Uniform Tenders

Uniform Tenders

Bureau Of Corrections Muntinlupa City Metro Manila Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Philippine Bidding Documents Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) (procurement/contract No. 009) Sixth Edition July 2020 Bids And Awards Committee 202 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 6 Section Iii. Bid Data Sheet 13 Section Iv. General Conditions Of Contract 19 Section V. Special Conditions Of Contract 24 Section Vi. Specifications 26 Section Vii. Drawings 59 Section Viii. Bill Of Quantities 60 Section Ix. Checklist Of Technical And Financial Documents 61 Section I. Invitation To Bid Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Invitation To Bid Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) 1. The Bureau Of Corrections, Through The National Expenditure Program (nep) Of 2025 Capital Outlay, Intends To Apply The Sum Of Three Hundred Million Pesos Only (₱300,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) With Identification Number _epa-009__. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Corrections Now Invites Bids For Provision Of A Detailed Preliminary Architectural And Engineering Design, Detailed Engineering Requirements And Actual Construction Of The Bureau Of Corrections Super Maximum Security Facility, Based On The Final Detailed Architectural And Engineering Design, To Be Approved By The Head Of Procuring Entity Or Its Duly Authorized Representative Conformably With The Minimum Standards Set Forth In The (1) Presidential Decree (pd) No. 1096, National Building Code Of The Philippines (2) Batas Pambansa (bp)blg. 344, An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Public Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices (3) National Structural Code Of The Philippines (nscp), Volume I, 2010 (4) Philippine Electrical Code (pec), 2009 (5) Revised Plumbing Code Of The Philippines (6) Revised Irr Of Ra 10575 (7) Republic Act (ra) No. 9514, Revised Fire Code Of The Philippines And (8) Applicable Local Regulations And Ordinances. Completion Of The Works Is Required Within Three Hundred Sixty-five (365) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Amounting To At Least Fifty Percent (50%) Of The Abc Within The Last Six (6) Years. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bureau Of Corrections And Inspect The Bidding Documents At The Address Given Below From Monday To Friday From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On _december 28, 2024 (08:00am To 05:00pm) To January 20, 2025 (01:29 Pm)_____ From The Given Address And Website(s) Below. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity Bucor.gov.ph, Provided That Bidders Shall Pay The Applicable Fee Of Fifty Thousand (₱50,000.00) Pesos Only For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or By Facsimile. 6. The Bureau Of Corrections Will Hold A Pre-bid Conference On _january 06, 2025 (01:30pm)__ At Bac Conference Room Nbp Reservation Muntinlupa City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before __january 20, 2025 (01:30pm)_____. 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 15. 9. Bid Opening Shall Be On __january 20, 2025 (01:30pm)____ At The Bac Conference Room Nbp Reservation Muntinlupa City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Bureau Of Corrections Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised 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: Ma. Adoracion I. Viñas Office Of The Bac Secretariat Supply Office, Bureau Of Corrections, Muntinlupa City Tel # 02-8809-8587/02-8478-0907 Bacsec2022@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Bucor.gov.ph Date Of Issue: _______________ Ccsupt Celso S Bravo Chairperson, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Bureau Of Corrections Invites Bids For The Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf), With Project Identification Number__________________. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Three Hundred Million Pesos Only (₱300,000,000.00). 2.2. The Source Of Funding Is: Nga, The National Expenditure Program 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.1. [if Procuring Entity Has Determined That Subcontracting Is Allowed During The Bidding, State:] The Bidder Must Submit Together With Its Bid The Documentary Requirements Of The Subcontractor(s) Complying With The Eligibility Criteria Stated In Itb Clause 5 In Accordance With Section 23.4 Of The 2016 Revised Irr Of Ra No. 9184 Pursuant To Section 23.1 Thereof. 7.2. [if Subcontracting Is Allowed During The Contract Implementation Stage, State:] The Supplier May Identify Its Subcontractor During The Contract Implementation Stage. Subcontractors Identified During The Bidding May Be Changed During The Implementation Of This Contract. Subcontractors Must Submit The Documentary Requirements Under Section 23.1 Of The 2016 Revised Irr Of Ra No. 9184 And Comply With The Eligibility Criteria Specified In Itb Clause 5 To The Implementing Or End-user Unit. 7.3. Subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor 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 A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address At Bac Conference Room Nbp Reservation Muntinlupa City And/or Through Videoconferencing/webcasting} As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3. A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until 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. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Architectural, Engineering Design, Detailed Engineering Requirements And Construction Of Building With Concreting Works. 7.1 Subcontracting Is Not Allowed 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: For Design Personnel: Key Personnel General Experience Relevant Experience Principal Architect The Principal Architect Must Be Duly-licensed With At Least Ten (10) Years’ Experience Experience In The Design Of Residential, Government Offices Or Institutional Facilities, And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Structural Engineer The Structural Engineer Must Be A Duly-licensed Civil Engineer With At Least Ten (10) Years’ Experience. Experience In Structural Design And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Professional Electrical Engineer The Electrical Engineer Must Be A Registered Professional Electrical Engineer With At Least Five (5) Years’ Experience. Experience In The Design Of Lighting, Power Distribution, Communication Systems (specifically Structured And Local Area Network Cabling, Pabx), Building Management Systems And Preferably Knowledgeable In Developments In Emergent Efficient Lighting Technologies And Energy Management. Professional Mechanical Engineer The Mechanical Engineer Must Be A Professional Mechanical Engineer With At Least Five (5) Years’ Experience. Experience In Hvac And Fire Protection Systems And Preferably Knowledgeable In Emergent, Alternative Energy- Efficient Hvac Technologies. Electronics And Communications Engineer The Electronics And Communications Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In The Design Of Communications Systems, And Preferably Knowledgeable In The Application Of Building Automation And Surveillance Systems. Sanitary Engineer The Sanitary Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In The Design Of Building Water Supply And Distribution, Plumbing, And Preferably Knowledgeable In Waste Water Management/treatment, And Emergent, Alternative Effluent Collection And Treatment System. The Design & Build Contractor May, As Needed And At Its Own Expense, Add Additional Professionals And/or Support Personnel For The Optimal Performance Of All Architectural And Engineering Design Services, As Stipulated In These Terms Of Reference, For The Project. Prospective Bidders Shall Attach Each Individual’s Resume And Prc License Of The (professional) Staff. Design Personnel May Also Be Utilized For The Construction Phase Provided That The Same Meet The Minimum Number Of Years Of Experience In The Construction Of Similar Projects. For Construction Personnel: Key Personnel General Experience Relevant Experience Project Manager The Project Manager Shall Be A Licensed Architect Or Engineer With At Least Eight (8) Years Relevant Experience. Relevant Experience On Similar And Comparable Projects In Different Locations. The Project Manager Should Have A Proven Record Or Managerial Capability Through The Directing/managing Of Major Civil Engineering Works, Including Projects Of A Similar Magnitude. Project Architect/engineer The Project Architect/engineer Shall Be A Licensed Architect Or Engineer With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Materials Engineer (m.e. I) The Materials Engineer Must Be Duly Accredited With The Dpwh And With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Electrical Engineer The Electrical Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects In The Installation Of Lighting, Power Distribution, Communication Systems (specifically Structured And Local Area Network Cabling, Pabx), Building Management Systems. Mechanical Engineer The Mechanical Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects In The Installation Of Hvac And Fire Protection. Sanitary Engineer The Sanitary Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects In The Installation Of Building Water Supply And Distribution, Plumbing. Foreman The Foreman Must Have At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Safety Officer The Sanitary Officer Must Have At Least Two (2) Years’ Experience. Must Be An Accredited Safety Practitioner By The Department Of Labor And Employment (dole) And Must Have Undergone The Prescribed Forty (40) Hour Construction Safety And Health Training (cosh) 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Backhoe At Least 38hp With 0.055 To 0.160 M3 Bucket Capacity 1 Pay Loader At Least 2.5 To 9.5 M3 Bucket Capacity 1 Dump Truck At Least 10 Cu.m. 2 Generator 50kva 1 Concrete Mixers 1 Bagger 4 Welding Machines 300amp Heavy Duty 4 Submersible Dredging Pump At Least 1hp And 2” Output 1 Prospective Bidders Shall Attach The List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be. 12 No Further Instructions. 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than 2% Of The Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less Than 5% Of The Abc, If Bid Security Is In Surety Bond. 19.2 No Further Instructions. 20 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its; 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) 2. Supporting Documents For The Slcc (notice Of Award And/or Notice To Proceed And Project Owner’s Certificate Of Final Acceptance Issued By The Owner Other Than The Contractor Or The Constructors Performance Evaluation System (cpes) Final Rating, Which Must Be At Least Satisfactory. In Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted) 3. Certified True Copy Coming From The Issuing Agency Of Valid And Current Registration Certificate (sec Certificate Of Registration For Corporation Or Dti Certificate Of Registration For Sole Proprietorship Or Cda Certificate Of Registration For Cooperative) 4. Valid And Current Mayor’s Or Business Permit 5. Valid And Current Tax Clearance 6. Valid And Current Pcab License And Registration 7. Audited Financial Statement 8. Three (3) Sets Photocopy Of Eligibility And Financial Envelope Duly Marked As “copy No.1”, “copy No.2” And “copy No.3” 21 No Further Instructions. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Possession Of Site 3.1 The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 3.2 If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property (ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause 2 Sectional Completion Is Not Applicable The Intended Completion Date Is Three Hundred Sixty-five (365) Calendar Days From The Date Of Receipt Of The Ntp. 4.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor From The Date Of The Receipt Of Notice To Proceed (ntp). 6 No Further Instructions. 7.2 Fifteen (15) Years. 10 No Dayworks Are Applicable To The Contract. 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within Fourteen (14) Calendar Days After The Issuance Of The Notice To Proceed (ntp) 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is One Tenth Of One Percent Of The Total Contract Price. 13 The Amount Of The Advance Payment Is Fifteen Percent (15%) Of The Contract Price Upon Submission To And Acceptance By The Bureau Of Corrections Of An Irrevocable Standby Letter Of Credit Of Equivalent Value From A Commercial Bank, A Bank Guarantee Or A Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Licensed By The Insurance Commission And Confirmed By The Bureau Of Corrections. 14 The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15.1 The Date By Which “as Built” Drawings Are Required Is Upon Actual Completion Of The Project. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is Equivalent To Five Percent (5%) Of The Contract Price. Section Vi. Specifications Terms Of Reference Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) Sablayan Prison And Penal Farm, Occidental Mindoro 1. Project Information 1.1 Project Description The Mission Of The Bucor Is To Protect Society By Confining Offenders In The Controlled Environments Of Prisons And Community-based Facilities That Are Safe, Humane, Cost-efficient, And Appropriately Secure, And That Provide Self-improvement Opportunities To Assist Offenders In Becoming Law-abiding Citizens. The Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) Shall Be Conducive To The Reformation And Rehabilitation Of Inmates That Will Bring Them Back Into The Mainstream Of Society As Useful Citizens Of The Country. The Contract Will Involve The Design And Build Scheme Leading To The Construction Of The Bureau Of Corrections Super Maximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm, Sablayan, Occidental Mindoro. The Plans And Designs Shall Be In Accordance With The Plan Of The Said Structures As Conceptualized By The Bucor Planning And Design Division Or As Conceptualized By The Winning Bidder If The Latter Is Found To Be Superior (as Defined In Section 3.1.1 Of This Tor). Contractors Shall Be Required To Conduct A Bucor Led Site Inspection And Evaluation To Enable The Contractors To Develop Their Proposals Accordingly. The Bureau Of Corrections Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Out Of Any Data Presented By The Contractor. The Bucor Super Maximum Prison Facility (phase 2) Shall Be Constructed As Per Approved Drawings, Specifications, Bill Of Materials, Scope Of Works And The General Contract Conditions Following The Guidelines As Per Annex G Of Irr Of Ra 9184. This Project Aims To Be Completed Within A Year, Aligning With Our Decongestion Program. This Expedited Timeline Underscores Our Commitment To Addressing Urgent Needs Within The Correctional System And Providing Timely Solutions For The High Risk Committed Pdl. The Plans And Designs Shall Be In Accordance With The Plan Of The Said Structures As Conceptualized By The Planning And Design Division (pdd) Under. Contractors Shall Be Required To Conduct A Bucor Led Site Inspection And Evaluation To Enable The Contractors To Develop Their Proposals Accordingly. The Bucor Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Out Of Any Data Presented By The Contractor. The Construction Of Super Maximum-security Facility Shall Be Constructed As Per Approved Drawings, Specifications, Bill Of Materials, Scope Of Works And The General Contract Conditions Following The Guidelines As Per Annex G Of Irr Of Ra 9184. The Project Shall Have The Following Basic Components: A. Complete Detailed Architectural And Engineering Design Plans, Technical Specifications, And Design Calculations For The Construction Of The Project. Such Plans, Designs, And Technical Specifications Shall Be Subject For Review And Approval By The Bucor Pdd. The Design Development And The Contract Documents Phases Of The Design Shall Continue After The Bid Is Awarded. It Shall Likewise Be Subject For Review And Approval By The Director Of Directorate For Engineering Services (des). B. The Bid Shall Be Based On The Conceptual/schematic Design Drawings Prepared By The Bucor Pdd Or That Submitted By The Winning Bidder As Defined In Section 3.1.1 Of This Tor. C. The Contractor Shall Complete The Construction Of The Following Facility Component: I. One (1) Unit 2-storey“type B” Pdl Dormitory At Least 3190 Sq.m (gross Area) Polished Flooring And Sandwich Panel Roofing With The Capacity Of Atleast 340 Pdl, 2 Pdl Per Cell With Double Deck Bunk Bed (160 Cells), 1 Pdl Per Cell With Single Bed (20 Cells). The Dormitory To Include Complete Utilities, Power Supply, Cctv, Water Supply, Fire Protection; • Electrical System: Three-phase Power Line Supply, Connected From The Local Electric Utility (from Main Road/ Source To The Compound. The Power Line Shall Be Used For The Future Development Of The 50 Ha Facility. • Electrical System: Backup Power (three-phase Genset) Supply System With Capacity Not Less Than Total Computed Mva Load, Without Demand Factor (designed To Supply The Dormitory), And To Include Capacitor Bank, If Necessary; • Sewerage And Drainage Systems(pipelines To Cover From Project Site To Nearest Tapping Point); • Water Supply System With Sufficient Pressure To Provide The Water Requirement Of The Psdl. The System Is Oncomposed Of A Cistern Tank, Pumps, And An Overhead Water Storage Tank. Deep Well Source Water System (intake Box, Transmission Pipelines, Pressure Break Tanks, Chlorinator With Tanks And Accessories, Etc.) Whichever Is Deemed Most Suitable For The Facility And Is Authorized By The Lgu. • Fire Protection System (fire & Jockey Pump, Pump House), Fire Detection Alarm System And Fire Suppression Equipment Included In Dormitory. • Cctv Systems: To Install Cctv At Perimeter Fence To Monitor The Inside Compound And Dormitory To Monitor The Hallways And Blind Spots. Ii. 3 Meters Height Concrete Perimeter Security Fence With Concertina Above, To Cover 50 Hectares Area (plastered And Painted Finish); Iii. Primary And Secondary Fence For 1.8 Hectares Compound Including Gates, Catwalk And Post Towers (with Cr And Water Supply) (r.a. 10575 Rule 7). • 4 Meters Height Concrete Primary Perimeter Fence (with Catwalks, Concertina Wirings, Post Tower (with Cr And Water Supply) And Solar Lightings, (ra10575). • Secondary Perimeter Fence (3 Layer Concertina, Steel Mesh) With 300w Integrated Solar Light Every 3 Bays And (to Include Post Towers And Gates); Iv. Road Networks And Culverts • All Entry And Exit Point Of Any Bodies Of Water E.g. Creeks, Canals Shall Be Fenced Culvert By Metal Grills (non-corrosive); • The Project Has An Allocated Budget Sufficient To Cover At Least 1440 Sqm Of Road Construction Within The Prison Facility. While This Budget Allows For Road Development, Prioritization Shall Be Given To The Construction Of Culverts, Both Fenced And Road Culverts, To Ensure Adequate Drainage And Prevent Flooding. These Culverts Are Critical For The Road Leading From The Main Road To The Site, As Well As Along The Perimeter Of The Facility. To Accurately Assess The Project Scope And Design, Bidders Are Required To Conduct A Thorough Site Inspection To Identify And Evaluate All Necessary Culverts." 