Uniform Tenders

Uniform Tenders

DEFENSE HEALTH AGENCY DHA USA Tender

Chemical Products
United States
Details: Combined Synopsis/solicitation Ht941025q2036 this Is A Combined Synopsis/solicitation For Commercial Items 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, In Conjunction With Far Part 13 Simplified Acquisition Procedures, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes (rfqs) Are Being Requested And A Separate Written Solicitation Will Not Be Issued. this Solicitation Document Incorporates Provisions And Clauses In Effect Through Federal Acquisition Circular (fac) 2025-03 Effective 1/17/2025 And Defense Federal Acquisition Regulation Supplement (dfars) Publication Notice (dpn) 1/17/2025, Effective 1/17/2025. competitive Quotes Are Being Requested Under Request For Quote (rfq) Number Ht941025q2036. The North American Industry Classification System (naics) Code Applicable To This Acquisition Is 325120, Industrial Gas Manufacturing, And The Size Standard Is 1,200 (number Of Employees). This Procurement Will Be Competed As A Small Business Set-aside. description Of Requirements naval Medical Center San Diego Is Requesting Support For The Refrigerant Removal Service For Multiple Refrigerators Scheduled For Disposal At Naval Medical Center San Diego, Ca 92134. see Performance Work Statement (attachment 1) For Further Details. place Of Performance: naval Medical Center San Diego 34800 Bob Wilson Dr. San Diego, Ca. 92134 service Period: clin 0001- Refrigerant Removal Service For Nmcsd base Period: 1 Mar 2025 – 28 Feb 2026 uom: Job clin 1001- Refrigerant Removal Service For Nmcsd option Year 1: 1 Mar 2026 – 28 Feb 2027 uom: Job clin 2001- Refrigerant Removal Service For Nmcsd option Year 2: 1 Mar 2027 – 28 Feb 2028 uom: Job offeror Instructions the Government Intends To Award A Firm Fixed Price Contract To The Responsive, Responsible Offeror, Whose Quote Conforming To The Solicitation Is Most Advantageous To The Government, As Defined In The Evaluation Factors For Award Section Below. A Complete Quote Must Be Received For Consideration. Respond To Each Item Listed Below; If The Response Is “none” Or “not Applicable,” Explicitly State And Explain. The Government May Consider Quotes That Fail To Address Or Follow All Instructions To Be Non-responsive And Ineligible For Contract Award. A Complete Quote Includes A Response And Submission To Each Of The Following: general Information: Offeror Business Name, Address, Cage, And Unique Entity Id (uei) Codes (ensure Representation And Certifications Are Up To Date In Sam.gov), Business Size And Type Of Small Business Based On Applicable Naics Code As Provided Above, Federal Tax Id, Primary Point Of Contract (to Include Telephone And E-mail Address). Far Provision 52.212-3, Alternate I, Offeror Representations And Certifications – Commercial Products And Commercial Services, Applies To This Acquisition. Offeror Must Include A Completed Copy Of This Provision With Quote. technical Documentation: technical Approach Or Specifications: Offerors Are Encouraged To Submit Product Manufacturer Specifications, Pictures, Brochures, Or And Other Pertinent Technical Information Of The Quoted Items To Facilitate The Evaluation. past Performance: Provide Two (2) References With The Point Of Contact Name, Telephone Number, E-mail Address, And Contract Number, For Which You Have Provided Recent And Relevant Delivery Of Similar Services Required In This Solicitation Within The Last 3 Years. Past Performance Will Be Evaluated Based On References And Information From Authorized Government Past Performance Systems And Resources. Use Attachment #2 – Past Performance Questionnaire. recent Is Defined As Having Delivered Similar Services In The Last Three Years. Relevant Is Defined As Having Delivered Similar Maintenance Agreements As Specified In The Performance Work Statement (pws). Past Performance Information Not Meeting The Above Criteria Will Not Be Used For Evaluation. price Quote: Submit Complete Pricing For Each Individual Item Listed In Pricing Schedule, To Include The Unit Price, The Extended Price For Each Line Item, And A Total Price In Us Dollars ($). Note: Ensure Fob Destination Shipping And Handling Costs And Other Ancillary Customer Services Are Included In The Pricing. proposal Support: A Detailed Breakdown Of The Total Proposed Price Is Required To Include Description, Quantity, Quoted Price Per Item And Extended Price Per Line Item. All Costs Should Support The Quote Provided In Attachment 3. evaluation Factors For Award: basis For Award: The Government Intends To Award A Purchase Order To The Responsive Responsible Vendor Whose Quote Conforming To The Rfq Is Most Advantageous To The Government, Price And Non-price Factors Considered. Technical And Past Performance, When Combined Are More Important Than Price. The Vendor Must Be Registered In The System For Award Management (sam) Database. The Government Reserves The Right To Award No Contract At All, Depending On The Quality Of Quotes Submitted, And The Availability Of Funds. award May Be Made Without Discussions With Offerors (except Communications Conducted For The Purpose Of Minor Clarification). Therefore, Each Initial Offer Should Contain The Offeror's Best Terms From A Technical And Price Standpoint. However, The Government Reserves The Right To Conduct Discussions If It Is Later Determined By The Contracting Officer To Be Necessary. as This Is A Competitive Services Procurement Using Far Part 13 Procedures, The Basis For Award Will Consider The Offerors Past Performance And Data In The Supplier Performance Risk System (sprs) And For The Fsc And Psc Of The Services Being Purchased (see Dfars 213.106-2). factor I – Technical: The Government Will Evaluate The Quote To See If Specification Requirements, As Defined Above Are Met, To Include All Information Required For A Complete Quote. Technical Capability Statements Will Be Evaluated As: technical Capability Evaluation Factors acceptable quote Clearly Meets All Of The Specification Requirements Of The Solicitation And Ability To Comply With The Consignment Agreement. unacceptable quote Does Not Clearly Meet All The Specification Requirements Of The Solicitation And/or Inability To Comply With The Consignment Agreement. factor Ii – Past Performance: The Government Will Evaluate Past Performance By Reviewing Offeror’s Submitted Past Performance Information And Other Sources That May Include, But Are Not Limited To, Information From Government Personnel And Information From The Government Websites Supplier Performance Risk System (sprs) Or Cpars As Stated Above For Basis For Award. past Performance Evaluation Factors adjectival Rating description substantial Confidence based On The Offeror’s Recent/relevant Performance Record, The Government Has A High Expectation That The Offeror Will Successfully Deliver Required Services. satisfactory Confidence based On The Offeror’s Recent/relevant Performance Record, The Government Has A Reasonable Expectation That The Offeror Will Successfully Deliver Required Services. neutral Confidence no Recent/relevant Performance Record Is Available, Or The Offeror’s Performance Record Is So Sparse That No Meaningful Confidence Assessment Rating Can Be Reasonably Assigned. The Offeror May Not Be Evaluated Favorably Or Unfavorably On The Factor Of Past Performance. limited Confidence based On The Offeror’s Recent/relevant Performance Record, The Government Has A Low Expectation That The Offeror Will Successfully Deliver Required Services. no Confidence based On The Offeror’s Recent/relevant Performance Record, The Government Has No Expectation That The Offeror Will Be Able To Successfully Deliver Required Services. to Be Considered For Award, The Offeror’s Evaluated Past Performance Cannot Be Either “limited Confidence” Or “no Confidence”. factor Iii – Price: The Government Will Evaluate The Total Price, To Determine If It Is Fair And Reasonable. The Price Quote Shall Include A Unit Price For Each Item And A Total Firm-fixed-price For All Line Items. The Total Firm-fixed-price Shall Include All Applicable Shipping, And Handling Costs To The Shipping Address Listed Above. each Technically Acceptable Offeror’s Price List Will Be Evaluated By The Government To Determine The Reasonableness Of Prices For Offered Products By Using One Or More Of The Following Price Analysis Methods Which May Include: evaluate Quoted Pricing Against The Independent Government Cost Estimate (igce); price Competition Amongst Technically Acceptable Offers. market Research. an Offeror’s Pricing Must Be Determined To Be Fair And Reasonable To Be Eligible For Award. due Date And Submission Information eligible Offerors: All Offerors Must Have A Completed Registration In The System For Award Management (sam) Website Prior To Award Of Contract. Information Can Be Found At Https://www.sam.gov/. Complete Sam Registration Means Offerors Shall Have Registered Uei Codes. page Limitations: None. formatting Requirements: Submit Quotes In Electronic Pdf And Or Excel Format. Text Shall Be Formatted On An 8.5x11 Page In 12-point Times New Roman Font. questions Due Date And Submission Requirements: All Questions Must Be Received By Monday, 24 Feb 2025, At 10:00am, Pacific Time. Questions Must Be Submitted By Email To Dernell.w.wade.civ@health.mil , And Include Rfq# Ht9410-25-q-2036 On The Subject Line In All Inquiries. Questions May Be Addressed At The Discretion Of The Government. rfq Due Date And Submission Requirements: This Rfq Closes On Monday, 26 Feb 2025 At 10:00 Am, Pacific Time. Quotes Must Be Emailed To The Contract Specialist Dernell.w.wade.civ@health.mil , Use Rfq# Ht9410-25-q-2036 In The Subject Line Of The Email And Ensure There Is Receipt Confirmation From The Aforementioned Contract Specialist. applicable Provisions And Clauses this Solicitation Document Incorporates Provisions And Clauses In Effect Through Federal Acquisition Circular (fac) 2024-03 Effective 2/23/2024 And Defense Federal Acquisition Regulation Supplement (dfars) Publication Notice (dpn) 02/15/2024, Effective 02/15/2024. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses Can Be Accessed In Full Text At Https://www.acquisition.gov/content/regulations. the Current Version Of The Following Far, Dfars, And Dha Provisions (as Of The Date Of This Rfq) Incorporated By Reference, Apply To This Acquisition: 52.204-7, System For Award Management 52.204-16, Commercial And Government Entity Code Reporting 52.204-18, Commercial And Government Entity Code 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment 52.204-26, Covered Telecommunications Equipment Or Services- Representation 52.212-1, Instructions To Offers-commercial Products And Commercial Services 52.212-2, Evaluation-commercial Products And Commercial Services: (a)the Government Will Award A Contract Resulting From Thissolicitationto The Responsibleofferorwhoseofferconforming To Thesolicitationwill Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factorsshallbe Used To Evaluateoffers: See Evaluation Factors I, Ii, And Iii Above Technical Andpast Performance, When Combined, Aremore Important Than Price. (b)a Written Notice Of Award Or Acceptance Of Anoffer, Mailed Or Otherwise Furnished To The Successfulofferorwithin The Time For Acceptance Specified In Theoffer,shallresult In A Binding Contract Without Further Action By Either Party. Before Theoffer’s Specified Expiration Time, The Governmentmayaccept Anoffer(or Part Of Anoffer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (end Of Provision) 52.212-3, Alternate 1, Offeror Representation And Certifications – Commercial Products And Commercial Services (the Offeror Need Not Fill Out And Include As An Attachment If Sam Database (www.sam.gov ) Is Updated) 52.212-4, Contract Terms And Conditions – Commercial Products And Commercial Services 52.212-5, Contract Terms And Conditions Required To Implement Statues Or Executive Orders- Commercial Products And Commercial Services, Applies To This Acquisition And Includes The Following Clauses By Reference: 52.203-6 Restrictions On Subcontractor Sales To The Government (sep 2006) With Alternate I (oct 1995) 52.209-6 Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. 52.219-8, Utilization Of Small Business Concerns 52.219-6, Notice Of Total Small Business Set-aside (nov 2011) (15 U.s.c. 644). 52.219-9, Small Business Subcontracting Plan 52.219-27 Notice Of Service-disabled Veteran-owned Small Business Set-aside (nov 2011) (15 U.s.c. 657f) 52.219-28, Post-award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor- Cooperation With Authorities And Remedies (dev 2020-o0019 Revision 1) 52.222-21, Prohibition Of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity For Veterans 52.222-36, Equal Opportunity For Workers With Disabilities 52.222-37, Employment Reports On Veterans 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving 52.232-33, Payment By Electronic Funds Transfer- System For Award Management 52.219-1, Small Business Program Representations 52.222.41, Service Contract Labor Standards 52.222.42, Statement Of Equivalent Rates For Federal Hires 52.222.43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multi-year/options) 52.222-50, Combating Trafficking In Persons 252.203-7005, Representation Relating To Compensation Of Former Dod Officials 252.204-7016, Covered Defense Telecommunications Equipment Or Services- Representation 252.204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services- Representation 252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Service 252.225-7055, Representation Regarding Persons That Have Business Operations With The Maduro Regime 252.225-7056, Prohibition Regarding Business Operations With The Maduro Regime 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.223-7008, Prohibition Of Hexavalent Chromium 252.232-7010, Levies On Contract Payments 252.232-7017, Accelerating Payments To Small Business Subcontractors- Prohibition On Fees And Consideration 252.244-7000, Subcontracts For Commercial Products Or Commercial Services 252.246-7008, Sources Of Electronic Parts 52.252-1 Solicitation Provisions Incorporated By Reference this Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es): https://www.acquisition.gov/browse/index/far (far Provisions And Deviations) And Https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (dfars Provisions) (end Of Provision) 52.252-2, Clauses Incorporated By Reference this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May be Accessed Electronically At This/these Address(es): the Far Provisions, Clauses And Deviations Can Be Accessed In Full Text At https://www.acquisition.gov/browse/index/far (far Clauses And Deviations) And https://www.acquisition.gov/dfars (dfars Clauses). (end Of Clause) pd 03-03 Rev 000 - Improper Business Practices & Personal Conflicts Of Interest – Enclosure 1 instructions, Conditions, And Notices To Offerors l.[x] Improper Business Practices And Personal Conflicts Of Interest l.[x].1 The Offeror’s Attention Is Directed To Far, Part 3 And Dfars, Part 203, “improper Business Practices And Personal Consultant Conflicts Of Interest.” l.[x].2 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (nov 2011) (a) Definition. “covered Dod Official” Is Defined In The Clause At 252.203-7000, Requirements Relating To Compensation Of Former Dod Officials. (b) By Submission Of This Offer, The Offeror Represents, To The Best Of Its Knowledge And Belief, That All Covered Dod Officials Employed By Or Otherwise Receiving Compensation From The Offeror, And Who Are Expected To Undertake Activities On Behalf Of The Offeror For Any Resulting Contract, Are Presently In Compliance With All Post-employment Restrictions Covered By 18 U.s.c. 207, 41 U.s.c. 2101-2107, And 5 Cfr Parts 2637 And 2641, Including Federal Acquisition Regulation 3.104-2. (end Of Provision) l.[x].3 Use Of Former Dod/defense Health Agency (dha) Employees And Uniformed service Members In Proposal Preparation. The Involvement Of A Former Dod/dha Employee/member In An Offeror’s Proposal Preparation May Give Rise To An Unfair Competitive Advantage Or The Appearance Thereof, If The Former Dod/dha Employee/ Member Acquired Non-public, Competitively Useful Information In His Or Her Former Position. Such Knowledge Could Include Proprietary Information Of Competitor’s Performance On Past Or Current Contracts With Similar Requirements Or Source Selection Sensitive Information Pertaining To This Procurement. Consequently, The Offeror Must Notify The Contracting Officer Prior To The Involvement In The Proposal Preparation By A Former Dod/dha Employee/member Reasonably Expected To Have Had Access To Such Information. Based On The Notification, The Contracting Officer Will Make A Determination Whether Involvement Of The Former Dod/dha Employee/member In Proposal Preparation Could Create An Unfair Competitive Advantage Or Appearance Thereof. The Contracting Officer Will Further Determine Whether Any Mitigation Measures Taken Or Proposed By The Offeror Are Adequate To Alleviate This Concern Or Whether The Offeror Will Be Disqualified From The Competition. Failure To Comply With These Procedures May Result In The Offeror’s Disqualification For Award. (end Of Provision) pd 03-03 Rev 000 - Improper Business Practices & Personal Conflicts Of Interest – Enclosure 2 h.[x] Improper Business Practices And Personal Conflicts Of Interest h.[x].1 Dfars 252.203-7000, Requirements Relating To Compensation Of Former Dod officials (sep 2011) (a) Definition. “covered Dod Official,” As Used In This Clause, Means An Individual That— (1) Leaves Or Left Dod Service On Or After January 28, 2008; And (2) (i) Participated Personally And Substantially In An Acquisition As Defined In 41 U.s.c. 131 With A Value In Excess Of $10 Million, And Serves Or Served— (a) In An Executive Schedule Position Under Subchapter Ii Of Chapter 53 Of Title 5, United States Code. (b) In A Position In The Senior Executive Service Under Subchapter Viii Of Chapter 53 Of Title 5, United States Code; Or (c) In A General Or Flag Officer Position Compensated At A Rate Of Pay For Grade O-7 Or Above Under Section 201 Of Title 37, United States Code; Or (ii) Serves Or Served In Dod In One Of The Following Positions: Program Manager, Deputy Program Manager, Procuring Contracting Officer, Administrative Contracting Officer, Source Selection Authority, Member Of The Source Selection Evaluation Board, Or Chief Of A Financial Or Technical Evaluation Team For A Contract In An Amount In Excess Of $10 Million. (b) The Contractor Shall Not Knowingly Provide Compensation To A Covered Dod Official Within 2 Years After The Official Leaves Dod Service; Without First Determining That The Official Has Sought And Received, Or Has Not Received After 30 Days Of Seeking, A Written Opinion From The Appropriate Dod Ethics Counselor Regarding The Applicability Of Post-employment Restrictions To The Activities That The Official Is Expected To Undertake On Behalf Of The Contractor. (c) Failure By The Contractor To Comply With Paragraph (b) Of This Clause May Subject The Contractor To Rescission Of This Contract, Suspension, Or Debarment In Accordance With 41 U.s.c. 2105(c). (end Of Clause) rfq Attachments performance Work Statement (pws) past Performance Questionnaire (ppq)
Closing Date26 Feb 2025
Tender AmountRefer Documents 

POLREGIO S A Tender

Others
Poland
Details: Polregio Sa Małopolski Plant in Krakow, Invites Contractors with Knowledge and Experience in the Subject of the Order to Submit Price Information for the Supply of: Graphite Overlays for Current Collectors Type Akp4e/5zl. Graphite Overlays Must Meet the Following Conditions: Carbon Material (composite) of the Overlay May Not Consist of Glued Elements, Must Constitute a Uniform Material; The Graphite Overlay Should Be Permanently Marked with a Recognizable Manufacturer's Mark and Series or Batch Number; The Overlays Must Comply with the Certificate of Admission to Operation of a Typical Element of a Railway Vehicle Issued by the President of UTK or the Chief Railway Inspector (gik) Or a Certificate Issued by a Notified Research Body; The Overlays Must Meet the Requirements of Instruction Let-4, "Requirements for Carbon Materials, Pantograph Sliding Overlays Permitted for Cooperation with the Traction Network Managed by Plk Polskie Linie Kolejowe". SA Contractor Certifies That The Graphite Material Of The Overlays That It Will Supply Is Conform To The Material In The Indefinite "Certificate Of Admission To Operation Of A Typical Element Of A Railway Vehicle" Issued By Utk For A Given Type Of Current Collector. Transport At The Cost And Risk Of The Contractor/Supplier; Place Of Delivery: Polregio Sa Rolling Stock Maintenance Section (warehouse) 34-200 Sucha Beskidzka Ul. Przemysłowa 1; The Contractor Will Provide A Guarantee For The Supplied Carbon Overlays For A Period Of 12 Months Counted From The Date Of Delivery To The Place Of Delivery; Deadline For Completion 14 Business Days From Sending The Order. Type Certificate Required 3.1. Payment Terms: Bank Transfer 30 Days From The Date Of Receipt Of The Invoice; It Is Hereby Informed That In Accordance With: A) Art. 7 Section 1 Of The Act Of 13 April 2022 On Specific Solutions for Counteracting Support for Aggression Against Ukraine and Protecting National Security (Journal of Laws of 2022, item 835), B) Art. 5k of Council Regulation (EU) No. 833/2014 of 31 July 2014 concerning restrictive measures in connection with Russia's actions destabilizing the situation in Ukraine (Journal of Laws of the EU No. L 229 of 31.7.2014, p. 1). The Contractor Who Will Be Selected to Perform the Order Will Be Obliged to Submit a Declaration on the Lack of Grounds for Exclusion - A Template for the Declaration Can Be Found in the Attachments Folder. The Ordering Party reserves the right to: - Invalidate the Proceedings at any stage (without selecting the Offers) without giving any reason, - Possibility to change the terms of the conducted Request for Price Information before the deadline for submitting offers. In the "Appendices" tab you will find: - GDPR Information Clause - Contractor's Declaration Regarding the Conditions for Exclusion from the Proceedings - This Request does not constitute an Offer within the meaning of the Civil Code. The Ordering Party will contact the Bidders who submitted the best price offers in order to conduct negotiations by phone or e-mail.
Closing Date24 Feb 2025
Tender AmountNA 

