industrially Washable -equipped With A Host Of Features Including Ce-cat Iii -capable Of Blocking Of Uv Rays, And Protection Against Molten Metal Splash -with Hook And Loop Cuffs For A Secure Fit And An External Standards Label For Quick Identification Of Protection Levels -metal Free - With Denr Logo(embroidery) Certification: En Iso 11612 A1+a2 2 Units Heavy Duty Safety Shoes; -safety Steel Toe Cap -assorted Sized -electrostatic Discharge Slip Resist -sole Puncture Resistant -certification: En Iso 20345:2011 Reusable Half Face Mask Respirator -for Construction, General Manufacturing, Mining, Oil & Gas, Pharmaceutical, Primary Metal, Transportation -certification: Approved By Niosh Hardhat Secure Fit -product Color: White -oshc Tested: Yes -product Type: Cap Style Hard Hat -suspension Type: 4 Point Ratchet -shell Material: Hdpe -features: Pressure Diffusion Technology, Uv Indicator - With Denr Logo Note: Sizes Will Be Provided By The End-user Upon Bidder's Receipt Of The Purchase Order (po) Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Qty Uom Unit Price Total Price Supply And Delivery Of Personal Protective Equipment Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1 Field Jacket; -waterproof -easy Transport -anatomic Design -breathable -ventilation 1/2 Zip To Increase Ventilation While Walking - With Denr Logo(embroidery) 1 Set 2 Field Shoes; - Resistant Soles For Walking Trails - Waterproof - Breathable Insole | Ankle Collar: 3d Comfortable Mesh - Abrasion Resistance - Sole Design And Spike Clears Mud Easily - Lightweight - Lightweight Eva Foam Midsole That Limits The Impact Of Stones 21 Pcs 3 Field Pants; - Abrasion Resistance - Freedom Of Movement - Quick Drying - Water Repellent - Light, Breathable Fabric - Pockets - 5 Secure With Zip Pocket - With Denr Logo(embroidery) 5 Pcs 4 Field Hat; -lined Bucket Hat Built To Battle Wind, Sun, And Stains. -full Circle Coverage: Bucket Hat Built With Upf 50 Sun Protection, Stain-repellency, And Windbreaker Fabric. Upf 40 Guards Against Skin Damage Using Tight Fabric Construction And Modified Fibers To Block Uva/uvb Rays, Repels Moisture And Resists Stains By Preventing Liquids From Absorbing Into Fast-drying Yarns, So You Stay Clean And Dry In Damp, Messy Conditions. - With Denr Logo(embroidery) 5 Units 5 High Knee Boots; - Waterproof, Slip Resistant, Durable Material, Approximately 80 Cm In Height 10 Units 6 Heavy Duty Industrial Jacket; -durable Anti-flame Jacket With Robust Hidden One-way Metal Zipper And Practical Pockets. -pockets For Ample Storage -sew-on Flame-resistant, Industrially Washable -equipped With A Host Of Features Including Ce-cat Iii -capable Of Blocking Of Uv Rays, And Protection Against Molten Metal Splash -with Hook And Loop Cuffs For A Secure Fit And An External Standards Label For Quick Identification Of Protection Levels -metal Free - With Denr Logo(embroidery) Certification: En Iso 11612 A1+a2 2 Units 7 Heavy Duty Safety Shoes; -safety Steel Toe Cap -assorted Sized -electrostatic Discharge Slip Resist -sole Puncture Resistant -certification: En Iso 20345:2011 2 Units Reusable Half Face Mask Respirator -for Construction, General Manufacturing, Mining, Oil & Gas, Pharmaceutical, Primary Metal, Transportation -certification: Approved By Niosh Hardhat Secure Fit -product Color: White -oshc Tested: Yes -product Type: Cap Style Hard Hat -suspension Type: 4 Point Ratchet -shell Material: Hdpe -features: Pressure Diffusion Technology, Uv Indicator - With Denr Logo Note: Sizes Will Be Provided By The End-user Upon Bidder's Receipt Of The Purchase Order (po) 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Sixty (60) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct. 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted. 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____

Environmental Management Bureau Tender

Laboratory Equipment and Services
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 258 K (USD 4.3 K)
Details: Description Request For Quotation (rfq) Supply And Delivery Of Media-repost Rfq No. Emb-erlsd-2024-12-099 (oss Required) 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc 1 Bacteria Gram Staining Kit (contains 250ml Of Each): Gram′s Crystal Violet Solution, Gram′s Iodine Solution, Gram′s Decolorizer Solution, And Gram′s Safranin Solution 2 Packs 5,000.00 10,000.00 2 Bromothymol Blue Ph Indicator, 25g (similar To Acs Reagent, Dye Content 95% Cas 76-59-5) 1 Bottle 15,000.00 15,000.00 3 Ph Buffer Solutions (4, 7, And 10), 500ml/bottle 1 Set 10,000.00 10,000.00 4 Methyl Red-voges Proskauer (mr-vp) Medium, 500g/bottle 2 Bottles 4,500.00 9,000.00 5 Triple Sugar Iron (tsi) Agar, 500g/bottle 1 Bottle 20,000.00 20,000.00 6 Pyrrolidonyl Arylamidase (pyr) Broth, 500g/bottle 1 Bottle 12,000.00 12,000.00 7 Nutrient Broth, 500g/bottle 2 Bottles 4,500.00 9,000.00 8 Peptone Broth, 500g/bottle 1 Bottle 5,000.00 5,000.00 9 Voges-proskauer (vp) Test Reagents Contains: Vp-a (5% Alpha-naphthol Reagent), Vp-b (40% Potassium Hydroxide), 25 Ml/bottle 2 Bottles 7,000.00 14,000.00 10 Oxidase Reagent Contains: Tetra-methyl-para-phenylene-diamine Hydrochloride (tmpd), 100 Ml/bottle 2 Bottles 2,000.00 4,000.00 11 Oxidase Strips/discs, Test Kit, 25 Tests/kit 2 Sets 5,000.00 10,000.00 12 Pyrrolidonyl Arylamidase (pyr) Discs, Test Kit Contains: Pyr Test Discs, Pyr Reagent, 25 Tests/set 2 Sets 15,000.00 30,000.00 13 Analytical Profile Index (api), Rapid Bacterial Biochemical Identification Kit -set Of Api 20 E (for Gram-negative Bacilli) 25 Strips Per Set 2 Sets 55,000.00 110,000.00 The Test Kit Contains: Test Kit Enables The Following Tests: Onpg: Test For Β-galactosidase Enzyme By Hydrolysis Of The Substrate O-nitrophenyl-b-d-galactopyranoside Adh: Decarboxylation Of The Amino Acid Arginine By Arginine Dihydrolase Ldc: Decarboxylation Of The Amino Acid Lysine By Lysine Decarboxylase Odc: Decarboxylation Of The Amino Acid Ornithine By Ornithine Decarboxylase Cit: Utilization Of Citrate As Only Carbon Source Ure: Test For The Enzyme Urease Ind: Indole Test-production Of Indole From Tryptophan By The Enzyme Tryptophanase . Reagent- Indole Is Detected By Addition Of Kovac’s Reagent. Vp: The Voges-proskauer Test For The Detection Of Acetoin (acetyl Methylcarbinol) Produced By Fermentation Of Glucose By Bacteria Utilizing The Butylene Glycol Pathway Notes: (1) The Expiration Of These Media Should Be At Least 3 Years After The Receipt Of The Items (2) Safety Data Sheet (with Complete 16 Sections) And Certificate Of Analysis Should Be Provided Upon Delivery Of Items. (3) Delivery Period: Ninety (90) Calendar Days After Receipt Of Purchase Order/job Order. 2. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php258,000.00. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Per Item Whichever Is Advantageous To The Government. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 02:00 P.m. Of January 31, 2025. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Supply And Delivery Of Media Rfq No. Emb-erlsd-2024-11-099 (oss Required) Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Ninety (90) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance Only (not Itr) E) Oss-omnibus Sworn Statement (notarized) Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Supply And Delivery Of Media Quantity: Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications 2 Packs Bacteria Gram Staining Kit (contains 250ml Of Each): Gram′s Crystal Violet Solution, Gram′s Iodine Solution, Gram′s Decolorizer Solution, And Gram′s Safranin Solution 1 Bottle Bromothymol Blue Ph Indicator, 25g (similar To Acs Reagent, Dye Content 95% Cas 76-59-5) 1 Set Ph Buffer Solutions (4, 7, And 10), 500ml/bottle 2 Bottles Methyl Red-voges Proskauer (mr-vp) Medium, 500g/bottle 1 Bottle Triple Sugar Iron (tsi) Agar, 500g/bottle 1 Bottle Pyrrolidonyl Arylamidase (pyr) Broth, 500g/bottle 2 Bottles Nutrient Broth, 500g/bottle 1 Bottle Peptone Broth, 500g/bottle 2 Bottles Voges-proskauer (vp) Test Reagents Contains: Vp-a (5% Alpha-naphthol Reagent), Vp-b (40% Potassium Hydroxide), 25 Ml/bottle 2 Bottles Oxidase Reagent Contains: Tetra-methyl-para-phenylene-diamine Hydrochloride (tmpd), 100 Ml/bottle 2 Sets Oxidase Strips/discs, Test Kit, 25 Tests/kit 2 Sets Pyrrolidonyl Arylamidase (pyr) Discs, Test Kit Contains: Pyr Test Discs, Pyr Reagent, 25 Tests/set 2 Sets Analytical Profile Index (api), Rapid Bacterial Biochemical Identification Kit -set Of Api 20 E (for Gram-negative Bacilli) 25 Strips Per Set The Test Kit Contains: Test Kit Enables The Following Tests: Onpg: Test For Β-galactosidase Enzyme By Hydrolysis Of The Substrate O-nitrophenyl-b-d-galactopyranoside Adh: Decarboxylation Of The Amino Acid Arginine By Arginine Dihydrolase Ldc: Decarboxylation Of The Amino Acid Lysine By Lysine Decarboxylase Odc: Decarboxylation Of The Amino Acid Ornithine By Ornithine Decarboxylase Cit: Utilization Of Citrate As Only Carbon Source Ure: Test For The Enzyme Urease Ind: Indole Test-production Of Indole From Tryptophan By The Enzyme Tryptophanase . Reagent- Indole Is Detected By Addition Of Kovac’s Reagent. Vp: The Voges-proskauer Test For The Detection Of Acetoin (acetyl Methylcarbinol) Produced By Fermentation Of Glucose By Bacteria Utilizing The Butylene Glycol Pathway Notes: (1) The Expiration Of These Media Should Be At Least 3 Years After The Receipt Of The Items (2) Safety Data Sheet (with Complete 16 Sections) And Certificate Of Analysis Should Be Provided Upon Delivery Of Items. (3) Delivery Period: Ninety (90) Calendar Days After Receipt Of Purchase Order/job Order. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Qty Uom Unit Price Total Price Supply And Delivery Of Media Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1 Bacteria Gram Staining Kit (contains 250ml Of Each): Gram′s Crystal Violet Solution, Gram′s Iodine Solution, Gram′s Decolorizer Solution, And Gram′s Safranin Solution 2 Packs 2 Bromothymol Blue Ph Indicator, 25g (similar To Acs Reagent, Dye Content 95% Cas 76-59-5) 1 Bottle 3 Ph Buffer Solutions (4, 7, And 10), 500ml/bottle 1 Set 4 Methyl Red-voges Proskauer (mr-vp) Medium, 500g/bottle 2 Bottles 5 Triple Sugar Iron (tsi) Agar, 500g/bottle 1 Bottle 6 Pyrrolidonyl Arylamidase (pyr) Broth, 500g/bottle 1 Bottle 7 Nutrient Broth, 500g/bottle 2 Bottles 8 Peptone Broth, 500g/bottle 1 Bottle 9 Voges-proskauer (vp) Test Reagents Contains: Vp-a (5% Alpha-naphthol Reagent), Vp-b (40% Potassium Hydroxide), 25 Ml/bottle 2 Bottles 10 Oxidase Reagent Contains: Tetra-methyl-para-phenylene-diamine Hydrochloride (tmpd), 100 Ml/bottle 2 Bottles 11 Oxidase Strips/discs, Test Kit, 25 Tests/kit 2 Sets 12 Pyrrolidonyl Arylamidase (pyr) Discs, Test Kit Contains: Pyr Test Discs, Pyr Reagent, 25 Tests/set 2 Sets 13 Analytical Profile Index (api), Rapid Bacterial Biochemical Identification Kit -set Of Api 20 E (for Gram-negative Bacilli) 25 Strips Per Set 2 Sets The Test Kit Contains: Test Kit Enables The Following Tests: Onpg: Test For Β-galactosidase Enzyme By Hydrolysis Of The Substrate O-nitrophenyl-b-d-galactopyranoside Adh: Decarboxylation Of The Amino Acid Arginine By Arginine Dihydrolase Ldc: Decarboxylation Of The Amino Acid Lysine By Lysine Decarboxylase Odc: Decarboxylation Of The Amino Acid Ornithine By Ornithine Decarboxylase Cit: Utilization Of Citrate As Only Carbon Source Ure: Test For The Enzyme Urease Ind: Indole Test-production Of Indole From Tryptophan By The Enzyme Tryptophanase . Reagent- Indole Is Detected By Addition Of Kovac’s Reagent. Vp: The Voges-proskauer Test For The Detection Of Acetoin (acetyl Methylcarbinol) Produced By Fermentation Of Glucose By Bacteria Utilizing The Butylene Glycol Pathway Notes: (1) The Expiration Of These Media Should Be At Least 3 Years After The Receipt Of The Items (2) Safety Data Sheet (with Complete 16 Sections) And Certificate Of Analysis Should Be Provided Upon Delivery Of Items. (3) Delivery Period: Ninety (90) Calendar Days After Receipt Of Purchase Order/job Order. 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Ninety (90) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct. 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted. 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____

Department Of Agriculture Tender

Civil And Construction...+2Building Construction, Construction Material
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 10 Million (USD 172.3 K)