1.2 Contractual Framework The Contractual Arrangement To Be Used For The Project Is The Design-and-build (db) Scheme. Under This Scheme The Procuring Entity Awards A Single Contract For The Architectural/engineering Design And Construction To A Single Firm, Partnership, Corporation, Joint Venture Or Consortium. The Winning Contractor Shall Consult And Collaborate With The Bucor Pdd For The Preparation Of The Detailed Architectural Design Of The Project. The Detailed Architectural And Engineering Design Shall Be Subject For The Review And Approval By The Bucor Pdd. Contractors Shall Be Required To Conduct A Bucor Led Site Inspection And Evaluation To Enable The Contractors To Develop Their Proposals Accordingly. The Bucor Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Out Of Any Data Presented By The Contractor. The Obligations And Liabilities Of The Contractor And Its Architect Shall Be Joint And Solidary For Purposes Of The Detailed Architectural Design Of The Project In Accordance With Article 1723 Of The Civil Code Of The Philippines And Other Pertinent Laws. The Db Scheme Of Procurement Was Recommended, Endorsed, And Adopted Pursuant To The Annex G Of Irr Of Ra 9184. 2. Scope Of Contract 2.1 Obligations Of The Winning Bidder/contractor A. Render Architectural And Allied Engineering Design Services Including Final Schematic Design Necessary For The Implementation Of The Project. The Allied Engineering Design Services Shall Include, But Shall Not Be Limited To, Design For Architectural, Civil, Structural, Electrical, Mechanical, Plumbing, And Electromechanical. All Drawings Shall Be Generated Using Modern Modeling/drafting Software And Printed On High Quality 20” X 30” Blue Print Paper. B. Undertake Detailed Architectural And Engineering Designs (daeds) Using The Given Data Such As Topographic, Hydrographic And Cross–section Surveys, Geotechnical And Geological Investigation, And Hydrologic Investigation And Initial Schematic Design Or Design Concept Provided By The Bucor Pdd Which Conforms With The Minimum Performance Specifications And Standards (mpss); C. If Applicable, Secure Environmental Clearance Or An “environmental Compliance Certificate (ecc)”. If The Proposed Project Is Considered Outside The Purview Of The Philippine Environmental Impact Statement (eis) System, A Certificate Of Non- Coverage Or Certificate Of Exemption Shall Be Secured. D. The Project Shall Be Constructed According To The Daeds Prepared By The Winning Bidder And Approved By The Bucor And In Compliance With The Mpss As Well As Provided In Rule Vii, Section 7 Of The Irr Of Ra 10575. Likewise, Construction Includes Conformance To The Provisions Pertaining To Buildings Under The Latest Edition Of The Dpwh Standard Specifications For Public Works Structures, Volumes Ii And Iii (blue Book). The Blue Book Prescribes, Among Other Things, The Material Requirements And Construction Requirements For Different Items Of Work, Including The Tests To Be Conducted During Construction By The Dpwh-accredited Testing Laboratory. The Blue Book Incorporates Pertinent Provisions Of The American Society For Testing And Materials (astm) And American Concrete Institute (aci), Among Other Standards, Pertaining To Construction. Attention Shall Be Given To The Relevant Items Of Work In The Following Parts Of The Blue Book: Volume Ii ➢ Part A – Facilities For The Engineer ➢ Part B – Other General Requirements Volume Iii ➢ Part A – Earthwork ➢ Part B – Plain And Reinforced Concrete Works ➢ Part C – Finishing ➢ Part D – Electrical ➢ Part E – Mechanical ➢ Part I – Water Supply ➢ Part J – Flood Control And Drainage ➢ Part I-c – Drainage Works For Materials And Technologies Not Covered By The Blue Book, Or If The Proponent Intends To Use Any New Material/technology Which Is Not Accredited By The Dpwh Bureau Of Research And Standards (brs), The Proponent Shall Submit A Certification From A Recognized Foreign Or International Institution To The Effect That The New Materials Or Technology Meets The Mpss For This Project And Has Been Successfully Used In Existing Structures With Proven Integrity. The Winning Bidder Or Contractor Shall Be Held Liable For Design And Structural Defects And/or Failure Of The Completed Project Within The Warranty Period Specified In Section 62.2 Of The Irr Of Ra 9184; And, F. The Winning Bidder Or Contractor Shall Be Solely Responsible For The Design And Shall Be Held Responsible For Any Default Resulted From Improper Design. Further, Extended Liability Of The Contractor Since It Stipulated That The Works, When Completed, Shall Be Fit For The Purpose For Which It Was Intended As Defined In The Contract. 2.2 Obligations Of The Bucor A. Provide Full Information On All Requirements For The Project; B. Approve The Winning Bidder Or Contractor’s Design Without Diminishing Their Full And Sole Responsibility For The Quality And Integrity Thereof; C. Give Prompt Written Notice Thereof To Winning Bidder Or Contractor, If It Observes Or Becomes Aware Of Any Defect In The Project; D. Designate, When Necessary, Representatives Authorized To Act On Its Behalf. It Shall Examine Documents Submitted By The Winning Bidder Or Contractor And Render Decisions Pertaining Thereto Promptly, To Avoid Unreasonable Delay In The Progress Of Their Work. It Shall Observe The Procedure Of Issuing Orders To The Winning Bidder Or Contractor; E. Supervise And Monitor The Implementation Of The Project; I. Construction Monitoring And Testing Forms: • The Use Of Construction Monitoring And Testing Forms That Will Be Provide By The Bucor - Nhq Pdd Is Mandatory Throughout The Duration Of Construction. • Oversight Of These Forms Will Be Conducted By The Engineering Services (es) Of The Sppf On Behalf Of The Bucor Pdd • Sppf-es To Impose To Contractor Testing Of All Items After Installation And/or Application. Es To Send Pdd Copy Of The Test Report/s. • Sppf-es To Monitor Material Delivery Of Contractor To Ensure All Materials Installed And/or Applied Are In Accordance With The Specifications Stated On Plans And Contract Of This Project. • In Case There Would Be Substitute Or Alternative To The Original Specification Of Material/s, Sppf- Es To Inform Pdd Of Such Variation. Ii. Bucor Engineer Visits: • Nhq Engineers And Architects (personnel Of Pdd) Will Conduct Site Visits On A Quarterly Basis Or Whenever Deemed Necessary To Ensure Compliance With Standards And Regulations. • Pdd Personnel To Witness The Final Testing And Commissioning Of The Systems, Equipment And Utilities Prior To Acceptance Of The Project Or Part Of The Project Thereof. Iii. Progress Billing Payment: • Sppf Es Engineers Will Provide Monthly Updates, Or As Deemed Necessary, On The Statement Of Work Accomplishment Based On The Actual Progress Of The Project, Including Reports Update. F. Pay The Accomplishment Accepted In The Conformance With The Mpss Included Under The Design And Build Contract. I. This Reports And Swa Updates Of The Ippf Es Will Be Reviewed And Approved By Pdd - Nhq Prior To Any Progress Billing Payments Being Made. 2.3 Bidding Documents The Bidding Documents For The Project Shall Govern The Conduct Of The Procurement Of The Project. 3. Scope Of Works 3.1 Planning And Design Phase 3.1.1 Preliminary Architectural Plan (pap) By Bidder The Approved Concept Design Shall Adopt The Provisions Indicated In Rule Vii, Section 7 Of The Irr Of Ra 10575. Bidders Shall Submit Also An Alternative Design Concept With Respect To The Actual Site Condition. This Alternative Design By The Winning Bidder Shall Be Adopted Should The Same Be Found To Be Superior Than The One Conceptualized By The Bucor Pdd. 3.1.2 Detailed Architectural And Engineering Design (daed) By The Winning Bidder During The Implementation Of The Project, The Winning Bidder Shall Prepare The Daed Of The Project And Submit The Same To The Bucor For Approval Prior To The Execution Of The Construction Works. The Winning Bidder Shall Prepare The Daed Based On Its Pap As Reviewed And Accepted By The Bucor Pdd And In Accordance With The Minimum Performance Standards And Specifications (mpss). The Daed Shall Be Undertaken With A Degree Of Accuracy That Will Allow Estimates To Be Made Within Approximately Plus Or Minus Five Percent (+/-5%) Of The Final Quantities. Once Approved By The Bucor, The Winning Bidder’s Daed Shall Form Part Of The Mpss. The Bucor-approved Daed, Together With The Mpss Provisions On Construction Under Section 2.0 Hereof, Shall Govern The Actual Construction Undertaken By The Winning Bidder. The Winning Bidder Shall Undertake The Necessary Field Surveys And Investigation In Accordance With The Dpwh Design Guidelines. In Carrying Out These Works, The Winning Bidder Shall Ensure That The Engineering, Environmental, Particularly During Field Investigations And The Development Of The Preliminary And Final Detailed Engineering Designs. The Winning Bidder Shall Ensure That All Designs Submitted For Approval Have Fully Taken Into Account Key Findings From The Engineering, Environmental, And That Negative Environmental Impacts Have Been Minimized Or Eliminated To The Fullest Extent Possible. 3.1.3 Architectural And Engineering Design Submittals I. Architectural Design A. The Building Should Be Designed With Structural, Electrical, Natural Or Combine Ventilation And Natural Lighting Following Building Design Standards. B. The Prospective Bidder Shall Prepare The Preliminary Architectural Plans In Accordance With The Requirements Of The National Building Code Of The Philippines, Accessibility Law (bp 344) Including All Other Applicable Laws And Local Ordinances. Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. Site Development Plan 2. Vicinity Map 3. Perspective 4. Floor Plans 5. Elevations A. Front Elevation B. Rear Elevation C. Right Elevation D. Left Elevation 6. Sections A. Longitudinal Section B. Cross Section 7. Doors & Window Schedule 8. Plans And Details Of Stairs And Ramps 9. Schedule Of Finishes For Floors, Walls And Ceiling 10. Miscellaneous Details Ii. Structural Design A. The Proponent Shall Prepare The Necessary Structural Analysis/calculation And Design Of The Structural Members Of The Building Component In Accordance With The National Building Code Of The Philippines With Its Referral Codes Such As The Latest National Structural Code Of The Philippines. The Design For The Structure Shall Take Into Account, Among Other Things, The Seismic Requirements Of The Area To Determine The Optimum Safety Of The Whole Structure And To Minimize Possible Earthquake Damage. B. On The Basis Of The Data Obtained From The Detailed Site Investigations, Topographical/soil And Survey, Geotechnical Engineering, Foundation Investigation, Material Testing, Survey Of Existing Site Conditions, The Seismic Requirements Of The Area, The Load Requirements Of The Building And Other Investigation Required To Obtain The Data Necessary To Ensure The Safety Of The Structure, The Proposal Shall Prepare The Preliminary Structural Design Plans Of The Structure. Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. Structural Design Criteria And Design Notes 2. Foundation Plan 3. Floor Framing Plans 4. Schedule Of Slab, Beams And Girders 5. Schedule Of Columns 6. Schedule Of Footings 7. Structural Details Of Stairs/ramp, If Applicable 8. Roof Framing Plan, If Applicable 9. Schedule And Details Of Trusses, If Applicable 10. Road Design And Details (if Applicable) 11. Miscellaneous Details Iii. Sanitary/plumbing Design A. General • The Detailed Design Shall Conform To The General Standards Adopted By The Sanitary & Plumbing Code Of The Philippines And Other Pertinent Laws And Ordinances. • All Design Considerations/assumptions Shall Be Based On The Results Of The Technical Studies, Detailed Analyses, And Design Computations. • The Technical Drawings And Specifications Shall Clearly Indicate All The Details Required To Ascertain The Care And Thoroughness Devoted In The Preparation Of The Drawings. B. Drainage And Sewerage • The Drainage Layout Shall Show All The Required Information Such As Direction Of Flow, Manhole-to-manhole Distances, And Sizes Of Lines, Manholes/canals, Location Of Outfalls, Etc. • The Prospective Bidder Shall Prepare A Design For The Sewage Treatment Plant In Accordance To The Clean Water Act Of 2004 (republic Act No. 9275) And Other Relevant Laws And Ordinances. Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. General Notes 2. Legend & Symbols 3. Sewer, Vent And Storm Drainage Layout 4. Enlarged Toilet Plan For Common And Pwd Toilets 5. Isometric Diagram 6. Miscellaneous Details 7. Drainage And Sewerage System 8. Three Chamber Septic Tank Plans And Details C. Water Supply And Distribution System • The Proponent Shall Carry Out A Preliminary Detailed Design For The Water Supply Of The Project. The Design Should Be On The Basis Of The Source And Volume Of Water Supply, Water Consumption, Piping Network, And Conveyance In Accordance With The Applicable Laws, Rules And Regulations Governing Health, Safety And Sanitation. • The Contractor Shall Install Elevated Water Storage/s Per Unit Located At The Roof Deck Of The Prison Dormitories. (sufficient Capacity To Supply The Pdl) Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. General Notes 2. Legend & Symbols 3. Water Line Layout 4. Water Line Isometric Diagram 5. Water Reservoir Plans And Details 6. Miscellaneous Details Iv. Electromechanical Design A. Sewage Treatment Plant • The Prospective Bidder Shall Prepare A Design For The Sewage Treatment Plant In Accordance To The Clean Water Act Of 2004 (republic Act No. 9275) And Other Relevant Laws And Ordinances. Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. General Notes 2. Legend & Symbols 3. Electrical System Layout 4. Mechanical System Layout 5. Instrumentation And Control System Diagrams 6. Piping And Instrumentation Diagrams (p&ids) 7. Equipment Details And Specifications 8. Electrical Power Distribution 9. Emergency Power Systems 10. Grounding And Lightning Protection 11. Control And Monitoring Systems, If Applicable 12. Safety Systems 13. Miscellaneous Details B. Fire Protection System • The Prospective Bidder Shall Prepare A Design For The Fire Protection System In Accordance To The Fire Code Of The Philippines, (irr) Of Ra 9514, And Other Relevant Laws And Ordinances. Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. Sprinkler System 2. Sprinkler System Isometric Diagram 3. Fire Fighting Piping System Diagram 4. Fire Alarm System Layout 5. Fire Suppression System Layout 6. Smoke Management System Layout 7. Fire Pump And Water Supply 8. Miscellaneous Details V. Electrical Design A. The Prospective Bidder Shall Prepare A Preliminary Design Plan For The Electrical And Power Supply System Of The Building In Accordance With The Electrical Code Of The Philippines, Fire Code Of The Philippines, National Building Code Of The Philippines And Other Relevant Laws And Ordinances. B. The Prospective Bidder Shall Prepare A Design For The Electrical And Power Supply System Considering Ease Of Maintenance And Prevention Of Illegal Connections Including Electrical Supply For Ceiling Fans. C. The Prospective Bidder Shall Prepare A Design For Backup Power Generator With Capacity Not Less Than Total Computed Kva Load Without Demand Factor. D. 3-phase Electrical Supply Shall Be Sourced From The Local Electrical Utility. E. Power Line Connection From Main Source To The Facility Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. Power Riser Diagram 2. Power Layout System 3. Lighting Layout System 4. Local Area Network System, If Applicable 5. Grounding System 6. Load Schedules 7. Others As Applicable Vi. Other Requirements  Technical Specifications  Boring Test  Structural Design And Analysis And Computation  Final Design And Construction Plans  Upon Award Of Contract, The Contractor Shall Comply The Following: O Prepare Final Draft Of Architectural And Engineering Design Plans Incorporating All Design Refinements And Revisions Based On Project Requirement Or As May Be Required By The Bucor Pdd Within The Scope Of Design. O Submit To The Bucor Design And Build Committee (bucor-dbc) The Final Architectural And Engineering Design Plans And Specifications Duly Signed And Sealed By The Concerned Professional Architect, Engineers, Incorporating All The Necessary Revisions And Refinements For Approval By The Head Of Procuring Entity. 