EQUAL EMPLOYMENT OPPORTUNITY COMMISSION Tender

Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation Part 12, Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Contracting Officer Is Utilizing Policies And Procedures Prescribed In Part 12, Acquisition Of Commercial Products And Commercial Services. Solicitation Number Rfq 45310025q0008 Is Issued As A Request For Quotation (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01 Effective On November 12, 2024. Convention Centers, Hotels, And Other Full Service Facilities That Can Satisfy The Requirements Listed Below Are Encouraged To Submit A Quotation. Quotations From Third-party Entities Will Not Be Considered. This Solicitation Is Considered An Unrestricted Procurement. the U.s. Equal Employment Opportunity Commission Office Of Field Programs, State, Local And Tribal Programs Has A Requirement For A Contractor To Provide Meeting Facilities, Rental Of Audio Visual Equipment/support Services, Food And Beverages, Business Services And Lodging To Conduct A Four-day Joint Fepa-tero Conference. The United States Equal Employment Opportunity Commission (eeoc) Is Conducting A Joint Training Conference For Fair Employment Practices Agencies (fepas) And Tribal Employment Rights Offices (teros). the Government Anticipates With A Minimum Of 225 Attendees And An Anticipated Maximum Of 250 Attendees. To Be Eligible For Consideration, The Contractor’s Proposed Facility For The Seminar Must Be Located In Downtown Phoenix, Arizona. the Government Contemplates The Award Of A Firm-fixed Price (ffp) Contract. the Quotation Package Shall Include The Following Line Items In A Written Quotation: (fy 2025): Contract Line Item Number: Clin 0001, Rental Of Conference Space – Quantity 4 Days Each (see Below List Of Conference Space Requirements), Unit Price $ , Total Clin 0001 $ ; clin 0002, Food And Beverage Services (see Below List Of Food And Beverage Requirements, Unit Price $ Per Person Rate Per Day, Unit Price $ , Total For Clin 0002, $ . clin 0003, Rental Of Audio Visual Equipment And Technical Support – Quantity 4 Days Each (see Below List Of Audio Visual Requirements), Unit Price $ , Total For Clin 0003 $ ; clin 0004, Business Services Expenses – 4 Days (see Below List Of Business Services Requirements), Unit Price $ ____, total For Base Period Clin 0004 $ . Total Price For Clins 0001 Through 0004: $ the Preferred Dates For Consideration In Order Of Preference June 1-june 5, 2025 (1st Choice), June 8-june 12, 2025, (2nd Choice), And July 13-july 17, 2025 (3rd Choice). please Indicate Availability For Each Date In The Technical Portion Of The Quotation. No Other Dates Or Combination Of Dates Will Be Considered By The Government. the Conference Provides For Meeting Space For Training Sessions, Along With Food And Beverage Service For Buffet Breakfast, Buffet Lunch, And Morning And Afternoon Breaks. Registration Starts Monday From 8:30am To 4:30pm Et. The Conference Starts Tuesday And Wednesday 7:30 Am To 6:00 Pm Et, Thursday, 7:30am To 1:30pm Et. a Contract Will Be Awarded To The Responsible Quoter Whose Quotation Represents The Best Value To The Government. The Prospective Contractor Must Be Registered In The System For Award Management (sam) Database At The Time The Quotation Is Submitted. Registration Is Free And Can Be Completed On-line At Http://www.sam.gov. Each Quotation Must Clearly Indicate The Capability Of The Quoter To Meet The Requirements Specified In This Combined Synopsis/solicitation. general Requirements: The Following Requirements For The Training Facility Are Specified In Terms Of Minimum Requirements. Accessibility: Americans With Disabilities Act (ada) Requirements: All Facilities, Including Training Rooms And Rest Rooms And Audio-visual Equipment, Must Be Fully Accessible To Individuals With Disabilities In Compliance With The Americans With Disabilities Act Amendments Act. Accommodations For Disabled Individuals May Include, But Are Not Limited To, Accessible Parking Spaces, Elevators, Adequate Sound Systems, Wide Aisles And Wheelchair Ramps. A Site Visit May Be Conducted By The Disability Business And Technical Assistance Centers (dbtac) Prior To The Award Of The Contract. Parking: There Must Be Adequate Free Or Low Cost On-site Parking For All Participants. Confirmation Policy: The Eeoc Anticipates The Need For Sleeping Rooms On Sunday Through Thursday. Eeoc Will Require The Hotel Contact Person To Provide A Listing Of Registered Participants With Reserved Sleeping Rooms Prior To The Lodging Date To Verify The Rooming List As It Develops. Amendments And/or Substitutions May Be Necessary. description Of Facility And Minimum Requirements the Following Requirements For Lodging And Conference Space Are Minimum Requirements: Lodging: Guest Rooms Shall Be Located Onsite. The Facility Shall Be Centrally Located Within No More Than Three Blocks Walking Distance Of Area Retail, Restaurants, And Attractions. The Contractor Shall Provide A List Of All Local Restaurants Within A Ten-minute Walk From The Contractor’s Facility. lodging Payment Arrangements: Participants Will Contact The Hotel Individually To Obtain Room Scheduling And Shall Be Responsible For Payment Of Individual Guest Rooms And All Incidental Charges Upon Checkout. Payment Amount For Lodging Cannot Exceed, On A Daily Basis, The Maximum Per Diem Rate In Effect In Accordance With The Federal Travel Regulations Including Taxes, Gratuities, And Other Costs. Charges For Incidental Expenses Such As Telephone Charges And Room Service Will Be The Responsibility Of Individual Guests. local Transportation: The Contractor Shall Also Provide A List Of Options For commuting From And To All Airports And Railroad Stations (if Applicable) Within The area. If The Contract Facility Provides Shuttle Service, Contractor Shall Indicate If the Service Is Free Or What The Fee Is For The Service. Also, Indicate If The Shuttle service Is Wheelchair Accessible. room Rate: The Contractor Shall Provide The Sleeping Rooms For Eeoc Staff And Presenters At Or Below The Federal Government’s Domestic Per Diem Rate Which Is Available On-line At Http:/www.gsa.gov. The Facility Will Not Require Advance Payment From Conference Participants Covering The First Night Of Lodging. Guest Rooms Shall Be Located Within The Same Building As The Meeting Rooms. guest Rooms: Individual Travelers Will Schedule And Pay For Their Guest Room Nights. The Schedule And Range Of Guest Rooms Anticipated For This Conference Are As Follows: sunday, 35 Sleeping Rooms monday, 250 Sleeping Rooms tuesday, 250 Sleeping Rooms wednesday, 250 Sleeping Rooms thursday, 65 Sleeping Rooms friday, 0 Sleeping Rooms clin 0001 – Conference Space – Meeting Facilities: All Meeting Rooms Shall Be Wheelchair Accessible. The Meeting Facility Shall Be Available For Consecutive Nights And Consecutive Days As Specified Below: conference Will Be Held Monday Through Thursday On The Dates Provided Previously. the Following Meeting Spaces/rooms Shall Be Available Throughout The Conference: registration Area: Registration Area Shall Be Near The Main Plenary Room(s) And Will Include Two Skirted Eight-foot Tables, Configured As Follows: Two Tables Next To Each Other To Accommodate Training Materials. The Facility Shall Provide Signage Identifying The Conference Location Within The Hotel. Set Up Shall Be Completed By 12:00 P.m. Et On Monday. The Registration Area Must Remain Set Up And Available Throughout The Duration Of The Conference. secured Office/working Room: A Secure Office Or Working Room Is Needed Where Conference Materials Can Be Assembled, Sorted, And Stored. This Will Also Be Used As A Work Area For Staff. The Room Must Include At Least Two Six-foot Tables And Trash Receptacles. Telecommunication Requirements Include Electrical Outlets And Internet Access. two Plenary Meeting Rooms: Large Plenary Meeting Room Shall Accommodate Up To 250 People Set In Classroom Style With No More Than Two People Per Six-foot Tables Or 3 People Per Eight-foot Tables Which Are Covered And Skirted. Spacing Between Rows Of Seating Shall Be sufficient For Easy Wheelchair Access. Two Six-foot, Covered And Skirted Head Tables On A Stage With Four Moveable Chairs And Podium With Microphone. The Stage Shall Have Steps With A Handrail On One Side And Shall Be Wheelchair Accessible With A Low To Moderate Incline. The Tables Shall Include Writing Paper, Pens, And Water With Glasses For The Participants At The Start Of The Morning And Refreshed For The Afternoon Sessions. There Shall Be Sufficient Space At The Back Of The Room To Place Additional Chairs, If Needed. Room Will Be Available Between 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday, And 7:30 Am – 1:30 Pm Et On Thursday. medium Plenary Meeting Room Shall Accommodate Up To 100 People Set In Classroom Style With No More Than Two People Per Six-foot Tables Or 3 People Per Eight-foot Tables Which Are Covered And Skirted. Spacing Between Rows Of Seating Shall Be Sufficient For Easy Wheelchair Access. two Six-foot, Covered And Skirted Head Tables On A Stage With Four Moveable Chairs And Podium With Microphone. The Stage Shall Have Steps With A Handrail On One Side And Shall Be Wheelchair Accessible With A Low To Moderate Incline. The Tables Shall Include Writing Paper, Pens, And Water With Glasses For The Participants At The Start Of The Morning And Refreshed For The Afternoon Sessions. There Shall Be Sufficient Space At The Back Of The Room To Place Additional Chairs, If Needed. Room Will Be Available Between 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday, And 7:30 Am – 1:30 Pm Et On Thursday. breakout Rooms: Four Breakout Rooms To Accommodate At Least 65 People Each, Set In Classroom Style With No More Than Two People Per Six-foot Table Or 3 People Per Eight-foot Table Which Are Covered And Skirted Or Round Tables Of 6-8 People Per Table. Each Table Shall Contain Writing Paper, Pens, Ice Water With Glasses, Candy Or Mints For Participants. Tables Shall Be Refreshed For Afternoon Sessions. All Chairs Shall Be In Working Order, Free From Soil And Able To Move Easily. There Shall Be Enough Space Between Tables To Maneuver A Wheelchair. The Hotel May Provide The Large Plenary Meeting Room And Medium Plenary Meeting Room As Two Of The Four Breakout Rooms. All Breakout Rooms Will Be Available 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday, And 7:30 Am – 1:30 Pm Et On Thursday. small Group Meeting Room: This Meeting Room Shall Accommodate Up To 30 People Set In A U-shape Style With Tables That Are Covered And Skirted. The Tables Shall Include Writing Paper, Pens, And Water With Glasses For The Participants At The Start Of The Morning And Refreshed For The Afternoon Sessions. There Shall Be Sufficient Space At The Back Of The Room To Place Additional Chairs, If Needed. Room Will Be Available 8:00 Am – 7:00 Pm Et On Monday; 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday; And 7:30 Am – 6:30 Pm Et On Thursday. all Meeting Rooms Must Have A Suitable Sound System So All Participants May Hear And Ask Questions Of The Speakers. Both Meeting Rooms Should Be Arranged Classroom Style With Chairs And Tables For Writing And Handouts. All Chairs And Tables Shall Be In Acceptable Condition (the Furniture Is Not Broken, Soiled, Rusted Or Damaged In Any Way That Would Injure The Individual Or Damage Clothing). Aisle Space, Including The Space Between Tables And Desk, Need To Be Accessible For Persons In A Wheelchair. Walls Should Be Constructed In Such A Manner That They Confine Inside Sound And Reduce Or Prevent The Transmission Of Extraneous Sound. Both Rooms (including Luncheon Area) Should Be Equipped With A Working Sound System Which May Be Controlled By The Speaker And Which Projects Equally To All Areas Of The Room. Rooms Should Be Configured To Allow Every Participant A Clear View Of The Speaker And All Visual Aids. Each participant Should Have A Clear View Of At Least One Of The Projection Screens In Use. Rooms Should Be Well Lit To Accommodate Extensive Reading And Writing And All Lighting Should Be Uniform And Should Not Produce A Glare. Heating And Air Conditioning Should Provide A Comfortable Level Of Air Quality And Room Temperature When Rooms Are At The Maximum Capacity. Rooms Should Be Refreshed After Each Session And Debris Removed. clin 0002 – Food And Beverage Service: Buffet Breakfast To Be Served On Tuesday, Wednesday, And Thursday Between [approximate Time Of Service: 7:30 A.m. And 9:00 A.m. Et] And To Include A Protein (such As Eggs And/or Meat), A Potato Dish, Assorted Pastries, Breakfast Breads, Bagels And Cream Cheese, Sliced Fresh Fruit And Yogurt, Freshly Brewed Coffee, Decaffeinated Coffee, Tea, Hot Water And Assorted Fruit Juices. morning Break To Be Served On Tuesday, Wednesday And Thursday Between [approximate Time Of Service: Tbd] And Shall Include, At A Minimum Refresher Of Coffee, Tea And Water. buffet Luncheon To Be Served On Tuesday And Wednesday Between [approximate Time Of Service: 11:45 A.m. And 1:15 P.m. Et]. Buffet Shall Be Set Up Outside The Large Plenary Meeting Room And Individuals Will Be Permitted To Bring Food Back Into The Large Plenary Meeting Room For Consumption. Typical Lunch Must Consist Of Chicken Or Comparable Entree, Seasonal Vegetables (an Offering Sufficient To Serve As Main Meal For Vegetarians And Vegans), A Starch, Bread Or Rolls/butter, Dessert, Juices, Coffee, Decaffeinated Coffee And Iced Tea. Please Provide Recommended Lunch Buffet Menus, With Prices Per Person Served With Regular And Decaffeinated Coffee, Water And Tea (iced Or Hot). afternoon Break Is To Be Served On Tuesday And Wednesday Between [approximate Time Of Service: Tbd] To Include Assorted Drinks, Bottled Water, Herbal Teas Along With A Snack That May Consist Of Cookies And/or Brownies, Whole Fruit, Or Chips. Provide Recommended List Of Beverages And Snacks And Their Related Prices. small Group Food And Beverage – Only Needed On Monday And Thursday Afternoon [approximate Time Of Service: Tbd]. The Estimated Number Of People Receiving This Service Is Up To 30 People And Is Subject To Change. small Group Breakfast To Be Served On Monday Between [approximate Time Of Service: 7:30 a.m. And 9:00 A.m. Et] And To Include A Protein (such As Eggs And/or Meat), A Potato Dish, Assorted Pastries, Breakfast Breads, Bagels And Cream Cheese, Sliced Fresh Fruit And Yogurt, Freshly Brewed Coffee, Decaffeinated Coffee, Tea, Hot Water And Assorted Fruit Juices. Please Provide Recommended Breakfast Menus, With Prices Per Person Served. small Group Luncheon To Be Served On Monday Between [approximate Time Of Service: 11:45 a.m. And 1:15 P.m. Et]. Typical Lunch Must Consist Of Chicken Or Comparable Entree, Seasonal Vegetables (an Offering Sufficient To Serve As Main Meal For Vegetarians And Vegans), A Starch, Bread Or Rolls/butter, Dessert, Brewed Coffee, Decaffeinated Coffee, Juices And Iced Tea. Please Provide Recommended Lunch Menus, With Prices Per Person Served. small Group Afternoon Break Is To Be Served On Monday [approximate Time Of Service: Tbd Et] To Include Assorted Drinks, Bottled Water, Herbal Teas Along With A Snack That May Consist Of Cookies And/or Brownies, Whole Fruit, Or Chips. Provide Recommended List Of Beverages And Snacks And Their Related Prices. small Group Afternoon Break Is To Be Served On Thursday [approximate Time Of Service: Tbd Et] To Include Assorted Drinks, Bottled Water, Herbal Teas Along With A Snack That May Consist Of Cookies And/or Brownies, Whole Fruit, Or Chips And A Hot Or Cold Food Item. Provide Recommended List Of Beverages, Snacks And Hot Or Cold Food Item And Their Related Prices. quoter Should Also Submit An All-day Food And Drink Package With A Per Person Rate Per Day. All Food And Beverage (f&b) Services Need To Be Located In Areas Accessible To Individuals With Disabilities. The Luncheon Should Be Arranged So That All Individuals Can Be Seated And Served Sufficiently. pricing For Food And Beverages Shall Include The Price For The Item(s), Plus The Gratuity (service Charge), And A Statement From The Contractor Indicating Whether The U.s. Government Is Exempt From State Tax, If Applicable. The Eeoc Is A Tax Exempt Federal Agency; Please Do Not Include Any Sales Tax In Quotations For Which The Federal Government Is Exempt. the Contracting Officer Representative (cor) Will Contact The Contractor Within 72 Hours Of The Event To Confirm The Number Of Participants. The Contractor Shall Provide Food And Beverage For A Minimum Of 250 Participants Each Day. The Contractor Shall Invoice The Eeoc At The Agreed Upon Rates For Meeting Room Rental, Audio Visual Equipment, Food And Beverages, And Business Services. Charges For Food And Beverage Service Shall Be Reflected On The Invoice As The Cost Incurred Per Person. clin 0003 – Rental Of Audio Visual Equipment And Technical Support: The Following Services And Audiovisual Equipment Will Be Required: large Plenary Meeting Room – Needed On Tuesday, Wednesday And Thursday. podium With Wired Microphone; Laptop Computer With Internet Connection [1 Each] hand-held Cordless Microphone [2 Each] table Top Microphone For Table Next To Podium [3 Each] mixer With Sufficient Tracks To Amplify Speech And Sound Audible To Entire Audience Gathered In The Meeting Room. projection Package Linked To Podium Laptop Computer. projection Screens Appropriate For Size Of Meeting Room [2 Each] av Package (movable Cart, Power Cord And Power Strip) technical Assistance In Setting Up All Equipment, Including Splitters In Order To Assure That All Registrants Can Hear And See All Presentations. equipment And Av Package Including A Technician To Enable Live Streaming Of Plenary Speaker(s) To Audience Participating Remotely. av Technician To Monitor And Maintain Speech And Sound At Audible Levels During Meetings Held In Meeting Space. medium Plenary Meeting Room – Needed On Tuesday, Wednesday And Thursday. podium With Wired Microphone; Laptop Computer With Internet Connection [1 Each] hand-held Cordless Microphone [2 Each] table Top Microphone For Table Next To Podium [3 Each] mixer With Sufficient Tracks To Amplify Speech And Sound Audible To Entire Audience Gathered In The Meeting Room. projection Package Linked To Podium Laptop Computer. projection Screens Appropriate For Size Of Meeting Room [2 Each] av Package (movable Cart, Power Cord And Power Strip) technical Assistance In Setting Up All Equipment, Including Splitters In Order To Assure That All Registrants Can Hear And See All Presentations. av Technician To Monitor And Maintain Speech And Sound At Audible Levels During Meetings Held In Meeting Space. breakout Room(s) – Needed On Tuesday, Wednesday And Thursday. If Hotel Only Provides Two Additional Breakout Rooms, Hotel Will Allow For Large Plenary And Medium Plenary Rooms To Be Repurposed For The Use Of Serving As Breakout Rooms. requirements For Room: podium With A Hand-held Wireless Microphone That Can Attach To The Podium. [1 Each] projection Screen Appropriate For Size Of Meeting Room [1 Each] av Package (movable Cart, Power Strip And Cord). small Group Meeting Room – Needed On Monday And Thursday. Requirements For Room: projection Screen Appropriate For Size Of Meeting Room [1 Each] projection And Av Package To Allow For Laptop To Be Connected And Projected On To Screen. the Contractor Must Submit A Detailed Pricelist For The Audio-visual Equipment And Technical Support, Including High Speed Wireless (wi-fi) Internet Access, And Electrical connections. Also, Include The Price For The Items, Inclusive Of An Hourly Rate And The Number Of Labor Hours With Breaks Included In A Day Rate For Audio Visual Support Services (if Needed), Plus The Gratuity/service Charge. clin 0004 – Business Services. Wi-fi Access For Presenters In Meeting Spaces: High Speed Wi-fi Connectivity For Presenters In All Meeting Spaces (large Plenary, Medium Plenary, Breakout Rooms, Small Group Meeting Room, Secured Office/working Room). business Center: Business Office Support (copying, Faxing, Etc.) May Be Required Throughout The Conference. Hotel Must Provide A Pricing List For Copying, Faxing, Shipping, And Receiving Charges For The Hotel To Include Any Surcharges And Taxes. receipt And Storing Of Materials: The Hotel Shall Have Procedures And Facilities In Place To Receive And Store All Conference Materials Shipped In Overnight Mail. Charges For This Service Shall Be Included In The Business Center Charges. pre-conference Meeting And Conditions: A Pre-conference Meeting Either Via Telephone, Zoom/teams, Or In-person To Be Held At The Contractor’s Facility To Discuss The Objectives Of The Conference, Meet Staff Responsible For Implementing The Contract And Address Any Questions Regarding Elements Of The Statement Of Work, Within A Mutually Agreed Upon Time Prior To The Start Of The Conference. signage: Signs And Floor Plans Directing Participants To The Meeting Rooms Shall Be Provided By The Facility. This Shall Include A Daily Electronic Announcement Board, Announcing The 2025 Joint Eeoc-fepa-tero Training Conference. The Electronic Board Shall Easily Be Visible To Participants And Identify Meeting Room Locations. other: It Is Anticipated That Some Additional And/or Miscellaneous Expenses Might Be Incurred During The Conference Such As Service And Set Up Charges, Electrical Hook-up Fees, And Other Necessary But Unpredictable Expenses Which May Arise During The Conference. All Anticipated Charges For Additional Work Or Deliveries Of Requirements Outside Of Those Stated In The Government Contract Must Be Approved By The Cor And Communicated To The Government’s Contracting Officer In Writing Prior To Acceptance Of The Related Invoice And Payment Processing. the Facility Shall Agree To Allow The Eeoc To Bring In Audio-visual And Other Equipment And Connect These To The Facility’s Audio Visual/public Address System, As Necessary. Reporting Requirements pre-award Reporting: In Their Quotation, The Quoter Must Submit A Detailed Breakdown Of All Cost To Include Lodging Rates, Meeting Space, Food And Beverage, Av Equipment, Labor And Service Costs, And Any Other Miscellaneous Charges, Which Are Necessary For The Success Of The Conference. Prior To Conference Reporting: The Contractor Will Provide The Designated Eeoc contact With Online Access To Hotel Reports With Information About Confirmed Room Reservations Or An Electronic List Of All Hotel Confirmation Numbers For All Participants, Staff And Presenters On A Weekly Basis Prior To The Conference. during Conference Reporting: In Addition To Pre-conference Meeting, There Will Be A Daily Reconciliation Of All Charges Incurred With The Eeoc Designated Representative. The Charges Will Include Food And Beverage, Av Equipment And Labor, Telecommunication And Business Center Charges. post Conference: The Contractor Shall Submit A Final Invoice Covering All Charges Within Five (5) Business Days After The Completion Of The Conference. The Contractor Shall Submit A Detailed Report With The Invoice That Consist Of The Following: Room Usage By Date And Attendee, Detailed Av Charges By Meeting Room And A Detailed Breakdown By Day For All Food And Beverage Charges And A Grand Total By Category For Reconciliations Of The Event. Period Of Performance period Of Performance-the Base Period Is From Date Of Award Through Execution Of The Fy 2025 Joint Fepa-tero Conference. contract Administration-inspection And Acceptance the Contracting Officer’s Representative (cor) Under The Resulting Contract Shall Be Designated At The Time Of The Contract Award. method Of Payment: The Preferred Payment Method Is Payment By Government-wide Commercial Purchase Card. The Contractor Is To Apply Charges To Government Purchase Card Only After Final Invoice Has Been Accepted And Reconciled By The Cor. cancellation: Should Eeoc Elect To Cancel This Contract, Eeoc Will Provide A Written Notification To The Contractor No Later Than Sixty (60) Calendar Days Prior To The Scheduled Event. By Receipt Of This Cancellation Notice, The Contractor Agrees To Release Eeoc From Any Cancellation Penalties Or Charges. If There Is A Cancellation Within Sixty (60) Calendar Days Of The Scheduled Event Date, Paragraph (l) Termination For The Government’s Convenience Or (m) Termination For Cause Of Far Clause 52.212-4, Contract Terms And Conditions - Commercial Items Will Govern. submission Of Quotation: All Interested Parties Shall Submit With Their Quotation A Detailed Breakdown Of All Costs To Include Conference Space, Rental Of Audiovisual Equipment And Technical Support, Food And Beverage Service, Business Services, And Any Other Miscellaneous Services And Equipment Which Are Necessary For The Success Of The Seminar. In Addition, A Price Quotation Utilizing Attachment 1, Quotation Response Form, Shall Be Included. Quotations Shall Be Submitted In Three (3) Separate Volumes As Follows: Volume 1 - Technical Capability; Volume 2 - Past Performance; And Volume 3 - Price. Pricing Must Be Submitted Using The Line Item Structure In The Above Schedule Of Supplies And Services Of This Rfq. A Separate Attachment May Be Included In Volume 3 For Pricing Information On Menu Items, Transportation, Parking, Applicable Tax Rates, And Sleeping Room Rates. Your Quotation In Response To Rfq 45310025q0008 Is Due January 17th, 2025 At 12:00 P.m. Et. Quotations Will Be Accepted Via E- Mail. If Electronic Copy Of The Quotation May Be Submitted Via E-mail, Addressed To Melisza.coates@eeoc.gov. questions: Questions Regarding This Request For Quotation Should Be Submitted To Melisza Coates, Contract Specialist Via E-mail At Melisza.coates@eeoc.gov. Telephone Inquiries Or Responses Are Not Acceptable. The Deadline For Submission Of Questions Regarding 45310025q0008 Is January 10, 2025, 12:00 P.m. Et. Any Questions Received After The Above Mentioned Date And Time Will Not Be Considered. The Government Will Not Reimburse Interested Parties For Any Cost Associated With Responding To This Business Opportunity. All Responsible Sources May Submit A Quotation Which Shall Be Considered By The Agency. The Anticipated Contract Award Date Is On Or Before February 28, 2025. basis For Award: The Government Intends To Award A Firm Fixed-price Contract To The Responsible Quoter Whose Quotation Is Responsive To The Solicitation And Is Determined To Be The Best Value To The Government, Using The Tradeoff Approach. Selection Of The Best Value To The government Will Be Achieved Through A Process Of Evaluating The Strengths And Weaknesses Of Each Quoter’s Quotation Against The Below Described Evaluation Criteria. In Determining The Best Value To The Government, The Technical Capability And Past Performance Evaluation Criteria, When Combined, Are More Important Than The Evaluated Price. The Government Is More Concerned About Obtaining A Superior Technical Capability Quotation Than Making An Award At The Lowest Evaluated Price. However, The Government Will Not Make An Award At A Price Premium It Considers Disproportionate To The Benefits Associated With The Evaluated Superiority Of One Technical And Management Quotation Over Another. Thus, To The Extent That Quoter’s Technical And Past Performance Quotations Are Evaluated As Close Or Similar In Merit, The Evaluated Price Is More Likely To Be A Determining Factor. evaluation Factors For Award: The Following Factors Shall Be Used To Evaluate Quotations. These Factors Are Listed In Their Relative Order Of Importance: Technical Capability, Past Performance, And Price. factor I – Technical Capability: contract Requirements quotations Will Be Evaluated On The Quoter’s Ability To Provide All The Contract Requirements Regarding Meeting Space, Food And Beverage, Audio-visual Equipment And Technical Support, Lodging, And Secured Storage. Quotations Must Address The Quoter’s Ability To Meet Ada Requirements For Accessibility As It Relates To Meeting Space, Lodging And Parking. Quotations Will Be Evaluated On The Quality Of The Customer Services Provided, The Layout Design And Quality Of The Facilities As Reflected By The Physical Layout And Atmosphere Of Meeting Space, Amenities Such As Free Wi-fi In The Conference Space, And Upkeep Of The Facilities. location. Quotations Will Be Evaluated On The Ability Of The Quoter To Provide A Facility In Downtown Phoenix, Arizona With Adequate Low Cost Or Free On-site Parking For Participants And Presenters. availability Of Dates. Quoters Will Be Evaluated On The Ability Of The Quoter To Provide The Required Services On The Dates Requested. Additional Consideration Will Be Given To Quoters Who Can Provide The Required Services On The Preferred (1st Choice) Dates. availability Of Government Rates: Quotations Will Be Evaluated On The Ability Of The Quoter To Provide The Required Lodging At Or Below The Government Rate Or Market Value For All Conference Participants And Presenters. meeting Space: Quotations Will Be Evaluated On The Ability Of The Quoter To Provide The Required Meeting Spaces Within The Statement Of Work. factor Ii – Past Performance: the Quoter Must Provide References For A Minimum Of Three (3) Government Or Non-government Contracts Which Provide The Same Or Similar Services; Contract Must Have Been Awarded Within The Past (3) Years. The Information For Each Reference Shall Include The Following: name And Address Of Government Agency And Other Non-government Client; name, Title, Email And Telephone Number Of Contracting Officer Or Other Point Of Contact; name, Title, Email And Telephone Number Of Client’s Program Manager, If Applicable; contract Number, Period Of Performance, And Total Dollar Value Of Contract; And description Of Services Provided. list Any Problems Encountered On Each Contract And The Contractor’s Corrective Actions. eeoc Will Evaluate Past Performance Based On Timeliness, Customer Service And Corrective Actions Taken (if Necessary). A Quoter Without A Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available Will Not Be Evaluated Favorably Or Unfavorably On Past Performance. factor Iii – Price: the Price Quotation Will Be Evaluated Against The Independent Government Price Estimate. Evaluation Of Quotations Will Consider The Following Pricing Information: Pricing Provided For All Line Items Listed In The Schedule Of Supplies And Services Of This Solicitation In The Units And Format Provided. supplemental Agreements – If Any Hotel Submitting A Quotation Has Any Supplemental Agreements, Those Agreements Must Be Submitted With Their Quotation. If The Hotel Requires Signature Of A Supplemental Agreement That Was Not Submitted With The Quotation, The Quotation Will Be Rejected. site Visits: The Eeoc Reserves The Right To Conduct A Site Visit Of All Quoters Who Are Rated To Be Technically Acceptable. The Site Visit Will Review And Evaluate The Same Technical Items Identified In The Technical Capabilities Portion Of The Technical Evaluation Factors. notice: The Government Intends To Evaluate Quotations And Make Award Without Discussions (except Clarifications As Described In Far 15.306(a)). Therefore, The Quoter’s Initial Quote Should Contain The Vendor’s Best Terms From A Price And Technical Standpoint. The Government Reserves The Right To Conduct Discussions, If The Contracting Officer Later Determines Them To Be Necessary. The Government Also Reserves The Right To Conduct A Site Visit Prior To Award. applicable Provisions And Clauses: The Provisions At 52.212-1, Instructions To Offerors – Commercial Products And Commercial Services Applies To This Acquisition. 52.212-2, Evaluation-commercial Products And Commercial Services, The Vendor Shall Include A Completed Copy Of The Provisions At 52.212-3, Offeror Representations And Certifications - Commercial Products And Commercial Services With Your Quote. The Clause 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services And Clause 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Order-commercial Products And Commercial Services, Clause 52.203.6, Restrictions On Subcontractor Sales To The Government, Clause 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreement Or Statement, Clause 52.204-23, Prohibition On Contracting For Hardware, Software And Services Developed Or Provided By Kaspersky Lab Covered Entities, Clause 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment, Clause 52.204-10 Reporting Executive Compensation And First –tier Subcontract Awards, Clause 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractor’s Debarred, Suspended, Or Proposed For Debarment, Clause 52.209.10, Prohibition On Contracting With Inverted Domestic Corporations, Clause 52.222- 3 Convict Labor, Clause 52.222-19 Child Labor – Cooperation With Authorities And Remedies, Clause 52.222-21, Prohibition Of Segregated Facilities, Clause 52.222-26 Equal Opportunity, Clause 52.222-35 Equal Opportunity For Veterans, Clause 52.222-36 Equal Opportunity For Workers With Disabilities, Clause 52.222-37 Employment Reports On Veterans, Clause 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act, Clause 52.222-41, Service Contract Labor Standards, Clause 52.222- 50 Combating Trafficking In Persons, Clause 52.222-52, Exemption From Application Of The Service Contract Labor Standard To Contracts For Certain Services-certification, Clause 52.226-8 Encouraging Contractor Policies To Ban Texting Messaging While Driving, Clause 52.225-13 Restrictions On Certain Foreign Purchases, Clause 52.232-33, Payment By Electronic Funds Transfer – System For Award Management Are Incorporated By Reference, Clause 52.232-40, Providing Accelerated Payments To Small Business Subcontractors. Clause 52.233-3 Protest After Award And Clause 52.233-4 Applicable Law For Breach Of Contract Claim. to Obtain The Above Provision/clauses In Full Text, Please Visit Https://www.acquisition.gov/far. Method Of Payment: Electronic Funds Transfer. rev. 004_10-01-2018
Closing Date17 Jan 2025
Tender AmountRefer Documents 