Details: Description Invitation To Bid For The Negotiated Procurement Of Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Construction Of Feed Mill Processing Facility In Brgy. #40 Buyon, Bacarra, Ilocos Norte 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2024intends To Apply The Sum Of Ten Million Pesos (php10,000,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Negotiated Procurement Of Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Construction Of Feed Mill Processing Facility In Brgy. #40 Buyon, Bacarra, Ilocos Norte With Project Identification Number Da-rfo-1-2024-infra-035-n. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above Procurement Project With The Following Details And Specifications: Details And Specifications Project Location: Brgy. #40 Buyon, Bacarra, Ilocos Norte Project Description: Construction Of Feed Mill Processing Facility With A Dimension Of 15m X 10m Component 1: Building Scope Of Work: Description Qty Unit I. Mobilization And Demobilization 1.00 L.s. Ii. Permits And Clearance 1.00 L.s Iii. Project Billboard/sign Board 1.00 L.s Iv. Safety And Health 1.00 L.s V. Construction Of Temporary Facility 12.00 Sq.m. Vi. Clearing And Grubbing 100.00 Sq.m. Vii. Earthworks 99.66 Cu.m. Viii. Rsb Works 2,429.48 Kgs Ix. Forms Works 420.00 Bd.ft. X. Concrete Works 30.00 Cu.m. Xi. Masonry Works 30.00 Sq.m. Xii. Iron Works 7,619.13 Kgs Xiii. Painting Works 100.00 Sq.m. Xiv. Roofing And Siding Works 448.44 L.m Xv. Windows And Doors 29.50 Sq.m. Xvi. Plumbing Works 1.00 Lot Xvii. Electrical Works 15.00 Outlet Xviii. Da Logo 1.00 Lot Minimum Technical Personnel Required: • 1 Project Engineer • 1 Foreman • 2 Skilled Workers • 6 Unskilled Workers Minimum Equipment Required: • 1 Concrete Mixer, One-bagger • 1 Angle Grinder • 1 Cut-off Machine • 1 Bar Cutter • 1 Welding Machine • 1 Generator Set • 1 Electrical Drill Component 2: Machinery All Components Shall Be Of The Same Brand, Brand New And Not Rebranded/renamed. 1. Built A. Compact B. System (per Component) 2. Crusher Function: Crush The Raw Materials To Powder Capacity: 100kg/hr Primemover: 4kw, Electric Motor, Single Phase 3. Mixer Function: Can Mix Materials Uniformly Capacity: 100kg/batch Where One Batch Needs 5-10mins Primemover: 4kw Electric Motor, Single Phase 4. Screw Conveyor Function: Use To Lift And Transfer Powder Or Raw Materials To The Mixer. Primemover: 2.2kw Electric Motor, Single Phase Capacity: 500 Kg/hr 5. Feed Pellet Machine Primemover:15kw, Electric Motor, 3-phase Capacity: 300 Kg/hr 6. Belt Conveyor Capacity: 200 Kg/hr Power:2.2kw, Electric Motor, Single Phase 7. Cooler And Dust Collector Function: Use To Cool The Finished Product Capacity: 200kg/hr Primemover (cooler): 0.75 Kw Primemover (dust Collector): 2.2 Kw 8. Bag Sewing Machine 9. With 2 Tons Silo Other Requirements For The Supplier Of The Goods/machinery: * Brochures/pictures, Operator’s Manual * System Testing Shall Be Conducted By Amtec After Complete Installation * Valid Permit To Operate Issued By Bafe (all Machinery Components Must Be Stated As Product Lines) And Certificate Of Namdac Accreditation Issued By Pcaf * Certificate Of Company-owned/affiliated Service Center Within The Region And Service Center Must Have A Permit To Operate Issued By Bafe * Notarized Affidavit Of Undertaking For After Sales Service That Supplier Must Render Within 72 Hours Upon Receipt Of Notice From The Recipients/ Procuring Entity * Certificate Of Availability Of Spare Parts Of The Brand/model Being Offered Within The Region To Be Issued By The Distributor/manufacturer/affiliated Service Center * Notarized Certificate Of Stock Allocation To Be Submitted During The Bid Opening Issued By The Distributor/dealer/importer Specifying The Name Of Project To Da Rfo 1 * Certificate To Conduct On-site Technical Briefing For Operators On Operation, Maintenance, And/or Repair Of The Supplied Goods By The Supplier With The Following Compatible Accessories: 1. All Components Should Be Provided With Compatible Electric Motor - Connecting Wires And Cables Shall Conform To Electrical Code Of The Philippines - Moisture And Dust Proof - With Thermal Protection Device 2. Control Panel - Compatible To The Electrical Requirements Of The Feed Milling System - Must Contain Mimic Flow Of Operation - With Basic Safety Cut-off Features Including Emergency Shutdown Button - With On-off Push Button Switch And Individual Circuit Breaker For Each Motor - Dust Proof 3. One (1) Unit Weighing Scale - Mechanical Type - Capacity: 1 Ton (minimum) - Readability: 0.5 Kg 4. With Safety And Ease Of Operation Features - Path Walks - Markings/direction/borders - Provision Of Harness - Moving And Rotating Components Of The Feed Mill Must Be Covered - Two (2) Units Fire Extinguisher For The Control Room And Feed Milling Area * Dry Chemical, Stored Pressure Type, Capacity: 6.80kg, Minimum - Basic Safety Kits 5. With Additional 2 Dies, Shieve And 1 Spare Hammermill Teeth 6. Equipped With Electrical Requirements 7. Compatible Panel Board With Circuit Breakers - The Electrical Wire, Wire Accessories, And Piping/conduit To Connect The Transformer Unit To The Main Distribution Panel Board And To The Control Panel Of The Feed Milling System Shall Be Provided By The Bidder - The Electrical Wires, Panel Board, Circuit Breakers And Piping/conduit Must Be Brand New 8. Appropriate Heavy-duty Tools: Made Of Tempered Steel And Chrome Vanadium - With Heavy Duty Toolbox And Roll Up Tools Holder 9. With Appropriate Mounting Frame - All Component Of The Feed Mill Shall Be Installed With Mounting Frame And Fitted With Brackets 10. All Major Components And Parts Of The Feed Should Be Painted Powder Coated. For Mounting Frames, Path Walks And Catwalks Should Be Painted Finish, With Rust-proofing Primer And Final Paint Color 11. With Appropriate Silent Type Generator Set 12. With Converter (from Single Phase Power To 3-phase Power) Completion Of The Works Is One Hundred Twenty (120) Calendar Days For Infrastructure Component And Forty (40) Calendar Days For The Machinery Component Upon The Completion Of Infra Component. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours At 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture - Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From February 3-13, 2025 From The Address Given And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Preliminary Conference On 05 February 2025, 1:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 13 February 2025, 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 13 February 2025, 9:00 Am At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa; C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Requirements May Be Soft-bound/fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed, As Needed, By The Bidder/authorized Representative On Each And Every Page Thereof. E. The Technical Specifications Of The Project (as Part Of Tab F - Project Requirements) Must Be Duly Signed/countersigned And Sealed By A Licensed Agricultural And Biosystems Engineer In Accordance With Republic Act 8559 Or Republic Act 10915. 11. The Da-rfo 1 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 Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No.:(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo1 Website: Https://ilocos.da.gov.ph/ January 31, 2025 Approved By: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2024-infra-035-n

National Institutes Of Health Tender

Others
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents 
Details: Sources Sought Announcement title: Laboratory Casework System id: Ss-niaid-25-2250915 post Date: January 7, 2025 response Date: January 17, 2025 naics: 337127 introduction this Is A Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Notice Is To Obtain Information Regarding The Availability And Capability Of All Qualified Sources To Perform A Potential Requirement. background, Purpose, Objectives the Division Of Intramural Research (dir) Office Of Operations Management (oom) Is A Component Of Niaid, One Of The Largest Institutes Of The National Institutes Of Health (nih). For More Than 65 Years, Dir Has Been At The Forefront Of Research On Immunologic, Allergic, And Infectious Diseases. Their Discoveries Promote The Development Of New Vaccines, Diagnostics, And Therapeutics That Improve Human Health. Dir Scientists Study All Aspects Of Infectious Diseases, Including The Causative Agents, Vectors, And Pathogenesis In Human And Animal Hosts. Clinical Research Is Integral To The Dir Mission, Enabling Key Lab Discoveries To Be Rapidly Translated Into Methods To Prevent, Diagnose, Or Treat Disease. the Rocky Mountain Lab’s Oom Renovation’s Division Is Requesting A Laboratory Casework System To Augment Their Existing System. The Casework Is Being Ordered For Laboratory Spaces 3118, 3119, And 3120 To Support The Incoming Tenure-track Principal Investigator In The Laboratory Of Neurological Infections And Immunity (lnii) At Rml. The Incoming Principal Investigator Will Be Instrumental In Advancing The Mission Of Rml. the Casework Will Consist Of New Alpha Modular Casework That Matches The Specifications And Design Currently Utilized In The Quad Building (3120) And Alpha Modular Casework Found In Building 28. This Casework Is Flexible, Durable, And Designed To Accommodate The Evolving Needs Of Cutting-edge Scientific Research. The Current Laboratory Spaces Are Outdated And No Longer Meet The Needs Of Modern Scientific Research. Upgrading To The Alpha Modular Casework Will: Provide Greater Flexibility For Adapting Workspaces To Various Research Needs. the Casework System Must Be Compatible With The Existing Laboratory Casework System. The Required Laboratory Casework System Must Be Modular, Durable, Customizable, And Meet Nih Design Requirements Manual (drm) Specifications And Biosafety Standards. The Required Laboratory Casework Is Essential To Support The Mission Of The National Institutes Of Health (nih) And Affiliated Agencies. This Procurement Will Equip The Labs With High-quality, Durable, And Modular Casework That Meets The Stringent Performance And Biosafety Requirements Necessary For Cutting-edge Research. This Action Ensures Researchers Have Access To Functional And Standardized Workspaces Critical For Advancing Scientific Discovery And Operational Efficiency. the Need For Continuity In Laboratory Infrastructure Is Paramount. Currently, A Significant Portion Of The Existing Laboratory Furniture And Casework Is Sourced From Innovative Laboratory Systems. This Consistency Ensures Seamless Integration With Existing Infrastructure, Minimizes Disruptions, And Facilitates Ongoing Maintenance Using In-house Expertise And Stocked Replacement Parts. description Of Need: See Attachment project Requirements successful Offerors Must Have The Knowledge, Skill, Ability, And Resources To Reliably Provide A Brand Name Or Equal To Laboratory Casework System. The Casework Must Integrate Seamlessly With Existing Infrastructure And Meet The Following Specifications: cabinet Material: Steel Cabinet Bodies, Drawer Bodies, Shelves, Drawer Heads And Door Assemblies Shall Be Fabricated From Cold Rolled Steel And Chemically Resistant Finishes To Withstand The Rigors Of A Research Environment And Meet Sefa 8 Industry Standards. Sefa-standards-and-its-importance-for-lab-furniture materials a. General Requirements: it Is The Intent Of This Specification To Provide A High-quality Steel Cabinet Specifically Designed For The Laboratory Environment. b. Steel: 1. Cold Rolled Steel: Cold Rolled Sheet Steel Shall Be Prime Grade 12, 14, 16, 18 And 20 Gauge U.s. Standard; Roller Leveled, And Shall Be Treated At The Mill To Be Free Of Scale, Ragged Edges, Deep Scratches Or Other Injurious Effects. c. Hardware And Trim: 1. The Cabinets And Drawers Must Meet Sefa 8 Specifications A. Drawer And Door Pulls Shall Construction a. Steel Cabinet Construction: 1. General: A. The Steel Furniture Shall Be Of Modern Design And Shall Be Constructed In Accordance With The Best Practices Of The Sefa 8 Industry Standards. B. Each Cabinet Shall Be Complete So That Units Can Be Relocated At Any Subsequent Time Without Requiring Field Application Of Finished Ends Or Other Such Parts. 2. Steel Gauges: Gauges Of Steel Used In Construction Of Cases Shall Be 18 Gauge, Except As Follows: A. Leveling Bolt Reinforcements 12 Gauge. B. Top And Intermediate Front Horizontal Rails, Apron Rails, Hinge Reinforcements, And Reinforcement Gussets, 16 Gauge. C. Drawer Assemblies, Door Assemblies, Bottom, Bottom Back Rail, Toe Space Rail, And Adjustable Shelves, 20 Gauge. b. Base Cabinets: 1. The Cabinets Construction Must Meet Sefa 8 Standards And Shall Be Formed Into Not Less Than An L Formation At Top, Bottom, Back And A 3/4" Wide Front C Formation. c. Special Purpose Storage Cabinets: 1. Acid Storage Fume Hood Cabinets: Acid Storage Fume Hood Cabinets Shall Utilize The Same Gauges Of Steel And Construction Features As Other Base Cabinets Except They Shall Be Completely Lined With A One Piece Polyethylene Corrosion Resistant Liner According To The Sefa 8 Standards. 2. Solvent Storage Cabinets: Solvent Storage Cabinets Shall Be Specifically Designed For The Storage Of Flammable And Combustible Liquids. Construction Shall Be Based Upon The Requirements Listed By Ufc, Osha And Nfpa No. 30 1993, And Cabinets Shall Be Fm Approved And Labeled. The Bottoms, Top, Sides And Doors Shall Be Fabricated Of 18 Gauge Steel And Shall Be All Double Panel Construction With A 1 1/2" Air Space Between Panels. The Cabinet Shall Be Labeled: "flammable Keep Fire Away". 