3.2 Construction Phase The Following Works Shall Comprise This Phase: I. Permits And Clearances, The Contractor Shall Upon Authorization Of The Head Of The Procuring Entity (hope), Make Representations With The Government Agencies Concerned To Expedite The Processing Of The Necessary Permits And Certificates Such As The Following: A. Zoning Certification And Locational Clearance B. Building /electrical/sanitary Permits C. Certificate Of Occupancy D. Environmental Clearance Certificate E. All Other Permits/clearances As May Be Required For The Construction. Ii. Mobilization, The Contractor Shall Mobilize All The Required Project Team Personnel, Equipment, Tools, And Manpower With The Required Skills And In Sufficient Number As May Be Necessary For His Efficient Undertaking Of The Project. Iii. Clearing, Grubbing And Hauling/disposal Of Debris Iv. Construction Stage As A Rule, Contract Implementation Guidelines For Procurement Of Infrastructure Projects Shall Comply With Annex “e” Of The Revised Irr Of Ra 9184. The Following Provisions Shall Supplement These Procedures: I. No Works Shall Commence Unless The Contractor Has Submitted The Prescribed Documentary Requirements And Implementing Unit Has Given Written Approval. Work Execution Shall Be In Accordance With Reviewed And Approved Documents. Ii. The Contractor Shall Be Responsible For Obtaining All Necessary Information As To Risks, Contingencies And Other Circumstances Which May Affect The Works And Shall Prepare And Submit All Necessary Documents Specified By The Implementing Unit To Meet All Regulatory Approvals As Specified In The Contract Documents. Iii. The Contractor Shall Submit A Detailed Program Of Works Within Fourteen (14) Calendar Days After The Issuance Of The Notice To Proceed (ntp) For Approval By The Head Of The Procuring Entity (hope) That Shall Include, Among Others: A. The Order In Which It Tends To Carry Out The Work Including Anticipated Timing For Each Stage Or Design/detailed Engineering And Construction; B. Periods For Review Of Specific Outputs And Any Other Submissions And Approvals; C. Sequence Of Timing For Inspection And Tests; D. General Description Of The Design And Construction Methods To Be Adopted; E. Number Of Personnel To Be Assigned For Each Stage Of The Work; F. List Of Equipment Required On Site For Each Stage Of The Work; And G. Description Of The Quality Control System To Be Utilized For The Project. Iv. Any Errors, Omissions, Inconsistencies, Inadequate Or Failure Submitted By The Contractor That Do Not Comply With The Requirements Shall Be Rectified, Resubmitted And Reviewed At The Contractor’s Cost. If The Contractor Wishes To Modify Any Design Or Document Which Has Been Previously Submitted, Reviewed And Approved, The Contractor Shall Notify The Implementing Unit Within A Reasonable Period Of Time And Shall Shoulder The Cost Of Such Changes. V. As A Rule, Changes In Design And Construction Requirements Shall Be Limited Only To Those That Have Not Been Anticipated In The Contract Signing And Approval. The Following Guidelines Shall Govern Approval For Change Or Variation Order: A. Change Orders Resulting From Design Errors, Omissions Or Non-conformance With The Performance Specifications And Parameters And The Contract Documents By The Contractor Shall Be Implemented By The Contractor At No Additional Cost To The Bureau Of Corrections. B. Provided That The Contractor Suffers Delay And/or Incurs Costs Due To Changes Or Errors In The Preparation Of Performance Specification And Parameters, The Contractor Shall Be Entitled To Either One Of The Following:  An Extension Of Time For Any Such Delays Under Section 10 Of Annex “e” Of Irr-a (ra9184; Or  Payments For Such Cost As Specified In The Contract Documents, Provided That The Cumulative Amount Of The Variation Order Does Not Exceed Ten Percent (10%) Of The Original Project Cost. C. The Contract Documents Shall Include The Manner And Schedule Of Payment Specifying The Estimated Contract Amount And Installments In Which The Contract Will Be Paid. D. The Contractor Shall Be Entitled To Advance Payment Subject To The Provisions Of Section 4 Of Annex “e” Of The Revised Irr Of Ra 9184. E. The Implementing Unit Shall Monitor The Quality Control Procedures For The Design And Construction In Accordance With The Government Guidelines And Shall Issue The Proper Certificates Of Acceptance For Sections Of The Works Or Whole Of The Works As Provided For In The Contract Documents. F. The Contractor Shall Provide All Necessary Equipment, Personnel, Instruments, Documents And Others To Carry Out Specified Tests. G. This Design And Build Project Shall Have Minimum Defects Liability Period Of One (1) Year Contract Completion Or As Provided In The Contract Documents. This Is Without Prejudice To The Liabilities Imposed Upon The Engineer/architect Who Drew Up The Plans And Specification For A Building Sanctioned Under Section 1723 Of The New Civil Code Of The Philippines. H. The Contractor Shall Be Held Liable For Design And Structural Defects And/or Failure Of The Completed Project Within The Warranty Period Of 15 Years For Permanent Structures/buildings And 5 Years For Roads As Specified In Section 62.2.2 Of The Revised Irr Of Ra 9184 V. As-built Plans. The Contractor Shall Cause The Preparation And Submission Of As-built Plans Duly Signed And Sealed By All Concerned Parties Involved In The Construction In The Same Sheet Size And Scale As The Original Drawings In One (1) Blue Print Copy And One (1) Reproducible Copy. Vi. General Requirements: 1. Temporary Facilities Such As Field Offices For The Bucor Inspectorate Team, Project Engineers And Quarters For Laborers; Temporary Warehouse For The Construction Material. 2. Office Furniture And Equipment, Survey Equipment And Consumables 3. Photographs: This Item Consists Of The Supply Of Equipment And Materials, I.e., Album, Necessary To Undertake Photographic Progress Activities Of The Project And Of All Cost Incidental To The Preparation And Submission Of Photographs (at Least 12 Photographs Per Day). The Quantities For Photographs Shall Be One (1) Set Of Photographs Per Month. 4. Health And Safety Program Including Personal Protective Equipment (ppe) A. All Standard Safety Measures And Precautions Shall Be Exercised By The Contractor In The Course Of The Project For The Protection Of The Public And Its Workers And In Conformity With Dole Department Order No. 13, Series Of 1998. B. All Workers Shall Be Equipped With Proper Working Uniform And Identification At All Times. They Must Be Registered With The Governing Bucor Security Office And Must Comply With The Bucor’s Rules And Regulations. C. The Contractor Shall Secure His/her Own Equipment And Materials On Site. The Bucor Shall Not Be Liable To Any Losses Incurred During The Progress Of The Work. 5. Minimum Heavy Equipment Requirement (as Needed) For Site Development Such As: No. Item Specification 1. Backhoe 0.8 Cu. M. 2. Backhoe Wheel Mounted With Breaker 0.90 Cu. M. 3. Cargo/service Truck 2-5 Mt., 160 Hp 4. Dump Truck 12 Cu. Yd. 5. Motorized Road Grader G710a, 140hp 6. Payloader 1.5 Cu. M. 7. Vibrator Roller 10 Mt 8. Bulldozer 170 Hp 9. Scraper 515 Hp 10. Truck Mounted Crane, Hydraulic Telescopic Bommer Capacity: 41 – 45 Mt. 11. Crawler Crane 41-45 Mt 12. Generator Set 300 Kw/375 Kva 13. Water Pump 100mm Suction Dia. 14. One Bagger Mixer 4-6 Ft3/min 15. Concrete Vibrator Ey20, 5hp, 32-70mm 16. Vibro Hammer 45000 Kg-m 17. Excavator 17.5 Kw Or Any Specify Types Of Heavy Equipment Needed For A Site Development Will Be Determined By The Winning Bidder. 6. Environmental Compliance 7. Communication Equipment: This Item Consists Of The Provision Of Communication Equipment. 8. Billboard 9. Traffic Management (if Applicable). Vii. Building Construction 1 Lot One (1) Unit 2-storey“type B” Pdl Dormitory At Least 3190 Sq.m (gross Area) Polished Flooring And Sandwich Panel Roofing With The Capacity Of Atleast 340 Pdl, 2 Pdl Per Cell With Double Deck Bunk Bed (160 Cells), 1 Pdl Per Cell With Single Bed (20 Cells). The Dormitory To Include Complete Utilities, Power Supply, Cctv, Water Supply, Fire Protection; • Electrical System: Three-phase Power Line Supply, Connected From The Local Electric Utility (from Main Road/ Source To The Compound. The Power Line Shall Be Used For The Future Development Of The 50 Ha Facility. • Electrical System: Backup Power (three-phase Genset) Supply System With Capacity Not Less Than Total Computed Mva Load, Without Demand Factor (designed To Supply The Dormitory), And To Include Capacitor Bank, If Necessary; • Sewerage And Drainage Systems(pipelines To Cover From Project Site To Nearest Tapping Point); • Water Supply System With Sufficient Pressure To Provide The Water Requirement Of The Psdl. The System Is Composed Of A Cistern Tank, Pumps, And An Overhead Water Storage Tank. Deep Well Source Water System (intake Box, Transmission Pipelines, Pressure Break Tanks, Chlorinator With Tanks And Accessories, Etc.) Whichever Is Deemed Most Suitable For The Facility And Is Authorized By The Lgu. • Fire Protection System (fire & Jockey Pump, Pump House), Fire Detection Alarm System And Fire Suppression Equipment Included In Dormitory. • Cctv Systems: To Install Cctv At Perimeter Fence To Monitor The Inside Compound And Dormitory To Monitor The Hallways And Blind Spots. 1 Lot 3 Meters Height Concrete Perimeter Security Fence With Concertina Above, To Cover 50 Hectares Area (plastered And Painted Finish); 1 Lot Primary And Secondary Fence For 1.8 Hectares Compound Including Gates, Catwalk And Post Towers (with Cr And Water Supply) (r.a. 10575 Rule 7). • 4 Meters Height Concrete Primary Perimeter Fence (with Catwalks, Concertina Wirings, Post Tower (with Cr And Water Supply) And Solar Lightings, (ra10575). • Secondary Perimeter Fence (3 Layer Concertina, Steel Mesh) With 300w Integrated Solar Light Every 3 Bays And (to Include Post Towers And Gates); 1 Lot Road Networks And Culverts • The Project Has An Allocated Budget Sufficient To Cover At Least 1440 Sqm Of Road Construction Within The Prison Facility. While This Budget Allows For Road Development, Prioritization Shall Be Given To The Construction Of Culverts, Both Fenced And Road Culverts, To Ensure Adequate Drainage And Prevent Flooding. These Culverts Are Critical For The Road Leading From The Main Road To The Site, As Well As Along The Perimeter Of The Facility. • All Entry And Exit Point Of Any Bodies Of Water E.g. Creeks, Canals Shall Be Fenced Culvert By Metal Grills (non-corrosive); • To Accurately Assess The Project Scope And Design, Bidders Are Required To Conduct A Thorough Site Inspection To Identify And Evaluate All Necessary Culverts. A. Material Specifications: A. Floor Finishes • Polished Cement Finish Prison Cell, Hallways, Staircases, And Rooms • Plain Cement Finished - Pathways. • Ramps - Anti Slip Pavers Or Tiles • Crs – Unglazed Ceramic Tiles B. Wall Finishes A. Glazed Wall Tiles - 1.8m Height. B. Plain Cement Plaster Finish - For All Buildings And Facilities C. Ceiling Finishes C. Concrete Steel Decking, If Applicable. – Coated In White Enamel D. Painting D. Semi-gloss Solvent Paint Top Coat (high-end Quality) For Interior And Exterior Walls In Two To Three Coats Application. Apply Concrete Neutralizer For Newly Finished Concrete Surfaces. Use Solvent Primer. E. Varnish Paint Finish With Weather Proof Coating – For Doors And Jambs Branded, High-end Quality (offices, Etc.), All Wooden Doors Must Have Secondary Steel Doors. F. Use Epoxy Paint Primer. Epoxy Paint Finish – For Structural Steel And All Metal Works E. Doors And Windows G. No Doors For Prison Facility Comfort Rooms With 1.20 Meter Finish Wall Height (see Rule Vii, Section 7 R-irr Of Ra 10575). H. Steel Doors And Grills – For Dormitories, Gates And Other Security Areas. Sliding Doors For All Cells (see Rule Vii, Section 7 R-irr Of Ra 10575) F. Waterproofing I. Uv Resistant Polyurethane Waterproofing – For All Roof Deck With Topping Works Provided With Welded Wire Mesh. (at Elevated Water Tank Area) J. Cistern - Polyurethane Waterproofing G. Plumbing Works K. Upvc Pipe Series 1000 – For All Soil, Sewer, Waste, Dry And Wet Vent Piping High-end Quality L. Pprc Fusion Type – For All Water Lines High-end Quality M. Contractor Encouraged To Adapt: Lpf Flush Valve For Water Closet Or Stainless Toilet-lavatory Combination. Waterless Urinals N. Sprinkler System To All Prison Dormitories In Accordance With The Provisions Of Revised Plumbing Code Of The Philippines. O. Contractor To Provide A Water System To Supply The Facility 4. Approved Budget For The Contract (abc) The Approved Budget For The Contract (abc) Is Php 300,000,000. This Is The Ceiling For Acceptable Bids. Bids Higher Than Abc Shall Be Automatically Rejected. 5. Proposed Implementation Schedule (example): No. Of Months 1 2 4 5 6 7 8 9 10 11 12 Design Phase Construction Phase 6. Eligibility Criteria For Bidders 6.1 General The Eligibility Requirements For This Design And Build Project Shall Adopt The Provisions Of Annex “g” Of The Implementing Rules And Regulations Of Ra 9184 (e.g. Eligibility Requirement). However, If A Bidder Who Has No Experience In Db Project On Its Own May Opt To Enter A Subcontracting Agreement, Partnership, Or Joint Venture With A Design Or Engineering Firm For The Design Portion Of The Project. 6.2 Legal Requirements A. Valid Contractor’s License Issued By The Philippine Contractor’s Accreditation Board B. Valid License Of The Contractor’s Designer Issued By The Professional Regulation Commission. 6.3 Technical Requirements A. The Contractor’s Designer Must Have Designed One Structure Similar To The Project At Hand With A Construction Cost Of At Least 50 % Of The Abc. 6.4 Financial Requirements The Contractor Must Have A Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc To Be Bid Or Equivalent To Php300,000,000.00. 7. Contents Of The Bid 7.1 In The First Envelope Class “a” Documents Legal Documents I. Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of This Irr. For Procurement To Be Performed Overseas, It Shall Be Subject To The Guidelines To Be Issued By The Gppb. (a) Ii. Pcab License And Registration, In Case Of Jv; 57 Iii. Statement Of All Ongoing Government And Private Contracts; Iv. Statement Of Slcc; V. Nfcc Computation; Vi. Jva, If Applicable; Vii. Bid Security In The Prescribed Form, Amount And Validity Period; Viii. Project Requirements, Which Shall Include The Following: 1. Organizational Chart For The Contract To Be Bid; 2. List Of Contractor’s Personnel (design And Construction), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; 3. List Of Contractor’s Equipment Units Which Are Owned, Leased And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From Lessor/vendor For The Duration Of The Project. Ix. Omnibus Sworn Statement By The Prospective Bidder Or Its Authorized Representative In The Prescribed Format; X. Submission Of Preliminary Conceptual Design Plans: Class “b” Documents I. For Infrastructure Projects, Jv Bidders Shall Submit A Jva In Accordance With R.a. 4566 And It’s Irr. Ii. Each Partner Of The Joint Venture Shall Submit Their Philgeps Certificates Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Eligibility Documents By Any Of The Joint Venture Partners Constitutes Compliance: Provided, That The Partner Responsible To Submit The Nfcc Shall Likewise Submit The Statement Of All Of Its Ongoing Contracts And Audited Financial Statements. 1. Preliminary Conceptual Architectural Design Plans In Accordance With The Degree Of Details Specified By The Procuring Entity: (at Suitable Scale On High Quality A3 Blue Print Paper /digital Print Minimum Size) A. Location Plan/vicinity Map B. Perspective C. Floor Plans D. Front View Elevation E. Rear View Elevation F. Left Side View Elevation G. Right Side View Elevation H. Longitudinal Section I. Transverse Section 2. Design And Construction Method 3. List Of Contractor’s Personnel To Be Assigned To The Contract To Be Bid With Their Complete Qualification And Experience Data And Photocopy Of Their Valid Licenses Issued By The Professional Regulatory Commission (prc), Curriculum Vitae Of Key Staff, Partners Or Principal Officers With A Minimum Work Experience Requirements Set In The Bds; For Design The Key Professionals And The Respective Qualifications Of The Design Personnel Shall Be As Follows: • Principal Architect The Principal Architect Must Be Duly-licensed With At Least Ten (10) Years’ Experience In The Design Of Residential, Government Offices Or Institutional Facilities, And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. • Structural Engineer The Structural Engineer Must Be A Duly-licensed Civil Engineer With At Least Ten (10) Years’ Experience In Structural Design And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. • Professional Electrical Engineer The Electrical Engineer Must Be A Registered Professional Electrical Engineer With At Least Five (5) Years’ Experience In The Design Of Lighting, Power Distribution, Communication Systems (specifically Structured And Local Area Network Cabling, Pabx), Building Management Systems And Preferably Knowledgeable In Developments In Emergent Efficient Lighting Technologies And Energy Management. • Professional Mechanical Engineer The Mechanical Engineer Must Be A Professional Mechanical Engineer With At Least Five (5) Years In Hvac And Fire Protection Systems And Preferably Knowledgeable In Emergent, Alternative Energy- Efficient Hvac Technologies. • Electronics And Communications Engineer The Electronics And Communications Engineer Must Be Duly-licensed With At Least Ten (5) Years’ Experience In The Design Of Communications Systems, And Preferably Knowledgeable In The Application Of Building Automation And Surveillance Systems. • Sanitary Engineer The Sanitary Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience In The Design Of Building Water Supply And Distribution, Plumbing, And Preferably Knowledgeable In Waste Water Management/treatment, And Emergent, Alternative Effluent Collection And Treatment System. The Design & Build Contractor May, As Needed And At Its Own Expense, Add Additional Professionals And/or Support Personnel For The Optimal Performance Of All Architectural And Engineering Design Services, As Stipulated In These Terms Of Reference, For The Project. Prospective Bidders Shall Attach Each Individual’s Resume And Prc License Of The (professional) Staff. Design Personnel May Also Be Utilized For The Construction Phase Provided That The Same Meet The Minimum Number Of Years Of Experience In The Construction Of Similar Projects. For Construction Personnel The Key Professionals And The Respective Qualifications Of The Construction Personnel Shall Be As Follows: • Project Manager The Project Manager Shall Be A Licensed Architect Or Engineer With At Least Eight (8) Years Relevant Experience On Similar And Comparable Projects In Different Locations. The Project Manager Should Have A Proven Record Or Managerial Capability Through The Directing/managing Of Major Civil Engineering Works, Including Projects Of A Similar Magnitude. • Project Architect/engineer The Project Architect/engineer Shall Be A Licensed Architect Or Engineer With At Least Five (5) Years’ Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. • Materials Engineer (m.e. I) The Materials Engineer Must Be Duly Accredited With The Dpwh And With At Least Five (5) Years’ Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. • Electrical Engineer The Electrical Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience In Similar And Comparable Projects In The Installation Of Lighting, Power Distribution, Communication Systems (specifically Structured And Local Area Network Cabling, Pabx), Building Management Systems. • Mechanical Engineer The Mechanical Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience In Similar And Comparable Projects In The Installation Of Hvac And Fire Protection. • Sanitary Engineer The Sanitary Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience In Similar And Comparable Projects In The Installation Of Building Water Supply And Distribution, Plumbing. • Foreman The Foreman Must Have At Least Five (5) Years’ Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. • Safety Officer The Safety Officer Must Be An Accredited Safety Practitioner By The Department Of Labor And Employment (dole) And Must Have Undergone The Prescribed Forty (40) Hour Construction Safety And Health Training (cosh) And Must Have At Least Two (2) Years’ Experience. 4. Value Engineering Analysis Of Design And Construction. The Second Envelope (financial Proposal) Shall Contain All The Required Documents For Infrastructure Projects Under Section 25.38 Of The Irr Of R.a 9184. 7.2 In The Second Envelope – Financial Proposal The Contents Of Financial Proposal – In The Second Envelope Shall Be Governed By Section 6.1 Design And Build Scheme Of The Dpwh Procurement Manual Volume Ii - Infrastructure Main Guidelines (2016). A. Lump Sum Bid Prices, Which Shall Include The Detailed Engineering Cost, In The Prescribed Bid Form Inclusive Of Vat B. Detailed Estimates Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates And Equipment Rentals Used In Coming Up With The Bid For The Following: I Detailed Architectural And Engineering Design; Ii Demolition Works; And Iii Building Construction/civil Works. C. Bill Of Quantities D. Cash Flow And Payments Schedule. 