Moravskoslezsky Region Road Administration, Contribution Organization Tender

Civil And Construction...+2Civil Works Others, Excavation
Corrigendum : Closing Date Modified
Czech Republic
Details: The Subject of the Public Procurement is the Conclusion of a Contract for Works with a Single Supplier for the Execution of Construction Works Consisting of the Reconstruction of Bridges No. 4787-1c.1 and No. 4787-1c.2 Across Dolní Street and Výškovická Street in Ostrava-zábřehu. The Construction Works Consist of the Reconstruction of Existing Bridge Structures Located in the Built-Up Area, the Urban Area of Mob Ostrava-jih. This In Particular Includes Milling Off Existing Asphalt Concrete Layers, Removal of Bridge Railings, Cornice Prefabricated Products. The Modification Also Applies to the Sidewalk and Road Layer with Curbs, Construction of Dividers and Tram Tracks, Bridge Closures and End Walls. The Monolithic Beam Ends Will Be Demolished for the Purpose of Exposing, Cleaning and Renovating Anchors. The functionality of the drainage of the cavities between the precast beams will be restored. In the transition area, the space will be filled with uniform-grained interstitial cement concrete and the transition wedge will be concreting. Full-area bridge insulation will be carried out over the entire upper surface of the sloped concrete, and the drainage of the bridges will be carried out using bridge drains. Construction work will be carried out with the complete exclusion of road traffic in each given part of the bridge and its routing along temporary detour routes using temporary traffic signs. Tram traffic will be maintained by alternating operation on one track, restrictions only within the framework of a short-term complete closure. The contracting authority hereby informs the participants in the tender procedure about the need to secure the single-track line already at the start of construction work. The Expected Date of the Tram Traffic Closure Has Been Pre-Negotiated With the Company Dopravní Podnik Ostrava As From 29.03. To 04.04.2025, Wherein the Maximum Length of the Tram Traffic Closure Is 7 Calendar Days (Evaluation Criterion). If It Is Not Possible to Use the Pre-Negotiated Date for the Tram Traffic Closure, It Will Be Necessary to Enter into Negotiations About Other Possible Dates With the Closure Commission of Dopravní Podnik Ostrava As The Total Expected Construction Period Is Set at 238 Calendar Days - Wherein the Implementation Date Is One of the Evaluation Criteria. The Work Is Completed By Handing Over All Documents For Putting the Work Into Full Operation, I.e. For Issuing the Inspection Approval. The Contracting Authority Expects Completion of the Construction Works No Later Than November 30, 2025 Following the Pre-Arranged Date for Returning the Turnouts to the Ostrava Transport Company As The Contracting Authority Further Informs About the Currently Ongoing Proceedings Regarding the Extension of the Validity of the Building Permit in Relation to the Railway Authority, This Extended Permit Will Be Provided Either to the Participants in the Tender Procedure, If It Is Available by the Deadline for Submission of Bids, or to the Subsequently Selected Supplier. The Place of Implementation Is Road Iii/4787 Mosty Ev. No. 4787-1c.1 And Ev. No. 4787-1c.2, Plot No. 100/8, 100/9, 100/10, 100/11, 100/13, 100/14, 100/16, 100/18 732/2, 736/1, 736/3, 736/13, 736/24, 736/25, 995/37, 100/12, 995/12, 995/49, 955/52 All in the Land Registry Office Zábřeh Nad Odrou.
Closing Date21 Feb 2025
Tender AmountCZK 65.7 Million (USD 2.7 Million)