3. Vacuum Pump Cabinets: Vacuum Pump Cabinets Shall Utilize The Sefa 8 Standards For Construction. Each Cabinet Shall Be Furnished With A 1½" Diameter Pvc Vent Pipe In The Back For Venting Or Access To The Fume Hood Above. d. Upper Cabinet Construction: 1. Upper Cabinets Shall Meet The Sefa 8 Standards. 2. Solid Panel Doors Shall Consist Of An Inner And Outer Door Pan. The Door Assembly Shall Be 3/4" Thick And Contains Sound Deadening Material. 3. Sliding Doors Shall Be Suspended From The Top In A Roll Formed Steel Track Fastened To The Cabinet Top And Shall Glide On Nylon Rollers. Track Shall Be So Designed To Prevent Accidental Removal Of Doors. 4. Swinging Doors Over 36" High Shall Be Hung On Three Or More Hinges. 5. Plate Glass Doors Shall Operate Based On Sefa 8 Standards. e. Steel Full Height Cabinet Construction: 1. Full Height Storage Cabinets Shall Have A Finished Interior Same As Exterior. 2. Cabinet Tops Shall Be Formed Into A Channel Shape At Front With Flange At Rear And Sides For Electro-welding Cabinet Top To Cabinet Back And Ends. 3. Solid Panel Doors Shall Consist Of Inner And Outer Pan Formations Mechanically Assembled After Painting And Comply With Sefa 8 Standards. 4. Swinging Doors Over 36" High Shall Be Hung On Three Hinges. performance Requirements a. Steel Casework Construction Performance: 1. Base Cabinets Shall Be Constructed To Support At Least A Uniformly Distributed Load 200 Pounds Per Square Foot Of Cabinet Top Area, Including Working Surface Without Objectionable Distortion Of Interference With Door And Drawer Operation. b. Steel Paint System Finish And Performance Specification: 1. Steel Paint System Finish: After Cold Rolled Steel And Textured Steel Component Parts Have Been Completely Welded Together And Before Finishing, They Shall Be Given A Pre Paint Treatment To Provide To The Finish System To The Steel And To Aid In The Prevention Of Corrosion. The Completed Finish System In Standard Colors Shall Meet The Performance Test Requirements Specified Under Performance Test Results. 2. Performance Test Results: The Surfaces Must Perform And Withstand Chemical Corrosion Based On Sefa Standard For Chemical Spot Tests; The Surface Must Withstand A Certain Level Of Heat According To Sefa 8 Standard For Heat Resistance; The Surface Must Withstand A Certain Level Of Impact According To Sefa 8 Standard For Impact Resistance; The Surface 18 Gauge Steel Strip Must Withstand A Certain Level Of Bending According To Sefa 8 Standard For The Bending Test; The Surface Coating Must Past The Astm D2197 68 “standard Method Of Test For Adhesion Of Organic Coatings"; The Surface Paint Film Hardness Shall Meet Industry The Sefa Standard For The Hardness Test. work Surfaces tops , Sinks, And Cupsinks Surfaces Are To Meet The Sepa 8 Standards. the Contractor Shall Provide: 1. Delivery And Installation Services To Ensure Proper Placement And Integration With Existing Infrastructure. 2. Maintenance Support, Including Access To Spare Parts, Troubleshooting Assistance, And Technical Support During Normal Business Hours. 3. Detailed Product Documentation And Training Materials To Assist Laboratory Staff With Casework Operation And Maintenance. Training Materials May Be Tailored To Suit The Specific Needs Of Nih Laboratories. the Government Anticipates Awarding A Firm Fixed Price Purchase Order, After Solicitation For This Requirement. delivery /installation Location: hamilton, Mt 59840 capability Statement/information Sought all Capable Vendors Should Respond With A Brief Capability Statement By January 17, 2025 At 10:00 Am Est. The Capability Statement Must Include The Ability To Provide The Required Brand Name Or Equal Products, As Per Specifications, And That Are Compatible With The Innovative Laboratory Casework System. Capability Statement Must Include Place Of Manufacturer As Per Executive Order 14005-ensuring The Future Is Made In All Of America By All Of America's Workers. “buy America” Or “buy American,” That Require, Or Provide A Preference For, The Purchase Or Acquisition Of Goods, Products, Or Materials Produced In The United States, Including Iron, Steel, And Manufactured Goods Offered In The United States”. if Your Organization Has The Potential Capacity To Support This Requirement, Please Provide The Following Information: 1) Organization Name, Address, Point Of Contact, Email Address, Website Address, Telephone Number, Uei Number And Size And Type Of Ownership For The Organization; And 2) Respondents Shall Indicate If They Are The Manufacturer Or The Distributor Of The Required Laboratory Casework System And Shall Include Basic Information On Product Specifications. If An Equal Product Is Recommended (not Specific To The Brand Proposed) Then Sufficient Details Shall Be Provided By The Respondent Describing How The Equal Product Being Recommended, Meets The Minimum Specifications Of The Requirement. capability Statements Should Also Include Documentation Indicating That Offerors Business Size As Determined By The Small Business Administration’s Table Of Size Standards Located At: (https://www.sba.gov/content/small-business-size-standards) For Naics 337127. This Sba Size Standard Is Currently 1250 Employees But Is Subject To Change. Prospective Offerors May Also Note Whether They Meet Any Other Socio-economic Business Categories Such As 8(a), Hub-zone, Or Service-disabled Veteran When Submitting Their Capability Statement. submission Instructions interested Businesses Who Consider Themselves Qualified To Provide The Above-listed Items Are Invited To Submit A Response To This Sources Sought Notice By January 17, 2025 At 10:00 Am Est. All Responses Under This Sources Sought Notice Must Be Submitted All Responsible Sources That Could Provide Comparable Services May Submit A Capability Statement. All Required Documents Must Be Submitted Via The Niaid Electronic Simplified Acquisition Submission System (esass) Website At Https://esass.nih.gov By January 17, 2024 10:00 Am. All Vendors Must Register In The Esass System To Submit Their Documentation. Instructions On How To Register /submit Documents Are Included On The Website. All Responses Received By The Closing Date Of This Synopsis Will Be Considered By The Government. disclaimer And Important Notes this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation May Be Published In Federal Business Opportunities. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation. confidentiality no Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01. this Solicitation Is Set-aside For 100% For Small Business Concerns Iaw Far 19.502-2, Total Small Business Set-asides. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 541380, With A Small Business Size Standard Of $19.0 Million. The Fsc/psc Is Q301. va Loma Linda Healthcare System (vallhcs) Located At 11201 Benton St, Loma Linda, Ca 92357 Is Seeking A Potential Qualified Contractor That Can Provide Inspection & Certification Of Fume Hoods, Ventilators, Biological Safety Cabinets, And Isolators. all Interested Entities Shall Provide Quotations For The Following: title: va Loma Linda Healthcare System (vallhcs) Inspection & Certification Of Fume Hoods, Ventilators, Biological Safety Cabinets, And Isolators. background Information: vallhcs Provides High Quality Care While Ensuring The Safety Of Its Staff, Patients, And Visitors. A Critical Component Of This Commitment Involves Ensuring That All Fume Hoods, Ventilators, Biological Safety Cabinets, And Isolators Within The Va Facilities Are Functioning Optimally And Meet Applicable Regulatory Standards. Regular Inspection And Certification Of This Equipment Are Essential For Supporting Clinical, Research, And Pharmaceutical Operations While Protecting Personnel And The Environment From Hazardous Materials. objectives: the Objective Of This Contract Is To Engage A Certified Contractor With Proven Expertise To Provide Monthly, Bi-annual Inspections, Certification, Testing And Maintenance Services For All Fume Hoods, Ventilators, Biological Safety Cabinets, Viable Particle Surface And Air Sampling And Analysis For Medium Risk Facilities And Isolators Within The Vallhs Facilities. The Contractor Will Ensure All Equipment Meets Or Exceeds Current Regulatory And Safety Standards, Including But Not Limited To Those Set By The National Fire Protection Association (nfpa), Occupational Safety And Health Administration (osha), And U.s Pharmacopeia (usp) scope: the Contractor Shall Provide All Parts Labor, Transportation, Equipment, Supervision, And Certified Personnel To Perform On-site Bi-annual And Monthly Inspections And Certifications Of Government-owned Fume Hoods, Ventilation Devices, Biological Safety Cabinets (bsc), Laminar Flow Devices, Isolators, Biosafety Hazard Hoods, Sterile Workbenches, Radiation safety Hoods, Buffer, Ante Spaces, And Pharmacy Clean Rooms (see Section 6.1). The Contractors Shall Be Responsible For Removing Or Disposing Of Hazmat. the Contractor Shall Provide Bi-annual Or Monthly Inspections, Certifications And Testing On The Equipment Listed Below: manufacturer type s/n item Number location labonco 3620904 020119684e 26754 2c05 lab Equip Co h7-48 h7-48h 40092 2c05 lab Equip Co h7-48g h7-48g unk 2c07 labonco 36209-00 247536 40138 2c07 fisher fb-pcr2 1591080398158 41427 2c22 lab Equip Co h7-48d h7-48d 40096 2c24 lab Equip Co h7-48e h7-48e 40094 2c22 lab Equip Co h7-48c h7-48c 40095 2c25 lab Equip Co h7-48b h7-48b 40097 2c26 labonco premier 160729357b unk 2c27 labonco premier 160729358b unk 2c28 labonco 3440000 070976549 39977 2c29 labonco premier 160729356b unk 2c30 lab Equip Co h7-48s h7-48s 40112 3c28 lab Equip Co h7-48r h7-48r 40111 3c27 labonco h7-48cc h7-48cc 40122 4c22b forma Scientific 1284 18565-370 45031 4c22b labonco 36209-08 257688 16334 4c22b lab Equip Co h7-48aa h7-48aa 40124 4c25 lab Equip Co h7-48v h7-48v unk 4c02 labonco 36209-00 214517 9615 4c02 lab Equip Co h7-48u h7-48u 40118 4c03 lab Equip Co h7-48y h7-48y unk 4c04 labonco 3620904 010916879e 45029 4c04 lab Equip Co h7-48w h7-48w unk 4c05 usa Scientific ac648lfuvc 42337 44237 4c05 lab Equip Co h7-48x h7-48x 40121 4c06 fisher Scientific pcr - unk 4c06 mopec - me400l09002 45782 1b25 lab Equip Co h7-48z h7-48z 6946 4c07 labonco 3440000 070976500 39976 4c07 bmc 6315-08 1dla-26 45027 1b28 labonco 3440809 080891842b 45030 4c07 lab Equip Co h3-72 143-72 45022 1b49 labonco 36209-01 192918 8742 4c07 labgard nv-629-600 12697011108 43090 1b28c bmc 6315-08 1llb-38 45018 1b51a bmc 6315-08 1llb-28 45019 1b51a bmc 6315-08 1llc-2 45020 1b51h bmc 6315-08 1llb-15 45017 1b50a bmc 6315-08 1llb-9 45016 1b50 bmc 6315-08 1lla-21 45015 1b50 labgard nv-629-600 126966111008 43091 1b30 labgard nv-629-600 126965111008 43092 1b21 labgard nv-629-600 126971111008 43090 1b22 labgard nv-629-600 126967111008 43093 1b22 nuaire nv-612-spec 80565103002 45023 1b23 nuaire nv-602-400 11674091301 40299 1b22 labonco 36209-04 990906254 28319 1b25 germfree lfgi-6usp 65-15-lug-16441 pharmacy-67087 2c-125 Cancer Center germfree lfgi-6usp 65-15-lug-1644o pharmacy-67088 2c-125 Cancer Center baker Company egb-6252 67642 pharmacy-40255 1c-27 Main baker Company egb-6252 67643 pharmacy-40168 1c-27 Main germfree lfgi-6usp 6s-15-lgu-13405 pharmacy-41505 4c-31 Main germfree lfgi-4usp 4s-15-lgu-13340 pharmacy-41506 4c-31 Main hazardous- bbf-3ssrx 3s-15-br-16215 pharmacy-trailer iv-trailer hazardous- bbf-3ssrx 3s-15-br-16216 pharmacy-trailer iv-trailer non-hazardous bvbi-3ssrx 3s-15-bvbi-16217 pharmacy-trailer iv-trailer non-hazardous bvbi-3ssrx 3s-15-bvbi-16218 pharmacy-trailer iv-trailer contractor Shall Perform The Following Testing: bi-annual down Flow Velocity inflow Velocity airflow Smoke Pattern Test hepa Filter Leakage static Pressure Reading (unit & Duct) site Assessment environmental Conditions For Temperature, Humidity, And Pressure smoke Test Pattern. airborne Non-viable Particle Counting Monthly viable Particle Surface And Air Sampling And Analysis For Medium Risk Facilities contractor Shall Provide A Field Service Report (fsr) Via Email To The Contracting Officer Representative (cor Within Ten (10) Days Of Completed Service. Contractor Shall Provide The Fallowing Information: type Of Equipment (i.e. Fume Hood) manufacture model Number class (i.e. Aii) serial Number va Equipment Entry (ee) Number building And Room The Equipment Is Located In. test Date. pass Or Fail date Of Next Inspection the Contractor Shall Revalidate The Data If Any Equipment Is Added Or Removed. the Contractor Shall Affix Label To Each Unit That Passes Certification. The Contractor Shall Affix Labels On The Day The Inspection Was Passed Or The Certification Date. The Contractor Shall Provide Label That Includes: company Name mailing Address telephone Number. certificate Name ( Certificate Of Environmental Compliance To Cal Or Osha And Nfs Standard No.49 ) equipment Manufacture equipment Name inspection Date date Of Next Inspection signature Of Inspector full Printed Name Of Inspector status: Certified unit Id Number From Contract the Contractor Shall Affix Label To Each Unit That Fails Certification. The Contractor