8. Procedure And Criteria For Bids Evaluation For The Detailed Evaluation Of The Design And Build Proposals A Two-step Procedure Shall Be Adopted By The Bac, Which May Be Undertaken With The Assistance Of The Dbc. First-step Procedure: With The Assistance Of The Bucor Design And Build Committee (bucor-dbc), The Bac Shall Conduct The Opening, Preliminary Examination And Detailed Evaluation Of The Design And Build Proposals, As Follows: (1) The First Step Of The Evaluation Shall Involve The Review Of The Preliminary Conceptual Designs And Track Record Submitted By The Contract As Indicated In The Bidding Documents Using A Nondiscretionary “pass/fail” Criteria That Involve Compliance With The Following Requirements: A. Performance Specifications And Parameters And Degree Of Details; B. Adherence Of Preliminary Design Plans To The Required Concept Of Approach And Methodology For Detailed Engineering, Design And Construction With Emphasis On The Clarity, Feasibility, Innovativeness And Comprehensiveness Of The Plan Approach, And The Quality Of Interpretation Of Project Problems, Risks, And Suggested Solutions; And C. Quality Of Personnel To Be Assigned To The Project Which Covers Suitability Of Key Staff To Perform The Duties Of The Particular Assignments And General Qualifications And Competence Including Education And Training Of The Key Staff. 8.1 Merit Point Critera For The Bid Evaluation 8.1.1 Adherence To Performance Specifications (35 Points) A. Compliance And Adherence To Specifications: Excellent Compliance (100 Points): The Submission Fully Adheres To All Specified Project Requirements And Regulations, Demonstrating Meticulous Attention To Detail And Comprehensive Understanding Of The Tor. All Drawings And Documentation Are Accurate, Complete, And In Compliance With Relevant Standards. Good Compliance (80 Points): The Submission Largely Complies With Project Specifications And Regulations, With Minor Discrepancies. Drawings And Documentation Are Mostly Accurate And Complete, Meeting The Majority Of Requirements. Acceptable Compliance (70 Points): The Submission Satisfies Most Of The Specified Requirements And Regulations, Albeit With Some Notable Omissions Or Inconsistencies. Drawings And Documentation Are Generally Accurate And Complete, Meeting The Basic Expectations. Some Reservations (50 Points): The Submission Partially Meets The Specified Requirements And Regulations, With Several Notable Deficiencies Or Inconsistencies. There Are Significant Gaps Or Inaccuracies In The Drawings And Documentation, Raising Concerns About Compliance. Serious Reservations (20%) The Submission Falls Significantly Short Of Meeting The Specified Requirements And Regulations, With Major Deficiencies Or Inconsistencies. Drawings And Documentation Lack Essential Details Or Fail To Comply With Key Standards, Casting Doubt On The Bidder's Understanding Of The Project Scope. Unacceptable (0%) The Submission Fails To Comply With The Specified Requirements And Regulations, Lacking Essential Details And Demonstrating A Fundamental Misunderstanding Of The Project Scope. Drawings And Documentation Are Incomplete Or Inaccurate, Indicating A Lack Of Capability To Deliver The Project On Time. B. Functionality And Efficiency: Excellent (100%): The Design Optimally Utilizes Space, Facilitating Efficient Accommodation Of 500 Psdl. Layout And Design Enhance Operational Flow, Demonstrating Exceptional Foresight And Planning. Integration Of Facilities Promotes Smooth Prison Management. Good (80%): The Design Effectively Utilizes Space, With Minor Areas For Improvement In Operational Flow. Layout And Design Contribute To Efficient Prison Management, Meeting Most Functional Requirements. Acceptable (70%): The Design Adequately Utilizes Space, Meeting Basic Requirements For Accommodating 500 Psdl. Layout And Design Support Operational Flow, Though Some Improvements Are Needed For Optimal Functionality. Some Reservations (50%): The Design Partially Optimizes Space Utilization, With Notable Deficiencies In Operational Flow. Layout And Design Hinder Efficient Prison Management, Requiring Significant Adjustments For Improvement. Serious Reservations (20%): The Design Inadequately Utilizes Space, Hindering Accommodation Of 500 Psdl. Layout And Design Severely Impede Operational Flow, Indicating A Lack Of Understanding Of Functional Requirements. Unacceptable (0%): The Design Fails To Optimize Space Utilization, Lacking Consideration For Accommodating 500 Psdl. Layout And Design Pose Significant Obstacles To Efficient Prison Management, Indicating A Fundamental Misunderstanding Of Functional Requirements. C. Safety And Security: Excellent (100%): The Design Features Robust Perimeter Walls, Guard Towers, And Security Features Ensuring Optimal Pdl Containment And Facility Security. Fire Protection And Detection Systems Are Highly Reliable, With Comprehensive Safety Measures For Both Psdl And Staff. Good (80%): The Design Incorporates Effective Perimeter Walls, Guard Towers, And Security Features, With Minor Areas For Enhancement. Fire Protection And Detection Systems Are Reliable, With Adequate Safety Measures For Psdl And Staff. Acceptable (70%) The Design Includes Satisfactory Perimeter Walls, Guard Towers, And Security Features, Meeting Basic Requirements For Pdl Containment And Facility Security. Fire Protection And Detection Systems Are Functional, With Sufficient Safety Measures For Psdl And Staff. Some Reservations (50%): The Design Features Partially Effective Perimeter Walls, Guard Towers, And Security Features, With Notable Deficiencies In Pdl Containment And Facility Security. Fire Protection And Detection Systems Lack Reliability, With Limited Safety Measures For Psdl And Staff. Serious Reservations (20%): The Design Lacks Effective Perimeter Walls, Guard Towers, And Security Features, Compromising Pdl Containment And Facility Security. Fire Protection And Detection Systems Are Inadequate, Posing Significant Risks To Psdl And Staff Safety. Unacceptable (0%): The Design Neglects Perimeter Walls, Guard Towers, And Security Features, Failing To Ensure Pdl Containment And Facility Security. Fire Protection And Detection Systems Are Absent Or Non-functional, Posing Severe Risks To Psdl And Staff Safety. D. Sustainability And Environmental Considerations: Excellent (100%): The Design Includes Robust Safety Measures And Emergency Protocols, Ensuring The Safety And Well-being Of Psdl And Staff In Accordance With Ra 10575. Good (80%): The Design Integrates Sustainable Design Principles Effectively, With Minor Opportunities For Improvement In Energy Efficiency And Material Selection. Sewage Treatment And Water Conservation Measures Are Adequate, Supporting Environmental Sustainability. Acceptable (70%) The Design Includes Basic Sustainable Design Principles, Meeting Minimum Requirements For Energy Efficiency And Material Selection. Sewage Treatment And Water Conservation Measures Are Functional, Contributing To Environmental Sustainability. Some Reservations (50%): The Design Partially Incorporates Sustainable Design Principles, With Notable Deficiencies In Energy Efficiency And Material Selection. Sewage Treatment And Water Conservation Measures Lack Comprehensiveness, Limiting Environmental Sustainability. Serious Reservations (20%): The Design Lacks Consideration For Sustainable Design Principles, Neglecting Energy Efficiency And Eco-friendly Materials. Sewage Treatment And Water Conservation Measures Are Insufficient, Undermining Environmental Sustainability. Unacceptable (0%): The Design Disregards Sustainable Design Principles, Showing No Commitment To Energy Efficiency Or Eco-friendly Materials. Sewage Treatment And Water Conservation Measures Are Absent Or Inadequate, Disregarding Environmental Sustainability. E. Aesthetics And Architectural Design: Excellent (100%): The Design Exhibits Exceptional Aesthetic Appeal And Architectural Coherence, Showcasing Innovative And Visually Pleasing Elements. Consideration Of Local Architectural Vernacular And Contextual Integration Is Evident, Contributing To The Overall Excellence Of The Design. Good (80%): The Design Demonstrates Good Aesthetic Appeal And Architectural Coherence, With Some Areas For Enhancement In Creativity And Visual Impact. Consideration Of Local Architectural Vernacular And Contextual Integration Is Apparent, Enriching The Design. Acceptable (70%): The Design Achieves Acceptable Aesthetic Appeal And Architectural Coherence, Meeting Basic Expectations For Visual Presentation. Consideration Of Local Architectural Vernacular And Contextual Integration Is Present, Though Limited In Scope. Some Reservations (50%): The Design Lacks Significant Aesthetic Appeal And Architectural Coherence, With Notable Deficiencies In Creativity And Visual Impact. Consideration Of Local Architectural Vernacular And Contextual Integration Is Minimal, Detracting From The Overall Quality Of The Design. Serious Reservations (20%): The Design Exhibits Poor Aesthetic Appeal And Architectural Coherence, Failing To Engage Visually Or Inspire Interest. Consideration Of Local Architectural Vernacular And Contextual Integration Is Lacking, Diminishing The Design's Relevance And Appropriateness. Unacceptable (0%): The Design Lacks Any Aesthetic Appeal Or Architectural Coherence, Showing No Effort To Engage Visually Or Integrate With The Local Architectural Vernacular. Consideration Of Contextual Integration Is Absent, Rendering The Design Unsuitable For The Project. 8.1.2 Approach And Methodology For Detailed Engineering, Design, And Construction (40 Points) Excellent (100%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Is Exceptionally Clear, Feasible, Innovative, And Comprehensive. The Plan Demonstrates A High Level Of Understanding Of Project Problems, Risks, And Suggested Solutions, With Well-defined Strategies For Addressing Them. Good (80%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Is Clear, Feasible, And Comprehensive, With Some Innovative Elements. The Plan Adequately Addresses Project Problems, Risks, And Suggested Solutions, Though Some Areas May Require Further Development. Acceptable (70%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Satisfactorily Addresses Project Requirements, With A Basic Level Of Clarity And Feasibility. The Plan Outlines Strategies For Addressing Project Problems, Risks, And Suggested Solutions, Meeting The Minimum Expectations. Some Reservations (50%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Partially Addresses Project Requirements, With Notable Gaps In Clarity And Feasibility. The Plan Lacks Innovative Elements And May Inadequately Address Project Problems, Risks, And Suggested Solutions. Serious Reservations (20%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Demonstrates Significant Deficiencies In Clarity, Feasibility, And Comprehensiveness. The Plan Fails To Adequately Address Project Problems, Risks, And Suggested Solutions, Indicating A Lack Of Understanding Or Inadequate Planning. Unacceptable (0%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Is Unclear, Infeasible, And Lacks Comprehensiveness. The Plan Fails To Address Project Problems, Risks, And Suggested Solutions, Indicating A Fundamental Misunderstanding Or Disregard For Project Requirements. 8.1.3 Quality Of Personnel Assigned To The Project (25 Points) Excellent (100%): The Personnel Assigned To The Project, Including Key Staff, Are Highly Suitable And Competent To Perform Their Duties. Key Staff Members Possess Exceptional Qualifications, Competence, Education, And Training Relevant To Their Roles, Demonstrating A High Level Of Expertise And Experience. Good (80%): The Personnel Assigned To The Project, Including Key Staff, Are Suitable And Competent To Perform Their Duties Effectively. Key Staff Members Possess Relevant Qualifications, Competence, Education, And Training, Demonstrating Solid Expertise And Experience. Acceptable (70%): The Personnel Assigned To The Project, Including Key Staff, Meet The Basic Requirements For Suitability And Competence In Performing Their Duties. Key Staff Members Possess General Qualifications And Competence, Education, And Training Relevant To Their Roles, Meeting The Minimum Expectations. Some Reservations (50%): The Personnel Assigned To The Project, Including Key Staff, Demonstrate Some Suitability And Competence In Performing Their Duties, But Notable Deficiencies Are Present. Key Staff Members May Lack Certain Qualifications, Competence, Education, Or Training, Raising Concerns About Their Ability To Effectively Fulfill Their Roles. Serious Reservations (20%): The Personnel Assigned To The Project, Including Key Staff, Exhibit Significant Deficiencies In Suitability And Competence To Perform Their Duties. Key Staff Members Lack Essential Qualifications, Competence, Education, Or Training, Indicating A Lack Of Expertise Or Experience Relevant To Their Roles. Unacceptable (0%): The Personnel Assigned To The Project, Including Key Staff, Are Unsuitable And Incompetent To Perform Their Duties Effectively. Key Staff Members Lack The Necessary Qualifications, Competence, Education, And Training, Demonstrating A Fundamental Mismatch With The Requirements Of Their Roles. 8.2 Determination Of The Merit Point Score The Aggregate Of The Scores In Each Criterion Must Be 70% Or More To Pass Using The Following Formula In Equation. Description Weight (w) Rating (r) Criteria 1 35% (smax/sact) Criteria 2 40% Sact Criteria 3 25% Sact Smax = Η (100) Sact = R1 +r2 +r3 + . . .(rη) Where Η = Number Of Sub Criteria R = Rating Given To The Criteria/sub Criteria The Actual Score (sact) For Each Of The Criteria/sub Criteria Is Obtained By Adding All The Given Rating. (smax) Is The Summation Of Maximum Score Per Criteria 8.3 Passing Rate The Specific Passing Rate Value Depends On The Specific Context Of The Project, The Priorities Of The Design And Build Committee, And The Complexity Of The Requirements Outlined In Ra 10575. Based On The Provided Criteria And Descriptions, The Passing Rate For The Merit Point Criteria (mpc) Could Be Set At 75%. This Means That Bidders Must Score At Least 75% Or Higher In The Evaluation Process To Be Considered As Meeting The Minimum Requirements For The Project A. Pass Rate Per Criteria Will Be Determined Using The Formula: Score = W1*r1 + W2*r2 + W3*r3 B. A Bid Or Technical Bid That Failed In Any Of The Criteria’s Will Not Be Considered For Further Evaluation C. Score Above 75% Will Be Considered As Technically Responsive. Aggregate Score Of Less Than 75% Will Be Considered Failed, And May Be Rejected On That Basis. Second-step Procedure: Only Those Bids That Passed The Above Criteria Shall Be Subjected To The Second Step Of Evaluation. The Bac Shall Open The Financial Proposal Of Each “passed” Bidder And Shall Evaluate It Using Non-discretionary Criteria – Including Arithmetical Corrections For Computational Errors – As Stated In The Bidding Documents, And Thus Determine The Correct Total Calculated Prices. The Bac Shall Automatically Disqualify Any Total Calculated Bid Price Which Exceeds The Abc 9. Data To Be Provided By The Bucor These Data Are For Reference Only And Does Not Guarantee The Contractor That The Data Provided Are Correct, Free From Error, And Applicable To The Project At Hand. The Contractor Is Responsible For The Accuracy Or Applicability Of Any Data That He Will Use In His Design– Build Proposal And Services. Sample Data For Buildings: A. Conceptual Plans 10. Documents To Be Provided By The Contractor During Contract Implementation A. Detailed Architectural And Engineering Plans B. Design Analysis C. Survey Data D. Quantity Calculation E. Detailed Geotechnical Investigation Report F. Design Report. G. As-built Plans, (printed Including Cad Files And Bim Files (lod 500) H. Other Relevant Documents 11. Design And Build Period The Winning Bidder Shall Commence Actual Works Upon The Issuance By The Bucor Of The Notice To Proceed (ntp). The Winning Bidder Shall Complete The Daed And Submit Within The Ninety (60) Calendar Days (cds) Period To The Bucor For Review And Approval. The Contractor Shall Complete The Construction Of The Building Within 305 Cds For The Total Contract Duration Of 365 Cd. Conforme: Name Of Company In Print Signature Over Printed Name Of Authorized Representative/date Section Vii. Drawings The Conceptual Drawings Should Be Attached To This Section Or Annexed In A Separate Folder As Part Of The First Envelope (technical Component Envelope). Preliminary Conceptual Architectural Design Plans In Accordance With The Degree Of Details Specified By The Procuring Entity: At Suitable Scale On High Quality A3 Blue Print Paper /digital Print Minimum Size) 1. Location Plan/vicinity Map 2. Perspective 3. Floor Plans 4. Front View Elevation 5. Rear View Elevation 6. Left Side View Elevation 7. Right Side View Elevation 8. Longitudinal Section 9. Transverse Section Section Viii. Bill Of Quantities The Bill Of Quantities Should Be Attached To This Section As Part Of The Second Envelope (financial Component Envelope). Section Ix. Checklist Of Technical And Financial Documents Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided Under The Rules; And ⬜ (d) Special Pcab License In Case Of Joint Ventures And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And (f) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid With Their Complete Qualification And Experience Data And Photocopy Of Their Valid Licenses Issued By The Professional Regulatory Commission (prc) And Curriculum Vitae Of Key Staff, Partners Or Principal Officers With A Minimum Work Experience Requirements Set In The Bds; ⬜ C. List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate Or Board Resolution/partnership Resolution In Case Of A Corporation, Partnership, Or Cooperative; Or Original Notarized Special Power Of Attorney In Case Of Sole Proprietorship 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. And ⬜ (h) Conformity With The Technical Specifications (scope Of Work); And ⬜ (i) Preliminary Conceptual Architectural Design Plans In Accordance With The Degree Of Details Specified By The Procuring Entity: (at Suitable Scale On High Quality A3 Blue Print Paper /digital Print Minimum Size) 1. Location Plan/vicinity Map 2. Perspective 3. Floor Plans 4. Front View Elevation 5. Rear View Elevation 6. Left Side View Elevation 7. Right Side View Elevation 8. Longitudinal Section 9. Transverse Section ⬜ (j) Design And Construction Method And ⬜ (k) Value Engineering Analysis Of The Design And Construction Method. And Financial Documents ⬜ (l) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. And Class “b” Documents ⬜ (m) Jv Bidders Shall Submit A Jva In Accordance With R.a. 4566 And Its Irr. Each Partner Of The Joint Venture Shall Submit Their Respective Philgeps Certificates Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Eligibility Documents By Any Of The Joint Venture Partners Constitutes Compliance: Provided, That The Partner Responsible To Submit The Nfcc Shall Likewise Submit The Statement Of All Of Its Ongoing Contracts And Audited Financial Statements. Ii. Financial Component Envelope ⬜ (n) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (o) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (p) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ (q) Cash Flow And Payment Schedule. Bidding Form Company Letterhead Statement Of Ongoing Government & Private Contracts Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) Statement Of All Its Ongoing Government And Or Private Contracts Including Contracts Awarded But Not Yet Started, If Any Whether Similar Or Not Similar In Nature. Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Nature Of Work Contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation Total Contract Value At Award Date Of Completion Or Estimated Completion Time Value Of Outstanding Works Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Statement Of Single Largest Completed Contract Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) Statement Of Single (1) Largest Completed Contract Of Similar In Nature Within The Last Six (6) Years From The Date Of Submission And Receipt Of Bids Amounting To At Least Fifty Percent (50%) Of The Approved Budget Of The Contract (abc) Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Nature Of Work Contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation Total Contract Value At Award Amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa’s Consumer Price Index, If Necessary Date Of Completion Or Estimated Completion Time Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: Bureau Of Corrections I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. ______________________________________________________ [insert Name Of Bidder’s Authorized Representative] _____________________________ [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ Issued On ______________ At ___________________________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued Doc. No. _____ Page No. _____ Book No. _____ Series Of ____ Company Letterhead Omnibus Sworn Statement Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) _________________________________________________________________________ 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 Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) Of The Bureau Of Corrections, 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 Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) Of The Bureau Of Corrections, As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The 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 Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase). 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 2024 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ And Issued On ____________________ At _____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Certificate Of Net Financial Contracting Capacity Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) (please Show Figures At How You Arrived At The Nfcc) This Is To Certify That Our Net Financial Contracting Capacity (nfcc) Is _____________________ (p____________) Which Is At Least Equal To The Total Ceiling Price We Are Bidding. The Amount Is Computed As Follows: (please Show Computation Of Nfcc) Nfcc = (ca-cl) (15) – C Where: Ca = Current Assets Cl = Current Liabilities C = Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Going Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project Note: The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Audited Financial Statement Submitted To The Bir. Issued This _________________day Of ________________, 2024 _______________________________________________ Name & Signature Of Authorized Representative ____________________ Position _______________ Date Company Letterhead Bid Form Date: Ib No: To Bids And Awards Committee Bureau Of Corrections Nbp Reservation Muntinlupa City We, The Undersigned, Declare That: (a) We Have Examined And Have No Reservation To The Bidding Documents, Including Addenda, For The Contract Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) (b) We Offer To Execute The Works For This Contract In Accordance With The Bid And Bid Data Sheet, General And Special Conditions Of Contract Accompanying This Bid; The Total Price Of Our Bid, Excluding Any Discounts Offered Below Is: ________________________________________₱_________________; The Discounts Offered And The Methodology For Their Application Are: [insert Information]; (c) Our Bid Shall Be Valid For A Period Of 120 Calendar Days From The Date Fixed For The Bid Submission Deadline In Accordance With The Bidding Documents, And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period; (d) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of 30% Percent Of The Contract Price For The Due Performance Of The Contract; (e) Our Firm, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Have Nationalities From The Following Eligible Countries; (f) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (g) Our Firm, Its Affiliates Or Subsidiaries, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Has Not Been Declared Ineligible By The Funding Source; (h) We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And (i) We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. (j) We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And 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 The Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) Of The Bureau Of Corrections. (k) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be A Ground For The Rejection Of Our Bid. Name: In The Capacity Of: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________
Closing Date20 Jan 2025
Tender AmountPHP 300 Million (USD 5.1 Million)

Bureau Of Corrections Muntinlupa City Metro Manila Tender

Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Philippine Bidding Documents Supply And Delivery Of Various Bucor Vehicles 2025 (procurement/contract No. 010) Sixth Edition July 2020 Bids And Awards Committee 2024 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 6 Section Iii. Bid Data Sheet 16 Section Iv. General Conditions Of Contract 19 Section V. Special Conditions Of Contract 22 Section Vi. Schedule Of Requirements 27 Section Vii. Technical Specifications 29 Section Viii. Bidding Forms 34 Section I. Invitation To Bid Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Invitation To Bid For Supply And Delivery Of Various Bucor Vehicles 2025 1. The Bureau Of Corrections, Through The National Expenditure Program Fy 2025 (capital Outlay) Intends To Apply The Sum Of Seventeen Million Three Hundred Thousand Pesos Only (₱17,300,000.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Various Bucor Vehicles 2025 With Identification Number __epa-010__. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Corrections Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within Thirty (30) Calendar Days. Bidders Should Have Completed, Within The Last Four (4) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Equivalent To At Least Fifty Percent (50%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bureau Of Corrections And Inspect The Bidding Documents At The Address Given Below During Monday To Friday From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On __december 29, 2024 (08:00am To 05:00pm) To January 20, 2025 (08:00am To 01:29pm)___ From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five (₱25,000.00) Thousand Pesos Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees And Presented In Person. 6. The Bureau Of Corrections Will Hold A Pre-bid Conference On __january 06, 2025 (01:30pm)____ At Bac Conference Room Nbp Reservation Muntinlupa City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before __january 20, 2025 (01:29pm)__. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On __january 20, 2025 (01:30pm)__ At The Given Address Below Bac Conference Room Nbp Reservation Muntinlupa City, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Schedule Of Bidding Activities Shall Be As Follows: Activites Date/time Venue 1. Sale And Issuance Of Bid Documents December 29, 2024 (08:00am To 05:00pm) To January 20, 2025 (08:00am To 01:29pm)_ Supply Division Bureau Of Corrections Muntinlupa City 2. Pre-bid Conference January 06, 2025 (01:30pm Bac Conference Room Bureau Of Corrections Muntinlupa City 3. Submission And Opening Of Bid Documents January 20, 2025 (01:30pm) Bac Conference Room Bureau Of Corrections Muntinlupa City 11. The Bureau Of Corrections Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Maria Adoracion I. Viñas Office Of The Bac Secretariat Supply Office, Bureau Of Corrections, Muntinlupa City Tel # 02-8809-8587/02-8478-0907 Bacsec2022@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Bucor.gov.ph Date Of Issue: _______________ Ccsupt. Celso S. Bravo Chairperson, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Bureau Of Corrections Wishes To Receive Bids For The Supply And Delivery Of Various Bucor Vehicles 2025 {[insert, If Applicable:] Under A Framework Agreement}, With Identification Number [indicate Number]. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project Supply And Delivery Of Various Bucor Vehicles 2025 Is Composed Of One (1) Lot, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For National Expenditure Program Fy 2025 (capital Outlay) In The Amount Of Seventeen Million Three Hundred Thousand Pesos Only (₱17,300,000.00). 2.2. The Source Of Funding Is: A. Nga, The General Appropriations Act Or Special Appropriations. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. [select One, Delete Other/s] A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. B. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.2. [if Procuring Entity Has Determined That Subcontracting Is Allowed During The Bidding, State:] The Bidder Must Submit Together With Its Bid The Documentary Requirements Of The Subcontractor(s) Complying With The Eligibility Criteria Stated In Itb Clause 5 In Accordance With Section 23.4 Of The 2016 Revised Irr Of Ra No. 9184 Pursuant To Section 23.1 Thereof. 7.3. [if Subcontracting Is Allowed During The Contract Implementation Stage, State:] The Supplier May Identify Its Subcontractor During The Contract Implementation Stage. Subcontractors Identified During The Bidding May Be Changed During The Implementation Of This Contract. Subcontractors Must Submit The Documentary Requirements Under Section 23.1 Of The 2016 Revised Irr Of Ra No. 9184 And Comply With The Eligibility Criteria Specified In Itb Clause 5 To The Implementing Or End-user Unit. 7.4. Subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Supplier’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address Bac Conference Room Nbp Reservation, Poblacion, Muntinlupa, City And/or Through Videoconferencing/webcasting} As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within The Last Four (4) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 11.5. [include If Framework Agreement Will Be Used:] Financial Proposals For Single Or Multi-year Framework Agreement Shall Be Submitted Before The Deadline Of Submission Of Bids As Prescribed In The Ib. For Multi-year Framework Agreement, Evaluation Of The Financial Proposal During This Stage Is For Purposes Of Determining Eligibility And Whether Or Not Such Financial Proposal Is Within The Abc. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 12.2. [include If Framework Agreement Will Be Used:] For Framework Agreement, The Following Should Also Apply In Addition To Clause 12.1: A. For A Single Year Framework Agreement, The Prices Quoted By The Bidder Shall Be Fixed During The Bidder’s Performance Of The Contract And Not Subject To Variation Or Escalation On Any Account. Price Schedules Required Under Clause 12.1 Shall Be Submitted With The Bidding Documents. B. For A Multi-year Framework Agreement, The Prices Quoted By The Bidder During Submission Of Eligibility Documents Shall Be The Ceiling And The Price Quoted During Mini-competition Must Not Exceed The Initial Price Offer. The Price Quoted During Call For Mini-competition Shall Be Fixed During The Bidder’s Performance Of That Call-off And Not Subject To Variation Or Escalation On Any Account. Price Schedules Required Under Clause 12.1 Shall Be Submitted With The Bidding Documents. 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until [indicate Date]. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14.3. [include If Framework Agreement Will Be Used:] In The Case Of Framework Agreement, Other Than The Grounds For Forfeiture Under The 2016 Revised Irr, The Bid Security May Also Be Forfeited If The Successful Bidder Fails To Sign The Framework Agreement, Or Fails To Furnish The Performance Security Or Performance Securing Declaration. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Posting Of Performance Security Or Performance Securing Declaration, As The Case May Be, By The Winning Bidder Or Compliant Bidders And The Signing Of The Framework Agreement. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 16.2. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, The Submission Of Bids Shall Be For The Initial Evaluation Of Their Technical And Financial Eligibility. Thereafter, Those Declared Eligible During The Said Initial Eligibility Evaluation And Entered Into A Framework Agreement With The Procuring Entity Shall Submit Anew Their Best Financial Offer At The Address And On Or Before The Date And Time Indicated In The Call For Each Mini-competition. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 18.2. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, Determination Of Margin Of Preference Shall Be Conducted Every Call For Mini-competition. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. [include The Following Options If Framework Agreement Will Be Used:] A. In The Case Of Single-year Framework Agreement, The Lowest Calculated Bid Shall Be Determined Outright After The Detailed Evaluation; B. For Multi-year Framework Agreement, The Determination Of The Eligibility And The Compliance Of Bidders With The Technical And Financial Aspects Of The Projects Shall Be Initially Made By The Bac, In Accordance With Item 7.4.2 Of The Guidelines On The Use Of Framework Agreement. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Option 1 – One Project Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.1. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, All Bidders Initially Determined To Be Eligible And Financially Compliant Shall Be Subject To Initial Post-qualification. The Bac Shall Then Recommend The Execution Of A Framework Agreement Among All Eligible, Technically And Financially Compliant Bidders And The Procuring Entity And Shall Be Issued By Hope A Notice To Execute Framework Agreement. The Determination Of The Lowest Calculated Bid (lcb) Shall Not Be Performed By The Bac Until A Mini-competition Is Conducted Among The Bidders Who Executed A Framework Agreement. When A Call For Mini-competition Is Made, The Bac Shall Allow The Bidders To Submit Their Best Financial Proposals On Such Pre-scheduled Date, Time And Place To Determine The Bidder With The Lcb. 20.2. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, {[include If Framework Agreement Will Be Used:] Or In The Case Of Multi-year Framework Agreement, That It Is One Of The Eligible Bidders Who Have Submitted Bids That Are Found To Be Technically And Financially Compliant,}the Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. {[include If Framework Agreement Will Be Used:] For Every Mini-competition In Framework Agreement, The Lcb Shall Likewise Submit The Required Documents For Final Post Qualification.} 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. [include The Following Clauses If Framework Agreement Will Be Used:] 21.2. At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Framework Agreement Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 21.3. Within Ten (10) Calendar Days From Receipt Of The Notice To Execute Framework Agreement With The Procuring Entity, The Successful Bidder Or Its Duly Authorized Representative Shall Formally Enter Into A Framework Agreement With The Procuring Entity For An Amount Of One Peso To Be Paid To The Procuring Entity As A Consideration For The Option Granted By The Procuring Entity To Procure The Items In The Framework Agreement List When The Need Arises. 21.4. The Procuring Entity Shall Enter Into A Framework Agreement With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 21.5. The Following Documents Shall Form Part Of The Framework Agreement: A. Framework Agreement Form; B. Bidding Documents; C. Call-offs; D. Winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; E. Performance Security Or Performance Securing Declaration, As The Case May Be; F. Notice To Execute Framework Agreement; And G. Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Motor Vehicle. B. Completed Within The Last Four (4) Years Equivalent To At Least Fifty Percent (50%) Of The Abc, Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed 12 The Price Of The Goods Shall Be Quoted Ddp Bureau Of Corrections Iwahig Prison And Penal Farm (ippf) Puerto Prinsesa City, Palawan Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 19.3 One Project Having Several Items That Shall Be Awarded As One Contract. 20.2 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its; 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) 2. Supporting Documents For The Slcc (sales Invoice Or Official Receipt Or End-users Acceptance) 3. Certified True Copy Coming From The Issuing Agency Of Valid And Current Registration Certificate (sec Certificate Of Registration For Corporation Or Dti Certificate Of Registration For Sole Proprietorship Or Cda Certificate Of Registration For Cooperative) 4. Valid And Current Mayor’s Or Business Permit 5. Valid And Current Tax Clearance 6. Audited Financial Statement 7. 2 Sets Photo Copy Of Eligibility And Financial Envelope Marked As “copy 1” And “copy 2” 21.2 No Additional Contract Documents. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. [include The Following Clauses If Framework Agreement Will Be Used:] 2.3. For A Single-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier In Its Bid. 2.4. For Multi-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier During Conduct Of Mini-competition. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184.{[include If Framework Agreement Will Be Used:] In The Case Of Framework Agreement, The Bidder May Opt To Furnish The Performance Security Or A Performance Securing Declaration As Defined Under The Guidelines On The Use Of Framework Agreement.} 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project {[include If Framework Agreement Will Be Used:] Or Framework Agreement} Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause 1 [list Here Any Additional Requirements For The Completion Of This Contract. The Following Requirements And The Corresponding Provisions May Be Deleted, Amended, Or Retained Depending On Its Applicability To This Contract:] Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: The Delivery Terms Applicable To This Contract Are Delivered To Bureau Of Corrections Iwahig Prison And Penal Farm (ippf) Puerto Prinsesa City, Palawan. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Acting Director, Directorate For Engineering Services. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: A. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And B. In The Event Of Termination Of Production Of The Spare Parts: I. Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii. Following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Cost Thereof Are Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of [indicate Here The Time Period Specified. If Not Used Indicate A Time Period Of Three Times The Warranty Period]. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within [insert Appropriate Time Period] Months Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 Not Applicable 4 The Inspections And Tests That Will Be Conducted Are: Partial/complete Goods Shall Be Inspected By The Tiac Technical Inspection And Acceptance Committee. Representative From Supply Division To Be Witnessed By: Coa Representative The Goods Shall Be Accepted By The End User After Passing The Inspection Of The Tiac (technical Inspection And Acceptance Committee). 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. Section Vi. Schedule Of Requirements Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Section Vi. Schedule Of Requirements Supply And Delivery Of Various Bucor Vehicles 2025 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Delivered, Weeks/months 1 Prison Van 6 30 Calendar Days 2 Staff Car 2 30 Calendar Days 3 Staff Car 4 30 Calendar Days I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Vii. Technical Specifications Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 1 Prison Van Overall Dimensions L X W X H (mm): 4,600 X 1,695 X 1,955 Wheelbase: 2400 Seating Capacity: 3 Engine Type Type: 4ja1 Direct Injection Common Rail Displacement (cc):2499 Maximum Output (ps/rpm): 78 Hp @3900 Rpm Maximum Torque (nm/rpm): 176.5 Nm @ 1800 Rpm Fuel Type: Diesel Fuel Tank Capacity: 50 Liters Transmission: 5-speed Manual Brakes: Front: Ventilated Discs Rear: Drum. Leading & Trailing Tires: 195r 14c 8pr Wheels (size): 14 X 5.5jj (6 Studs) Color: Camouflage Safety And Security Blinker And Siren Comm. Sys. Basic Tools, Jack And Manual Others: Bucor Logo Registration: 3 Years Lto Registration 1 Year Gsis Comprehensive Insurance __________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 2 Staff Car Overall Dimensions L X W X H (mm): 4,735 X 1,830 X 1,795 Seating Capacity:8 Engine Type Type: 4-cylinder, In-line, 16-valve Double Overhead Camshaft (variable Nozzleturbo Charger W/ Intercooler) Engine Displacement (cc): 2755 Maximum Output (ps/rpm) 174 / 3,400 Maximum Torque (nm/rpm): 360 / 1,200 - 3,400 Fuel Type: Diesel 1 Gd - Ftv 6 - Speed At Multi - Reflector Halogen Black+silver Front Grille Function Fabric (black)* With Keyless Entry Eco+power Apple Carplay + Android Auto Safety And Security Driver + Front Passenger + Knee (d) With + Brake Assist + Ebd With Vehicle Stability Control ( Vsc) With Hill-start Assist Control (hsa) With Reverse Camera Other Modification: Color- Black Blinker And Siren Com. Sys. Basic Tools, Jack And Manual Others: Bucor Logo- Magnetic Type Registration: 3 Years Lto Registration 1 Year Gsis Comprehensive Insurance _________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 3 Staff Car Overall Dimensions L X W X H (mm): 4,395 X 1,730 X 1,690 Wheelbase(mm): 2750 Seating Capacity: 7 Engine Type Type: 4-cylinder, In-line, 16-valve Dohc With Duel Vvt-idisplacement (cc):1329 Maximum Output (ps/rpm) 98/6000 Maximum Torque (nm/rpm): 122/4200 Fuel Type: Gasoline Fuel Tank Capacity: 43l Chassis Drivetrain: Front Wheel Drive Cvt Transmission 1nr-ve Brakes: Front: Disc Rear: Drum Tires: 185/ 65 R15 Alloy 15" Alloy Wheels __________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 3 Continuation: Exterior Segment Lcd Mid Headlamps: Split Type Led Rear Combination: Led Lamp 2-tone Interior Function Key Start Digital Aircon Control Back Camera & Sensor 8" Audio Display With Apple Carplay And Android Auto Safety And Security Driver And Front Passenger Airbags Alarm+immobilizer+indicator Back Camera Color: Black Metallic 1 Blinker And Siren Comm. Sys. Basic Tools, Jack And Manual Others: Bucor Logo- Magnetic Type Registration: 3 Years Lto Registration 1 Year Gsis Comprehensive Insurance __________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Viii. Checklist Of Technical And Financial Documents Checklist Of Technical And Financial Documents I. Eligibility Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Bidders Should Have Completed, Within The Last Four (4) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Equivalent To At Least Fifty Percent (50%) Of The Abc, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And (h) Conformity With The Schedule Of Requirements; And ⬜ (i) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And A. Certificate Of Dealership B. List Of Service Centers Nationwide C. Certificate Of Availability Of Spare Parts D. Brochure And ⬜ (j) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate/board Resolution In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc; Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation At Least Equal To Ten Percent (10%) Of The Abc. Class “b” Documents ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Each Partner Of The Joint Venture Shall Submit Their Respective Philgeps Certificates Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Eligibility Documents By Any Of The Joint Venture Partners Constitutes Compliance: Provided, That The Partner Responsible To Submit The Nfcc Shall Likewise Submit The Statement Of All Of Its Ongoing Contracts And Audited Financial Statements Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Bidding Forms Company Letterhead Statement Of Ongoing Government & Private Contracts Supply And Delivery Of Various Bucor Vehicles 2025 Statement Of All Its Ongoing Government And Or Private Contracts Including Contracts Awarded But Not Yet Started, If Any Whether Similar Or Not Similar In Nature. Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Value Of Outstanding Contract Total Value Of Outstanding Contract: Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Statement Of Single Largest Completed Contract Supply And Delivery Of Various Bucor Vehicles 2025 Statement Of Single (1) Largest Completed Contract Of Similar In Nature Within The Last Four (4) Years From The Date Of Submission And Receipt Of Bids Amounting To At Least Fifty Percent (50%) Of The Approved Budget Of The Contract (abc) Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa’s Consumer Price Index, If Necessary Date Of Delivery Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 Certificate Of Net Financial Contracting Capacity (please Show Figures At How You Arrived At The Nfcc) This Is To Certify That Our Net Financial Contracting Capacity (nfcc) Is _____________________ (p____________) Which Is At Least Equal To The Total Ceiling Price We Are Bidding. The Amount Is Computed As Follows: (please Show Computation Of Nfcc) Nfcc = (ca-cl) (15) – C Where: Ca = Current Assets Cl = Current Liabilities C = Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Going Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project Note: The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Audited Financial Statement Submitted To The Bir. Issued This _________________day Of ________________, 2025 _______________________________________________ Name & Signature Of Authorized Representative ____________________ Position _______________ Date Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: Bureau Of Corrections I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Ten (10) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. ______________________________________________________ [insert Name Of Bidder’s Authorized Representative] _____________________________ [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ Issued On ______________ At ___________________________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1 Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: A) If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections, As Shown In The Attached Duly Notarized Special Power Of Attorney; B) If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections, As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting ; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder]is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The Supply And Delivery Of Various Bucor Vehicles 2025. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ And Issued On ____________________ At _____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 Bid Form Date: Invitation To Bid No: [insert Reference Number] To: Bids And Awards Committee Bureau Of Corrections Nbp Reservation Muntinlupa City Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply And Delivery Of Various Bucor Vehicles 2025 In Conformity With The Said Bidding Documents For The Sum Of ________________________________________₱_________________ Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In Bds Provision For Itb Clause 17.1 And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And You’re Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per Itb Clause 5 Of The Bidding Documents. We Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections. [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter’s Behalf For Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 2025. [signature Over Printed Name] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of __________________________ Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Schedule Of Prices Supply And Delivery Of Various Bucor Vehicles 2025 Quantity Units Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat 6 Units Prison Van ₱8,700,000.00 2 Units Staff Car ₱3,600,000.00 4 Units Staff Car ₱5,000,000.00 Total: ₱17,300,000.00 Total Bid Price Inclusive Of Vat In Words [signature Over Printed Name] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of _______________________________ Sixth Edition July 2020 Bids And Awards Committee 2024
Closing Date20 Jan 2025
Tender AmountPHP 17.3 Million (USD 295.3 K)

DEPT OF THE NAVY USA Tender

Others
United States
Details: Contact Information|4|n711.6|baf/bak|717-605-2864|leigh.e.catchings.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving (combo)|na|tbd|n00104|tbd|tbd|see Schedule|see Schedule|na|na|tbd|na||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (may 2024)|13|334412 334418 334511 |750 1000 1250 |||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| please Quote A Firm Fixed Price For The Procurement Of These Items. do Not Include The Cost For Shipping Material As The Government Implemented Shipping System Or Atac Will Be Shipping/delivering Material. please Verify: 1. If You Are In Compliance With Both Far Clauses 52.204-24 And 52.204-25 And Dfars Clauses 252.204-7008 And 252.204-7012. 2. Procurement Acquisition Lead Time (palt) nom: Circuit Card Assembly P/n: 1977455 Nsn: 7hh 5998 013220629, Qty: 33 nom: Display Unit P/n: 1979344 Nsn: 7hh 7025 013586244;qty. 2 nom: Video Control Unit P/n: 4302554 Nsn: 7hh 5840 015505120; Qty: 2 nom: Printed Circuit Board P/n: 4304105 Nsn: 7hh 5998 015771738 Qty. 12 all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, or Sent By Other Electronic Commerce Methods, Such Asemail. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. the Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Circuit Card Assemb . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Circuit Card Assemb Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;03956 1977455; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 3.4 Marking - This Assembly And Its Piece Parts Shall Be Physically Identified In Accordance With Mil-std-130. 3.5 Interchangeability - Interchangeability Of Parts, Subassemblies, And Assemblies Shall Conform To The Following Criteria: Design Tolerances - Design Tolerances Shall Permit Parts, Subassemblies And Assemblies To Be Used In Their Parent Assemblies Without Regard To The Source Of Supply Or Manufacturer. Parts, Subassemblies And Assemblies Having The Full Range Of Dimensions and Characteristics Permitted By The Specification Governing The Part, Subassembly Or Assembly Shall Be Usable As Replacement Items Without Selection And Without Departure From The Specified Performance Guidelines Of The Parent Items. Parts And Materials - When Permission Is Granted To Use A Nonstandard Part Or Material Because The Exiting Standard Part Or Material Is Not Available, The Equipment Shall Be So Designed That The Nonstandard Part Or Material And The Standard Part Or material Are Interchangeable. When The Specification For The Part Or Material Contains Substitutability Or Supersession Information, The Design Shall Permit The Substitute Or Superceding Parts Or Materials To Be Used Interchangeably. 3.6 Workmanship - Workmanship For Electronic Equipment Shall Conform To The Following Criteria: Cleaning - After Fabrication, Parts And Assemblied Equipment Shall Be Cleaned Of Smudges, Loose, Spattered, Or Excess Solder, Weld Metal, Metal Chips And Mold Release Agents, Or Any Other Foreign Material Which Might Detract From The Intended Operation, function, Or Appearance Of The Equipment. Threaded Parts Or Devices - Screws, Nuts, And Bolts Shall Show No Cross Threading, Mutilation, Or Detrimental Or Hazardous Burrs, And Shall Be Firmly Secured. Bearing Assemblies - Bearing Assemblies Shall Be Free Of Rust, Discoloration, And Imperfections Of Ground, Honed, Or Lapped Surfaces. Conta Cting Surfaces Shall Be Free Of Tool Marks, Gauge Marks, Nicks, Or Other Surface-type Defects. There Shall Be No detrimental Interference, Binding, Or Galling. Wiring - Wires And Cables Shall Be Positioned Or Protected To Avoid Contact With Rough Or Irregular Surfaces And Sharp Edges And To Avoid Damage To Conductors Or Adjacent Parts. Shielding - Shielding On Wires And Cables Shall Be Secured In A Manner That Will Prevent It From Contacting Or Shorting Exposed Current-carrying Parts. The Ends Of The Shielding Or Braid Shall Be Secure To Prevent Fraying. Containment - The Harness And Cable Containment Means Shall Be Neat In Appearance And Uniformly Applied. The Containment Means (lacing, Ties, Tiedown Straps) Shall Not Cause The Wire Or Cable Insulation To Deform So That Performance Characteristics Are adversely Affected. Insulation - There Shall Be No Evidence Of Burns, Abrading, Or Pinch Marks In The Insulation That Could Cause Short Circuits Or Leakage. Clearance - The Clearance Between Wires Or Cables And Heat Generating Parts Shall Be Sufficient To Minimize Deterioration Of The Wires Or Cables. 3.7 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Display Unit . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Display Unit Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;03956 1979344; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Video Control Unit . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Video Control Unit Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;03956 4302554; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Printed Circuit Boa . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Printed Circuit Boa Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;03956 4304105; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface ship Atmosphere. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
Closing Date31 Jan 2025
Tender AmountUSD 422.6 K 
This is an estimated amount, exact amount may vary.

Western Visayas Sanitarium Doh Tender

Healthcare and Medicine
Corrigendum : Tender Amount Updated
Philippines
Details: Description Invitation To Bid For Supply, Delivery And Installation Of Various Hospital Equipment Ib No. 2025-01-01-g The Western Visayas Sanitarium, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Supply, Delivery And Installation Of Various Hospital Equipment Location : Western Visayas Sanitarium And General Hospital, Inangayan, Santa Barbara, Iloilo Approved Budget For : Php 34,665,000.00 The Contract (abc) Fund Source : Caf No. 2025-001-gf Delivery Period : Within Ninety (90) Working Days After Receipt Of The Notice To Proceed Line Items Abc: Php 34,665,000.00 Lot 1 No. Description Unit Of Measure Quantity Approved Budget Cost (php) 1 Electrical Machine. Brand New. Product Specifications: Combination Of Electrotherapy And Ultrasound; With 3 Independent Channels And Body Diagram Installed; Power Supply: Ac 100- 240 V, Number Of Channels: 3 Independent (2 For Electrotherapy, 1 For Ultrasound) Electrotherapy; Ten& Ems, Ultrasound Functions; Electrode Pads For Tens & Ems; Us Probe Head: Large And Small. Warranty -1 Year From Delivery And Installation. Unit 1 290,000.00 2 Hand Dynanometer. Brand New. Product Specifications: Hydraulic Adjustable Handle. Strength Can Be Viewed In Pounds Or Kilogram. Can Measure Up To 90kg (200lbs.). Durable Metal Gauge. Warranty –at Least 6 Months Upon Delivery And Installation. Unit 1 55,000.00 3 Parallel Bars. Brand New. Product Specifications: Adjustable And Foldable. Stainless Steel Bars And Steel Base. Height Adjust Within 26''-40''. Width -24''-36". Length Ranges: 7-10 Feet. Warranty -at Least 6 Months Upon Delivery And Installation Unit 1 50,000.00 4 Pulley System. Brand New. Product Specifications: Single Handle/dual Tower. Chest And Floor Height Mounted Handle. Easily Adjustable Handles. Wheelchair Accessible. Warranty –at Least 1 Year Upon Delivery And Installation. Unit 1 150,000.00 5 Pbx, Smart Hybrid. Brand New. Product Specifications: Designed For Telemedicine Use. Genuine And High Quality Brand. Pabx Built-in Extensions 16 Analog. At Least 2 Card Slots And 2 Slots Trunk Extension Card Switch System. Ability To Equip Sub-frame Ns-320; 12-32 Trunk Extensions. Sub-frame To Extend Pbx Ns300. Port Connected To The Main Frame. Dimensions: 40-45 X 35-36 X 86-90 Cms. Warranty –at Least 6 Months From Delivery And Installation * Unit 1 100,000.00 6 Uninterrupted Power Supply. Brand New. Products Specifications: Designed For Telemedicine Operation. 3000va. Output Power Capacity-3000va, Mount: 3u Rack Mountable. Nominal Output Voltage -230v. Dimensions: 20-22 X 19-20 X 5-6 Inches. Warranty –at Least 6 Months Upon Delivery And Installation. * Unit 1 400,000.00 7 Medical Waste Shredder. Brand New. Product Specifications: 20hp Motor Slow-speed And High Torque Dual Shaft Shredders, 5/16″ Wide Cutters, With Bearing Protection And Cleaning Fitters. Features: Efficiently Shred Syringes, Face Masks, Boxed Medical Waste, Pill Bottles, Etc., Available With A Split Cutting Chamber That Allows For Two Different Shred Widths Within One Shredder, The Manner Of In Feed And Output Are Also Divided. Includes Training And Certification, Warranty 1 Year Upon Installation Unit 1 350,000.00 8 Portable Multi-parameter Analyzer Flow Water Quality Testing. Brand New. Product Specifications: Measures Water Quality Parameter For Ph/ec/ise/do/temp. Mv/orp/px/resistivity/tds/sal./do Saturation. Features: Portable Device, Color High Contrast Lcd Touchscreen, Data Storage1000 Sets For Each Parameter, Support For Usb Communication, Ip65 Waterproof, Includes All Necessary Accessories And Consumables, Includes Training And Certification For Use, Warranty For 1 Year Upon Installation Unit 1 200,000.00 9 Water Purification System. Brand New. Product Specifications: 6000 Gdp Reverse Osmosis Machine. Up To 1200 Containers Per Day. Double U.s. Membrane. 