Court Of Appeals Tender

Healthcare and Medicine
Philippines
Details: Description Request For Quotation Supply And Delivery Of Various Medicines For The 1st Quarter For The Court Of Appeals Amp-010-25 (svp) Sir/madam: Please Quote Your Best Proposal For The Item/s Described Below Using The Price Quotation Form (see Annex "a"), Subject To Terms And Conditions Stated Herein. Item No. Item Description Approved Budget For The Contract (abc) 1 Acetylcysteine 600mg Mucolytic 10’s ₱7,500.00 2 Amlodipine Besilate 5mg 100’s (scored) Calcium Antagonist/anti-hypertensive ₱28,000.00 3 Amoxicillin Trihydrate 500mg Antibiotic 100’s ₱2,000.00 4 Atorvastatin 40mg 100’s (scored) Treatment Of Hypercholesterolemia ₱30,000.00 5 Azithromycin 500mg Antibiotic 30’s ₱27,000.00 6 Betahistine Mesylate 12 Mg Anti-vertigo 100’s ₱10,500.00 7 Betahistine Hydrochloride 24 Mg Anti-vertigo 100’s ₱19,500.00 8 Bilastine 20mg Anti-allergy 30’s ₱9,000.00 9 Butamirate Citrate 50mg Antitussive 30’s ₱7,500.00 10 Celecoxib 200mg Non-steroidal Anti-inflammatory 100’s ₱4,500.00 11 Ciprofloxacin 500mg Antibiotic 100’s ₱2,000.00 12 Clarithromycin Od 500mg Antibiotic 5’s ₱20,000.00 13 Clindamycin 300mg Antibiotic 100’s ₱4,000.00 14 Clopidogrel 75mg Anti Thrombotic 100’s ₱15,000.00 15 Cloxacillin 500mg Antibiotic 100’s ₱1,000.00 16 Co Amoxiclav 625mg Antibiotic 20’s ₱28,800.00 17 Dapagliflozin 10mg Anti Diabetic 28’s ₱21,000.00 18 Dextromethorphan15mg/ Guaifenesin 50mg/ Chlorphenamine 1mg/ Paracetamol 325mg/ Phenylpropanolamine Hcl 30mg For Cough And Colds 100’s ₱5,100.00 19 Domperidone 10mg Prokinetic 100’s ₱4,500.00 20 Doxycycline 100mg Antibiotic 100’s ₱3,000.00 21 Ebastine 20mg Anti-allergy 50’s ₱10,500.00 22 Ebastine + Betamethasone 10mg/ 500mg – Anti-allergy 50’s ₱7,600.00 23 Empagliflozin + Metformin 12.5/500mg Antidiabetic 30’s ₱30,000.00 24 Esomeprazole 40mg Anti-ulcerant 100’s ₱21,000.00 25 Etoricoxib 60mg Non-steroidal / Anti-inflammatory 30’s ₱27,000.00 26 Febuxostat 40mg For Treatment Of Hyperuricemia 30’s ₱21,000.00 27 Gliclazide Mr 30mg Anti-diabetic 100’s ₱12,000.00 28 Glimepiride 2mg Anti-diabetic 30’s ₱5,100.00 29 Glucosamine Sulfate Powder For Oral Solution 1.5g – Osteoarthritis 30’s ₱27,000.00 30 Glucosamine + Chondroitin Sulfate 500mg/300mg – Osteoarthritis 60’s ₱18,000.00 31 Hyoscine N Butylbromide 10mg Anti Spasmodic 100’s ₱3,000.00 32 Irbesartan 150mg (scored) Angiotensin Ii Antagonist 30’s ₱18,000.00 33 Irbesartan + Amlodipine 150mg/5mg Anti-hypertensive 28’s ₱21,280.00 34 Ketoanalogues + Essential Amino Acids Renal Nutrition Therapy 100’s ₱11,400.00 35 Levofloxacin 500mg Antibiotic 100’s ₱4,400.00 36 Loperamide 2mg Anti-diarrhea 100’s ₱500.00 37 Losartan Potassium 50mg Angiotensin Ii Antagonist 100’s ₱32,500.00 38 Losartan Potassium 100mg Angiotensin Ii Antagonist 100’s ₱3,200.00 39 Losartan Potassium + Amlodipine 100’s 50mg/5mg Angiotensin Ii Antogonist ₱20,400.00 40 Losartan + Hydrochlorothiazide 50mg/12.5mg Angiotensin Ii Receptor Blocker / Diuretic 100’s ₱2,600.00 41 Mefenamic Acid 500mg Analgesic 100’s ₱1,800.00 42 Metformin Hydrochchloride 500mg Anti-diabetic 100’s ₱17,500.00 43 Metformin Hydrochloride 1000mg Xr Anti Diabetic 100’s ₱10,800.00 44 Metoprolol 100mg Beta Adrenoceptor Blocker 100’s ₱1,400.00 45 Metronidazole 500mg Amoebicide / Anti-protozoal 100’s ₱1,500.00 46 Montelukast 10mg Anti Asthmatic 30’s ₱2,400.00 47 Montelukast + Levocetirizine 30’s 10mg/5mg Anti-asthmatic/anti-allergy ₱12,000.00 48 Nebivolol 5mg (scored) Beta Adrenoceptor Blocker 30’s ₱37,500.00 49 Olmesartan + Amlodipine Besilate 40mg/5mg Anti-hypertensive 30’s ₱16,800.00 50 Oral Rehydration Salts Powder 5.575g For Replacement Of Electrolyte Losses 25’s ₱1,300.00 51 Paracetamol 500mg Analgesic 100’s ₱3,500.00 52 Paracetamol + Orphenadrine 650mg +50mg Muscle Relaxant 30’s ₱9,900.00 53 Paracetamol + Tramadol 325mg +37.5mg Analgesic 20’s ₱6,900.00 54 Pioglitazone 30mg Anti-diabetic 30’s ₱19,800.00 55 Plant Extracts Forte – Herbal Ethanolic Mixture – For Acute And Chronic Inflammation Of The Sinuses 20’s ₱14,700.00 56 Racecadotril 100mg Anti-diarrhea 20’s ₱16,500.00 57 Rosuvastatin 20mg (scored) Treatment Of Hypercholesterolemia 30’s ₱90,000.00 58 Sitagliptin + Metformin 50mg/500mg Anti Diabetic 28’s ₱22,400.00 59 Sitagliptin + Metformin 100mg/1g Anti-diabetic 28’s ₱16,800.00 60 Sodium Alginate/sodium Bicarbonate/calcium Carbonate 500mg/267mg/160mg 10ml Antacid 24’s ₱12,000.00 61 Telmisartan 40mg (scored) Angiotensin Ii 30’s ₱13,800.00 62 Teneligliptin 20mg Anti-diabetic 30’s ₱9,000.00 63 Trimetazidine Dihydrochloride Mr 35mg Anti-angina 30’s ₱12,000.00 64 Valsartan + Amlodipine 80mg/5mg Anti-hypertensive 30’s ₱13,800.00 65 Valsartan + Sacubitril 25.7mg/24.3mg Anti-hypertensive 28’s ₱47,600.00 66 Vildagliptin 50mg Anti-diabetic 28’s ₱14,700.00 67 Vildagliptin + Metformin 50mg/500mg Anti-diabetic 30’s ₱22,200.00 *the Abc Is Understood To Be The Ceiling Price; Offers Must Not Exceed The Abc Provided. The Quotation Duly Signed By You Or Your Duly Authorized Representative, Accompanied By Required Forms, Shall Be Submitted Not Later Than February 4, 2025; 11:00 Am At The Address Indicated Below: Atty. Joshua Felino Julian F. Dulce Secretariat, Bids And Awards Committee (bac) 1st Floor, Annex Vi Building Court Of Appeals Ma. Orosa St., Ermita, Manila Bacsecretariat.ca@judiciary.gov.ph Only One (1) Set Of Documents Shall Be Required. To Protect The Integrity Of The Quotation, Bidders Are Encouraged To Submit Their Documents In A Sealed Envelope Or In A Compressed Archived Password-protected Envelope In Case Of Electronic Submission. The Sealed Envelope Shall Contain The Name Of The Contract To Be Bid In Capital Letters And Bear The Name And Address Of The Supplier In Capital Letters. Quotations And Other Documents Required May Either Be Submitted Manually At 3rd Floor Office Of The Bac Secretariat, Centennial Building, Court Of Appeals, Ermita, Manila Or Electronically To Bacsecretariat.ca@judiciary.gov.ph On Or Before The Deadline Of Submission As Stated In This Rfq. In Case Of Modification, It Must Be Done Before The Deadline For The Submission And Receipt Of Quotations And Labelled As A “modification”. The Time Stamped Or Indicated In The Latest Proposal Received Shall Be The Official Time Of Submission. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or Submission Of Corrupted Files, Or For Its Premature Opening. Late Submission Of Quotations Shall Not Be Accepted And Considered. Sgd. Atty. Arnel D. Macapagal Assistant Clerk Of Court Chairperson, Bids And Awards Committee The Price Quotation Form (annex “a”) Shall Be Submitted On Or Before The Deadline For Submission And Receipt Of Quotation. The Eligibility Requirements May Be Submitted Together With The Price Quotation Form, Or Not Later Than Two (2) Days From Receipt Of Notice From The Bac Secretariat Requiring The Submission Thereof. No Requirements Instruction 1 Price Quotation Form (annex “a”) Must Indicate The Unit And Total Price. Must Indicate The Required Information. Must Be Duly Signed By The Authorized Representative. 2 Mayor’s Permit For The Year 2025 Must Be Valid For The Year 2025. A Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit Shall Be Accepted. 3 Philgeps Registration Number Submit Proof Of Registration (picture Or Screenshot Of Philgeps Registration On The Website) 4 Omnibus Sworn Statement (oss) (annex “b”) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Special Power Of Attorney In Case Of Sole Proprietorship; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. The Requirement For The Submission Of The Oss Applies To Items With A Value Of Fifty Thousand Pesos (₱50,000.00) And Above. Ensure That There Are Eleven (11) Declarations. Indicate Required Information. Attach Competent Evidence Of Identification (valid Government-issued Id. The Use Of Cedula Is Not Acceptable). Must Be Duly Notarized And Signed. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. 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. 3. Price Quotations/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. 4. Quotations Exceeding The Abc Or Submitted Beyond The Deadline Shall Be Rejected. 5. Price Quotation/s — To Be Denominated In Philippine Peso — Shall Include All Taxes, Duties, And/or Applicable Discounts, If Any. 6. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 7. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Court Of Appeals Shall Adopt And Employ “draw Lots” As The Tiebreaking Method To Finally Determine The Winning Bidder In Accordance With Gppb Circular No. 06-2005. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. The Court Of Appeals May Cancel Or Terminate The Contract At Any Time Under Any Of The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. 10. The Rfq, Purchase Order (contract), And Other Related Documents To The Above Stated Procurement Project Shall Be Deemed To Form Part Of The Contract. 11. The Notice Of Award, Letter Order, And Notice To Proceed Are Deemed Received As Of The Date Of Their Transmittal To The Winning Bidder’s Official Email Address. Hence, The Relevant Periods Under Ra No. 9184 And Its Irr, And The Rfq Shall Commence From Receipt Thereof. 12. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Court Of Appeals May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 13. Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. 14. For Payment Purposes, The Awarded Service Provider, Supplier, Or Consultant Is Required To Submit A Certified Copy Of Its Tax Clearance Certificate For Final Settlement Of Government Contracts And Bir Certificate Of Registration Or Bir Form 2303 In Accordance With Relevant Revenue Regulations. Annex "a" Price Quotation Form Date: _____________ The Chairperson, Bids And Awards Committee Court Of Appeals Ma. Orosa St., Ermita, Manila Sir: Having Examined The Request For Quotation No. Amp-010-25 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The “supply And Delivery Of Various Medicines For The 1st Quarter For The Court Of Appeals”, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Item No. Item Description Qty Unit Price Total Price 1 Acetylcysteine 600mg Mucolytic 10’s 300 Pcs 2 Amlodipine Besilate 5mg 100’s (scored) Calcium Antagonist/anti-hypertensive 4,000 Pcs 3 Amoxicillin Trihydrate 500mg Antibiotic 100’s 200 Pcs 4 Atorvastatin 40mg 100’s (scored) Treatment Of Hypercholesterolemia 2,000 Pcs 5 Azithromycin 500mg Antibiotic 30’s 300 Pcs 6 Betahistine Mesylate 12 Mg Anti-vertigo 100’s 300 Pcs 7 Betahistine Hydrochloride 24 Mg Anti-vertigo 100’s 300 Pcs 8 Bilastine 20mg Anti-allergy 30’s 300 Pcs 9 Butamirate Citrate 50mg Antitussive 30’s 300 Pcs 10 Celecoxib 200mg Non-steroidal Anti-inflammatory 100’s 300 Pcs 11 Ciprofloxacin 500mg Antibiotic 100’s 100 Pcs 12 Clarithromycin Od 500mg Antibiotic 5’s 200 Pcs 13 Clindamycin 300mg Antibiotic 100’s 100 Pcs 14 Clopidogrel 75mg Anti Thrombotic 100’s 1,500 Pcs 15 Cloxacillin 500mg Antibiotic 100’s 100 Pcs 16 Co Amoxiclav 625mg Antibiotic 20’s 900 Pcs 17 Dapagliflozin 10mg Anti Diabetic 28’s 420 Pcs 18 Dextromethorphan15mg/ Guaifenesin 50mg/ Chlorphenamine 1mg/ Paracetamol 325mg/ Phenylpropanolamine Hcl 30mg For Cough And Colds 100’s 300 Pcs 19 Domperidone 10mg Prokinetic 100’s 300 Pcs 20 Doxycycline 100mg Antibiotic 100’s 200 Pcs 21 Ebastine 20mg Anti-allergy 50’s 300 Pcs 22 Ebastine + Betamethasone 10mg/ 500mg – Anti-allergy 50’s 200 Pcs 23 Empagliflozin + Metformin 12.5/500mg Antidiabetic 30’s 600 Pcs 24 Esomeprazole 40mg Anti-ulcerant 100’s 600 Pcs 25 Etoricoxib 60mg Non-steroidal / Anti-inflammatory 30’s 450 Pcs 26 Febuxostat 40mg For Treatment Of Hyperuricemia 30’s 600 Pcs 27 Gliclazide Mr 30mg Anti-diabetic 100’s 1,200 Pcs 28 Glimepiride 2mg Anti-diabetic 30’s 300 Pcs 29 Glucosamine Sulfate Powder For Oral Solution 1.5g – Osteoarthritis 30’s 450 Pcs 30 Glucosamine + Chondroitin Sulfate 500mg/300mg – Osteoarthritis 60’s 900 Pcs 31 Hyoscine N Butylbromide 10mg Anti Spasmodic 100’s 200 Pcs 32 Irbesartan 150mg (scored) Angiotensin Ii Antagonist 30’s 1,200 Pcs 33 Irbesartan + Amlodipine 150mg/5mg Anti-hypertensive 28’s 560 Pcs 34 Ketoanalogues + Essential Amino Acids Renal Nutrition Therapy 100’s 300 Pcs 35 Levofloxacin 500mg Antibiotic 100’s 200 Pcs 36 Loperamide 2mg Anti-diarrhea 100’s 100 Pcs 37 Losartan Potassium 50mg Angiotensin Ii Antagonist 100’s 2,500 Pcs 38 Losartan Potassium 100mg Angiotensin Ii Antagonist 100’s 200 Pcs 39 Losartan Potassium + Amlodipine 100’s 50mg/5mg Angiotensin Ii Antogonist 1,200 Pcs 40 Losartan + Hydrochlorothiazide 50mg/12.5mg Angiotensin Ii Receptor Blocker / Diuretic 100’s 200 Pcs 41 Mefenamic Acid 500mg Analgesic 100’s 300 Pcs 42 Metformin Hydrochchloride 500mg Anti-diabetic 100’s 2,500 Pcs 43 Metformin Hydrochloride 1000mg Xr Anti Diabetic 100’s 600 Pcs 44 Metoprolol 100mg Beta Adrenoceptor Blocker 100’s 200 Pcs 45 Metronidazole 500mg Amoebicide / Anti-protozoal 100’s 100 Pcs 46 Montelukast 10mg Anti Asthmatic 30’s 200 Pcs 47 Montelukast + Levocetirizine 30’s 10mg/5mg Anti-asthmatic/anti-allergy 600 Pcs 48 Nebivolol 5mg (scored) Beta Adrenoceptor Blocker 30’s 1,500 Pcs 49 Olmesartan + Amlodipine Besilate 40mg/5mg Anti-hypertensive 30’s 600 Pcs 50 Oral Rehydration Salts Powder 5.575g For Replacement Of Electrolyte Losses 25’s 100 Pcs 51 Paracetamol 500mg Analgesic 100’s 500 Pcs 52 Paracetamol + Orphenadrine 650mg +50mg Muscle Relaxant 30’s 450 Pcs 53 Paracetamol + Tramadol 325mg +37.5mg Analgesic 20’s 300 Pcs 54 Pioglitazone 30mg Anti-diabetic 30’s 900 Pcs 55 Plant Extracts Forte – Herbal Ethanolic Mixture – For Acute And Chronic Inflammation Of The Sinuses 20’s 700 Pcs 56 Racecadotril 100mg Anti-diarrhea 20’s 300 Pcs 57 Rosuvastatin 20mg (scored) Treatment Of Hypercholesterolemia 30’s 6,000 Pcs 58 Sitagliptin + Metformin 50mg/500mg Anti Diabetic 28’s 700 Pcs 59 Sitagliptin + Metformin 100mg/1g Anti-diabetic 28’s 280 Pcs 60 Sodium Alginate/sodium Bicarbonate/calcium Carbonate 500mg/267mg/160mg 10ml Antacid 24’s 240 Pcs 61 Telmisartan 40mg (scored) Angiotensin Ii 30’s 600 Pcs 62 Teneligliptin 20mg Anti-diabetic 30’s 300 Pcs 63 Trimetazidine Dihydrochloride Mr 35mg Anti-angina 30’s 1,200 Pcs 64 Valsartan + Amlodipine 80mg/5mg Anti-hypertensive 30’s 600 Pcs 65 Valsartan + Sacubitril 25.7mg/24.3mg Anti-hypertensive 28’s 280 Pcs 66 Vildagliptin 50mg Anti-diabetic 28’s 420 Pcs 67 Vildagliptin + Metformin 50mg/500mg Anti-diabetic 30’s 600 Pcs Total Price In Figures: Total Price In Words: _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address After Having Carefully Read And Accepted The Above-mentioned Instructions And Terms And Conditions, I/we Submit Our Quotations For The Items/s As Follows: Technical Specifications Must Comply With The Following Minimum Requirements: Supply And Delivery Of Various Medicines For The 1st Quarter For The Court Of Appeals I. Requirements: The Approved Budget For The Contract (abc), Inclusive Of All Applicable Taxes And Charges For Each Item, Is Indicated Below, And The Supplier Shall Supply And Deliver The Specified Requirements. Item No. Item Description Abc Qty 1 Acetylcysteine 600mg Mucolytic 10’s ₱7,500.00 300 Pcs 2 Amlodipine Besilate 5mg 100’s (scored) Calcium Antagonist/anti-hypertensive ₱28,000.00 4,000 Pcs 3 Amoxicillin Trihydrate 500mg Antibiotic 100’s ₱2,000.00 200 Pcs 4 Atorvastatin 40mg 100’s (scored) Treatment Of Hypercholesterolemia ₱30,000.00 2,000 Pcs 5 Azithromycin 500mg Antibiotic 30’s ₱27,000.00 300 Pcs 6 Betahistine Mesylate 12 Mg Anti-vertigo 100’s ₱10,500.00 300 Pcs 7 Betahistine Hydrochloride 24 Mg Anti-vertigo 100’s ₱19,500.00 300 Pcs 8 Bilastine 20mg Anti-allergy 30’s ₱9,000.00 300 Pcs 9 Butamirate Citrate 50mg Antitussive 30’s ₱7,500.00 300 Pcs 10 Celecoxib 200mg Non-steroidal Anti-inflammatory 100’s ₱4,500.00 300 Pcs 11 Ciprofloxacin 500mg Antibiotic 100’s ₱2,000.00 100 Pcs 12 Clarithromycin Od 500mg Antibiotic 5’s ₱20,000.00 200 Pcs 13 Clindamycin 300mg Antibiotic 100’s ₱4,000.00 100 Pcs 14 Clopidogrel 75mg Anti Thrombotic 100’s ₱15,000.00 1,500 Pcs 15 Cloxacillin 500mg Antibiotic 100’s ₱1,000.00 100 Pcs 16 Co Amoxiclav 625mg Antibiotic 20’s ₱28,800.00 900 Pcs 17 Dapagliflozin 10mg Anti Diabetic 28’s ₱21,000.00 420 Pcs 18 Dextromethorphan15mg/ Guaifenesin 50mg/ Chlorphenamine 1mg/ Paracetamol 325mg/ Phenylpropanolamine Hcl 30mg For Cough And Colds 100’s ₱5,100.00 300 Pcs 19 Domperidone 10mg Prokinetic 100’s ₱4,500.00 300 Pcs 20 Doxycycline 100mg Antibiotic 100’s ₱3,000.00 200 Pcs 21 Ebastine 20mg Anti-allergy 50’s ₱10,500.00 300 Pcs 22 Ebastine + Betamethasone 10mg/ 500mg – Anti-allergy 50’s ₱7,600.00 200 Pcs 23 Empagliflozin + Metformin 12.5/500mg Antidiabetic 30’s ₱30,000.00 600 Pcs 24 Esomeprazole 40mg Anti-ulcerant 100’s ₱21,000.00 600 Pcs 25 Etoricoxib 60mg Non-steroidal / Anti-inflammatory 30’s ₱27,000.00 450 Pcs 26 Febuxostat 40mg For Treatment Of Hyperuricemia 30’s ₱21,000.00 600 Pcs 27 Gliclazide Mr 30mg Anti-diabetic 100’s ₱12,000.00 1,200 Pcs 28 Glimepiride 2mg Anti-diabetic 30’s ₱5,100.00 300 Pcs 29 Glucosamine Sulfate Powder For Oral Solution 1.5g – Osteoarthritis 30’s ₱27,000.00 450 Pcs 30 Glucosamine + Chondroitin Sulfate 500mg/300mg – Osteoarthritis 60’s ₱18,000.00 900 Pcs 31 Hyoscine N Butylbromide 10mg Anti Spasmodic 100’s ₱3,000.00 200 Pcs 32 Irbesartan 150mg (scored) Angiotensin Ii Antagonist 30’s ₱18,000.00 1,200 Pcs 33 Irbesartan + Amlodipine 150mg/5mg Anti-hypertensive 28’s ₱21,280.00 560 Pcs 34 Ketoanalogues + Essential Amino Acids Renal Nutrition Therapy 100’s ₱11,400.00 300 Pcs 35 Levofloxacin 500mg Antibiotic 100’s ₱4,400.00 200 Pcs 36 Loperamide 2mg Anti-diarrhea 100’s ₱500.00 100 Pcs 37 Losartan Potassium 50mg Angiotensin Ii Antagonist 100’s ₱32,500.00 2,500 Pcs 38 Losartan Potassium 100mg Angiotensin Ii Antagonist 100’s ₱3,200.00 200 Pcs 39 Losartan Potassium + Amlodipine 100’s 50mg/5mg Angiotensin Ii Antogonist ₱20,400.00 1,200 Pcs 40 Losartan + Hydrochlorothiazide 50mg/12.5mg Angiotensin Ii Receptor Blocker / Diuretic 100’s ₱2,600.00 200 Pcs 41 Mefenamic Acid 500mg Analgesic 100’s ₱1,800.00 300 Pcs 42 Metformin Hydrochchloride 500mg Anti-diabetic 100’s ₱17,500.00 2,500 Pcs 43 Metformin Hydrochloride 1000mg Xr Anti Diabetic 100’s ₱10,800.00 600 Pcs 44 Metoprolol 100mg Beta Adrenoceptor Blocker 100’s ₱1,400.00 200 Pcs 45 Metronidazole 500mg Amoebicide / Anti-protozoal 100’s ₱1,500.00 100 Pcs 46 Montelukast 10mg Anti Asthmatic 30’s ₱2,400.00 200 Pcs 47 Montelukast + Levocetirizine 30’s 10mg/5mg Anti-asthmatic/anti-allergy ₱12,000.00 600 Pcs 48 Nebivolol 5mg (scored) Beta Adrenoceptor Blocker 30’s ₱37,500.00 1,500 Pcs 49 Olmesartan + Amlodipine Besilate 40mg/5mg Anti-hypertensive 30’s ₱16,800.00 600 Pcs 50 Oral Rehydration Salts Powder 5.575g For Replacement Of Electrolyte Losses 25’s ₱1,300.00 100 Pcs 51 Paracetamol 500mg Analgesic 100’s ₱3,500.00 500 Pcs 52 Paracetamol + Orphenadrine 650mg +50mg Muscle Relaxant 30’s ₱9,900.00 450 Pcs 53 Paracetamol + Tramadol 325mg +37.5mg Analgesic 20’s ₱6,900.00 300 Pcs 54 Pioglitazone 30mg Anti-diabetic 30’s ₱19,800.00 900 Pcs 55 Plant Extracts Forte – Herbal Ethanolic Mixture – For Acute And Chronic Inflammation Of The Sinuses 20’s ₱14,700.00 700 Pcs 56 Racecadotril 100mg Anti-diarrhea 20’s ₱16,500.00 300 Pcs 57 Rosuvastatin 20mg (scored) Treatment Of Hypercholesterolemia 30’s ₱90,000.00 6,000 Pcs 58 Sitagliptin + Metformin 50mg/500mg Anti Diabetic 28’s ₱22,400.00 700 Pcs 59 Sitagliptin + Metformin 100mg/1g Anti-diabetic 28’s ₱16,800.00 280 Pcs 60 Sodium Alginate/sodium Bicarbonate/calcium Carbonate 500mg/267mg/160mg 10ml Antacid 24’s ₱12,000.00 240 Pcs 61 Telmisartan 40mg (scored) Angiotensin Ii 30’s ₱13,800.00 600 Pcs 62 Teneligliptin 20mg Anti-diabetic 30’s ₱9,000.00 300 Pcs 63 Trimetazidine Dihydrochloride Mr 35mg Anti-angina 30’s ₱12,000.00 1,200 Pcs 64 Valsartan + Amlodipine 80mg/5mg Anti-hypertensive 30’s ₱13,800.00 600 Pcs 65 Valsartan + Sacubitril 25.7mg/24.3mg Anti-hypertensive 28’s ₱47,600.00 280 Pcs 66 Vildagliptin 50mg Anti-diabetic 28’s ₱14,700.00 420 Pcs 67 Vildagliptin + Metformin 50mg/500mg Anti-diabetic 30’s ₱22,200.00 600 Pcs Other Requirements To Be Submitted During The Opening Of Bids, Arranged, Numbered, And Tabbed As Enumerated Below: 1. Valid And Current License To Operate Issued By Philippine Food And Drug Administration (fda); 2. Current Certificate Of Good Manufacturing Practice (cgmp) Or Iso Certification Or Dti Certification For Philippine Made Products; 3. Valid And Current Certificate Of Product Registration (cpr) Issued By Fda; 4. The Bidder Shall Submit Any Of The Following Whichever Is Applicable: A. If The Bidder Is A Manufacturer, Certificate That The Bidder Manufactures The Product/item; Or B. If The Bidder Is An Exclusive/authorized Distributor Or Dealer Of The Products/item, Exclusive/authorized Distributor Certificate From The Manufacturer; Or C. If The Bidder Is An Agent Of The Exclusive/authorized Distributor Or Dealer, The Following Must Be Provided: I. Certificate Of Distributor/dealership Agreement By The Manufacturer With The Exclusive/authorized Distributor Or Dealer; And Ii. Certification Or Contract/dealership Agreement Between The Exclusive/authorized Distributor Or Dealer And The Bidder. 5. Electronic Drug Price Monitoring System (edpms) Compliance Certificate Of The Supplier ; 6. Product Recall And Disposal: The Supplier Must Ensure The Quality Of Products And If There Will Be Problems In The Quality, The Supplier Will Recall And Replace The Products Distributed To The Court Of Appeals Based On Guidelines On Product Recall, Fda Circular No. 2016-012; And 7. After Sales: The Supplier Shall Replace The Defective/damaged Drugs And Medicines Due To Delivery Inspection Parts Thereof, Without Costs To The Procuring Entity Within (15 Days) Upon Notice Of Such Defect/damage. Delivery Requirements: Upon Delivery The Following Shall Be Complied With: 1. Shelf Life: Drugs Must Be Fresh Commercial Stock With A Total Shelf Life Of Twenty-four (24) Months From The Date Of Manufacture But Not Less Than Eighteen (18) Months From The Date Of Inspection And Acceptance. Drugs And Medicines Not Consumed Shall Be Replaced Six (6) Months Prior To Expiry By The Supplier Upon Notice From The Procuring Entity Without Additional Cost To The Procuring Entity. In Case Where There Is An Immediate Use/need Of Drugs And Medicines, The Acceptable Shelf Life May Be Less Than The Minimum As Stated Above, Provided That The Remaining Shelf Life Of The Product Shall Not Be Less Than Twelve (12) Months. Provided Further That The Supplier Will Issue A Guarantee Letter Stating That The Remaining Stocks Shall Be Replaced Six (6) Months Before The Expiration Date Without Additional Cost To The Procuring Entity. 2. Packaging Instructions: To Follow Standard Packaging Of The Manufacturer. 3. Labeling Instructions: Standard Labeling As Approved By Pfda Pursuant To Administrative Order (ao) No. 2016- 0008. 4. Other Requirement: The Winning Bidder Shall Provide And Submit The Following Upon Delivery Of Drugs And Medicines: I. A Certified True Copy Of A Valid Certificate Of Analysis From The Manufacturer, Specific To The Batch Of Drugs And Medicines To Be Delivered; And Ii. Batch Notification, Lot Release Certification From Fda, Or Its Equivalent, As Required By Fda For Specific Drugs And Medicines. Ii. Terms Of Payment: Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Payment Details: Banking Institution: ________________________________________________ Account Number: __________________________________________________ Account Name (should Be The Exact Account Name As Registered In The Bank): ________________________________________________________________ Bank Branch: _____________________________________________________ Iii. Delivery Address: Court Of Appeals, Ma. Orosa St., Ermita, Manila By Affixing My Signature Below, I Am Confirming Our Compliance With The Technical Specifications/terms Of Reference Stated Above. I Further Certify That Such Compliance Is True And Correct; Otherwise, If Found To Be False Either During The Bid Evaluation Or Post-qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. We Undertake, If Our Quotation Is Accepted, To Perform The Services/deliver The Goods In Accordance With The Schedule Of Requirements And Technical Specifications. Until A Formal Contract Is Prepared And Executed, This Quotation, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Quotation You May Receive. Date Company Name Authorized Representative Name/signature Address Official Contact Number ________________________ Email Address Annex “b” Omnibus Sworn Statement (revised) 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; 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; 11. [name Of Bidder] Hereby Assigns The Following Contact Number/s And E-mail Address/es As The Official Telephone/fax Number And Contact Reference Of The Company Where The Ps Bac And Ps Notices May Be Transmitted. Telephone No/s.: ________________________________ Fax No/s.: ________________________________ E-mail Add/s.: ________________________________ Mobile No.: ________________________________ It Is Understood That Notices/s Transmitted In Any Of The Above-stated Telephone/fax Numbers And/or E-mail Address/es Are Deemed Received As Of Its Transmittal And The Reckoning Period For The Reglementary Periods Stated In The Bidding Documents And The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Commence From Receipt Thereof. 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 Known To Me, And Known To Be The Same Person/s In The Exhibited [insert Type Of Government Identification Card Used*], With His/her Photograph And Signature Appearing Thereon, With No.________________________ Issued On ______________________ At ____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission ___________ Notary Public For ______ Until _______ Roll Of Attorney's No. _____________ Ptr No. _______ [date Issued], [place Issued] Ibp No. _______ [date Issued], [place Issued] Doc. No. ______ Page No. ______ Book No. _____ Series Of _____. Please See The Attached File.
Closing Date4 Feb 2025
Tender AmountPHP 994.9 K (USD 17 K)