Shall Affix Labels On The Day Od The Failed Inspection Or Certification. The Contractor Shall Provide Label That Includes: company Name mailing Address telephone Number. equipment Manufacture equipment Name inspection Date signature Of Inspector full Printed Name Of Inspector status: Failed unit Id Number From Contract contractor Shall Submit A Written Statement Of Repairs Needed (to Be Referred To As Failed Inspection Report), Including An Itemized Listing Of Parts Deemed Necessary To Certify The Unit. This Must Be Submitted To The Cor Prior To Leaving The Facility On The Day Of Attempted Certification. This Information Must Be Written In Detail So That The Cor May Pass It To A Repair Contractor (if Selected To Be Different From The Certification Contractor) Thus Enabling This Other Contractor To Bring All Materials And Parts Needed At The Time Of Service To Effect Repairs Rendering The Unit Certifiable. if A Hood Is Deemed Non-repairable, Not Meeting Industry Standards, And Failing The Test Requirements, The Contractor Shall Provide The Cor With The Failed Inspection Report Outlining Specific Non-repairable/replaceable Parts That Prevents Certification On The Same Day Of The Inspection. The Contractor Shall Notify The Cor Verbally And Through A Written Report Of Any Equipment Not Being Repaired To The Cor Prior To Leaving The Government Premises. emergency Line Item - Over And Above Repairs. over And Above Repairs - For The Emergency Services, Repairs And Maintenance That Are Over And Above The Sow, If Quote Pricing Is Within The Cor S Government Purchase Card (gpc) Threshold, The Cor Will Authorize Payment. For Emergencies Over The Cor S Gpc Threshold, Only The Contracting Officer (co) Is Authorized To Approve Contract Modifications. Additional Services Shall Be Approved By The Contracting Officer Prior To The Contractor Initiating Any Work. The Contractor Shall Provide An On Schedule- Quote To Both The Co And Cor For Review And Consideration. Additional Funding Will Be Provided By The Facility As Needed For Payment. training the Contractor Personnel Performing Inspection And Certification Services Shall Be Fully Accredited And Certified To Conduct Test, Evaluations And Certification Of The Equipment Assigned. the Contractor Personnel Shall Have Validated Certification Of Accreditation From National Sanitation Foundation (nsf) International: Biohazard Cabinet Field Certifier Accreditation Program. The Certificate Of Accreditation Shall Specify The Initial And Expiration Dates And This Certification Shall Be Verifiable On The Nsf Website And Shall Be Provided To The Cor Ten (10) Days Fallowing Award. the Contractor Shall Be Required To Update Accredited Contractor Personnel Certifications Throughout The Life Of The Contract As Changes Occur To Staff. New Employee Credentials Of Accreditation For Equipment On Contract And Training Certificates Must Be Submitted And Approved By The Cor Prior To The Employee Commencing Any Work On This Contract. inspections the Contractor Shall Perform Inspections Bi-annually. Inspections, Certifications, And Testing Are To Be Completed Within The First Fifteen (15) Working Days Of Each Scheduled Service. inspections Shall Be Mutually Agreed Upon By The Cor And Contractor Thirty (30) Days Prior To The Inspection. the Contractor Is Responsible For Complying With The Inspection Schedules. period Of Performance: 30 Days From Performance Start Date. Work May Be Scheduled During The Day Or Night (depending On Load Demand), Monday Thru Friday And/or Saturday Thru Sunday. daytime Hours: 6 Am To 4 Pm evening Hours: 4 Pm To 4 Am contractor Shall Initiate Work Within 2 Weeks Of Being Contacted By The Designated Contracting Officer S Point Of Contact (poc) Or Designee. Work Shall Be Scheduled Through The Poc Or Designee, Who Will Coordinate With Vallhcs Staff. Timelines Are Subject To Change Due To Vallhcs Operational Requirements. place Of Performance: Main Hospital Va Loma Linda 11201 Benton St. Loma Linda, Ca 92357 licensing Requirements: offeror Must Possess A 30-hour Occupational Safety And Health Administration (osha) Safety Card. ansi Certification Of Accreditation iso/iec 17025:2017 Calibration And Testing specific Requirements: contractor Shall Schedule Start Date With Poc Or Designee Five (5) Business Days In Advance. the Contractor Shall Provide Bi-annual Or Monthly Inspection, Certifications, And Testing On The Equipment Listed. contactor Personnel Shall Have Valid Loma Linda Piv Badges Before Starting Work. contractor Shall Coordinate Energy Source Lock Out /tag Out Procedures With Vallhcs Hvac Supervisor Before Starting Work. When Work Is Complete, Contractor Shall Notify The Vallhcs Hvac Supervisor That Energy Sources Will Be Restored And Require Verification. contractor S Supervisor Or Lead Technician Are To Check In With Vallhcs Hvac Supervisor, Or In Their Absence, With Graphics Control Prior To Work Each Day. contractor Shall Conform To The Following Standards, Policies, Regulations, Governing Agency, And Any Other Local, State, Or Federal Guidelines That Are Not Listed Here. osha 29cfr Regulations, Www.osha.gov nfpa 99, Www.nfpa.org california Administration Code. Title 8 nsf/ansi 49 cdc/nih Biosafety In Microbiological And Biomedical Laboratories,4th Ed, May 1999 nih Guidelines For Research Involving Recombinant Dna Molecules, January 2001 american Society Of Hospital Pharmacists Technical Bulletin On Handling Cytotoxic Drug In Hospital food And Drug Administration joint Commission cal/osha 5154 international Organization For Standardization (iso0 Class5,7, And 8 Criteria) iso 17025 And 14644 cag-003 And Cag-009 iest-rp-cc002 united States Pharmacopeias (usp) 797, (usp) 800 And 116 authorized Services: only Those Services Specified Herein Are Authorized Under This Contract. Before Permitting And/or Performing Any Service Of A Non-contract Nature, The Contractor Shall Advise The Co Of The Reason (s) For The Additional Work And/or Service. The Contractor Is Cautioned That Only The Co Or His/her Designee May Authorize Additional Service That Are Within The Scope Of This Contract And That Reimbursement Shall Not Be Made Unless Prior Authorization Is Obtained From The Co. All Changes To The Contract Shall Be Issued Through A Contract Modification In Writing From The Co To The Contractor. delegation Of Authority: no Additional Service Shall Be Provided Without The Approval From The Contracting Officer (co) Or His/her Designee Of This Contract. The Contractor Shall Not Accept Any Instructions Issued By Any Other Person(s) Other Than The Co Or His/her Delegated Representative Acting Within The Limits Of His/her Authority. government-furnished Equipment (gfe) Government Furnished Information (gfi): No Government Equipment Will Be Used By The Vendor. recognized Holidays: the Following Is A List Of All Government Recognized Holidays: in Accordance With 5 U.s.c. 6103, Executive Order 11582 And Public Law 94-97 The Following National Holidays Are Observed And For The Purpose Of This Contract Are Defined As Legal Federal Official Holidays : new Year S Day: January 1 martin Luther King S Birthday: Third Monday In January president S Day: Third Monday In February memorial Day: Last Monday In May juneteenth Independence Day: June 19 independence Day: July 4 labor Day: First Monday In September columbus Day: Second Monday In October veterans Day: November 11 thanksgiving Day: Fourth Thursday In November christmas Day: December 25 If A Holiday Falls On Sunday, The Following Monday Shall Be Observed As The Legal Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A Legal Holiday By U.s. Government Agencies. Also Included, Would Be Any Other Day Specifically Declared By The President Of The United States Of America To Be A National Holiday. contractor Employees And Badges: Contractor Personnel Shall Present A Neat Appearance And Be Easily Recognized As Contractor Employees. Examples: Wearing Of Distinctive Clothing Such As Uniform, Badges, Patches, Etc. all Contractor Personnel Shall Be Required To Wear Va Always Provided Identification (i.d.) Badges Above The Waist While On The Va Grounds. Contractor Shall Be Required To Coordinate With The Cor To Obtain The Va Provided I.d. Badges For All Staff. All Va Provided I.d. Badges Shall Be Returned At The End Of The Contract Or Upon Completion Of Service. Failure To Wear Id Badges May Result In Removal From Any Of The Va Facilities And/or Otherwise Referred To Government Property. safety And Ppe Equipment: Personal Protective Equipment Shall Be Provided For Each Contractor Employee By The Contractor. Possession Of Weapons Are Prohibited. smoking And Vaping Policies: Smoking And Vaping Are Prohibited On Government Property. parking: it Is The Responsibility Of Contractor Personnel To Park Only In Designated Parking Areas. Parking Information Is Available From The Va Security Service. The Va Shall Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor's Personnel Under Any Circumstances. complaints: contractor Shall Promptly And Courteously Respond To Complaints Within Three (3) Working Days To The Cor. Including Complaints Brought To The Contractor S Attention By The Co. Contractor Shall Maintain A Written Record Of All Complaints, Both Written And Oral Showing The Identity Of The Individual, The Nature Of The Complaint, And Contractor S Response. Contractor Shall Permit The Government To Inspect The Written Records Of Complaints Upon Reasonable Notice From The Co. required Submittals With Quotes Shall Include Following: proof Of: offeror Must Possess A 30-hour Occupational Safety And Health Administration (osha) Safety Card. ansi Certification Of Accreditation iso/iec 17025:2017 Calibration And Testing the Contract Period Of Performance Is 2-5-2025 1-31-2030, With An Fop Of Destination. place Of Performance/place Of Delivery: va Loma Linda Healthcare System 11201 Benton St loma Linda, Ca 92357 the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (dec 2022). addendum To Far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services Applies To And Is Included With This Acquisition. far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (sep 2023). the Following Subparagraphs Of Far 52.212-5 Are Applicable: (b)(4), (5), (9), (11), (12), (18), (26), (31), (33), (34), (35), (36), (37), (39), (40), (55), (63), (c)(1), (2), (7), (8). all Invoices From The Contractor Shall Be Submitted Electronically In Accordance With Vaar Clause 852.232-72 Electronic Submission Of Payment Requests. This Is Accomplished Through The Tungsten Network Located At: Http://www.fsc.va.gov/einvoice.asp. This Is Mandatory And The Sole Method For Submitting Invoices. all Quoters Shall Submit The Following: All Information Required By Far 52.212-1(b) Submission Of Offers. all Quotes Shall Be Sent To The Network Contracting Office (nco): Koby.thiel@va.gov. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors: Price, And Past Performance, With Price More Important. past Performance Will Be Based On Cpars And Fapiis Ratings. No Rating In Cpars Is Equal To A Neutral Rating. the Award Will Be Made To The Response Most Advantageous To The Government. responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. questions Shall Be Received Not Later Than 01-29-2025, 8:00 Am Mst At Koby.thiel@va.gov Only. Subject Line Should Include Response To Rfq 36c26225q0366. final Submission Of Your Response Shall Be Received Not Later Than 02-03-2025, 8:00 Am Mst At Koby.thiel@va.gov Only. Subject Line Should Include Response To Rfq 36c26225q0366. submissions Shall Include Your Quote As Well As A Capabilities Statement With Qualifications Proving All Certifications And Education Required For The Work Being Conducted In The Sow. Submissions Not Meeting All Requirements Of The Sow Will Be Considered Ineligible For Award. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). all Quotes Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. koby.thiel@va.gov

DINGLE POTOTAN WATER DISTRICT Tender

Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 407 K (USD 6.9 K)