2 Tanks 1000ltrs. For Raw & Product Water. At Least 28 Stages Of Water Filtration. To Include Piping Line From Water Station To Specified Areas Within The Health Facility. To Include Necessary. Building/structure For The Water Station. Service Warranty 1 Year After Delivery And Installation. To Include Service And User Training. Including Consumables: 50 Gallons Round Containers, 50 Gallons Slim Containers, 1 Sack Industrial Salt. * Unit 1 350,000.00 10 Anesthesia Machine With Cardiac Monitor. Brand New. Product Specifications: Main Gas Supply -oxygen, Air. Pin Index Supply System: Oxygen, Air. Ventilatior: With At Least Six (6) Ventilation Modes. Machine Must Be Able To Ventilate Patient Using The Preset Settings Provided By The End-user Even Presence Of Driving Gas Is Temporarily Unavailable. Ventilator Must Be Enclosed With Metal Casing To Prevent Entry Of Foreign Items Including Fluid. Ceramic Type Of Inspiratory And Expiratory Valve. Ventilator Must Have High Pressure Valve That Ensures Release Of Excess Pressure When Required. Ventilator Must Be Functional When Machine Is Connected Either Through Direct Power Supply Or Back Up Battery. Breathing System: The Volume Of The Compact Breathing System And Co2 Absorber Must Be 1.7l Excluding Hoses And Breathing Bag. Volume Of Co2 Absorber Reusable Canister Must Be 1.5l. With Bypass Valve Located In Breathing System Allowing Continuous Machine Operation While Changing Co2 Absorber. With Fresh-gas Decoupling Valve That Prevents Direct Entry Of Pressure In The Patient Airway When Pressing The O2 Flush Button, Peep And Pressure Limitation. With Breathing System That Can Be Detached From The Main Unit Without Tools Required. Breathing System Should Be Separated From The Main Unit With Mounting That Can Be Positioned From Any Direction Without Moving The Entire Anesthesia Machine. With Ceramic Type Of Inspiratory And Expiratory Valve. With Sample Gas Return Port. With Pup Off Pressure Release Valve Located At The Apl Valve. With Moisture Reduction System. Hot Steam Sterilization Can Be Carried Out At 134 ° C (273.2 ° F). With Heated Breathing System. Anesthesia Gas Supply Module: Range Of Fresh Gas Flow Indicators: 0.0 To 12.0 L/min. O2 Flush (bypass): At 87 Psi (6 Kpa X 100): Max. 75 L/min At 41 Psi (2.8 Kpa X 100): Min. 25 L/min. With Metering Valve And Dual Flow Tubes For Fresh-gas. With Integrated O2 Monitoring Located In The Screen. Vaporizer: With Two (2) Selectatec Vaporizer Mounting. With One (1) Unit Sevoflurane And One (1) Unit Isoflurane Vaporizer. Vaporizer Must Have No Cloth Component Which Allows Item To Be Functional Immediately Even Transporting It In An Upside Down Position. Oxygen Sensor: With Oxygen Sensor That Measures Percentage Of Oxygen. Flow Sensor: With Constant Temperature Hot-wire Anemometer Flow Sensor. Must Be Located Within The Anesthesia Unit Distal To The Patient Area. Flow Sensor Must Be Reusable. Auxillary Low Flow Oxygen: With Integrated Low Flow Oxygen Supply For Mask And Nasal Cannula Application. Writing Table/drawers/mounting: With At Least 3 Drawers As Storage For Other Accessories. With A Retractable Writing Table That Can Hold At Least 10kgs. Advanced And Safety Features: Functional Even The Battery Is Completely Discharged, All Pneumatic Functions Continue To Be Available (apl Valve, Breathing Pressure Gauge, Cylinder And Pipeline Gauges, Fresh Gas And Agent Delivery, And O2, Air, Flow Meters).manual Or Spontaneous Ventilation Can Be Maintained During Power Failure And Discharged Of Battery. In Case Of No Power And Totally Discharged Battery, Machine Must Be Shifted Automatically From Ventilator Mode To Manual Mode Without Any Switch Or Button Required. Start-up Time Must Be Less Than 15 Seconds. Power Input Data: Power Supply: Rating Non-configurable 100 To 240 Vac, 50/60 Hz, 145 Va. Battery Operation Time: Up To 2 Hours, Minimum Of 45 Minutes. Parameters: Minimum Tidal Volume (vt) Required: 20 Ml. Breathing Frequency (rate): 4 To 60 Bpm (1/min). Inspiratory Pressure: Peep + 5 To 65 Cmh2o. Inspiratory Flow (inspflow): 10 To 75 L/min In Volume And Pressure Control Modes, 10 To 85 L/min In Pressure Support And Simv/ps Modes. Inspiration Pause: 0 To 50 %. Simv Inspiratory Time: 0.3 - 4.0 Sec. Positive End Expiratory Pressure: (peep) 0 To 20 Cmh2o. Inspiration/expiration Ratio: (ti:te) 4:1 To 1:4. Pressure Limiting: 70 Cmh2o. Range Of Fresh Gas Flow Indicators: 0.0 To 12.0 L/min. Pressure Support Level: Peep + 3 To 20 Cmh2o. Min. Frequency For Apnoe-ventilation: (freq. Min.) 3 To 20 Bpm And “off”. Trigger Level: 2 To 15 L/min. Standard Accessories: One (1) Unit O2 Regulator, One (1) Unit Air Regulator, O2, Air Fittings And Hose Clamps, One (1) Unit Adult Anesthesia Circuit With 2l Bag. Biolight M12 Patient Monitor (basic Configuration). Technical Specification: Display/waveforms: Screen Size Display: Not Less Than 12" Color Tft Screen. Screen Navigation: Touch Screen With Quick Volume And Brightness Adjustment. Support Quick Key, Able To Access Specific Functions Or Perform Operations Easily And Quickly. No. Of Waveforms: At Least 7 Waveforms (using Standard Screen Display). Battery: Internal Battery Duration Must Be: ≥ At Least 240 (built In Battery). Can Upgrade Lithium Battery, Battery Power Supply ≥480 Min. Ecg: Ecg Leads: 3/5 Leads, Display Sensitivity: ×0.25, ×0.5, ×1, ×2, ×4,auto Gain, Must Have A Smart Lead Off Feature, Must Have An Ecg Calibration Feature, Must Have An St Segment Analysis And Monitoring. Heart Rate Range Must Be: Adu: 10 To 300 Bpm, Ped/neo: 10 To 350 Bpm, Must Have Two (2) Hr Averaging Method. With Ecg Multi-lead Synchronous Analysis Function, Analysis Of Multiple Cardiac Leads At The Same Time, Can Be Accurately Monitored In The Case Of Individual Lead Interference, With Intelligent Lead Fall Monitoring Function. St-segment Analysis Can Show The St Graphic, Which Help Indicates The St Alarm Status More Faster. Nibp: Nibp Measurements Must Comply With The American National Standard For Electronic Or Automated Sphygmomanometers: - (ansi/aami/iso 81060-2:2009, Ansi/aami Sp10:2002) In Relation To Mean Error And Standard Deviation. Measurement Mode: Manual, Auto, Stat, And Sequence. Sequence Mode Could Support 5 Different Modes. Maximum Measuring Interval In Auto Mode Must. Must Have An Overpressure Protection For Nibp. Temperature: Must Have Dual-channel Body Temperature Monitoring With Difference Display Measurements. Must Support Skin And/or Oral/rectal. If More Than One Temperature Probe Is Used, The Monitor Will Be Capable Of Calculating And Displaying A Delta Reading. Measuring Range: 0~50 ℃. Spo2: Must Be Used In Low Pi (perfusion Index). Resp: Detection Method: Respiratory Rate And Respiratory Waveform Must Be Monitored By Pulse Wave. Trends: Trend Data For All Parameters In Tabular And Graphic Formats Must Be: 180h. Stored Nibp Measurements Must Be: Up To 2400 Groups. Stored Alarm Events Must Be: 3000 Groups And Associated Waveform. Holographic Waveform Must Be 72 Hours. Printer/recorder: Must Support 3-channel Recorder To Realize Thermal Printing; Support Network Printing Function. Network Capability: The Ip Address Of Each Patient Monitor Shall Be User Configurable. Features: -the Monitor Must Provide Electronic Early Warning Scor (ews, Glasgow Coma Scale (gcs), And Oxycrg Screen. -oxycrg Screen Shows Two Trend Curves And A Compression Waveform, Support To Review 48 Hours Trend Curve And Compression Waveform On The Oxycrg Review Screen. -accessories Storage Box, Help Manage Accessories And Prevent Accessories Missing Or Broken Problem. -user Shall Be Able To Freeze The Waveforms On The Screen And Then Review It To Carefully Observe The Patient During This Time. -up To 4 Timers Shall Be Able To Be Configured On Monitor Display To Count Up Or Down The Required Time In Minute And Second With Audio Alarm To Alert User. - The Monitor Shall Provide Following Specific Working Modes: Standby, Intubation, Night, Privacy, And Demo Modes. Accessories Included: 3/5 Lead Ecg Cable, 3/5 Lead Ecg Lead Wires, Adult Spo2 Sensor, Pediatric Spo2 Sensor, Temperature Probe Skin, Temperature Probe Oral/rectal, Nibp Cuff Adult, Nibp Cuff Pedia, Wall Mount / Trolley, One (1) Unit Pediatric Anesthesia Circuit With 1l Bag, Two (2) Units Power Adapter. Includes Avr Machine For Anesthesia Machine. Warranty -2 Years From Delivery, Installation, And Training/orientation. Unit 1 3,300,000.00 11 Cardiac Monitor With Capnograph. Brand New. Product Specifications: Display/waveforms: Screen Size Display: Not Less Than 12" Color Tft Screen. Screen Navigation: Touch Screen With Quickly Volume And Brightness Adjustment By Gestures Operate. Support Quick Key, Can Easily And Quickly Access Some Functions Or Perform Operations. No. Of Waveforms: At Least 7 Waveforms (using Standard Screen Display). Size Must Be: At Least 175mm X 320mm X262mm. With Auto Speech Recognition Module Implements The Voice Interaction With The Patient Monitor. Battery: Internal Battery Duration Must Be: ≥ At Least 240 (built In Battery). Can Up-grade Lithium Battery Power Supply ≥480min. Ecg: 5 Leads Display Sensitivity: ×0.25, ×0.5, ×1, ×2, ×4, Auto Gain. Must Have A Smart Lead Off Feature, Must Have An Ecg Calibration Feature, Must Have An St Segment Analysis And Monitoring. Heart Rate Range Must Be: Adu: 15 To 300 Bpm, Ped/neo: 10 To 350 Bpm. Must Have Two (2) Hr Averaging Method. With Ecg Multi-lead Synchronous Analysis Function, Analysis Of Multiple Cardiac Leads At The Same Time, Can Be Accurately Monitored In The Case Of Individual Lead Interference, With Intelligent Lead Fall Monitoring Function. St-segment Analysis Can Show The St Graphic, Which Help Indicates The St Alarm Status More Faster. Nibp: Nibp Measurements Must Comply With The American. National Standard For Electronic Or Automated. Sphygmomanometers: - (ansi/aami/iso 81060-2:2009, Ansi/aami. Sp10:2002) In Relation To Mean Error And Standard Deviation. Measurement Mode: Manual,auto, Stat, And Sequence,sequence Mode Could Support 5 Different Modes. Maximum Measuring Interval In Auto Mode Must. Must Have A Dual Overpressure Protection For Nibp. Temperature: Must Have Dual-channel Body Temperature Monitoring With Difference Display Measurements. Must Support Skin Or Oral If More Than One Temperature Probe Is Used, The Monitor Will Be Capable Of Calculating And Displaying A Delta Reading. Measuring Range: 0~50 ℃. Spo2: Must Be Used In Low Pi (perfusion Index). Resp: Detection Method: Respiratory Rate And Respiratory Waveform Must Be Monitored By Pulse Wave. Ibp: Support 2-channel Ibp Measurement Range: -50mmhg~+350mmhg. Types Of Measuring Blood Vessels: Arterial Pressure (art), Pulmonary Artery Pressure (pa), Central Venous Pressure (cvp), Right Atrial Pressure (rap), Left Atrial Pressure (lap), Intracranial Pressure (icp); Pulmonary Artery Wedge Pressure (pawp); Cerebral Perfusion Pressure (cpp). The Monitor Will Calculate The Ppv Based On Any Arterial Pressure Value Between Heartbeats. Etco2: Measuring Range: Etco 2 0 To 150 Mmhg. Fico: 3 To 50 Mmhg. Awrr: 0 To 150 Rpm (mainstream). Trends: Trend Data For All Parameters In Tabular And Graphic Formats Must Be: 180h. Stored Nibp Measurements Must Be: Up To 2400 Groups. Stored Alarm Events Must Be: 3000 Groups And Associated Waveform. Holographic Waveform Must Be 72 Hours Printer/recorder: Must Support 3-channel Recorder To Realize Thermal Printing; Support Network Printing Function Network Capability: The Ip Address Of Each Patient Monitor Shall Be User Configurable. The Upper/lower Limits Of Alarms Can Be Configured Via Networking From The Central. The Alarms At Bedside Can Be Paused Or Muted Via Networking From The Central. Features: -the Monitor Must Provide Electronic Early Warning Scor (ews), Glasgow Coma Scale (gcs ), And Oxycrg Screen. -oxycrg Screen Shows Two Trend Curves And A Compression Waveform, Support To Review 48 Hours Trend Curve And Compression Waveform On The Oxycrg Review Screen -accessories Storage Box, Help Manage Accessories And Prevent Accessories Missing Or Broken Problem -all-in-one Monitoring Adult, Children, And Newborn Patients. -user Shall Be Able To Freeze The Waveforms On The Screen And Then Review It To Carefully Observe The Patient During This Time. -up To 4 Timers Shall Be Able To Be Configured On Monitor Display To Count Up Or Down The Required Time In Minute And Second With Audio Alarm To Alert User. - The Monitor Shall Provide Following Specific Working Modes: Standby, Intubation, Night, Privacy, And Demo Modes. Warranty -1 Year From Delivery And Installation. Unit 2 500,000.00 12 Ceasarian Instrument Set. Brand New. Product Specifications: Made Of Heavy Duty Stainless Steel. Includes The Following Items: 1 Pc. Scalpel Handle #3 With Measure 125mm, 1 Pc. Scalpel Handle #4 135mm, 1 Pc. Tc Metzenbaum Scissors Cvd 180mm, 1 Pc. Lexer Scissors Narr Str 165mm, 1 Pc. Mayo-lexer Scissors Cvd 165mm, 1 Pc. Lister Bandage Scissors Hvy 180mm, 1 Pc. Standard Forceps Serr 160mm, 1 Pc. Standard Tissue Forceps 1x2 160mm, 5 Pcs. Lorna Towel Clamp Non-perf 130mm, 6 Pcs. Halsted-mosquito Forceps Delstr125mm, 6 Pcs. Halsted-mosquito Forceps Del Cvd125mm, 2 Pcs. Kelly Forceps Del Str 140mm, 6 Pcs Moynihan Hemostatic Forceps, Crv, 150mm, 1 Pc. Tc Mayo-hegar Ndlholderhvyserr150mm, 1 Pc. Tc Hegar Needle Holder Hvy-serr 205mm, 1 Pc. Us-army Retrac.26x15/43x15-23x15/40x15, 1 Pc. Richardson-eastman Bt471rbt472r, 6 Pcs. Boys-allis Forceps 5x6 155mm, 2 Pcs. Kidney Tray Stainless Steel 250mm, 1 Pc. Bottom For 3/4 Container Height:135 Mm, 1 Pc. Primeline Pro 3/4 Lid Red, 1 Pc. 3/4 Size Perf Basket 406x253x76mm, 1 Pc. Silicone Basket Liner 3/4 Size, 1 Pc.mayo Safety Pin F/ring-hdl Inst 140mm, 1 Pc. Ident. Label Up To 13 Letters Red. Warranty –at Least Eat 1 Year From Delivery. Set 2 1,520,000.00 13 Chemical Analyzer. Brand New. Product Specifications: Combined Instrument With Two Complementary Technologies: Raman Spectroscopy And Colorimetric Detection Confirmatory Testing: One Instrument Capable Of Confirmatory Testing Using Two Technologies Including 1) Swgdrug Category A Technique For Presumptive Testing, And 2) Swgdrug Category C Technique For Confirmatory Testing Safety Of Features For Measuring Energetic Samples: Trace Detection Testing For Energetics Without Need For Opening The Container Nor Inducing Laser Light To The Sample, Scan Delay Timer: 15 Sec – 10 Min Sample Size: Able To Detect / Identify Samples From 1 Microgram Traces To Large Bulk Samples Materials Covered: Common Raman Substances, Explosives, Narcotics, Cwas, Tics, Tims, Precursors, Common Chemicals, Fluorescent Materials Not Covered By 785nm Raman: E.g. Colored Materials, Heroin, Colored Mdma Pills, Oils, Npss, Etc., Low Concentration Materials Not Covered By Any Raman Instruments: Lsd, Thc, Magic Mushrooms, Gunpowder, Etc. Raman Excitation Wavelength: 1064nm Minimizes Fluorescence Effects: Allows For Direct Analysis Of Colored/impure Chemicals Through Colored Packaging. Spectral Wavelength Range 200 – 2500 Cm-1 Portability Power: Small Handheld Device, Optimized For One Handed Operation. , 18.5cm-20cm (l) X 15cm-20cm (w) X 7.9cm-10cm (h), 3.65lbs-5lbs (1.65 Kg-2.27kg)., Quantity 2 Lithium Ion Rechargeable Batteries With Battery Life Of More Than 6 Hours Per Charge Per Battery. Cr123a Rechargable Batteries Can Be Used. Including Spare 2 Lithium-ion Battery. Ruggedness Decontamination: Us Mil-std 810g Designed Rugged., Ip 68 Rated For Use In Varying Environmental Conditions And For Complete Decontamination. Operational Temperature Range: Unit Can Be Operated In -20°c To +50°c Temperatures., Withstands Temperature Fluctuations And Humidity Fluctuations. Rapid Start-up Rapid Results: 60 Seconds From Power On To Analysis., Analysis Results In Less Than One Minute. Operational Mode Options: Raman Analysis And Colorimetric Analysis Oraman: • Auto-collect Adjusts Raman Settings Automatically Optimizes Use For Routine Operations • Advanced User Adjustable Raman Settings For Advanced Operators And Custom Library Build: • Laser Power Level 30-490 Mw Adjustable In 5 Mw Increments Exposure Time 5ms To 30s In Increments • Custom Applications Optimize Raman Analysis Parameters Specific To Material Type Ocolorimetrics: • Pouches Including Both Swipes And Colorimetric Chemicals In One Pouch • Pouches For Explosives And Narcotics • General Pouches For Detecting A Wide Range Of Explosives Or Narcotics • Specific Pouches For One Explosive/narcotic Substance Or Substance Group Easy Raman Operation: • Scans In Direct Contact And Through Translucent Plastic Or Glass Containers. • Universal Sample Holder For Analysis Of Samples In Varying Forms And Packaging. • Smartphone Like Touch-screen Interface Or Large Button Activation. • User Prompted Step-by-step Onscreen Analysis Activation. • Typically, 4 Button Presses To Receive Analysis Result. • Onboard System Status Monitoring And Calibration. Reduces Down-time And Necessity For Re-calibration At A Service Depot Analytical Performance: • Liquids, Solids, Powders, Pastes, Gels, Invisible Traces. • Colored Substances And Substances Found In Colored Translucent Packaging. These Types Of Substances Are Most Often Encountered In Real-world Samples. • Comparative Spectral Analysis Overlay Easily Performed Onboard. • User Adjustable Focus Ensures Analysis Of Material And Not The Packaging. • 4c Software Automatically Monitors Results For Combinations Of Precursors Used In Threat, Drug Manufacturing, And Other Recipes. Users Receive Onscreen Alert To Potential Threat Or Clandestine Drug Manufacturing Activity. Library: Raman: • Over 12,000 Substances. • Resq Library Includes The Latest Explosives, Precursors, Cwas, Tics/tims, Narcotics And Psychotropic Drugs, Steroids, Cutting Agents, Pharmaceuticals, Diluents And Pesticides. • Easily Expandable To Add Emerging Threats And Other Substances. • Fleet Management And Library Transfer To Units In The Field. • 4c Library With Explosive, Drug Manufacturing And Other Types Of Threat Manufacturing Recipes. • Library Updates Provided More Than Once A Year Colorimetrics: • General Narcotics Pouches: Multi Drug Test Incl. Fentanyl, Special Opiate Pouch, Cannabinoids • General Explosives Pouches: Chlorates/perchlorates, General Explosives • Specific Pouches: Cocaine, Ephedrine, Heroin, Ketamine, Lsd, Meth/mdma, Mushrooms, Opiates, Pcp, Thc, Ghb Evidence Documentation Traceability: • Onboard 