Municipality Of Irosin, Sorsogon Tender

Food Products
Philippines
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Catering Services For Report To The People Of Irosin 1. The Local Government Unit Of Irosin, Through The General Fund Intends To Apply The Sum Of Three Hundred Forty Nine Thousand Nine Hundred Twenty Pesos (p 349,920.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Catering Services For Report To The People Of Irosin, Good-13-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Catering Services For Report To The People Of Irosin Brief Description: 1 Am Snack/1 Dinner/1 Lunch/1 Pm Snack For 972 Pax Approved Budget For The Contract : P 349,920.00 Contract Duration : 30 Calendar Days Delivery Period : 7 Calendar Days After The Issuance Of Notice To Proceed Source Of Fund : General Fund 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Seven(7) Calendar Days. Bidders Should Have Completed For The Last Two(2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent(60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025-february 26, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (p 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Not Hold A Pre-bid Conference. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 26, 2025, 8:59 Am At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 26, 2025, 9:00 Am At The Given Address Below Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Rolando G. Furing Municipal Administrator Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Publication: February 19, 2025 _____________________ Noel D. Mercado Ii Bac Chairman ```u Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Catering Services For Report To The People Of Irosin, With Project Identification Number Good-13-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website. The Procurement Project (referred To Herein As “project”) Is Composed Of 1 Lot Catering Services, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below General Fund In The Amount Of Three Hundred Forty Nine Thousand Nine Hundred Twenty Pesos (p 349,920.00). 2.2. The Source Of Funding Is: General Fund 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A.foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or B. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No. 9184, The Bidder Shall Have An Slcc That Is At Least One(1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must At Least Equivalent To: A. For The Procurement Of Expandable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent (25%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.2 Subcontracting Is Not Allowed During The Bidding. 7.3 Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.4 Subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Not Hold A Pre-bid Conference For This Project. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii( Checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicted In Itb Clause 5.3 Should Have Completed Within The Last Two(2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostile Convention, Only The Translated Documents Shall Be Authenticated Through The Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii( Checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification From Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 3184. 12. Bid Prices 12.1 Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A.for Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw(ex-works,ex-factory,ex-warehouse,ex-showroom, Or Off The Shelf, As Applicable); Ii. The Cost Of All Custom Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other(incidental) Services, If Any, Listed In The Bds. 13. Bid And Payment Currencies 14.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Adopted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreigh Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 14. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1 The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii(technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Option 1- One Project Having Several Items That Shall Be Awarded As One Contract. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Catering Services For The People Of Irosin Brief Description: 1 Am Snack/1 Lunch/1 Pm Snack B. Completed Within The Last Two(2) Years From The Date Of The Submission Of Bids 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 12 The Price Of Goods Shall Be Quoted Ddp Lgu-irosin, Irosin, Sorsogon. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.3 Catering Services 1 Am Snack/1 Lunch/1 Pm Snack 20.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: None General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract(scc). 2. Advance Payment 2.1 Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2 The Procuring Entity Is Allowed To Determine The Terms Of The Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 4. Inspection And Tests The Procuring Entity Or Its Representatives Shall Have The Right To Inspect And/or The Test The Goods To Confirm Their Conformity To The Project. In Addition To Tests In The Scc, Section Vii(technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identify Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 7.1. In Order To Assure The Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 7.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines] “the Delivery Terms Applicable To This Contract Are Delivered [indicate Place Of Destination]. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Wilson G. Baliwas. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E. Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. F. No Additional Incidental Service Requirements. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: 1. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And 2. In The Event Of Termination Of Production Of The Spare Parts: I. Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii. Following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Costs Thereof Are Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of . Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within Not Applicable Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 Partial Payment Is Not Applicable. 4 The Inspections And Tests That Will Be Conducted Are: Inspection Of The Meals Served If It Follows The Menu Set By The End-user Unit. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months Remarks Indicate Here Any Other Appropriate Information As May Be Necessary. Signature Over Printed Name Position Department/division Section Vii. Technical Specifications Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] Technical Specifications Technical Specifications Item / Service Maximum Quantity Technical Specifications / Scope Of Work Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution.] Checklist Of Technical And Financial Documents Standard Form Number: Sf-good-06 Revised On: May 24, 2004 A. The Eligibility & Technical Envelope Shall Contain The Following: I. Technical Component Envelope Class “a” Documents Legal Documents • Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; • Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives • Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located • Tax Clearance Per Executive Order No. 398 Series Of 2005 Showing The Current Assets And Current Liabilities Of The Taxpayer • Tax Clearance For Collection Purposes Technical Documents • Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid. The Statement Shall Include: (a) Name Of The Contract (b) Date Of The Contract (c) Kinds Of Goods (d) Amount Of Contract And Value Of Outstanding Contracts (e) Date Of Delivery (f) End-user’s Acceptance Of Official Receipts Issued For The Contract • Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; • Audited Financial Statements, Showing Among Others, The Total And Current Assets And Liabilities, Stamped “received By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Tan Two(2) Years From The Date Of Bid Submission • The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents • If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. B. Technical Requirements Consist Of The Following:: • Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration. Bid Security Should Be In The Form Of: O Cash Issued By A Commercial Or Universal Bank – 2% O Bank Draft/guarantee Issued By A Commercial Or Universal Bank – 2% O Bid Securing Declaration • Technical Specification • Production/delivery Schedule • Manpower Requirements • After-sales Service/parts, If Applicable • Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Checklist Of Financial Envelope Requirements For Bidders Ii.financial Component Envelope The Financial Component Shall Contain The Following: • Original Of Duly Signed And Accomplished Financial Bid Form; • Original Of Duly Signed And Accomplished Price Schedule(s). • Recurring And Maintenance Costs, If Applicable Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (c) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (d) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.   Omnibus Sworn Statement(revised) 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] 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 And In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) 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 Of 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 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2025 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. ______ To: [insert Name And Address Of Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two(2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen(15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1(f) Of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am Declared Ineligible Or Post Disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2025 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2025 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2025. Bid Form For The Procurement Of Goods (shall Be Submitted With The Bid) Bid Form Date: _____________________________ Project Identification No.: _____________ To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers_____, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To (supply/deliver/perform) (description Of The Goods) In Conformity With The Said Pbds For The Sum Of (total Bid Amount In Words And Figures) Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors , And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To (specify The Applicable Taxes, E.g. (i) Value Added Tax, (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties), Which Are Itemized Herein Or In The Price Schedules. If Our Bid Is Accepted, We Undertake: A.to Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents(pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Specified In The Pbds And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/conform That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of (name Of The Bidder) As Evidenced By The Attached (state The Written Authority). We Acknowledge That Failure To Sugn Each And Every Page Of This Bid Form, Including, The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Goods(revised) __________________________________________________________________________ This Agreement, Made The _________ Day Of _______________, ________ Between [name And Address Of Procuring Entity] Of The Philippines (hereinafter Called The“entity”) Of The One Part And [name Of Supplier] (hereinafter Called The “supplier”) Of The Other Part. Whereas, The Entity Invited Bids For Certain Goods And Ancillary Services, Particularly (brief Description Of Goods And Services) And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of (contract Price In Words And Figures In Specified Currency) (hereinafter Called The “contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: I. Philippine Bidding Documents(pbds) I. Schedule Of Requirements; Ii.technical Specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins, If Any Ii. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Supplier: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Bill Of Quantities Item No. Item Quantity Unit Unit Price Total Price Prepared By: ______________ Proprietor
Closing Date26 Feb 2025
Tender AmountPHP 349.9 K (USD 6 K)

Municipality Of Irosin, Sorsogon Tender

Civil And Construction...+1Irrigation Work
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Labor For The Improvement/rehabilitation Of Brgy. San Isidro Communal Irrigation System 1. The Local Government Unit Of Irosin, Through The Ldrrmo(5% Calamity Fund) Intends To Apply The Sum Of Three Hundred Thirteen Thousand Five Hundred Ninety Seven Pesos And Fifty Centavos (p 313,597.50) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Labor For The Improvement/rehabilitation Of Brgy. San Isidro Communal Irrigation System, Good-14-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Labor For The Improvement/rehabilitation Of Brgy. San Isidro Communal Irrigation System Brief Description: Excavation/rebar Works/formworks/stone Masonry Approved Budget For The Contract : P 313,597.50 Contract Duration : 30 Calendar Days Delivery Period : 7 Calendar Days After The Issuance Of Notice To Proceed Source Of Fund : Ldrrmo(5% Calamity Fund) 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Seven(7) Calendar Days. Bidders Should Have Completed For The Last Two(2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent(60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 Until February 26, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (p 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Not Hold A Pre-bid Conference. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 26, 2025, 1:59 Pm At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 26, 2025, 2:00 Pm At The Given Address Below At The Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Benjamin M. Gabionza,ce Mun. Engineer Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Publication: February 19, 2025 _____________________ Noel D. Mercado Ii Bac Chairman Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Labor For The Improvement/rehabilitation Of Brgy. San Isidro Communal Irrigation System With Project Identification Number Good-14-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website. The Procurement Project (referred To Herein As “project”) Is Composed Of 1 Lot Labor, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Ldrrmo(5% Calamity Fund) In The Amount Of Three Hundred Thirteen Thousand Five Hundred Ninety Seven Pesos And Fifty Centavos (p 313,597.50). 2.2. The Source Of Funding Is: Ldrrmo(5% Calamity Fund) 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A.foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or B. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No. 9184, The Bidder Shall Have An Slcc That Is At Least One(1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must At Least Equivalent To: A. For The Procurement Of Non- Expandable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.2 Subcontracting Is Not Allowed During The Bidding. 7.3 Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.4 Subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Not Hold A Pre-bid Conference. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii( Checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicted In Itb Clause 5.3 Should Have Completed Within The Last Two(2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostile Convention, Only The Translated Documents Shall Be Authenticated Through The Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii( Checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification From Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 3184. 12. Bid Prices 12.1 Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A.for Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw(ex-works,ex-factory,ex-warehouse,ex-showroom, Or Off The Shelf, As Applicable); Ii. The Cost Of All Custom Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other(incidental) Services, If Any, Listed In The Bds. 13. Bid And Payment Currencies 14.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Adopted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreigh Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 14. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1 The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii(technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Option 1- One Project Having Several Items That Shall Be Awarded As One Contract. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Labor For The Improvement/rehabilitation Of Brgy. San Isidro Communal Irrigation System Brief Description: Excavation/rebar Works/formworks/stone Masonry B. Completed Within The Last Two(2) Years From The Date Of The Submission Of Bids 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 12 The Price Of Goods Shall Be Quoted Ddp Lgu-irosin, Irosin, Sorsogon. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.3 Labor Excavation/rebar Works/formworks/stone Masonry 20.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: None General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract(scc). 2. Advance Payment 2.1 Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2 The Procuring Entity Is Allowed To Determine The Terms Of The Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 4. Inspection And Tests The Procuring Entity Or Its Representatives Shall Have The Right To Inspect And/or The Test The Goods To Confirm Their Conformity To The Project. In Addition To Tests In The Scc, Section Vii(technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identify Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 7.1. In Order To Assure The Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 7.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines] “the Delivery Terms Applicable To This Contract Are Delivered [indicate Place Of Destination]. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Wilson G. Baliwas. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E. Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. F. No Additional Incidental Service Requirements. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: 1. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And 2. In The Event Of Termination Of Production Of The Spare Parts: I. Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii. Following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Costs Thereof Are Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of Ninety (60) Calendar Days. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within Ninety (60) Calendar Days Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 Partial Payment Is Not Applicable. 4 The Inspections And Tests That Will Be Conducted Are: Inspection Of The Works If It Follows The Project Description. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months Remarks Indicate Here Any Other Appropriate Information As May Be Necessary. Signature Over Printed Name Position Department/division Section Vii. Technical Specifications Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] Technical Specifications Technical Specifications Item / Service Maximum Quantity Technical Specifications / Scope Of Work Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution.] Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; (b) Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives (c) Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located (d) Tax Clearance Per Eo 398 (e) Tax Clearance For Collection Purposes Technical Documents ⬜ (f) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (d) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (e) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. (h) Audited Financial Statement(afs) Audited Financial Statement Stamped, Received By The Bir Or Its Duly Accredited And Authorized Institutions, For The Immediately Preceding Calendar Year, Showing The Total Assets And Liabilities Which Should Not Be Earlier Than Two(2) Years From The Date Of Bid Submission Class “b” Documents ⬜ (i) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (k) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (l) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (m) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.   Omnibus Sworn Statement(revised) 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] 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 And In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) 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 Of 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 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2025 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. ______ To: [insert Name And Address Of Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two(2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen(15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1(f) Of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am Declared Ineligible Or Post Disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2025 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2025 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2025. Bid Form For The Procurement Of Goods (shall Be Submitted With The Bid) Bid Form Date: _____________________________ Project Identification No.: _____________ To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers_____, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To (supply/deliver/perform) (description Of The Goods) In Conformity With The Said Pbds For The Sum Of (total Bid Amount In Words And Figures) Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors , And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To (specify The Applicable Taxes, E.g. (i) Value Added Tax, (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties), Which Are Itemized Herein Or In The Price Schedules. If Our Bid Is Accepted, We Undertake: A.to Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents(pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Specified In The Pbds And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/conform That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of (name Of The Bidder) As Evidenced By The Attached (state The Written Authority). We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including, The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Goods(revised) __________________________________________________________________________ This Agreement, Made The _________ Day Of _______________, ________ Between [name And Address Of Procuring Entity] Of The Philippines (hereinafter Called The“entity”) Of The One Part And [name Of Supplier] (hereinafter Called The “supplier”) Of The Other Part. Whereas, The Entity Invited Bids For Certain Goods And Ancillary Services, Particularly (brief Description Of Goods And Services) And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of (contract Price In Words And Figures In Specified Currency) (hereinafter Called The “contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: I. Philippine Bidding Documents(pbds) I. Schedule Of Requirements; Ii.technical Specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins, If Any Ii. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Supplier: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Bill Of Quantities Item No. Item Quantity Unit Unit Price Total Price Prepared By: ______________ Proprietor
Closing Date26 Feb 2025
Tender AmountPHP 313.5 K (USD 5.4 K)