Details: Description Republic Of The Philippines Dingle-pototan Water District Pototan, Iloilo _____________________________________________________________________________________________________ Request For Quotation No Np-25-001 The Dingle-pototan Water District, Through Its Bids And Awards Committee (bac), Intends To Procure Services For The Installation Of Dingle-pototan Water District Billing And Collection System Of Commercial Division In Accordance With Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republict Act No. 9184. The Bids And Awards Committee (bac) Will Hold A Pre-bid Conference On February 6, 2025 At 8:30 Am At Dingle-pototan Water District, Brgy. Abangay, Pototan. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided At The Last Page Of This Request For Qoutation (rfq). Kindly Submit Your Quotation Duly Signed By You And Your Duly Authorized Representative Not Later Than February 18, 2025 At 8:30 Am At Dingle-pototan Water District, Brgy. Abangay, Pototan. A Copy Of Your 2025 Business/mayor’s Permit And Philgeps Registration Number Is Also Required To Be Submitted Along With Your Signed Quotation/proposal. A Valid Certificate Of Philgeps Registration (platinum Membership) May Be Submitted In Lieu Of The Mayor’s/business Permit. The Duly Accomplished And Notarized Omnibus Sworn Statement (gppb-prescribed Forms), Income/business Tax Return Will Be Required To Be Submitted Prior To Award. For Any Clarification, You May Contact Us At Telephone No. (033)-529-6057 Or Email Us At Dpwdcomdiv2023@gmail.com And/or Bacdpwd2025@gmail.com. Request For Quotation (rfq) May Also Be Downloded From The Dingle-pototan Water District Website: Http://dinglepototanwd.gov.ph (original Signed) Sweden Joy R. Lesondato Bac Secretariat Date: Name Of Company: Address: Tin: Philgeps Registration Number: Instructions: 1. Accomplish This Rfq Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 4. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Sir/madam: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation For The Installation Of Billing And Collection System Program: Technical Specification Important Note: State “comply” In The Column “statement Of Compliance” Against Each Of The Individual Parameters Of The Each “specifications”. Technical Specifications Statement Of Compliance Software Components: Concessionaires • Create Concessionaires (account Number Auto Generared) • Update Concessionares  Re-open  Re-open/new Connection  Disconnected  Temporary Close  Permanent Close  Renewal Of Service Contract  Change Name/ownership  Change Of Service Type  Active  Inactive • View Account Ledger  View And Print Water Meter Billing Ledger  View And Print Other Accounts Billing Ledger • View Concessionare Information • Print Concessionaire Information • Search/filter Concessionaire Water Rates • Create Water Rates • Update Water Rates • View Water Rates • Print Water Rates • Search Water Rates • Generate Water Rates Meter Reading • Create Meter Reading • View Meter Reading • Edit Reading  Pull-out/change Meter (old And New Meter)  Generate Bill  Remove Reading • Print List Of Meter Reading  Monthly Per Zone • Print Bills • Search/filter Meter Reading Billing • Billing Schedule • Other Accounts Receivable  Create Other Account Receivable  View Other Account Receivable  Print List Of Other Account Receivable  Generate Bill  Delete Other Account Receivable (ungenerated Bill)  Remove Other Accounts Receivable Billing Statement  Discounts For Senior Citizen And Others Collection • Manage Account Receivable  Other Collection Transactions O Create Payment For Other Charges  Consumer Payment Online O Create Payment For Water Bills  Print Accounts Receivable • Mange Detailed Account Receivable  Create Bill Adjustment Memo  Record Multiple Payment/billing  View And Print Billing History  Search/filter Detailed Account Receivable  Filter Concessionaires With Zero Balance Bill • Manage Collection  Adjust Paid Account  Apply Penalty  Post Arears  Print Receipt  Unpost Paid Accounts  Print List Of Payments Reports • Collection Report  List Of Collection Report  Daily Collection Report  Monthly Collection Report  Monthly Summary Collection Report • Billing Report  Daily Billing Summary  Monthly Billing Report  Monthly Billing Summary Repport  Total Billed  Unbilled Concessionaire • Aging Report  Daily Aging Report  Detailed Monthly Aging Report (no Movement)  Monthly Aging Summary Report • Consumption Report  Monthly Zero Consumption  Individual Consumption Analysis  Monthly Consumption Pattern  Top Users On Water Usage  Average Consumption Report  Percentage Concessionaire Rate  Consumption Per Barangay • Concessionaire Report  Concessionaire Per Barangay  Total Number Of Concessionires Monthly (barangay/zone/service Type)  Total Number Of Service Type Per Barangay And Per Zone  Categorize Number Of Concessionaires Per Barangay With Consumption  Total Monthly Concessionaires O New Connection O Re-open O Re-open/new Connection O Disconnected O Temporary Close O Permanent Close O Active O Inactive O Change/pull Out Meter • Penalty Report  Monthly Penalty Charge Summary  Daily Penalty Report  Monthly Penalty Report • Connection Status Report  Monthly Connection Status Report  Connection Status Report As Os Date  Disconnection List • List Of Pull Out/change Meters • Monthly Adjustment Report (penalty, Withholding Tax, Additional Adjustments) • Incorporated Reporting Conversion (data) • Disconnection Order • Read And Bill Ready Settings • Zone • Manage Services • Manage Concessionaires • Manage Pament History • Manage Meter • Manage Arrears • Manage Status • Manage Bill • Adjustmemt System Maintenance Schedule Of Requirements Bidder’s Statement Of Compliance A. Services For The Installation Of Dingle-pototan Water District Billing And Collection System (bcs) Of Commercial Division. February 19, 2025 Financial Offer Approved Budget For The Contract Total Offered Quotation Four Hundred Seven Thousand Eighty-one Pesos And 50/100 (p407,081.50) In Words: In Figures: Payment Details: Payment Shall Be Made Through Dbp Check After Completion Of Billing And Collection System (bcs) And After The Required Dry Run And/or Test Of The Program And Upon Submission Of The Required Supporting Documents, In Accordance With Existing Government Accounting Rules And Regulations. Bank Institution Account Number Account Name Branch Signature Over Printed Name Position/designation Office Telephone No. Fax/mobile No. Email Address/es Terms And Conditions: 1. Service Providers Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of (60) Calendar Days From The Date Of Submission Of Quotation. 3. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. Award Of Contract Shall Be Made To The Lowest Calculated And Responsive Quotation For Services Which Complies With Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 6. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 7. Billing And Collection System (bcs) Shall Be Installed According To Requirements Specified In The Technical Specifications. 8. The Dingle-pototan Water District Shall Have The Right To Require A Dry Run And/ Or Test The Program To Confirm Their Conformity To The Technical Specifications For Period Of (30) Calendar Days. 9. In Case Two Or More Programmers/bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Dingle-pototan Water District Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Winning Programmer/bidder In Accordance With Gppb Circular 06-2005. 10. Full Payment Shall Be Processed After Completion Of Billing And Collection System (bcs) And After The Required Dry Run And/ Or Test Of The Program, And Upon Submission Of The Required Supporting Documents, In Accordance With Existing Government Accounting Rules And Regulations. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Total Cost Of The Program Not Installed Within The Prescribed Period Shall Imposed Per Day Of Delay. The Dingle-pototan Water District May Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reached Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Programmer/bidder Shall Complete The Updating Of Billing And Collection System Program For 60 Calendar Days. 13. Any Time After The Completion Of The Updating Of Billing And Collection System, The Programmer/bidder Shall Provide The Client Attention To Answer Any Questions Or Assist In Solving Any Problems With Regard To The Operation Free Of Charge And Hour For Any Assistance Thereafter, That The System Has A 24-hours And 7 Days A Week System Support In Case The System Has A Concern That Includes On Site And On –line Repair. The Programmer/bidder Agrees To Respond Any Reasonable Request For Assistance. 14. The Programmer/bidder Shall Provide A Cumulative 15 Hours Of Training With The End User. 15. The System Maintenance Will Be Free Of Charge For A Duration Of One (1) Year From The System Is Fully Operation Or Installed. 16. Notice To Proceed Will Follow After The Procurement Of Hardware. (hardware Specifications Will Be Provided By The Winning Programmer/bidder) 17. In Compliance With Section 4.3 Appendix 33 Of The 2016 Revised Irr Of Ra No. 9184 And Consistent With The Administrative Order No. 34, S. Of 2020, The Dingle-pototan Water District Shall Publish In Its Official Website And Social Media Platform The Following Post-award Information: A) Project Name; B) Approved Budget For The Contract; C) Contract Period; D) Name Of The Winning Bidder And Its Official Business Address; E) Amount Of Contract Awarded F) Date Of Award And Acceptance G) Implementing Office/unit/division/bureau Of The Concerned Agency Or Instrumentality. (original Signed) Marie Lyannbeth C. Sindingan Signature Over Printed Name Oic Commercial Division Position/designation (033) 529 - 6057 Office Telephone No. Fax/mobile No. Dpwdcomdiv2023@gmail.com Email Address/es Republic Of The Philippines Dingle-pototan Water District Pototan, Iloilo Proposed Approve Budget Of The Contract (abc), Technical Specifications And Terms And Conditions For The Installation Of Billing And Collection System (bcs) Of Dingle-pototan Water District Approved Budget Of The Contract (abc) - Four Hundred Seven Thousand Eighty-one Pesos And 50/100. (p407,081.50) Technical Specification Important Note: State “comply” In The Column “statement Of Compliance” Against Each Of The Individual Parameters Of The Each “specifications”. Technical Specifications Statement Of Compliance Software Components: Concessionaires • Create Concessionaires (account Number Auto Generared) • Update Concessionares  Re-open  Re-open/new Connection  Disconnected  Temporary Close  Permanent Close  Renewal Of Service Contract  Change Name/ownership  Change Of Service Type  Active  Inactive • View Account Ledger  View And Print Water Meter Billing Ledger  View And Print Other Accounts Billing Ledger • View Concessionare Information • Print Concessionaire Information • Search/filter Concessionaire Water Rates • Create Water Rates • Update Water Rates • View Water Rates • Print Water Rates • Search Water Rates • Generate Water Rates Meter Reading • Create Meter Reading • View Meter Reading • Edit Reading  Pull-out/change Meter(old And New Meter)  Generate Bill  Remove Reading • Print List Of Meter Reading  Monthly Per Zone • Print Bills • Search/filter Meter Reading Billing • Billing Schedule • Other Accounts Receivable  Create Other Account Receivable  View Other Account Receivable  Print List Of Other Account Receivable  Generate Bill  Delete Other Account Receivable (ungenerated Bill)  Remove Other Accounts Receivable Billing Statement  Discounts For Senior Citizen And Others Collection • Manage Account Receivable  Other Collection Transactions O Create Payment For Other Charges  Consumer Payment Online O Create Payment For Water Bills  Print Accounts Receivable • Mange Detailed Account Receivable  Create Bill Adjustment Memo  Record Multiple Payment/billing  View And Print Billing History  Search/filter Detailed Account Receivable  Filter Concessionaires With Zero Balance Bill • Manage Collection  Adjust Paid Account  Apply Penalty  Post Arears  Print Receipt  Unpost Paid Accounts  Print List Of Payments Reports • Collection Report  List Of Collection Report  Daily Collection Report  Monthly Collection Report  Monthly Summary Collection Report • Billing Report  Daily Billing Summary  Monthly Billing Report  Monthly Billing Summary Repport  Total Billed  Unbilled Concessionaire • Aging Report  Daily Aging Report  Detailed Monthly Aging Report (no Movement)  Monthly Aging Summary Report • Consumption Report  Monthly Zero Consumption  Individual Consumption Analysis  Monthly Consumption Pattern  Top Users On Water Usage  Average Consumption Report  Percentage Concessionaire Rate  Consumption Per Barangay • Concessionaire Report  Concessionaire Per Barangay  Total Number Of Concessionires Monthly (barangay/zone/service Type)  Total Number Of Service Type Per Barangay And Per Zone  Categorize Number Of Concessionaire Per Barangay With Consumption  Total Monthly Concessionaires O New Connection O Re-open O Re-open/new Connection O Disconnected O Temporary Close O Permanent Close O Active O Inactive O Change/pull Out Meter • Penalty Report  Monthly Penalty Charge Summary  Daily Penalty Report  Monthly Penalty Report • Connection Status Report  Monthly Connection Status Report  Connection Status Report As Os Date  Disconnection List • List Of Pull Out/change Meters • Monthly Adjustment Report (penalty, Withholdig Tax, Additioanal Adjustments) • Incorporated Reporting Conversion (data) • Disconnection Order • Read And Bill Ready Settings • Zone • Manage Services • Manage Concessionaires • Manage Pament History • Manage Meter • Manage Arrears • Manage Status • Manage Bill • Adjustmemt System Maintenance Terms And Conditions: 1. Service Providers Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of (60) Calendar Days From The Date Of Submission Of Quotation. 3. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. Award Of Contract Shall Be Made To The Lowest Calculated And Responsive Quotation For Services Which Complies With Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 6. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 7. Billing And Collection System (bcs) Shall Be Installed According To Requirements Specified In The Technical Specifications. 8. The Dingle-pototan Water District Shall Have The Right To Require A Dry Run And/ Or Test The Program To Confirm Their Conformity To The Technical Specifications For Period Of (30) Calendar Days. 9. In Case Two Or More Programmers/bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Dingle-pototan Water District Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Winning Programmer/bidder In Accordance With Gppb Circular 06-2005. 10. Payment Shall Be Processed After Completion Of Billing And Collection System (bcs) And After The Required Dry Run And/ Or Test Of The Program, And Upon Submission Of The Required Supporting Documents, In Accordance With Existing Government Accounting Rules And Regulations. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Total Cost Of The Program Not Installed Within The Prescribed Period Shall Imposed Per Day Of Delay. The Dingle-pototan Water District May Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reached Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Programmer/bidder Shall Complete The Updating Of Billing And Collection System Program For 60 Calendar Days. 13. Any Time After Completion Of The Updating Of Billing And Collection System, The Programmer/bidder Shall Provide The Client Attention To Answer Any Questions Or Assist In Solving Any Problems With Regard To The Operation Free Of Charge And Hour For Any Assistance Thereafter, That The System Has A 24-hours And 7 Days A Week System Support In Case The System Has A Concern That Includes On Site And On –line Repair. The Programmer/bidder Agrees To Respond Any Reasonable Request For Assistance. 14. The Programmer/bidder Shall Provide A Cumulative 15 Hours Of Training With The End User. 15. The System Maintenance Will Be Free Of Charge For A Duration Of One (1) Year From The System Is Fully Operation Or Installed. 16. Notice To Proceed Will Follow After The Procurement Of Hardware. (hardware Specifications Will Be Provided By The Winning Programmer/bidder) 17. In Compliance With Section 4.3 Appendix 33 Of The 2016 Revised Irr Of Ra No. 9184 And Consistent With The Administrative Order No. 34, S. Of 2020, The Dingle-pototan Water District Shall Publish In Its Official Website And Social Media Platform The Following Post-award Information: H) Project Name; I) Approved Budget For The Contract; J) Contract Period; K) Name Of The Winning Bidder And Its Official Business Address; L) Amount Of Contract Awarded M) Date Of Award And Acceptance N) Implementing Office/unit/division/bureau Of The Concerned Agency Or Instrumentality. Prepared By: (original Signed) Marie Lyannbeth C. Sindingan Oic Commercial Division Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republic Of The Philippines) City/municipality Of ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree;[if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 20 At , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]

Environmental Management Bureau Tender

Software and IT Solutions
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 200 K (USD 3.4 K)
Details: Description 2 Request For Quotation (rfq) Mobile Workstation Rfq No. Emb-pgss-2024-12-249 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc 1. Mobile Workstation 1 Unit 200,000.00 200,000.00 Operating System: 64-bit Microsoft ® Windows® 11 And Windows 10 Version 1809 Or Above Processor: Basic (2.5-2.9 Ghz Processor With 8 Logical Cores (base) Arm Processors Are Not Supported. Recommended (3+ Ghz Processor (base), 4+ Ghz (turbo)) Memory: Basic (8gb); Recommended (32gb) Display Resolution: (conventional Displays: 1920 X 1080 With True Color; High Resolution & 4k Displays: Resolution Upto 3840 X 2160 (with "recommended" Display Card) Display Card: Basic (2gb Gpu With 29 Gb/s Bandwidth And Directx 11 Compliant); Recommended (8 Gb Gpu With 106 Gb/s Bandwidth And Directx 12 Compliant Disk Space: 10.0 Gb (suggested Ssd) Pointing Device: Ms-mouse Compliant .net Framework: .net 8 Mobile Workstation Must Be Compatible And Work Efficiently With Autocad 2025. Must Meet The Minimum System Requirements Of Autocad 2025 Additional Requirements For Large Datasets, Point Clouds, And 3d Modelling Memory: 32gb Ram Or More Disk Space: 6gb Free Hard Disk Available, Not Including Installation Requirements Display Card: 3840 X 2160 (4k) Or Greater True Color Video Display Adapter; 12gb Vram Or Greater; Pixel Shader 3.0 Or Greater; Directx- Capable Workstation Class Graphics Card Autocad Toolset Requirements (additional Requirements) Autocad Map 3d: Disk Space: 20gb; Memory: Basic (16gb), Recommended (32gb) Autocad Electrical: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb); Microsoft Access Database Engine 2016 Redistributable (x64)(16.0.5044.1000) Or Later, Unless Microsoft Office 2016 (x64) Or Later Is Already Installed. Installation On Systems With 32-bit Microsoft Office/365 Applications Is Not Supported Autocad Architecture: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb) Autocad Mep: Disk Space: 21gb; Memory: Basic (16gb); Recommended (32gb) Autocad Plant 3d: Disk Space: 12gb; Memory: Recommended For 3d Modeling (32gb) Autocad Mechanical: Disk Space: 12gb; Memory: Basic (16gb); Recommended (32gb) Autocad Raster Design: Disk Space: 1gb Fdo Provider Requirements Microsoft Sql Server: Microsoft Sql Server 2019 Standard And Enterprise Editions; Microsoft Sql Server 2022 Standard And Enterprise Editions Oracle 12c Release 2: Oracle 12.2.0.1.0 Enterprise Edition And Standard Edition 2 Oracle 19c: Oracle 19.3 Enterprise Edition And Standard Edition 2 Oracle 21c: Oracle 21.3 Enterprise Edition And Standard Edition 2 Raster: Dem, Jpg2k, Dted, Mrsid® , Ecw, Png, Esri® Grid, Tiff, Jpeg, Esri® Ascii Autodesk Sdf: 3.0 Esri Arcgis: Arcgis® 10.8.2 ; Arcgis 10.7.1 Mysql: 8.0 Odbc: The Fdo Odbc Provider Has Been Tested With Corresponding Versions Of Odbc Drivers That Are Shipped With The Relevant Supported Operating Systems Version Ogc Wms: Wms 1.3.0 Ogc Wmts: Wtms 1.0.0 Ogc Wfs: Wfs 2.0.0 Sqlite: Sqlite 3.27.2 Postgresql: Postgresql 15.4 + Postgis 3.4 2. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php200,000.00. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Lot Basis Whichever Is Advantageous To The Government. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 02:00 P.m. Of January 22, 2025. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Mobile Workstation Under Rfq No. Emb-pgss-2024-12-249 Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Fifteen To Thirty (15-30) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit The Following: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance Or Annual Income Tax Returns E) Omnibus Sworn Statement-original & Notarized Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Mobile Workstation Quantity: 1 Unit Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications 1 Unit Mobile Workstation Operating System: 64-bit Microsoft ® Windows® 11 And Windows 10 Version 1809 Or Above Processor: Basic (2.5-2.9 Ghz Processor With 8 Logical Cores (base) Arm Processors Are Not Supported. Recommended (3+ Ghz Processor (base), 4+ Ghz (turbo)) Memory: Basic (8gb); Recommended (32gb) Display Resolution: (conventional Displays: 1920 X 1080 With True Color; High Resolution & 4k Displays: Resolution Upto 3840 X 2160 (with "recommended" Display Card) Display Card: Basic (2gb Gpu With 29 Gb/s Bandwidth And Directx 11 Compliant); Recommended (8 Gb Gpu With 106 Gb/s Bandwidth And Directx 12 Compliant Disk Space: 10.0 Gb (suggested Ssd) Pointing Device: Ms-mouse Compliant .net Framework: .net 8 Mobile Workstation Must Be Compatible And Work Efficiently With Autocad 2025. Must Meet The Minimum System Requirements Of Autocad 2025 Additional Requirements For Large Datasets, Point Clouds, And 3d Modelling Memory: 32gb Ram Or More Disk Space: 6gb Free Hard Disk Available, Not Including Installation Requirements Display Card: 3840 X 2160 (4k) Or Greater True Color Video Display Adapter; 12gb Vram Or Greater; Pixel Shader 3.0 Or Greater; Directx- Capable Workstation Class Graphics Card Autocad Toolset Requirements (additional Requirements) Autocad Map 3d: Disk Space: 20gb; Memory: Basic (16gb), Recommended (32gb) Autocad Electrical: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb); Microsoft Access Database Engine 2016 Redistributable (x64)(16.0.5044.1000) Or Later, Unless Microsoft Office 2016 (x64) Or Later Is Already Installed. Installation On Systems With 32-bit Microsoft Office/365 Applications Is Not Supported Autocad Architecture: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb) Autocad Mep: Disk Space: 21gb; Memory: Basic (16gb); Recommended (32gb) Autocad Plant 3d: Disk Space: 12gb; Memory: Recommended For 3d Modeling (32gb) Autocad Mechanical: Disk Space: 12gb; Memory: Basic (16gb); Recommended (32gb) Autocad Raster Design: Disk Space: 1gb Fdo Provider Requirements Microsoft Sql Server: Microsoft Sql Server 2019 Standard And Enterprise Editions; Microsoft Sql Server 2022 Standard And Enterprise Editions Oracle 12c Release 2: Oracle 12.2.0.1.0 Enterprise Edition And Standard Edition 2 Autocad Architecture: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb) Autocad Mep: Disk Space: 21gb; Memory: Basic (16gb); Recommended (32gb) Autocad Plant 3d: Disk Space: 12gb; Memory: Recommended For 3d Modeling (32gb) Autocad Mechanical: Disk Space: 12gb; Memory: Basic (16gb); Recommended (32gb) Autocad Raster Design: Disk Space: 1gb Fdo Provider Requirements Microsoft Sql Server: Microsoft Sql Server 2019 Standard And Enterprise Editions; Microsoft Sql Server 2022 Standard And Enterprise Editions Oracle 12c Release 2: Oracle 12.2.0.1.0 Enterprise Edition And Standard Edition 2 Ogc Wms: Wms 1.3.0 Ogc Wmts: Wtms 1.0.0 Ogc Wfs: Wfs 2.0.0 Sqlite: Sqlite 3.27.2 Postgresql: Postgresql 15.4 + Postgis 3.4 Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Quantity Uom Unit Price Total Price Mobile Workstation Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1 Unit Operating System: 64-bit Microsoft ® Windows® 11 And Windows 10 Version 1809 Or Above Processor: Basic (2.5-2.9 Ghz Processor With 8 Logical Cores (base) Arm Processors Are Not Supported. Recommended (3+ Ghz Processor (base), 4+ Ghz (turbo)) Memory: Basic (8gb); Recommended (32gb) Display Resolution: (conventional Displays: 1920 X 1080 With True Color; High Resolution & 4k Displays: Resolution Upto 3840 X 2160 (with "recommended" Display Card) Display Card: Basic (2gb Gpu With 29 Gb/s Bandwidth And Directx 11 Compliant); Recommended (8 Gb Gpu With 106 Gb/s Bandwidth And Directx 12 Compliant Disk Space: 10.0 Gb (suggested Ssd) Pointing Device: Ms-mouse Compliant .net Framework: .net 8 Mobile Workstation Must Be Compatible And Work Efficiently With Autocad 2025. Must Meet The Minimum System Requirements Of Autocad 2025 Additional Requirements For Large Datasets, Point Clouds, And 3d Modelling Memory: 32gb Ram Or More Disk Space: 6gb Free Hard Disk Available, Not Including Installation Requirements Display Card: 3840 X 2160 (4k) Or Greater True Color Video Display Adapter; 12gb Vram Or Greater; Pixel Shader 3.0 Or Greater; Directx- Capable Workstation Class Graphics Card Autocad Toolset Requirements (additional Requirements) Autocad Map 3d: Disk Space: 20gb; Memory: Basic (16gb), Recommended (32gb) Autocad Electrical: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb); Microsoft Access Database Engine 2016 Redistributable (x64)(16.0.5044.1000) Or Later, Unless Microsoft Office 2016 (x64) Or Later Is Already Installed. Installation On Systems With 32-bit Microsoft Office/365 Applications Is Not Supported Memory: 32gb Ram Or More Disk Space: 6gb Free Hard Disk Available, Not Including Installation Requirements Display Card: 3840 X 2160 (4k) Or Greater True Color Video Display Adapter; 12gb Vram Or Greater; Pixel Shader 3.0 Or Greater; Directx- Capable Workstation Class Graphics Card Autocad Toolset Requirements (additional Requirements) Autocad Map 3d: Disk Space: 20gb; Memory: Basic (16gb), Recommended (32gb) Autocad Electrical: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb); Microsoft Access Database Engine 2016 Redistributable (x64)(16.0.5044.1000) Or Later, Unless Microsoft Office 2016 (x64) Or Later Is Already Installed. Installation On Systems With 32-bit Microsoft Office/365 Applications Is Not Supported Autocad Architecture: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb) Autocad Mep: Disk Space: 21gb; Memory: Basic (16gb); Recommended (32gb) Autocad Plant 3d: Disk Space: 12gb; Memory: Recommended For 3d Modeling (32gb) Autocad Mechanical: Disk Space: 12gb; Memory: Basic (16gb); Recommended (32gb) Autocad Raster Design: Disk Space: 1gb Fdo Provider Requirements Microsoft Sql Server: Microsoft Sql Server 2019 Standard And Enterprise Editions; Microsoft Sql Server 2022 Standard And Enterprise Editions Oracle 12c Release 2: Oracle 12.2.0.1.0 Enterprise Edition And Standard Edition 2 Ogc Wms: Wms 1.3.0 Ogc Wmts: Wtms 1.0.0 Ogc Wfs: Wfs 2.0.0 Sqlite: Sqlite 3.27.2 Postgresql: Postgresql 15.4 + Postgis 3.4 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen To Thirty (15-30) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct. 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted. 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____