Department Of Health Treatment And Rehabilitation Center Tender

Machinery and Tools
Philippines
Details: Description Bids And Awards Committee Request For Quotation Reference No.: 2025-02-046 Date: February 17, 2025 Procurement Title: Procurement Of Commonly Used Supplies Materials (1st Quarter) Pr Reference No: 2025-02-093/089 & 2025-01-046/043approved Budget Of The Contract (abc): Php 755,408.61 Name Of Supplier: _________________________________________ Contact No: _______________________ Contact Email Adress.: _______________________ Address: ________________________________________ Delivery Term: Based On The Submitted Annex A Delivery Place: Batangas Iii Liyang Pilar,bataan Please Quote Your Best Offer For The Following Items Described Herein Subject To Terms And Conditions And/or Technical Specifications And Within The Approved Budget For The Contract. Submit Your Quotation Duly Signed By Your Representative Through Registered Or Electronic Mail At The Above Address Not Later Than February 21, 2025 10:00am Subject To The Following: S Terms And Conditions: 1.) Doh Trc Bataan Reserves The Right To Reject, Accept And Waive Any Defects In The Price Quotation. 2.) All Entries Shall Be Typed Or Written In A Clear And Legible Manner. 3.) All Prices Offered Herein Are Valid, Binding And Effective For Sixty (60) Calendar Days From The Deadline Of Submission. Alternative Bids Shall Be Rejected. 4.) Price Quotation/s Shall Be Denominated In Philippine Peso And Shall Include All Incidental Expenses (tax, Delivery, Etc.,) 5.) Award Of Contract/purchase Order Shall Be Made To The Lowest Quotation, Which Complies To The Technical Specifications Required. In Case Of Tie Quotations, The Bac Shall Adopt And Employ “toss Coin” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005 6.) Salient Provisions Of The Revised Irr (rirr) Of Republic Act (ra) 9184: Section 68 - Liquidated Damages And Section 69 - Imposition Of Administrative Penalties Shall Be Observed. 7.) All Services Rendered/delivered Items Shall Be Subject To Inspection And Acceptance. Payment Will Be Process Within 30 Days Upon The Receipt Of Service/delivery Of Items. Additional Requirement For Submission: 1.) Philgeps Registration Number Or Certificate 2.) Notarized Omnibus Sworn Statement 3.) Valid Business Permit/mayor’s Permit 4.) Latest Income/business Tax Return 5.) Blank Copy Of Delivery Receipt/charge Sales Invoice And Collection Receipt/invoice (for New Suppliers) 6.) Valid Certificate Of Product Registration (cpr) From Food And Drug Administration (fda) (for Procurement Of Drugs And Medicine/medical Supplies) 7.) Batch Notification, Lot Release From Food And Drug Administration (fda) Or Its Equivalent (for Procurement Of Specific Drugs And Medicines) 8.) Valid Certificate Of Medical Device Notification From Food And Drug Administration (fda) Or Its Equivalent (for Procurement Of Medical Device) 9.) Valid License To Operate From Fda (whether It Is A Manufacturer, Importer, Seller Or Distributor) (for Procurement Of Drugs And Medicine/medical Supplies/medical Device) 10.) Brochure With Picture Of Quoted Item. Respectfully Yours, Sgd Chazell Irrah I. Bon Head, Bac Secretariat Item No. Unit Item Description Qty Abc/ceiling Price Per Unit Brand* Unit Cost Total 1 Unit 1000va Ups Micropower (600w) Mini Tower Line Interactive Switching Available Capacity: 600w Input Power: 190~240va (50~60hz) Output Power: 220~230va(50- 60hz) 2 X 12v7ah Battery Backup Time: 1~5min 1 Year Warranty 5.00 4,180.00 2 Piece 30 Inches, 5-layer Storage Rack Steel150 Kgs Capacity Per Sheleasy Boltless Assembly Durable Powder Coat Finish Center Support Beampowder Coated White Or Black Finish 2.00 3,300.00 3 Box Ballpoint Pens Black, 0.5mm 12 Pcs Per Box 1.00 68.20 4 Pack Battery, Dry Cell, Size Aaa, 4pcs/pack 4.00 27.50 5 Gallon Bleaching Solution, 3785ml 137.00 209.00 6 Ream Bond Paper 500 Sheets Per Box A4 Size : 210mm X 297mm 80 Gsm 7.00 360.80 7 Piece Clearbook, A4 Color Black/* For A4 Size Documents, Refillable, Material: Plastic" 20.00 56.10 8 Piece Clearbook, A4 Color Red /* For A4 Size Documents, Refillable, Material: Plastic" 20.00 56.10 9 Piece Clearbook, A4 Color Yellow /* For A4 Size Documents, Refillable, Material: Plastic" 20.00 56.10 10 Roll Cling Wrap, 18x500 M, Pvc Food Grade Cling Film 2.00 865.70 11 Piece Data Folder, Vertical, Black 14.00 91.30 12 Sachet Dishwashing Liquid 17ml 2,000.00 8.14 13 Gallon Dishwashing Liquid, 1 Gallon, Calamansi Scent, Anti Bacterial Formula 12.00 161.70 14 Piece Double Sided Tape 1 Inch 3.00 25.30 15 Unit Eco-tank L3210 A4 All-in-one Ink Tank Printer 1.00 11,000.00 16 Bottle 003 Ink, Black 63.00 306.90 17 Bottle 003 Ink,cyan 42.00 317.90 18 Bottle 003 Ink,magenta 42.00 317.90 19 Bottle 003 Ink,yellow 42.00 317.90 20 Bottle 005 Ink,black 10.00 656.70 21 Bottle 774 Ink Black 7.00 656.70 22 Bottle 664 Black Ink Bottle 15.00 306.90 23 Bottle 664 Cyan Ink Bottle 10.00 317.90 24 Bottle 664 Magenta Ink Bottle 9.00 317.90 25 Bottle 664 Yellow Ink Bottle 10.00 317.90 26 Piece Expanding Envelope, Legal, Green 40.00 33.00 27 Piece Fly Paper, 2 Sheets, Insecticide Flypaper Bait 30.00 41.80 28 Piece Foot Rug (big/square) 10.00 55.00 29 Pack Hairnet, 24-inch Disposable Bouffant Cap, Color White, 100 Pcs Per Pack 5.00 115.50 30 Piece Heavy Duty Scrub With Sponge, 100mmx75mmx30mm 40.00 33.00 31 Piece Id Holder, Transparent, Water Proof 100.00 7.70 32 Piece Id Lace, Blue, Cotton 100.00 11.00 33 Piece Id Lace, Red, Cotton 100.00 11.00 34 Piece Id Lace, Yellow, Cotton 100.00 11.00 35 Unit Ink Tank Printer L5590 Printer Type: Print, Scan, Copy, Fax With Adf Print Direction: Bi-directional Printing Technolgy: Precisioncore Printhead Nozzle Configuration: 400 X 1 Nozzles Black, 128 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 4800 X 1200 Dpi (with Variable-sized Droplet Technology) Dimensions (w X D X H): 375 X 347 X 237 Mm Weight: 5.2 Kg 1.00 18,204.45 36 Unit Ink Tank System Printer Ecotank L5290 1.00 18,150.00 37 Piece Insecticide, Multi Insect Killer Protector 500 Ml 1.00 385.00 38 Unit Iprint-a3/a4 Laminator Machine Hot/cold/reverse 220v Heavy Duty Laminating Machine Only 1.00 4,620.00 39 Piece Kitchen Towel, Absorbent Cloth 30x60cm 6.00 25.30 40 Piece Kitchen Towel, Interfolded, 120 Pulls, Pack Of 3, 200mmx200mm 40.00 114.40 41 Unit L49 Office Table 4.00 17,160.00 42 Gallon Liquid Bleach 20.00 209.00 43 Piece Long Arm Faucet Stainless Steel 30.00 275.00 44 Piece Mop Head 4.00 176.00 45 Piece Mop Head, Durable Heavy Duty, Cotton 4.00 176.00 46 Piece Mop With Steel Handle (removable Mophead) 10.00 319.00 47 Piece Note Book (composition Notebook) Grade 3, 80mleaves 200.00 22.00 48 Unit Office Chair 3.00 3,404.50 49 Pack Office Laminating Film, Legal, 20s 1.00 275.00 50 Packs Paper Cups, 8 0z High Quality , 50 Pcs Per Pack 3.00 55.00 51 Piece Personalized Name Stamp (document Controller Secretary) 1.00 437.57 52 Piece Personalized Name Stamp (document Controller) 1.00 437.57 53 Piece Personalized Stamp (controlled Copy) 1.00 437.57 54 Piece Personalized Stamp (master Copy) 1.00 437.57 55 Piece Personalized Stamp (obsolete) 1.00 437.57 56 Pack Photo Paper Glossy A4 4.00 110.00 57 Set Plastic Broom And Dustpan Set, 91cm (35.8inches ) Long Handle Broom And Dust Pan Set, Made Of Soft And Durable Broom Bristles 2.00 198.00 58 Box Plastic Gloves, Clear Free Food Grade Gloves, 100 Pcs Per Box 5.00 52.80 59 Pc Plastic Utility Box 50l 6.00 438.90 60 Bundle Plastic, Linao 6x10, 1000 Per Bundle 10.00 312.40 61 Piece Powdered Soap 60gms 80.00 7.15 62 Piece Push Brush Wood Durable Nylon Deck Brush Wooden Handle ( 16" ) Push Broom Scrub Brush 12.00 165.00 63 Piece Refill For Clearbook A4 Size 27.00 34.10 64 Pack Sandwich/ Bread Grease Proof Bag, 50 Pcs Per Pack, 20x21cm 20.00 96.80 65 Pack Specialty Paper, 100s 2.00 335.50 66 Piece Stamp Pad Ink Black - Stamp Pad Ink 50ml - No Mess, Non-spill Bottle - Smooth Re-inking - Color: Black 3.00 22.00 67 Bottle Stamp Pad Ink Bluestamp Pad Ink Blue - Stamp Pad Ink 50ml - No Mess, Non-spill Bottle - Smooth Re-inking - Color: Blue 3.00 22.00 68 Piece Stamp Pad Ink Red - Stamp Pad Ink 50ml - No Mess, Non-spill Bottle - Smooth Re-inking - Color: Red 3.00 22.00 69 Pack Table Napkin, Quarter Folded, 350 Sheets, 250x300mm 4.00 166.10 70 Pack/roll Trash Bag 2xl , Green 50.00 96.80 71 Pc Utility Box 55l 47.00 705.43 72 Packs A4 Specialty Paper, 90gsm, White 10’s 9.00 37.50 73 Pcs A4 Certificate Frame 12.00 130.00 74 Can Air Freshener Aerosol Type/ Spray Mist, Net Content: 280ml Or 150g, (min.), Assorted Scents (at Least Two (2) Scents), Material Safety Data Sheet Showing Information On Specific Gravity, Packaging: Twelve (12) Cans Per Box, Individually Shrink Wrapped. 22.00 280.00 75 Pack Battery, Dry Cell, Aaa Voltage:1.5 Volts, Type: Alkaline, No Mercury And Cadmium Added/mercury And Cadmium Free, Positive Polar Ends Must Be Marked, Shelf Life: Five (5) Years (min.) From Date Of Acceptance, With Cautionary Advice 9.00 128.00 76 Pack Battery, Dry Cell, Aa Voltage:1.5 Volts, Type: Alkaline, No Mercury And Cadmium Added/mercury And Cadmium Free, Positive Polar Ends Must Be Marked, Shelf Life: Five (5) Years (min.) From Date Of Acceptance, With Cautionary Advice 24.00 94.00 77 Piece Broom (walis Tambo) Gross Weight (max.): 500 Grams, Handle: Cylindrical, Wood, Smooth Finish, Plastic Coated, Must Be Suitable For Hanging, Diameter Of Handle {min.): 19mm, Length Of Handle {min.): 510mm, Dry Weight Of The Tiger Grass {min.): 250 Grams, Length Of Tiger Grass: 300mm, With Upper Stitch (min.): 20, Lower Stitch (min.): 30, Side Stitch: Manufacturer's Standard, Per Attached Illustration Showing The Design/construction 36.00 170.00 78 Piece Broom (walis Ting-ting) Made Of Mature Coconut Midribs, Grip Material: Braided Yantok Or Nylon, Standard Size:, Grip Circumference: At Least 150mm, Grip Width: At Least 20mm, Top: Measured 150mm, Usable Length: At Least 760mm, Rib Count: At Least 350 Pieces 53.00 78.00 79 Bottle Cleaner, Toilet And Urinal Color: Clear Or Blue, Net Content (min.): 1,000ml, Fully Miscible In Water, Not Chlorine Based, Does Not Contain Inorganic Acids, Non-volatile Content (max.): 5% (w/w), Viscosity At 25°c (min.): 114 Cp, Rigid Plastic Bottle, With Adequate Instructions For Proper Usage And Disposal 9.00 239.00 80 Plastic Container Cleanser, Scouring Powder Net Weight (min.): 350 Grams, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item, Container Must Have Adequate Dispensing Apertures, With Adequate Instructions For Proper Usage And Disposal. 21.00 65.00 81 Piece Clearbook, A4 For A4 Size Documents, Refillable, Material: Plastic Cover: Opaque Plastic, Dimension (min.): 310mm X 235mm O Thickness (-0.02mm): 0.50mm Pocket: Transparent Plastic, Number Of Pockets: Twenty (20), Thickness (-0.005mm): 0.040mm Color: Assorted (black, Blue, Red, Yellow) 6.00 150.00 82 Box Clip, Backfold, 19mm All Metal, Clamping Length (-1mm): 19mm, Clamping Depth (min.): 10mm, Thickness Of Metal (min.): 0.20mm, Diameter Of Clip Handles (min.): 1.0mm, Binding Capacity: At Least 5.5 Mm, Shall Pass The Required Test And Evaluation 1.00 17.00 83 Box Clip, Backfold, 25mm All Metal, Clamping Length (-1mm): 25mm, Clamping Depth (min.): 13mm, Thickness Of Metal (min.): 0.22mm, Diameter Of Clip Handles (min.): 1.20mm, Binding Capacity: At Least 9.5 Mm, Shall Pass The Required Test And Evaluation 10.00 26.00 84 Box Clip, Backfold, 32mm All Metal, Clamping Length (-1mm): 32mm, Clamping Depth (min.): 14mm, Thickness Of Metal (min.): 0.30mm, Diameter Of Clip Handles (min.): 1.45mm, Binding Capacity: At Least 12 Mm, Shall Pass The Required Test And Evaluation 20.00 36.00 85 Piece Data File Box With Closed Ends, Outside Dimension:width (min.): 125mm/height (min.): 230mm/length (min.): 400mm, Material:chipboard (min.): 3mm Thick/leatherette Paper For Outside Cover/coated Paper For Inside Cover, Front Of The Box:with Finger Ring And Pocket For Label Insert, Color Black. 59.00 229.00 86 Piece Dater Stamp Frame: Steel And Plastic Or Sturdy All Plastic Frame, Four Band Date And 12 Year Band, Date Format: Manufacturer's Standard, Self-inking Stamp Pad, Acceptable Colors: Black, Violet Or Red, With Locking Mechanism, With Removable And Refillable Ink Pad, Single Color, Size Of Imprint (min.): 30mm X 45mm. 6.00 450.00 87 Pouch Detergent Powder, All-purpose Net Weight (-2.5%): One (1) Kilogram, Ethylene-diamine-tetra-acetate (edta) And Alkylphenol Ethoxylates (apeo) Shall Not Be Detected, With Adequate Instructions For Proper Usage And Disposal. 35.00 180.00 88 Can Disinfectant Spray Aerosol Type, Net Content Per Can: 400 Grams (min), Crisp, Clean Scent, With Broad-spectrum Activity: Kills Different Types Of Bacteria, Fungi And Viruses As Identified On The Label, Active Ingredients Shall Be Indicated On The Label, Sufficient Amount Of Propellant To Totally Expel Content, Shall Not Contain Ethylene-diamine-tetra-acetate (edta) Nor Alkyl Phenol Ethoxylates (apeo), With Detailed Instructions On Maximizing Product Performance And Indications For The Proper Waste Disposal And The Recyclability Of The Container. 29.00 480.00 89 Unit Electric Fan, Ceiling Mount, Orbit Type Blade: Metal, Number Of Blades (min.): Three (3), Blade Size (min.): 400mm, Grill: Metal, Speed Control: Three (3) Speed Setting, With Remote Switch Box, With Mounting Base And Screws, Motor: Fully Enclosed, 220- 240 Volts, 60 Hz, With Operating/user's Manual (english Translation), Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item, With Ps Quality Or Icc Mark, Warranty: One (1) Year On Parts And Service. Five (5) Years On Motor. 1.00 3,000.00 90 Box Envelope, Documentary, Legal Material: Kraft, For Legal Size Documents, Size (-2mm) : 254mm X 381mm, Basis Weight (-5%): 150gsm, Thickness (min.): 0.22mm. 2.00 2,250.00 91 Box Envelope, Expanding, Kraft Kraft, Smooth Surface, Size (-3mm): 380mm X 250mm, Expansion (-3mm): 50mm, Thickness (min.): 0.38mm, With String And Eyelet Or Elastic Strap. 2.00 2,400.00 92 Piece Envelope, Expanding, Plastic Material: Polypropylene Plastic, Secure Heat-sealed Joints, With Elastic Strap, Size (l X H) (-2mm): 380mm X 260mm, Thickness (min.): 0.50mm, Width Expansion (min.): 30mm, Assorted Colors: Red, Blue, Green. 13.00 60.00 93 Piece Eraser, Felt, Blackboard/whiteboard Eraser Material: Felt, Overall Size (lx Wx T) (min.): 125mm X 45mm X 21mm, Thickness Of Felt (min.) : 18mm, Thickness Of Board (min.): 3mm. 5.00 22.00 94 Piece Eraser, Plastic/rubber Material: Plastic/rubber, Shape: Rectangular, Use: For Erasing Wood-cased And Mechanical Pencil Impressions, Dimension (l X W T) (min.): Equivalent Volume Of 8,350mm3 ,shall Pass Erasing Quality Test. 2.00 17.00 95 Unit External Hard Drive Capacity: 1tb, Storage Media: 2.5"sata Hdd, System Compatibility: Windows, Mac Os And Linux Os, Certificates: Ce/ Fcc/ Bsmi, Warranty: Three (3) Years, Key Feature:1.shockproof Protection/2.with Led Light Indicator, Interface (min.): Usb 3.2 Gen 1, Operation: Dc Sv (power Supplied Through Usb), Case Material: Rubber/plastic, With Operating/user's Manual (english Translation), Accessories (min.): With Usb 3.0 Cable, Shall Pass Functional And Durability Test 6.00 4,300.00 96 Box Fastener, Metal Material: Metal, The Fasteners Shall Be Free From Burrs, Sharp Or Rough Edges Or Corners, It Shall Be Clean And Free From Any Defects That May Affect Its Appearance Or Serviceability, Thickness: Base With Prongs And Compressor (min.): 0.30mm, Width:compressor (min.): 9mm/base (min.): 9mm, Prongs (min.): 4.5mm, The Distance Between The Two Holes Shall Be 70mm (±0.smm) Center-to-center, Able To Hold 25mm Thick Of Multipurpose Paper (70gsm) 47.00 60.00 97 Set File Tab Divider, Legal For Legal Size Documents, Material: Bristol Board, Size:leaf:length (min.):330mm/width (min.): 216mm, Tab:length (min.): 68mm, Width (min.): 15mm, In Sequential Order Basis Weight (-5%): 153 Gsm, Thickness (min.): 0.22mm, Five (5) Colors Per Set: Blue, White, Yellow, Green, Red, Etc. 1.00 41.00 98 Can Floor Wax, Paste Type, Red Paste Type, Color: Red, Petroleum Based, Application: For Wood And Cemented Surfaces, Net Weight (min.): 450 Grams, Physical Properties:drying Time (max.): One (1) Hour On A Wood Surface, Abrasiveness: No Evidence Of Abrasive Matter, Non-volatile Matter, %w (min.): 17%. 3.00 147.00 99 Pack Folder With Tab, Legal Material: Tagboard/carrier/foldcote/cupstock Board, For Legal Size Documents, Leaf Dimension (±lmm): 240mm X 365mm, Tab (±2mm): 13mm, Scoring (±2mm): 20mm From Edge Of Folder, The Folder Shall Be Smooth-finished And Non-blot On Both Sides Using A Permanent Marker, Other Physical Properties:grammage, G/m? (-5%): 270/thickness, Mm (-5%): 0.36/tearing Resistance, Mn, Md+ Cd (min.): 2940/stiffness, Mn.m, (taber) Md+ Cd {min.): 13 15.00 700.00 100 Pack Folder, L-type,legal For Legal Size Documents,material: Plastic,size (min.): 235mm X 346mm,thickness {min.): 0.17mm,transparent For Easy Identification Of Contents,color Green. 7.00 108.00 101 Box Glue, All Purpose Gross Weight (min.): 240 Grams, Shall Conform With The Following Tests:free Formaldehyde (max.): 0.1/adhesive Strength -- No Slippage On Pasted Part/solid Content (min.): 30% Ph: 4 To 8, Container: Plastic Squeeze Type Bottle With Twist-cap Dispenser., The Brand And Expiry Date Shall Be Stamped/engraved/ Embossed/ Printed/permanently Stickered On Each Bottle. The Expiry Date Shall Be At Least One Year From The Date Of Delivery., There Should Be No Unpleasant Odor. 8.00 129.00 102 Bottle Hand Soap, Liquid, 500ml Scented, Form: Liquid, Minimum Of 80% Kill Bactericidal/germicidal Property Against Staphylococcus Aureus, Volume (net Content): 500ml, Bottle: Pump Dispenser Plastic, Individually Shrink Wrapped, Ethylene-diamine-tetra-acetate (edta) And Alkylphenol Ethoxylates (apeo) Shall Not Be Detected, With Adequate Instructions For Proper Usage And Disposal. 