Credit Information Corporation Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 1 Million (USD 17.2 K)
Details: Description February 14, 2025 Request For Quotation No.: 2025-cims(021)-npsvp-0001 Procurement Of Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance (negotiated Procurement – Small Value Procurement) Sir/madam: The Credit Information Corporation Through Credit Information Management Services Invites You To Submit Your Quotation / Offer For The Item/s Described Below Using The Price Proposal Form (see Annex "a") Subject To The Terms And Conditions Stated In The Rfq And Terms Of Reference (see Annex “b”). Qty Uom Particulars Unit Cost (in Php) Approved Budget For The Contract (abc) In Php 1 Lot Procurement Of Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance - 2240 Pvu - One (1) Year Maintenance/renewal *deployment - Deployment, Installation And/or Renewal Costs *on-site And Online Support Services - One (1) Year Maintenance 8x7 Online Support - One (1) Year Unlimited Phone And Email Support - Customer Is Entitled To Four (4) Visits Of Onsite Support During The Contract Period - Quarterly Onsite Visit With Reports And Recommendation By Certified Ibm Engineers 1,000,000.00 1,000,000.00 Contract Duration: One (1) Calendar Year Or March 1, 2025 To February 28, 2026 Delivery Schedule: Thirty (30) Calendar Days Upon Receipt Of Notice To Proceed. Delivery Site: 6f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Submit Your Proposal, Together With The Following Documents, Duly Signed By You Or Your Duly Authorized Representative, Not Later Than February 18, 2025, 5:00 P.m. Philgeps Certificate/number; Mayor’s/business Permit For The Current Year Or Official Receipt As Proof That The Bidder Has Applied For Renewal, If The Updated Mayor’s Permit Is Not Yet Available; Latest Income/business Tax Returns; Notarized Omnibus Sworn Statement (annex C); And For Authorized Representatives: Spa (sole Proprietorship/partnership), Secretary’s Certificate Or Board Resolution (corporation). Note: Philgeps Platinum Registration Certificate May Be Submitted In Lieu Of Philgeps Number, And Mayor’s/business Permit For The Current Year; In Case Of Sole Proprietorship, The Bidder Must Submit A Special Power Of Attorney (spa) If The Proprietor/owner Has Assigned/appointed A Person To, On His/her Behalf, Represent The Company In The Procurement Of Cic And Sign All Documents Pertaining To The Project/contract To Be Bid. Only One (1) Set Of Documents Certified To Be True Copies Of The Original Shall Be Required. Proposals And Other Documents Required Shall Be Sent Electronically To Procurementunit@creditinfo.gov.ph. Electronically Submitted Proposals And Documents Must Be Submitted On Or Before The Deadline Of Submission As Stated In This Rfq. Upon Determination Of Your Technical, Legal And Financial Eligibility, The Administration Unit Of The Cic Shall Undertake Negotiation With Your Company Based On The Technical Specifications For This Project. Phoebe Ann R. Wagan Administrative Services Officer V Annex "a" Price Proposal Form Date: _________________ Administrative Office Credit Information Corporation 6f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Sir/madam: Having Examined The Request For Quotation No. Rfq No. 2025-cims(021)-npsvp-0001, Which Includes The Technical Specifications, The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned, Offer To, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Qty Uom Particulars Unit Price (in Php) Total Bid Price In Php (inclusive Of Vat) 1 Lot Procurement Of Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance - 2240 Pvu - One (1) Year Maintenance/renewal *deployment - Deployment, Installation And/or Renewal Costs *on-site And Online Support Services - One (1) Year Maintenance 8x7 Online Support - One (1) Year Unlimited Phone And Email Support - Customer Is Entitled To Four (4) Visits Of Onsite Support During The Contract Period - Quarterly Onsite Visit With Reports And Recommendation By Certified Ibm Engineers Contract Duration: One (1) Calendar Year Or March 1, 2025 To February 28, 2026 Total Bid Price In Words: ______________________________________________________ We Undertake, If Our Proposal Is Accepted, To Deliver The Goods/services As Identified In The Technical Specifications/terms Of Reference And In Accordance With The Delivery Schedule. Our Quotation Includes All Taxes, Duties And/or Levies Payable And Is Valid For A Period Of Thirty (30) Calendar Days Upon Issuance Of This Document. We Understand That The Cic Technical Working Group May Require From Us The Submission Of Documents That Will Prove Our Legal, Financial And Technical Capability To Undertake This Project. Until A Formal Contract Is Prepared And Executed, This Proposal, Together With Your Written Acceptance Thereof And The Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Proposal You May Receive. Dated This ________________. Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Proposal For And On Behalf Of: ___________________ Annex "b" Compliance Form Technical Specifications Procurement Of Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance 1. Overview The Credit Information Corporation (cic) Is Mandated To Collect And Aggregate Borrower’s Credit Data To Establish The Creditworthiness Of Borrowers. Cic Needs And Uses A Workload Automation Solution That Enables The Organization To Automate, Plan, And Control The Processing Of Credit Information System (cis) Workloads. The Tool Or Solution Allows The Cic To Manage Workflows From A Single Point Of Control Across Multiple Platforms And Business Applications. The Existing Workload Scheduler That The Cic Utilizes Has The Following Key Features And Capabilities: 1. Hybrid Workload Automation From A Single Point Of Control Monitor Workloads And Resources Through A Single Point Of Control Across Different Platforms And Systems. Monitor Critical Job, Sla Compliance Risk Level And Be Alerted To The Risk Of Sla Constrains And Potential Violations In Advance Through Specific Report And Dashboards. 2. Wide Variety Of Application Plug-ins For Business Processes Automation Automate Beyond Boundaries And Expand Your Automation Outreach To New Domains Thanks To A Large Variety Of Application Specific Plug-ins Available Out Of The Box 3. High Scalability (millions Of Daily Jobs Managed) Manage Organizations Growth And Increasing Demands With A Single Controlling System, Reducing Costs And Risks And Increasing Stability. Automatically Adapts Workload Submission To Support On Demand Processes, Allowing Easy And Safe Integrations Across A Hybrid Environment. 4. Easy Integration In Hybrid-cloud Application Through Rest Api Modelling Rest Apis Are Available To Add/update/delete Scheduling Resources As Well As Retrieve List Of Resources Or Models. Planning Api Are Available To Act On The Scheduling Plan Enabling The Add And Update Actions On All The Resources In The Scheduling Plan Itself. 2. Purpose The Cic Aims To Renew The Ma Of Existing Workload Scheduler Solutions And Licenses To Automate, Plan And Control The Processing Of Workloads Of The Credit Information System (cis) While Overcoming Its Limited Budget And Manpower Resources. 3. Scope The Paid License Covers Receiving 2240 Processor Value Units (pvus) To The Existing Workload Scheduler Solution Of The Cic. 4. Definition Of Terms Term Definition Job Scheduling Job Scheduling Allows Businesses To Automate Batch Jobs On A Single System And To Submit These Batch Jobs For Execution As A Result Of A Specific Event Or At A Certain Time. Traditional Job Scheduling Software Works On One Machine And Is Pretty Inflexible. In Complex Systems, Job Scheduling Has Its Limitations And Inherently Leads To A Lack Of Coordination Between Operating Systems, A High Level Of Complexity When It Comes To Scheduling Jobs And Maintenance, The Need For Lots Of Manual Intervention As Well As The Need For Frequent Programming To Fill Gaps. Scalability Is The Property Of A System To Handle A Growing Amount Of Work By Adding Resources To The System. Service Level Agreement (sla) A Commitment Between A Service Provider And A Client. Particular Aspects Of The Service – Quality, Availability, Responsibilities – Are Agreed Between The Service Provider And The Service User Workload Refers To A Computer System’s Ability To Handle And Process Work. Workload Automation Is The Process Of Using Software To Schedule, Initiate, And Execute Business Processes, Transactions, Workflows, And Other Related Tasks. It Also Allows Businesses To Configure Or Stop Processes. The Use Of Workload Automation Allows For All Of This Processing To Happen Without Human Or Manual Intervention. Workload Scheduler Is A Workload Automation Solution That Enables Organizations To Automate, Plan And Control The Processing Of Complex Systems' Workloads. It Allows You To Manage Workflows From A Single Point Of Control Across Multiple Platforms And Business Applications. --definitions Are Retrieved From Https://www.wikipedia.com, Https:/www.ibm.com, Https://www.bmc.com, Https://www.nutanix.com 5. Duties And Responsibilities 5.1. Service Provider (sp) The Sp’s Responsibilities With Respect To This Project Are As Follows: The Renewal And Installation Of License Must Be Completed Within Thirty (30) Calendar Days From The Receipt Of The Notice To Proceed (ntp). Otherwise, The Sp Shall Pay A Penalty In The Amount Of One Tenth Of One Percent (1/10 Of 1%) Of The Total Contract Price For Every Calendar Day Of Delay. 5.2. Credit Information Corporation Cic’s Responsibilities With Respect To This Project Are As Follows: Issuance Of A Certificate Of Inspection And Acceptance From The Inspection And Acceptance Committee To The Sp Upon Successful Completion Of The Testing Certifying That The Sp Conforms To All Requirements Stipulated In This Document. Pursuant To General Procurement Policy Board (gppb) Resolution No. 019-2006 Dated 06 December 2006, At The End Of Each Year, The Cic Will Conduct An Assessment Of The Quality Of Service Provided Particularly The Cost Charged By The Sp And The Range Of Services It Offers Against Other Service Providers In The Area. Conducts An Assessment/evaluation Of The Sp Sixty (60) Days Before The End Of The Contract. 6. Requirements 6.1. General Items Requirements Statement Of Compliance “comply” Or “not Comply” Proof/evidence Of Compliance 1. Service Provider Duly Notarized Statement That The Sp Has Been In Business Of Providing Workload Scheduler Solutions For At Least Five (5) Years Prior To The Deadline For The Submission Of Bids. The Sp Must Establish A Single Point Of Contact (spoc) Call Center Operations/helpdesk With Hotline Numbers To Provide Timely And Responsive Trouble Reporting, Incident Handling, Problem Escalation And Field Support For All Problem-related Issues. The Sp Must Provide Escalation Or Incident Management Procedures, Including The Complete Names Of Contact Persons, Positions, Email Address, Mobile And Landline Numbers. The Sp Shall Inform Cic Of Any Changes In The Escalation Or Incident Management Procedure Immediately. The Sp Should Provide Unlimited Phone, Email, Chat, And Any Form Of Electronic Communications And Messaging, And Online Or Remote Support For One (1) Year. Monday To Friday, 8x5, For Local Support; And 24x7 For International Helpdesk Support. The Sp Should Provide A Consumable 8x5 Onsite Support With Next Business Day Response Time For One Year. Four (4) Visits Of Onsite Support During The Contract Period. The Sp Must Provide Preventive Maintenance And Health Checks With Reports And Recommendations Every Four (4) Months. Implement Recommended Remedial Action, Security Updates, System Upgrades As Needed. 2. Service Delivery Manager The Sp Should Assign A Service Delivery Manager (sdm) To Cic For The Project To Ensure All Requirements Of This Contract Are Successfully Delivered To Cic. The Sdm Should Have At Least Two (2) Year Service Delivery Or Project Management Experience In Handling Similar Project Implementation. (provide Curriculum Vitae And Related Certifications) 3. Technical Support Staff The Sp Should Assign Two (2) Technical Support/ibm Engineers To The Cic Project (provide Certificate Of Employment, Updated Curriculum Vitae & Related Certifications). At Least Eighteen Months Of Experience In The Configuring, Maintaining, And Troubleshooting Of The Cic’s Existing Workload Scheduler. 