24.00 150.00 103 Cart Ink Cartridge, Epson C13t664100 (t6641), Black C13t664100 (t6641), Black 9.00 350.00 104 Cart Ink Cartridge, Epson C13t664200 (t6642), Cyan C13t664200 (t6642), Cyan 5.00 350.00 105 Cart Ink Cartridge, Epson C13t664300 (t6643), Magenta C13t664300 (t6643), Magenta 4.00 350.00 106 Cart Ink Cartridge, Epson C13t664400 (t6644), Yellow C13t664400 (t6644), Yellow 4.00 350.00 107 Can Insecticide, Aerosol Type Aerosol, Kerosene Based,quick Kill Contact And Residual Type,cautionary Scent/odor Required,multi-insect Killer,net Content Per Can: 600ml (min), Sufficient Amount Of Propellant To Totally Expel Content.,material Safety Data Sheet Showing Information On Specific Gravity. 11.00 450.00 108 Piece Light Emitting Diode (led), Light Bulb Power Consumption: 6-7 Watts, Color Temperature: 6,500 Kelvin, Lumen Output: Not Less Than 530 Lumens, Frequency Rating: 60hz, Color Rendering Index: 80 +/-10% , Input Voltage: 85-265 Volts, Ac , Socket Base: E27, Light Color: Cool Daylight, Power Factor: Not Less Than 0.90, Average Life: Not Less Than 15,000 Hours, Operating Temperature: > 35°c, Brand Shall Be Engraved/embossed/printed On The Item, Packaging:in Individual Box, One Hundred (100) Pieces Per Carton. 42.00 90.00 109 Piece Marker, Permanent, Black Ink Color: Black, Blue, Red,tip: Felt Writing/line Width (min.): 1.smm, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item.,material And Structure:,the Cap Shall Fit Snugly Or Firmly To The Barrel And Of Such Structure That Will Easily Cap And Decap;,the Ink Reservoir Shall Be Stable To Prevent Leakage When Stored And The Ink Flow Out Adequately Upon Use; And The Tip Of The Pen Shall Be Of Suitable Firmness And Good Structure That Will Regulate The Flow Of Ink.,shall Comply With The Following Parameters: Writing Performance Test,drying Performance Test, Resistance To Water Test. 27.00 42.00 110 Piece Marker, Whiteboard, Black Ink Color: Black, Blue, Red, Tip: Felt, Writing/line Width (min.): 1.smm, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item., Material And Structure: The Cap Shall Fit Snugly Or Firmly To The Barrel And Of Such Structure That Will Easily Cap And Decap; The Ink Reservoir Shall Be Stable To Prevent Leakage When Stored And The Ink Flow Out Adequately Upon Use; And The Tip Of The Pen Shall Be Of Suitable Firmness And Good Structure That Will Regulate The Flow Of Ink. Shall Comply With The Following Parameters: Writing Performance Test, Drying Performance Test, Resistance To Water Test. 23.00 60.00 111 Unit Mop Bucket, Heavy Duty, Hard Plastic Heavy Duty, Material: Hard Plastic, Approximate Size (min.), Width: 370mm, Length: 475mm, Height: 245mm, Capacity: 30 Liters, With Four (4) Heavy Duty Rotating Wheels/ball Casters, With Squeezer, With Precautionary Markings. 1.00 4,441.00 112 Pad Note Pad, Stick On, 3" X 3" Size (l X W):width (-2%):76 Mm, Length (-2°â): 76 Mm, Basis Weight (min.): 70gsm, Sheet Thickness (min.): 0.09mm, One Hundred (100) Sheets Per Pad, Adhesive Width Orientation Shall Be On Either Side. E Brand Shall Be Printed On The Endpaper. Assorted Colors: Yellow, Pink, Green, Orange, Shall Pass The Performance Tests. 16.00 25.00 113 Pad Note Pad, Stick On, 50mm X 76mm (2" X 3") Min Size (l X W): Width (min.): 50mm, Length (-2°â): 76mm, Basis Weight (min.): 70gsm, Sheet Thickness (min.): 0.09mm, One Hundred (100) Sheets Per Pad, Adhesive Orientation Shall Be On The Shorter Side., Brand Shall Be Printed An The Endpaper. Assorted Colors: Yellow, Pink, Green, Orange, Shall Pass The Performance Tests. 30.00 18.00 114 Pad Note Pad, Stick On, 76mm X 100mm (3" X 4") Min Size (l X W): Width (-2%): 76mm, Length (min.): 100mm, Basis Weight (min.): 70gsm, Sheet Thickness (min.): 0.09mm, One Hundred (100) Sheets Per Pad, Adhesive Width Orientation Shall Be On The Longer Side.,brand Shall Be Printed On The Endpaper. Assorted Colors: Yellow, Pink, Green, Orange, Shall Pass The Performance Tests. 15.00 35.00 115 Box Paper Clip, Vinyl/plastic Coated, 33mm Wire Diameter (min.): 0.80mm Length Of Clip (min.): 33mm, Total Length Of Wire Used (min.): 102mm,assorted Colors,shall Pass The Performance Test. 12.00 17.00 116 Unit Paper Shredder Can Shred Papers, Paper Clips, Staples, Credit Cards And Compact Discs (cds),cross-cut,waste Bin Capacity (min.): Thirty (30) Liters,sheet Capacity: Sixteen (16) Sheets (min.) Using 70gsm; Or Twelve (12) Sheets (min.) Using 80gsm Of Paper.,intake Throat Width (min.): 220mm,cut/shred Size (max.): 4mm X 40mm,cutting Speed (min.): 4m/min.,electric Motor (min.): 200 Watts,continuous Run Time (min.): Twenty (20) Minutes,automatic Start/stop Control,mobility: With Or Without Casters (with Lock If With Casters),additional Salient Specifications:with Overheat Protection Function,with Jam Protection,with Reverse Function,safety Features: Manufacturer's Standard.,silent Operation (max.): Shredder Designed For Reduced Noise In Shared Workspaces Or Department Copy Rooms With Decibel Level (db) Of 70,mess Reduction System: Shredder Features An Automatic Or Manual Cleaning Cycle That Prevents Paper Build-up On Cutters. With A Sensor That Lets The User Know When To Empty The Bin.,with Operating/user's Manual (english Translation),brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item,warranty: Two (2) Years,standby Mode When Not In Use. 1.00 34,589.00 117 Unit Paper Trimmer / Cutting Machine, Table Top Table Top And Non Skid, Guillotine Paper Cutter, With Ruler Marking And Paper Size Markings Printed On The Base - B7, B6, A5, B5, A4, B4, Legal, And A3, Includes Securable Sliding Paper Size Marker/gauge, Paper Capacity (min.): 25 Sheets Of 70 Gsm Paper, With Stationary Blade Guard, Blade Is Made Of Removable High Quality Hardened Stainless Steel, Metal Structure: Base, Adjustable Paper Clamp Handle, Paper Clamp, Removable Cutter Handle, Cutter Lock, Blade Assembly Cover, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item, Warranty: One (1) Year On Parts And Services. 1.00 1,179.00 118 Ream Paper, Multicopy, A4 Basis Weight (-3%): 80gsm,size (±2mm In Either Direction): A4, 210mm X 297mm,sheet Count (min.): 500 Sheets Per Ream,trim Sizes Shall Be Along Machine Direction Or Long Grain,intended Application: For Laser Printer, Standard Office Copier, Etc.,paper Shall Be At Least Elemental Chlorine Free {ecf),inner Lining And Flute Of The Carton Box Shall Be 100% Recycled Fiber. 206.00 232.00 119 Ream Paper, Multi-purpose, 70gsm (min.), Legal Basis Weight (min.): 70gsm, Size (-l2mm In Either Direction): Legal, 216mm X 330mm, Sheet Count (min.): 500 Sheets Per Ream, Trim Sizes Shall Be Along Machine Direction Or Long Grain. 28.00 240.00 120 Ream Paper, Multi-purpose, A4 Basis Weight (min.): 70gsm,.size (±2mm In Either Direction): A4, X 297mm,sheet Count (min.): 500 Sheets Per Ream,trim Sizes Shall Be Along Machine Direction Or Long Grain,intended Application: For Laser Printer, Standard Office Copier, Etc.,paper Shall Be At Least Elemental Chlorine Free (ecf).,inner Lining And Flute Of The Carton Box Shall Be 100% Recycled Fiber. 62.00 210.00 121 Piece Puncher, Paper, Heavy Duty Punching Capacity: Thirty (30) Sheets Of 70gsm Multipurpose Paper,with Two Hole Guide,diameter Of Hole (±0.5): 7.00 Mm,construction/structure:the Operating Handle, Base And Frame Shall Be Connected To Each Other And Be Capable Of Smooth Repetitive Operation. Easy Insertion Of Paper.the Distance Between The Two Holes Shall Be 70mm (±0.5mm) Center-to-center. O The Punching Depth Shall Be 12mm (±lmm).the Puncher Shall Be Provided With A Handle Lock.the Receptacle Base Shall Fit Snugly Under The Puncher Base And Shall Not Chip Off, Break, Crack, Warp Or The Like. 8.00 200.00 122 Box Rubber Band, No. 18 Net Weight (min.): 350 Grams,width (min.): 1.00 Mm,thickness(min):1.00 Mm,lay Flat Length (+20%): 80mm,tensile Strength (min.): 9.81mpa,elongation (min.): 500%" 4.00 200.00 123 Pair Scissors, Symmetrical / Asymmetrical Straight Trimmers Intended For Cutting Papers, Plastic, And Rubber.,dimension (refer To The Illustration),l1 (13mm): 178mm,l2 (13mm): 87mm,length And Thickness Of The Cutting Blade : Manufacturer's Standard,construction/quality:,blades Shall Be Made Of Stainless Steel.,the Tip Of The Cutting Blade Shall Be Blunt.,blades Shall Be Flat And Shall Be Joined By A Binding Rivet/screw.,scissors Shall Be Adjusted For Proper Contact So That The Sharpened Edges Slide Against Each Other When The Handles (bows) Opposite To The Pivot Are Closed.,all Scissors Shall Be Furnished With Asymmetrical Or Symmetrical Bow Handles Made Of Rigid Plasric/rubber.,materials Shall Be Free From Any Defects And Imperfections Which Might Affect The Serviceability Of The Finished Product. Shall Pass The Performance Test. 13.00 50.00 124 Piece Sign Pen, Extra Fine Tip, Black Ink Color: Black, Blue, Red, Type: Liquid Or Gel, Tip: 0.5mm, Needle Type, With Non-slip Rubber Grip, With Metal Clip, One (1) Piece Barrel (non-refillable), Writing Length: One (1) Km {min). 220.00 38.00 125 Piece Stamp Pad, Felt Stamp Pad Container: Material: Combination Of Plastic And Metal, Metallic Component Shall Be Resistant To Rust, Thickness Of Metal (min.): 0.25mmm Plastic Component Shall Be Resistant To Impact And Ink. Stamp Pad Bed: Material: Felt, Pre-inked, Ink Shall Be Free From Any Offensive Odor. Thickness (min.): Smm, Width (min.): 61mm, Length (min.): 102mm, Shall Pass The Performance Tests, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item 10.00 50.00 126 Box Staple Wire, Standard Five Thousand (5,000) Wires Per Box, Made Of Metal Wire Coated With Any Anti-corrosion Material, Dimensions, In Mm:width (w) (+0.15mm/-0.20mm): 12.70 O Leg Length (l) (±0.2mm): 6.00mm/thickness (d) (± 0.0smm): 0.40 O Width (e) (± O.osmm), Number Of Wires Per Strip (min.): One Hundred (100), Shall Pass The Penetration Test, The Staples Shall Be Preformed And Cemented Together In Strip Form One Behind The Other, The Staples Shall Have Parallel Legs At Right Angles To The Crown. They Shall Easily Exit Without Clogging And Jamming The Stapler, Both Ends Of The Staples Shall Have Either Blunt Or Chisel Point Ends, Staples Shall Be Free From Burrs And Sharp Or Rough Edges, And Other Defects Which Might Affect The Appearance Or Serviceability Of The Leg. 44.00 37.00 127 Piece Stapler, Standard Type Loading Capacity (min.): 200 Staple Wires, Staple Pusher Shall Be A Metal Piece And Not Spring. Construction/structure: The Handle, Base And Frame Shall Be Connected Respectively And Be Smooth In Repetitive Actuation;loading Of The Staple Wire In The Staple Magazine Shall Be Easily Done;the Stapler Shall Be Constructed Such That The Staple Wire Will Not Jam Or Drop Out During Staplin, The Base Shall Be So Constructed That It Is Equipped With Clincher Block Having The Guide Groove Aligned With The Driver Blade So That It Can Bind Properly And Easily, The Driver Blade Shall Be Able To Push Out And Drive The Loaded Staple Wire Without Deformation; Each Part Shall Have Rigidity In Meeting The Performance Of The Stapler; As Per Attached Illustration Showing The Parts Of The Stapler, However Design May Vary; Shall Pass The Performance Test. 9.00 150.00 128 Piece Tape Dispenser, Table Top Table Top,weight (min.): 1.2kg,body Made Of Molded Plastic, Smooth Finish,non-skid Full Base Padding,with Serrated Cutting Blade,shall Hold 24mm Wide Tapes With Up To 75mm Core,shall Pass The Performance Test,assorted Colors: Red, Blue, Green, Black 5.00 142.00 129 Roll Tape, Electrical Made Of Polyvinyl Chloride (pvc), Width (±1.0 Mm): 19mm, Length (min.): 20 Meters, Thickness (min.): 0.15mm, Adhesive Strength (min.):normal State, N (kgf): 3.198 (0.326), Tensile Load (min.):normal State, N (kgf): 29.43 (3.0) After Heating, N (kgf): 29.43 (3.0), Elongation, % (min.):normal State: 100 O Afterheating:80, Dielectric Strength (min.):withstand Voltage: 5000 V, Color: Black, Ps Quality Or Icc Certificate 9.00 25.00 130 Roll Tape, Masking, 24mm Width (±1mm): 48mm, Usable Length (min.): 50 Meters, Thickness (max.): 0.25mm, Adhesion Strength (min.): 8.5n/24mm Width, Breaking Strength (min.): 85n/24mm Width 120.00 48.00 131 Roll Tape, Masking, 48mm Width (±1mm): 48mm, Usable Length (min.): 50 Meters, Thickness (max.): 0.25mm, Adhesion Strength (min.): 8.5n/24mm Width, Breaking Strength (min.): 85n/24mm Width 47.00 85.00 132 Roll Tape, Packaging, 48mm Color: Tan, Width (±lmm): 48mm, Usable Length (min.): 50 Meters, Base Material: Biaxially-oriented Polypropylene, Thickness (min.): 0.040mm, Adhesion Strength (min.): 6n/24mm, Breaking Strength (min.): 14n/24mm 3.00 50.00 133 Roll Tape, Transparent, 24mm Width (±1mm): 24mm, Usable Length (min.): 50 Meters, Base Material: Biaxially-oriented Polypropylene, Thickness (min.): 0.040mm, Adhesion Strength (min.): 6n/24mm, Breaking Strength (min.): 14n/24mm, The Tape Shall Be Wound Uniformly Around A Core. 83.00 31.00 134 Roll Tape, Transparent, 48mm Width (±1mm): 48mm, Usable Length (min.): 50 Meters, Base Material: Biaxially-oriented Polypropylene, Thickness (min.): 0.040mm, Adhesion Strength (min.): 6n/24mm, Breaking Strength (min.): 14n/24mm, The Tape Shall Be Wound Uniformly Around A Core. 11.00 50.00 135 Pack Tissue, Interfolded Paper Towel Basis Weight: 34gsm (+/-2gsm),sheet Dimension: Width: 200mm (±3mm) Length: 200mm (±3mm),raw Materials From 100% Recycled Fiber,total Number Of Sheets Per Pack: 150 Pulls,number Of Ply: One (1) Ply, Paper Shall Be At Least Elemental Chlorine Free (ecf) 74.00 66.00 136 Pack Toilet Tissue Paper, 2 Ply Weight (min.): 28gsm,sheet Dimensions:,width Of Sheet (±3mm): 100mm,length Of Sheet (-5mm): 114mm,acidity, Ph (min.): 6 ,tensile Strength, Kn/m (min.):md: 0.12, Cd: 0.03,absorption Time For Each Sheet Using 0.01ml Water, Sec. (max.): 30,100% Recycled Pulp ,paper Shall Be At Least Elemental Chlorine Free (ecf),150 Pull Per Roll (300 Sheets), (min.),shall Be Evenly And Firmly Wound To Form A Roll Which Is Sufficiently Rigid To Withstand Normal Handling And Usage.,roll Shall Be Perforated Across The Full Width Such That Each Sheet Can Be Easily Torn Off Along The Perforations,toilet Tissue Shall Not Have Noticeable Dust On The Surface Of Sheets. 57.00 185.00 137 Roll/pack Trashbag, Xxl Size Made From Polyethylene (pe) Plastic, Pe Shall Contain A Minimum Of 30% Post-consumer Material, Tubular Type, With Tie, Color: Black, White Or Green, Tear Resistant, Leak-proof Bottom Seal, Dimension (-6mm): 939.8 Mm X 1016.0 Mm (37" X 40"), Thickness (min.): 0.02mm, Tensile Strength At Break: Astm D882,one Way (min.): 15n/mm, Other Way (min.): 12n/mm, Elongation At Break: Astm D882, One Way (min.): 400%, Other Way (min.): 600%. 320.00 110.00 138 Box Ballpen 0.05mm (black) Ballpoint Pens Black, 0.5mm 12pcs Per Box 18 62.00 139 Pack Board Paper Long 200 Gsm. 10 Sheets Per Pack Size:long (13x8.5") Color: White 15 38.00 140 Bottle Epson 001 Ink Black Epson Original Ink Sealed With Box Color: Black Capacity: 135ml. (per Bottle) Black Ink Bottle: Approx Page Yield: 7,500 Pages Order Code:001 (c13t03y100) 2 532.00 141 Bottle Epson 001 Ink Magenta Product Specification: Epson Original Ink Sealed With Box Color:magenta Capacity: 70ml. (per Bottle) Magenta Ink Bottle: Approx Page Yield: 6000 Pages (composite Yield) Order Code: 001 (c13t03y300) 1 332.00 142 Bottle Epson 001 Ink Yellow Product Specification: Epson Original Ink Sealed With Box Color:yellow Capacity: 70ml. (per Bottle) Yellow Ink Bottle: Approx Page Yield: 6000 Pages (composite Yield) Order Code: 001 (c13t03y400) 1 332.00 143 Bottle Epson 001 Ink Cyan Product Specification: Epson Original Ink Sealed With Box Color:cyan Capacity: 70ml. (per Bottle) Cyan Ink Bottle: Approx Page Yield: 6000 Pages (composite Yield) Order Code: 001 (c13t03y400) 1 332.00 144 Box Large File Rubber Band (500x15x3mm) 50pcs / Box 10 322.00 145 Piece Magnetic White Board Eraser: Magnetic Board Eraser Drywipe Marker Cleaner Office Whiteboard 5 60.00 146 Pairs Metal Book Stand Nonskid Heavy Duty Bookend Home Office Article Oraganizing Tool: Metal Book Stand Nonskid Size: 20.8x16.8x13.8cm 50 88.00 147 Pcs Nano Double Sided Tape 10mm X 3 M Multipurpose Wall Tape Adhesive Strips Removable Mounting Tape 20 49.00 148 Box Paper Fastener /metal/8 Inches, 100 Pcs 70mm In Between Holes 10 182.00 149 Ream Paper Multi-purpose, A3 500 Sheets Per Ream A3 Size : 297mm X 420mm Color: White Thickness: 70gsm 30 454.55 150 Pack Specialty Paper 8.5x11 90gsm 10 Sheets Per Pack Size: 8.5x11 Inches Color: Pale Cream 20 20.00 151 Pcs Storage Box 28 L, Black, Cardboard Size: L 40cm X W28cm X H29 Cm Cardboard 9 478.50 152 Pack Glossy Photo Sticker Paper A4, High Quality Paper,a4 Size, 150 Gsm, Glossy Waterproof, 20 Sheets Per Pack 20 211.00 ***nothing Follows*** *suppliers With No Indicated Brand And Model For The Quoted Items Will Be Disqualified From The Selection Of Suppliers. This Project Will Be Awarded As: After Having Carefully Read And Accepted The Terms And Condition, I/we Quote You On The Item At Prices Noted Above. _____________________________ Name /signature Of Representative ¬¬ Will Not Participate Due To: _____________________________ Name /signature Of Representative
Closing Date21 Feb 2025
Tender AmountPHP 755.4 K (USD 13 K)

Municipality Of Irosin, Sorsogon Tender

Civil And Construction...+2Irrigation Work, Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Supply & Delivery Of Hardware/materials For The Improvement/rehabilitation Of Brgy. San Isidro Communal Irrigation System 1. The Local Government Unit Of Irosin, Through The Mdrrmo(5% Calamity Fund) Intends To Apply The Sum Of Six Hundred Eighty Six Thousand Four Hundred Two Pesos (p 686,402.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply & Delivery Of Hardware/materials For The Improvement/rehabilitation Of Brgy. San Isidro Communal Irrigation System, Good-03-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Supply & Delivery Of Hardware/materials For The Improvement/rehabilitation Of Brgy. San Isidro Communal Irrigation System Brief Description: 549.26 Kgs 16mm Diam Rsb/618.28 Kgs 12mm Diam Rsb/20kgs #16 Tie Wire/20 Pcs Hacksaw Blade/58 Pcs ½” Thk. Penolic Board/3000 Bd.ft. Coco Lumber/175 Kgs Assorted Cw Nail/96 Cu.m. Boulder/696 Bags Portland Cement/88 Cu.m. Washed Sand/22 Cu.m. Gravel Pea-size Approved Budget For The Contract : P 686,402.00 Contract Duration : 30 Calendar Days Delivery Period : 7 Calendar Days After The Issuance Of Notice To Proceed Source Of Fund : Mdrrmo(5% Calamity Fund) 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Seven(7) Calendar Days. Bidders Should Have Completed For The Last Two(2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent(60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21, 2025 Until January 28, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Not Hold A Pre-bid Conference. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 28, 2025, 8:59 Am At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 28, 2025, 9:00 Am At The Given Address Below At The Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Benjamin M. Gabionza,ce/fritzie Riva L. Michelena Mun. Engineer/mdrrmo Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Publication: January 21, 2025 _____________________ Noel D. Mercado Ii Bac Chairman Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Supply & Delivery Of Hardware/materials For The Improvement/rehabilitation Of Brgy. San Isidro Communal Irrigation System With Project Identification Number Good-03-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website. The Procurement Project (referred To Herein As “project”) Is Composed Of 1 Lot Hardware/materials, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Mdrrmo(5% Calamity Fund) In The Amount Of Six Hundred Eighty Six Thousand Four Hundred Two Pesos (p 686,402.00). 2.2. The Source Of Funding Is: Six Hundred Eighty Six Thousand Four Hundred Two Pesos (p 686,402.00) 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A.foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or B. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No. 9184, The Bidder Shall Have An Slcc That Is At Least One(1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must At Least Equivalent To: A. For The Procurement Of Non- Expandable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.2 Subcontracting Is Not Allowed During The Bidding. 7.3 Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.4 Subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Not Hold A Pre-bid Conference. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii( Checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicted In Itb Clause 5.3 Should Have Completed Within The Last Two(2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostile Convention, Only The Translated Documents Shall Be Authenticated Through The Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii( Checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification From Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 3184. 12. Bid Prices 12.1 Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A.for Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw(ex-works,ex-factory,ex-warehouse,ex-showroom, Or Off The Shelf, As Applicable); Ii. The Cost Of All Custom Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other(incidental) Services, If Any, Listed In The Bds. 13. Bid And Payment Currencies 14.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Adopted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreigh Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 14. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1 The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii(technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Option 1- One Project Having Several Items That Shall Be Awarded As One Contract. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply & Delivery Of Hardware/materials For The Improvement/rehabilitation Of Brgy. San Isidro Communal Irrigation System Brief Description: 549.26 Kgs 16mm Diam Rsb/618.28 Kgs 12mm Diam Rsb/20kgs #16 Tie Wire/20 Pcs Hacksaw Blade/58 Pcs ½” Thk. Penolic Board/3000 Bd.ft. Coco Lumber/175 Kgs Assorted Cw Nail/96 Cu.m. Boulder/696 Bags Portland Cement/88 Cu.m. Washed Sand/22 Cu.m. Gravel Pea-size B. Completed Within The Last Two(2) Years From The Date Of The Submission Of Bids 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 12 The Price Of Goods Shall Be Quoted Ddp Lgu-irosin, Irosin, Sorsogon. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.3 Hardware/materials 549.26 Kgs 16mm Diam Rsb/618.28 Kgs 12mm Diam Rsb/20kgs #16 Tie Wire/20 Pcs Hacksaw Blade/58 Pcs ½” Thk. Penolic Board/3000 Bd.ft. Coco Lumber/175 Kgs Assorted Cw Nail/96 Cu.m. Boulder/696 Bags Portland Cement/88 Cu.m. Washed Sand/22 Cu.m. Gravel Pea-size 20.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: None General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract(scc). 2. Advance Payment 2.1 Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2 The Procuring Entity Is Allowed To Determine The Terms Of The Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 4. Inspection And Tests The Procuring Entity Or Its Representatives Shall Have The Right To Inspect And/or The Test The Goods To Confirm Their Conformity To The Project. In Addition To Tests In The Scc, Section Vii(technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identify Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 7.1. In Order To Assure The Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 7.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines] “the Delivery Terms Applicable To This Contract Are Delivered [indicate Place Of Destination]. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Wilson G. Baliwas. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E. Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. F. No Additional Incidental Service Requirements. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: 1. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And 2. In The Event Of Termination Of Production Of The Spare Parts: I. Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii. Following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Costs Thereof Are Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of Ninety (90) Calendar Days. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within Ninety (90) Calendar Days Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 Partial Payment Is Not Applicable. 4 The Inspections And Tests That Will Be Conducted Are: Inspection Of The Hardware/materials If It Follows The Technical Specification Set By The End-user Unit. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months Remarks Indicate Here Any Other Appropriate Information As May Be Necessary. Signature Over Printed Name Position Department/division Section Vii. Technical Specifications Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] Technical Specifications Technical Specifications Item / Service Maximum Quantity Technical Specifications / Scope Of Work Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution.] Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; (b) Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives (c) Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located (d) Tax Clearance Per Eo 398 (e) Tax Clearance For Collection Purposes Technical Documents ⬜ (f) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (d) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (e) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. (h) Audited Financial Statement(afs) Audited Financial Statement Stamped, Received By The Bir Or Its Duly Accredited And Authorized Institutions, For The Immediately Preceding Calendar Year, Showing The Total Assets And Liabilities Which Should Not Be Earlier Than Two(2) Years From The Date Of Bid Submission Class “b” Documents ⬜ (i) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (k) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (l) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (m) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.   Omnibus Sworn Statement(revised) 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] 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 And In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) 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 Of 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 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2025 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. ______ To: [insert Name And Address Of Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two(2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen(15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1(f) Of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am Declared Ineligible Or Post Disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2025 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2025 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2025. Bid Form For The Procurement Of Goods (shall Be Submitted With The Bid) Bid Form Date: _____________________________ Project Identification No.: _____________ To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers_____, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To (supply/deliver/perform) (description Of The Goods) In Conformity With The Said Pbds For The Sum Of (total Bid Amount In Words And Figures) Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors , And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To (specify The Applicable Taxes, E.g. (i) Value Added Tax, (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties), Which Are Itemized Herein Or In The Price Schedules. If Our Bid Is Accepted, We Undertake: A.to Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents(pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Specified In The Pbds And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/conform That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of (name Of The Bidder) As Evidenced By The Attached (state The Written Authority). We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including, The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Goods(revised) __________________________________________________________________________ This Agreement, Made The _________ Day Of _______________, ________ Between [name And Address Of Procuring Entity] Of The Philippines (hereinafter Called The“entity”) Of The One Part And [name Of Supplier] (hereinafter Called The “supplier”) Of The Other Part. Whereas, The Entity Invited Bids For Certain Goods And Ancillary Services, Particularly (brief Description Of Goods And Services) And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of (contract Price In Words And Figures In Specified Currency) (hereinafter Called The “contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: I. Philippine Bidding Documents(pbds) I. Schedule Of Requirements; Ii.technical Specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins, If Any Ii. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Supplier: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Bill Of Quantities Item No. Item Quantity Unit Unit Price Total Price Prepared By: ______________ Proprietor
Closing Date28 Jan 2025
Tender AmountPHP 686.4 K (USD 11.7 K)

Municipality Of Irosin, Sorsogon Tender

Food Products
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Supply & Delivery Of Dietary Supplements For Philippine Multisectoral Nutrition Project(pmnp) 1. The Local Government Unit Of Irosin, Through The Trust Fund(pmnp) Intends To Apply The Sum Of Seven Hundred Thirty Nine Thousand Eight Hundred Thirty One Pesos And Fifty Centavos(p 739,831.50) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply & Delivery Of Dietary Supplements For Philippine Multisectoral Nutrition Project(pmnp), Good-02-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Supply & Delivery Of Dietary Supplements For Philippine Multisectoral Nutrition Project(pmnp) Brief Description: 560packs Instant Beef Bulalo With Vegetables 100grms/ 560packs Instant Chicken Arroz Caldo With Vegetables 100grms/ 480packs Instant Chicken Tinola With Malunggay 100grms/ 480packs Instant Champorado 100grms/560packs Chicken Sopas With Vegetables100 Grms/ 480packs Cheese Macaroni Soup 100grms/ 480packs Nutri Oats Sweet Corn 100grms/ 560packs Nutri Mongo And Pasas 100grms/ 560packs Nutricookies Squash 100grms/ 480packs High Protein Biscuits-butter 100grms/ 560packs Nutricookies With Real Strawberries 100grms/ 480packs Vegetables Crackers Malunggay 100grms/ 480packs Nutricookies Lemon 100grms/480 Packs Nutricookines Butter 100grms/ 1350packs Instant Beef Bulalo With Vegetables 60grms/ 1350packs Instant Chicken Arroz Caldo With Vegetables 60grms/ 1350packs Instant Chicken Tinola With Malunggay 6-grms/ 1200packs Instant Champorado 60grms/ 1350packs Ready To Cook Ginataang Monggo With Alugbati 60grms/1200packs Chicken Sopas With Vegetables 60grms/ 1350packs Cheese Macaroni Soup 60grms/ 1200packs Nutri Oats Sweet Corn 60grms/ 4050packs Instant Nutriblend Chocolate 60grms/ 1350packs Nutricookies Squash 60grms/ 1350packs High Protein Biscuits-butter 60grms/ 1350packs Nutricookies With Real Strawberries 60grms/ 1200packs Vegetable Crackers Malunggay 60grms/ 1200packs Nutricookies Lemon 60grms/ 1200packs Nutricookies Butter 60grms Approved Budget For The Contract : P 739,831.50 Contract Duration : 30 Calendar Days Delivery Period : 7 Calendar Days After The Issuance Of Notice To Proceed Source Of Fund : Trust Fund-phic Reimbursement (e-konsulta Package) 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Seven(7) Calendar Days. Bidders Should Have Completed For The Last Two(2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent(60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 Until January 15, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Not Hold A Pre-bid Conference. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 15, 1:59 Pm At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 15, 2025, 2:00 Pm At The Given Address Below At The Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Emelyn A. Vidar Mnao Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Publication: January 8, 2025 _____________________ Noel D. Mercado Ii Bac Chairman Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Supply & One(1) Unit Dietary Supplements For Philippine Multisectoral Nutrition Project(pmnp) With Project Identification Number Good-02-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website. The Procurement Project (referred To Herein As “project”) Is Composed Of 1 Lot Dietary Supplements, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Trust Fund Pmnp) In The Amount Of Seven Hundred Thirty Nine Thousand Eight Hundred Thirty One Pesos And Fifty Centavos(p 739,831.50). 2.2. The Source Of Funding Is: Trust Fund(pmnp) 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A.foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or B. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No. 9184, The Bidder Shall Have An Slcc That Is At Least One(1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must At Least Equivalent To: A. For The Procurement Of Non- Expandable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.2 Subcontracting Is Not Allowed During The Bidding. 7.3 Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.4 Subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold Not A Pre-bid Conference. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii( Checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicted In Itb Clause 5.3 Should Have Completed Within The Last Two(2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostile Convention, Only The Translated Documents Shall Be Authenticated Through The Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii( Checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification From Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 3184. 12. Bid Prices 12.1 Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A.for Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw(ex-works,ex-factory,ex-warehouse,ex-showroom, Or Off The Shelf, As Applicable); Ii. The Cost Of All Custom Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other(incidental) Services, If Any, Listed In The Bds. 13. Bid And Payment Currencies 14.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Adopted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreigh Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 14. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1 The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii(technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Option 1- One Project Having Several Items That Shall Be Awarded As One Contract. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply & Delivery Of Dietary Supplements For Philippine Multisectoral Nutrition Project(pmnp) Brief Description: 560packs Instant Beef Bulalo With Vegetables 100grms/ 560packs Instant Chicken Arroz Caldo With Vegetables 100grms/ 480packs Instant Chicken Tinola With Malunggay 100grms/ 480packs Instant Champorado 100grms/560packs Chicken Sopas With Vegetables100 Grms/ 480packs Cheese Macaroni Soup 100grms/ 480packs Nutri Oats Sweet Corn 100grms/ 560packs Nutri Mongo And Pasas 100grms/ 560packs Nutricookies Squash 100grms/ 480packs High Protein Biscuits-butter 100grms/ 560packs Nutricookies With Real Strawberries 100grms/ 480packs Vegetables Crackers Malunggay 100grms/ 480packs Nutricookies Lemon 100grms/480 Packs Nutricookines Butter 100grms/ 1350packs Instant Beef Bulalo With Vegetables 60grms/ 1350packs Instant Chicken Arroz Caldo With Vegetables 60grms/ 1350packs Instant Chicken Tinola With Malunggay 6-grms/ 1200packs Instant Champorado 60grms/ 1350packs Ready To Cook Ginataang Monggo With Alugbati 60grms/1200packs Chicken Sopas With Vegetables 60grms/ 1350packs Cheese Macaroni Soup 60grms/ 1200packs Nutri Oats Sweet Corn 60grms/ 4050packs Instant Nutriblend Chocolate 60grms/ 1350packs Nutricookies Squash 60grms/ 1350packs High Protein Biscuits-butter 60grms/ 1350packs Nutricookies With Real Strawberries 60grms/ 1200packs Vegetable Crackers Malunggay 60grms/ 1200packs Nutricookies Lemon 60grms/ 1200packs Nutricookies Butter 60grms B. Completed Within The Last Two(2) Years From The Date Of The Submission Of Bids 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 12 The Price Of Goods Shall Be Quoted Ddp Lgu-irosin, Irosin, Sorsogon. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.3 Dietary Supplements 560packs Instant Beef Bulalo With Vegetables 100grms/ 560packs Instant Chicken Arroz Caldo With Vegetables 100grms/ 480packs Instant Chicken Tinola With Malunggay 100grms/ 480packs Instant Champorado 100grms/560packs Chicken Sopas With Vegetables100 Grms/ 480packs Cheese Macaroni Soup 100grms/ 480packs Nutri Oats Sweet Corn 100grms/ 560packs Nutri Mongo And Pasas 100grms/ 560packs Nutricookies Squash 100grms/ 480packs High Protein Biscuits-butter 100grms/ 560packs Nutricookies With Real Strawberries 100grms/ 480packs Vegetables Crackers Malunggay 100grms/ 480packs Nutricookies Lemon 100grms/480 Packs Nutricookines Butter 100grms/ 1350packs Instant Beef Bulalo With Vegetables 60grms/ 1350packs Instant Chicken Arroz Caldo With Vegetables 60grms/ 1350packs Instant Chicken Tinola With Malunggay 6-grms/ 1200packs Instant Champorado 60grms/ 1350packs Ready To Cook Ginataang Monggo With Alugbati 60grms/1200packs Chicken Sopas With Vegetables 60grms/ 1350packs Cheese Macaroni Soup 60grms/ 1200packs Nutri Oats Sweet Corn 60grms/ 4050packs Instant Nutriblend Chocolate 60grms/ 1350packs Nutricookies Squash 60grms/ 1350packs High Protein Biscuits-butter 60grms/ 1350packs Nutricookies With Real Strawberries 60grms/ 1200packs Vegetable Crackers Malunggay 60grms/ 1200packs Nutricookies Lemon 60grms/ 1200packs Nutricookies Butter 60grms 20.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: None General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract(scc). 2. Advance Payment 2.1 Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2 The Procuring Entity Is Allowed To Determine The Terms Of The Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 4. Inspection And Tests The Procuring Entity Or Its Representatives Shall Have The Right To Inspect And/or The Test The Goods To Confirm Their Conformity To The Project. In Addition To Tests In The Scc, Section Vii(technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identify Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 7.1. In Order To Assure The Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 7.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines] “the Delivery Terms Applicable To This Contract Are Delivered [indicate Place Of Destination]. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Wilson G. Baliwas. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E. Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. F. No Additional Incidental Service Requirements. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: 1. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And 2. In The Event Of Termination Of Production Of The Spare Parts: I. Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii. Following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Costs Thereof Are Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of Three(3)months. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within Three(3)months Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 Partial Payment Is Not Applicable. 4 The Inspections And Tests That Will Be Conducted Are: Inspection Of The Hematology Analyzer To Be Delivered And If It Follows The Technical Specification Set By The End-user Unit. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months 1 Remarks Indicate Here Any Other Appropriate Information As May Be Necessary. Signature Over Printed Name Position Department/division Section Vii. Technical Specifications Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] Technical Specifications Technical Specifications Item / Service Maximum Quantity Technical Specifications / Scope Of Work Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution.] Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; (b) Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives (c) Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located (d) Tax Clearance Per Eo 398 Technical Documents ⬜ (e) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (d) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (e) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. (h) Audited Financial Statement(afs) Audited Financial Statement Stamped, Received By The Bir Or Its Duly Accredited And Authorized Institutions, For The Immediately Preceding Calendar Year, Showing The Total Assets And Liabilities Which Should Not Be Earlier Than Two(2) Years From The Date Of Bid Submission Class “b” Documents ⬜ (i) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (k) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (l) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (m) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.   Omnibus Sworn Statement(revised) 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] 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 And In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) 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 Of 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 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2024 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2024 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2024. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. ______ To: [insert Name And Address Of Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two(2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen(15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1(f) Of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am Declared Ineligible Or Post Disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2024 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2024 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2024. Bid Form For The Procurement Of Goods (shall Be Submitted With The Bid) Bid Form Date: _____________________________ Project Identification No.: _____________ To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers_____, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To (supply/deliver/perform) (description Of The Goods) In Conformity With The Said Pbds For The Sum Of (total Bid Amount In Words And Figures) Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors , And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To (specify The Applicable Taxes, E.g. (i) Value Added Tax, (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties), Which Are Itemized Herein Or In The Price Schedules. If Our Bid Is Accepted, We Undertake: A.to Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents(pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Specified In The Pbds And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/conform That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of (name Of The Bidder) As Evidenced By The Attached (state The Written Authority). We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including, The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Goods(revised) __________________________________________________________________________ This Agreement, Made The _________ Day Of _______________, ________ Between [name And Address Of Procuring Entity] Of The Philippines (hereinafter Called The“entity”) Of The One Part And [name Of Supplier] (hereinafter Called The “supplier”) Of The Other Part. Whereas, The Entity Invited Bids For Certain Goods And Ancillary Services, Particularly (brief Description Of Goods And Services) And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of (contract Price In Words And Figures In Specified Currency) (hereinafter Called The “contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: I. Philippine Bidding Documents(pbds) I. Schedule Of Requirements; Ii.technical Specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins, If Any Ii. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Supplier: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2024. Bill Of Quantities Item No. Item Quantity Unit Unit Price Total Price Prepared By: ______________ Proprietor
Closing Date15 Jan 2025
Tender AmountPHP 739.8 K (USD 12.6 K)
2781-2790 of 2816 archived Tenders