6.2. Technical Requirements Items Requirements Statement Of Compliance “comply” Or “not Comply” Proof/evidence Of Compliance 1. System Overview Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance Renewal A) 2240 Pvu B) One (1) Year Maintenance/renewal (march 1, 2025 To February 28, 2026) 2. Installation And Configuration Shall Work With Cic To Define Policies, Configuration And Other Requirements As Needed By The System 3. Troubleshooting A) When Workload Scheduler Solution Is Determined To Be Causing Job Scheduling And Automation-related Problems, The Sp Shall Assist The Cic Examining The Solution’s Configuration And Functionality For Potential Issues. A Ticket Will Be Filed By Cic To The Sp’s Service Desk Facility To Trigger The Support Activity. B) The Sp Will Implement Cic’s Change Request Within A 24-hour Period For Simple Change And Up To A Maximum Of Five (5) Days For Complex Changes. 4. Software Updates And Upgrades A) The Sp Must Immediately Apply Updates Whenever Software Updates/bug Fixes Are Available To Mitigate Security Threats. B) Software Updates Or Upgrades Are Separate From The Change Request. 5. Health Checks And Preventive Maintenance A) The Sp Shall Conduct System Health Checks Every Four (4) Months To Determine Potential Issues And Improve Workload Automation Services. 6.3. Service Level Items Requirements Statement Of Compliance “comply” Or “not Comply” Proof/evidence Of Compliance 1. Change Requests (cr) Cr Must Be Acknowledged By The Sp Within Two (2) Hours Upon Receipt, Mondays To Fridays, 8:00-5:00 Pm. 2. Incident Response Help-desk Facility Available Twenty-four By Seven (24x7) To Receive Reports On Any Issues Incident Response/support Tickets Relayed Through Helpdesk, Email, Phone, Or Instant Messaging Must Be Acknowledged By The Service Provider Within Two (2) Hours Upon Receipt, And Resolve Issues Within Six (6) Hours Upon Acknowledgement. 3. Service Report The Sp Must Provide Service Reports For Each Onsite Or Remote Support Service Performed And Shall Be Verified And Acknowledged By Cic Authorized Personnel. The Sp Shall Submit A Detailed Problem-resolution Report For Every Service Requested Within 24 Hours. It Shall Include Details Of Actions Taken In Resolving The Problem Duly Acknowledged By The Authorized Cic Personnel. 4. Knowledge Transfer At Least Half (1/2) Day Of Training For Basis Users For Viewing And Monitoring Of Job Streams, Workload And Scheduled Jobs. At Least Three (3) Participants For The Basic/viewers Training At Least Half (1/2) Day Of Training Of Administrators And Advanced Users To Cover Management, Administration And Operation, Including Troubleshooting. At Least Three (3) Participants For The Advanced Users /administrators Training Provision Of User Manual And Guides 7. Schedule Of Delivery The Service Provider Shall Commence Delivery And Implementation Of The Services Within 30 Calendar Days (lead Time For Delivery For Non-stock Items) Upon Receipt Of The Notice To Proceed. 8. Terms Of Payment Payment Shall Be Made On The Following: Payment Shall Be Made On A One-time Basis (100%) Subject To Submission Of Billing Statement And Other Supporting Documents By The Sp, And Shall Be Processed Within Thirty (30) Calendar Days, Subject To The Issuance Of Certificate Of Satisfactory Project Completion By Cic End-user. The Start Of Billing Shall Be Based On The Date Of Issuance Of “certificate Of Acceptance” By The Cic Inspection Committee. Payment Shall Be Subject To The “warranty” Provisions In The Form Of Retention Money In An Amount Equivalent To At Least One Percent (1%) Of The Contract Price Required In Section 62 Of R.a. 9184 And Its Irr. 9. Contract Termination Both Parties Have The Option Or Terminate The Contract Acceptable To Both Parties Based On The Philippine Government Procurement Reform Act And Its Implementing Rules And Regulations, Gppb Guidelines Or Its Issuances, And Other Philippine Laws As Applicable. Pursuant To Annex I Of The 2016 Revised Implementing Rules And Regulations, As Of 15 July 2022, Of The Republic Act No. 9184, The Cic Reserves The Right To Terminate The Procurement Of Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance On The Following Grounds: Termination By Default: Pursuant To Section 68 Of The 2016 Revised Irr, When Outside Of Force Majeure, The Sp Fails To Deliver Or Perform Any Or All Of The Contract Deliverables Within The Period Specified In The Contract, Or Within Any Extension Thereof Granted By The Cic Pursuant To A Request Made By The Sp Prior To The Delay, And Such Failure Amounts To At Least Ten Percent (10%) Of The Contract Price; Pursuant To Section 68 Of The 2016 Revised Irr, The Sp, As A Result Of The Force Majeure, Is Unable To Deliver Or Perform Any Or All Of The Contract Deliverables, Amounting To At Least Ten Percent (10%) Of The Contract Price, For A Period Of Not Less Than Sixty (60) Calendar Days After Receipt Of Notice From The Cic Stating That The Circumstances Of Force Majeure Is Deemed To Have Ceases; Or The Sp Fails To Perform Any Other Obligation Under The Contract. Termination For Convenience, In Whole Or In Part. If The Cic Has Determined The Existence Of Conditions That Make The Contract Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event/s Or Changes In Law And National Government Policies. Termination For Insolvency. If The Sp Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. Termination For Unlawful Acts. In Case It Is Determined Prima Facie That The Sp Engaged, Before Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation. Statement Of Compliance Dated This ________________. Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Compliance For And On Behalf Of: ___________________ Annex "c" Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: Select One, Delete The Other: [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; Select One, Delete The Other: [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; Select One, Delete The Rest: [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [name Of Bidder] Complies With Existing Labor Laws And Standards; And [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: Carefully Examining All Of The Bidding Documents; Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity; In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This __ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ______ . Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Doc. No. ___ Page No. ___ Book No. ___ Series Of ____. Note: “sec. 12. Competent Evidence Of Identity – The Phrase “competent Evidence Of Identity” Refers To The Identification Of An Individual Based On: At Least One Current Identification Document Issued By An Official Agency Bearing The Photograph And Signature Of The Individual, Such As But Not Limited To, Passport, Driver’s License, Professional Regulations Commission Id, National Bureau Of Investigation Clearance, Police Clearance, Postal Id, Voter’s Id, Barangay Certification, Government Service And Insurance System (gsis) E-card, Social Security System (sss) Card, Philhealth Card, Senior Citizen Card, Overseas Workers Welfare Administration (owwa) Id, Ofw Id, Seaman’s Book, Alien Certificate Of Registration/immigrant Certificate Of Registration, Government Office Id, Certification From The National Council For The Welfare Of Disabled Persons (ncwdp), Department Of Social Welfare And Development (dswd) Certification; The Board Resolution Or Secretary’s Certificate Referring To The Said Board Resolution Designating The Bidder’s Authorized Representative And Signatory Need Not Specifically Indicate The Particular Project Where Such Authority Is Given Provided That The Said Authority Covers Activities By Cic.

Environmental Management Bureau Tender

Others
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 226.3 K (USD 3.9 K)
Details: Description Request For Quotation (rfq) Supply, Delivery And Installation Of Blinds At Director’s Office And Rd’s Lounge Rfq No. Emb-pgss-2025-02-016 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc Supply, Delivery And Installation Of Blinds At Director’s Office And Rigional Director’s Lounge Office Of The Director D.1 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.99 Sq.ft. 310.00 5,886.90 W.1 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. 310.00 5,952.00 B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. 310.00 5,952.00 C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. 310.00 5,592.00 D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. 310.00 5,592.00 E. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. 310.00 5,592.00 F. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. 310.00 5,592.00 W.2 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. 310.00 6,841.70 B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. 310.00 6,841.70 C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. 310.00 6,841.70 D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. 310.00 6,841.70 E. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. 310.00 6,841.70 F. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. 310.00 6,841.70 W.3 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. 310.00 5,840.40 B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. 310.00 5,840.40 C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. 310.00 5,840.40 D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. 310.00 5,840.40 W.4 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. 310.00 6,674.30 B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. 310.00 6,674.30 W.5 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. 310.00 6,674.30 B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. 310.00 6,674.30 Regional Director’s Lounge W.1 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. 310.00 5,483.90 B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. 310.00 5,483.90 C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. 310.00 5,483.90 D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. 310.00 5,483.90 W.2 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 23.73 Sq.ft. 310.00 7,356.30 B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 23.73 Sq.ft. 310.00 7,356.30 W.3 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.92 Sq.ft. 310.00 5,555.20 W.4 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.92 Sq.ft. 310.00 5,555.20 Total 226,377.18 2. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php226,377.18. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Lot Basis. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 02:00 P.m. Of February 20, 2025. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Supply, Delivery And Installation Of Blinds Under Rfq No. Emb-pgss-2025-02-016 Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Fifteen To Thirty (15-30) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit The Following: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance Or Annual Income Tax Returns E) Omnibus Sworn Statement-original & Notarized Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Supply, Delivery And Installation Of Blinds Quantity: Lot Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications Supply, Delivery And Installation Of Blinds At Director’s Office And Rigional Director’s Lounge Office Of The Director 18.99 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. E. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. F. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. E. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. F. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part Regional Director’s Lounge 17.69 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 23.73 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 23.73 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.92 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.92 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Quantity Uom Unit Price Total Price Suppl, Delivery And Installation Of Blinds At Director’s Office And Rigional Director’s Lounge Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City Office Of The Director A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.99 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. E. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. F. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. E. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. F. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. Regional Director’s Lounge A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 23.73 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 23.73 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.92 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.92 Sq.ft. 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen To Thirty (15-30) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct. 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted. 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____
2301-2310 of 2341 archived Tenders