5mp Camera Captures Image Of Sample And Surroundings, As Well As Colorimetric Swab. • Image(s) Stored Along With Analysis Results In Tamper-resistant File. All Analysis Results Are Traceable And Include Unique Date, Time And Serial Number Stamp. • Ability To Activate Password Protect Operator Log-in. Record Of User Associated Activity Stored Onboard And Cannot Be Deleted. Data Access And Transfer Reporting: • View Results In Real Time On Cell Phone Or Tablet, Computer Or Laptop (pc, Ios, Android, Linux) Via Wifi (can Be Disabled). • Exportable Data In Numerous File Formats. • Data Access And Transfer On Computer Or Laptop Via Usb And Wifi (can Be Disabled). • Easy Report Generation. Customer Support Package: • 24/7/ 365 Days Reachback Service For The Life Of The Unit. • Library Updates Provided For The Life Of The Unit. • Software Updates Provided For The Life Of The Unit. • Support: Online, Phone, Email, And In Some Cases Text Message For The Life Of The Unit Cql Complete Package: • Rugged Shipping Case With Custom Foam Insert. • Qty 2 Rechargeable Lithium-ion Batteries. • Cr123a Battery Cartridge (does Not Include Cr123a Batteries). • External Battery Charger. • Ac Power Supply. • Adjustable Base Adaptor. • Universal Sample Holder. • Certified Benzonitrile Performance Verification And Calibration Standard. • Flash Drive Containing User Manual And Supporting Documentation. • Quick Start Guide. • Usb-c To Usb-a Data Transfer Cable. • 1064nm Laser Test Card. • Including Hand Strap And Wrist Strap. . Training: • Comprehensive Onsite Training For An Unlimited Number Of Users. Add-on Accessories And Software: • Periscope Adaptor. • Vial Holder. • Bottle Adaptor. • Integrated Quickdetect Automated Colorimetrics • Detect Trace Quantities Of Non-visible Residues Left On Surfaces: • Explosives And Explosive Precursors • Narcotics Standard Requirements: • Bidder’s Certificate That Will Provide Manual In English Language (2 Copies Of Operator's/user's Manual And 2 Copies Of Service/technical And Maintenance Manual) Upon Delivery. • Brochure/sales Literature. Training Requirements: • Bidder’s Certificate That Will Conduct Free Technical Training And Product Demo For The End-user/s And In-house Biomed On Equipment Operation And On Maintenance Of Equipment. • After Sales Service: Bidder’s Certificate That Parts Shall Be Available At The Authorized Philippine Service Center/s For A Period Of Five (5) Years After The Warranty Period. • Certification From Local Distributor On The Availability Of Service Technicians And/or Biomedical Engineers In Case Of Equipment Breakdown. Preventive Maintenance - • Bidder’s Certificate Free Quarterly Preventive Maintenance During The Warranty Period With Preventive Maintenance Plan. Warranty Certificate: • Warranty Certificate Minimum Of Five (5) Years For Service And Three (3) Years For Parts. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user After Testing And Commissioning. • Calibration: With Certificate Of Calibration Upon Delivery. The Bidder Must Be Iso 9001 And The Manufacturer Should Be Iso 13485 Certified Unit 1 6,900,000.00 14 Common Bile Duct Exploration Supplement Set. Brand New. Product Specifications: Made Of Heavy Duty Stainless Steel. Includes The Following Items: 1 Pc. Randall Kidney-stone Frcpsslt-cvd225mm, 1 Pc. Randall Kidney-stone Forceps Cvd225mm, 1 Pc. Randall Kidney-stone Frcpshvy-cvd225mm, 1 Pc. Randall Kidney-stone Frcps U-cvd225mm, 1 Pc. Bakes Bile-duct Dilator 1mm, Bakes Bile-duct Dilator 2mm, 1 Pc. Bakes Bile-duct Dilator 3mm, 1 Pc. Bakes Bile-duct Dilator 4mm, 1 Pc. Bakes Bile-duct Dilator 5mm, 1 Pc. Bakes Bile-duct Dilator 6mm, 1 Pc. Bakes Bile-duct Dilator 7mm, 1 Pc. Bakes Bile-duct Dilator 8mm, 1 Pc. Bakes Bile-duct Dilator 9mm, 1 Pc. Bakes Bile-duct Dilator 10mm, 1 Pc. Randall Kidney-stone Forcepscvd190mm, 1 Pc. Randall Kidney-stone Fcpshvy-cvd190mm, 1 Pc. Bottom For 1/2 Container Height:135mm, 1 Pc. Prime Line Pro 1/2 Lid Green, 1 Pc. 1/2 Size Perf Basket 243x253x76mm, 1 Pc. Identification Label Green. Set 1 590,000.00 15 Defibrillator. Brand New. Product Specifications: General Features: 7-10 Inch Lcd Display, Maximum Of 3 Waveforms. High Contrast Display Mode For Bright Environments. Ambulance-ready, Rugged Casting: Ip44, Impact Test Of 0.75m. Output Energy: 1-360j. Charge Times Of <3s T O200j, <7s To 360j. Auto-volt With Smart Charging. Lithium-ion Battery Supports To 6 Hours Monitoring/200 Shocks @360j/ 4.5 Hours Pacing, With Built-in Led Power Level Indicator. Lightweight At 4-5kg., Full Configuration, Main Unit. Automatically Switch Defibrillator Energy, Cpr Prompts, And Alarm Limits Depending On Patient Type. Display Ecg During Aed Mode. Ecg Recovery Within 2.5s Or Less. Contact Status Can Be Checked Through Paddle And Monitor, Impedance Value Can Be Checked In Monitor. Auto-testing Includes Maximum Energy Discharge Test. Parameters: 3/5 Lead Ecg, Pacer. Includes: Thermal Recorder, External Paddle Kits, Ecg Cable And Lead Wires, Ecg Electrode, Multifunction Electrode Pad. Printer Paper, Electrode Gel, Power Cord, Lithium-ion Battery. Unit 5 1,500,000.00 16 Dish Sterilizer. Brand New. Product Specifications: − High Light Led Display, − With Special Boiler Temperature Drainage Settings, − Washing (non-recycling) Parameters Can Be Set Free And With Control Memory Function, − Can Meet Different Washing Demand, − Self - Research Internal Water Softener, − Double Construction Design For Top Cover, − Power: 380v/50hz, − Basket Dimension : 500x500mm, − Washing Ability : At Least 60 Basket / H, − Rinse Water Quantity : 3 L/h, − Inlet Height :400-430mm, − Machine Dimension : 800-850x800-820x1450-1500mm, − Rated Power : 14.75kw, − Gross Weight : 140-150, − Net Weight : 100-110, − Packing Size : 890-900x900-910x1630-1700mm. Warranty Period- Within 1 Year Upon Delivery And Installation To Cover Parts (excluding Wearable Parts) And Service With Preventive Maintenance Every 6 Months Within 2 Years Period. Provides Orientation And Training To End-user Representative.* Unit 1 500,000.00 17 Electrocardiography Machine (ecg) Brand New. Product Specifications. High Resolution Lcd Touch Screen, 320-330x240-250vivid Waveform Display. 12 Leads Ecg Resolution Thermal Printer. Built-in Rechargeable Li-ion Battery, Ac/dc Power Supply. Anti-defibrillator And Pace Maker Detection. Complete Digital Filtering, Resisting Baseline Drift, Automatic Baseline Adjustment. Automatic Ecg Measurement And Interpretation. Large Patient Data Storage; 150 Cases, Equipped With Usb Port For Data Transfer. Three (30 Printing Formats (auto, Manual And Rhythm) Selectable. 1/2/3 Channel Ecg Waveform And Rhythm Leads Record Out. Lead Status Diagram Display. Unit 4 200,000.00 18 Electrosurgical Dessicator Machine. Brand New. Product Specifications: Use For Removal Of Lesions, Warts, Skin Tags, And Other Blemishes Easily With Minimally-invasive Treatment. For Superficial Treatments, Safe To Use Around The Eye And Nose Area. Includes Re-usable Pen And Tips. Unit Specifications: Depth:4-5 Inches, Width:8-9 Inches, Height:7-8 Inches, Weight:6-8 Pounds, Output Power -low At 0-20watts (1/10 Watt Increments Up To 10 Watts), High At 0-35 Watts, Bipolar: 0-35 Watts. Offers Hand-or-foot Activated Operation. Autoclavable, Reusable Hand Control Pencil With Power Adjustment Buttons. Pencils Are Designed With Non-spinning Hex Collar For Multi-positional Fall-safe Blade Locking. Equipped With Mobile Stand. Includes Consumables.warranty-6 Months From Delivery And Installation. Set 1 100,000.00 19 Fetal Maternal Monitoring System: Brand New. Product Specifications: Foldable Screen. Probe Rack And Wall Mounting Rack. Handle For Easy Carrying. User-friendly Gui With 3 Display Modes. Four (4) Optional Color Background. Capable Of 24 Hours Ctg Storage. Fast Print For Store Traces. "smart Notes" Annotation (color Optional). Signals Overlap Verification. Real-time And Offline Data Transmission To Pc. 10-12 Inch Color Touch Screen. Excellent Algorithm. 12-crystal And 1 Mhz Water-proof Transducer For Accurate Detection. Configuration: Dual-fhr, Toco, Fm, Afm, Mecg, Nibp, Mspo2, Temp. Includes: 3 Each Belt, 1 Each Event Marker, 1 Bottle Ultrasound Gel, 1 Ea. Fhr Transducer, Purple, 1 Each Transducer, Yellow (color Optional), 1 Each Spo2 Sensor, Adult, 1 Each Temperature Probe, Skin, 1 Each Toco Probe, 1 Each Nibp Cuff, Adult, 1 Each Nibp Tube, Adult. Unit 3 1,110,000.00 20 Infusion Pump. Brand New. Product Specifications: Mechanism: Peristaltic Pump, Operating Mode: Flow Rate Mode, Drip Rate Mode(optional), Preset Volume: 1-9999 Ml, Flow Rate Range: 1 – 600 Ml/h (or Wider), Increment: 1, 10, 100 (ml/h), Accuracy: ± 5%, Kvo Rate: 1 Ml/h, Bolus Rate: 600 Ml/h, Drop Rate Range: 1 – 400 Drop/min (or Wider) With Optional Drip Sensor, Screen: 2.7 Inches B/w Lcd (or Wider), Information: Flow Rate, Preset Volume, Accumulated Infusion Volume, Completion, Occlusion, Air Bubble, Bed No, Ac Power Indicator, Battery Capacity, Battery Charge Indicator, Iv Set, Etc., Status Indicator: Stop, Run, Bolus, Kvo, Alarm Type: Air Bubble, Finish, Occlusion, No Ac Power, Low Battery, Battery Empty, Reminder To Operate, Communication Error (err1), Operation Error (err2), Drops Error (err3), Handle Open (err4), Air Bubble Level: 1-3 Levels Adjustable, Universal Compatibility, Turn On/off, Occlusion Alarm Pressure Range: 3 Levels: 60kpa, 100kpa, 140kpa (±20kpa), Battery Type: Lithium Polymer, Battery Life: Up To 4 Hours Continuous Operation 25 Ml/h Flow Rate, With Delivery And Installation, Provision Of Trainings Of Staff With Certificates, And Manual. Unit 4 320,000.00 21 Laboratory Oven. Brand New. Product Specifications: Working Temperature Range At Least 5 Above Ambient Temperature To +300 °c; Setting Accuracy Temperature Up To 99.9 °c: 0.1 / From 100 °c: 0.5; Setting Temperature Range +20 To +300°c; Temperature Sensor 1 Pt100 Sensor Din Class A In 4-wire-circuit. Control Cockpit Single Display. Adaptive Multifunctional Digital Pid-microprocessor Controller With High-definition Tft-colour Display; Timer Digital Backwards Counter With Target Time Setting, Adjustable From 1 Minute To 99 Days; Adjustable Parameters: Temperature (celsius Or Fahrenheit), Air Flap Position, Programme Time; Ventilation: Natural Convection, Vent Connection With Restrictor Flap; Works Calibration Certificate : Calibration At +160°c; Door Fully Insulated Stainless Steel Door With 2-point Locking (compression Door Lock); Internals 1 Stainless Steel Grid(s), Electro Polished; Stainless Steel Interior; Interior Easy-to-clean Interior, Made Of Stainless Steel, Reinforced By Deep Drawn Ribbing With Integrated And Protected Large-area Heating On Four Sides; Volume 32 L; Dimensions W(a) X H(b) X D(c): 400 X 320 X 250 Mm; Max. Number Of Internals: 3; Max. Loading Of Chamber 60 Kg; Max. Loading Per Internal 20 Kg; With Free Power Back-up System, With Free Installation And Demonstration. Unit 1 130,000.00 22 Newborn Hearing Screening Test Equipment. Brand New. Product Specifications: • Capable Of Screening And Diagnostic Testing With Te And / Or Dpoae. • Fast Automatic Test With Pass / Refer And Graphical Test Result Display. • Direct Evaluation Via Value And Bar Diagram. • Up To 12 Frequencies Displayed Within The Device, Dp Up To 12 Khz. • 5 Dp / 2 Te Protocols With User Customizable Parameters (diagnostic Version). • High Noise Immunity For Operation In Normal Clinical Environment. • Lightweight, Small Ear Probe. • Environmentally Friendly Due To Long Life, Rechargeable Battery. • Bluetooth Communication To Optional Printer And Pc • Evaluation Of Results In Pc. Screener With At Least 4 Frequency Dpoae Testing Protocols. • Qualified Protocols Built Into The Device. • 4 Dpoae Test Frequencies Reported. • Integration To State Tracking Systems, Hi-track Or Oz. Diagnostic With Up To 12 Frequency Dpoae Testing Protocols. • 1.5 To 12 Khz Frequency Range With Up To 12 Test Frequencies Reported. • Customizable Test Protocols Teoae Available As An Upgradeable Option. Measurement Type: Distortion Product Otoacoustic Emissions (dpoae) Transient Evoked Otoacoustic Emissions (teoae). Frequency Range: Screener Version: Dpoae: 2.0 Khz To 5.0 Khz Teoae: 1.5 Khz To 4.0 Khz. Diagnostic Version: Dpoae: 1.5 Khz To 12.0 Khz Teoae: 0.7 Khz To 4.0 Khz. Stimulus Intensity Range: Dpoae: 40 Db Spl To 70 Db Spl Teoae: 83 Db Spl Peak Equivalent (±3 Db). Microphone System Noise: -20 Db Spl @ 2 Khz (1 Hz Bandwidth)/ -13 Db Spl @ 1 Khz (1 Hz Bandwidth). Dimensions And Weight (unit): 2.5 To 3” W X 1.2 To 1.8” D X 5.5 To 6.5” H 6.2 To 6.8 Oz. Power Supply: Lithium-ion Rechargeable. Battery Life: 1000 Tests Per Charge, Minimum 15 Hours On-time. Connectors/ Communications: Integrated Usb Communication Capability For Battery Charging And Communication With Pc-based Database Programs Or An Optional Printer. Hdmi Connector For Connection To The Micro-probe. Integrated Bluetooth Class 2 + Edr With Spp. Protocol For Communication With Optional Printer. Standard Accessories: Micro-probe, Box Of Single Use Ear Tip And Ear Tip Remover, Package Of Probe Tubes, Micro-usb Power Supply For Charging Lithium Ion-battery, Pc Database Software With Manual, Micro B To A Usb Cable For Pc Communicator/charging, Protective Carrying Case, Data Management Tool That Provides The Ability To Transfer Patient. Oae Test Data From The Testing Device To A Pc For The Purposes Of Viewing, Archiving, Managing And Printing Oae Reports. Using The Database Also Gives You The Means To Create Letter Sized, Detailed Reports That Can Be Easily Filed Or Faxed. You Can Also Create A “paperless” Office By Saving The Test Results As A Pdf For Electronic Filing Or Email. Dpoae: 40 Db Spl To 70 Db Spl Teoae: 83 Db Spl Peak Equivalent (±3 Db). Includes Ups. Warranty –at Least 1 Year After Delivery And Installation. Provision Of Training For End-user To Accredited Newborn Screening Center. All Expenses Should Be Shoulder By The Lowest Calculated Bidder. Unit 1 1,000,000.00 23 Operating Room Lights. Brand New. Product Specifications: Dual Head- Ceiling Type. Major Operating Room Light Multi-color. Merging Of Light Fields, Light Intensity Control. Comfortable Display Of Key-pad On Major Lighting Head. Back Light Key Pad Display. Depth And Merging Light Field Should Be Operated At The Sterilizable Handle. Cool Light Temperature Increasing In Head Area: 0.5 ºc. 360° Continuous Rotation Around All Major Joints. Anti-bacterial Coating Head. - Light Head Diameter: 66cm. Ideal Laminar Flow Ceiling System. With Endo Mode: Must Be Color Green Light. Main Light Head. Electronic Light Intensity Control At Lamp Head. - Light Intensity At 1 Meter Distance: 160,000 Lux. Colour Rendering Index Ra At Kelvin: 98 (for Better Quality Image Of Skin, Blood And Tissues). Colour Rendering Index R9 At Kelvin: 99 (for Better Quality Image Of Skin, Blood And Tissues). Focusable Light Field Size: 19-30 Cm. Colour Temperature: 3,750, 4,000, 4,250, 4,500, 4,750 K. - Adjusting The Shadow Activating Via The Touch Panel. - Maximum Of Four Groups Of Lenses Are Dimmed Simultaneously. Shadow Management System. Number Of Led’s: 99 On Lamp Head. Life Span Of Leds: > 60,000 H. Working Distance: 70-160 Cm. Light Intensity Control (standard): 5% - 100%. Outstanding Depth Illumination: 70, 100, 130 Cm. Laser Pointer On Head (main Light Head Only). Lf-index Leenemann: 26. Lf-index Oostlander: 28. Input Voltage: Single Phase 110 ~ 230 Vac Free Volt. Total Power Consumption: 82 - 92watts. Adjustable Brakes At The Horizontal Arm. Light Head Weights: 18.5 Kg. Protection Type Lamp Head: Iec60529. - Aluminum Housing. Satellite Head. Electronic Light Intensity Control At Lamp Head. - Light Intensity At 1 Meter Distance: 140,000 Lux. Colour Rendering Index Ra At Kelvin: 98 (for Better Quality Image Of Skin, Blood And Tissues). Colour Rendering Index R9 At Kelvin: 99 (for Better Quality Image Of Skin, Blood And Tissues). Focusable Light Field Size: 18-30 Cm. Colour Temperature: 3,750, 4,000, 4,250, 4,500, 4,750 K. Number Of Led’s: 69 On Lamp Head. Life Span Of Leds: > 60,000 H. Working Distance: 70-160 Cm. Light Intensity Control (standard): 5% - 100%. Outstanding Depth Illumination: 70, 100, 130 Cm. Input Voltage: Single Phase 110 ~ 230 Vac Free Volt. Total Power Consumption: 82-92 Watts. Adjustable Brakes At The Horizontal Arm. Light Head Weights: 17.9 Kg Minimum. - Aluminum Housing. Protection Type Lamp Head: Iec60529. Standard Accessories: - Sterilized Handle: 2 Pcs/ Lamp Head, - Ceiling Anchorage Ring With Screws, - Spring Arm, - Ceiling Cover, Including Installation Of Brackets To Embed Overhead Ceiling- User Manual, - Ups. Warranty Of Two (2) Years For Parts And Labor With Free Preventive Maintenance Every Quarter Within Warranty Period Five (5) Years Warranty For Led Bulb Only. Unit 1 2,500,000.00 24 Operating Room Table (motorized). Brand New. Product Specifications: Total Length: 2000-2100 Mm. Width Including Side Rails: 600-630 Mm. Mattress Width: 550-570 Mm. Total Weight: 200-210 Kg. Safe Working Load (swl): Up To 250 Kg. Height Adjustment Range: From 595 Up To 1005 Mm. Castors: Four Ø 120-125 Mm Central Locking Twin Castors. Head Section: -58° ... +37°, 135 Mm. Back Section: -10° ... +70°. Leg Section: -80° ... +10°. Lateral Tilt: 20° / 20°. Trendelenburg/anti-trendelenburg: 30° / 20°. Sliding Tabletop For C-arm Function: 300-320 Mm. Flex / Reflex: 220° / 120°. Electrical System: 24 Vdc, Battery Operated, 100 - 240 Vac, 50/60 Hz. Controls: Hand Control And Integrated Control Panel On The Column. Memory Positions: Four Programmable Positions. Visco-elastic Mattresses. Radio Lucent Tabletop For X-ray. Accessories For General Surgery: 1. Arm Rest, 2. Anesthesia Frame With Clamp And, 3. Attachment Clamp. Transport And Storage Conditions: Temperature 7 10° C + 50° C. Relative Humidity 10 %, 85 %. Air Pressure 700 Hpa, 1060 Hpa. Operating Condition: Temperature +10° C, + 40° C. Relative Humidity 30 %, 75 %. Air Pressure 700 Hpa 1060 Hpa. Side Rail Accessories: 25 X 10mm. Warranty-1 Year From Delivery And Installation. Certificate Of Parts Available In The Next 5 Years. Includes Training To End-user. Includes Product Manual. Unit 2 5,500,000.00 25 Radiant Warmer With Phototherapy Units. Brand New. Product Specifications: Fixed Height Radiant Warmer, Mounted On A Column. The Unit Is Supported By A T-shaped Sturdy And Stable Wheeled Base. Bases Is Provided With A Minimum Three (3) Anti-static Swivel Casters. At Least Two (2) Of The Casters Are Equipped With Brakes. The Base Is Equipped With A Side Handle/rail For Easy Positioning. The Design Of The Base Is Suitable To Be Fitted Over Standard Cradles, Cribs, And Bassinets. Overhead Radiant Heater At A Fixed Height Of 1.80-2.0m. Radiant Heating Is Achieved By Quartz/ceramic Elements, Placed In A Parabolic Reflector. The Radiator Is Equipped With A Safety Grid. The Unit Support Three (3) Modes: Pre-heating, Manual And Servo Mode. The Unit Allows For Instant Switching Been The Different Operating Modes. The Minimum Skin Temperature Setting Range Is 32°c To 37°c. The Resolution Of The Temperature Is: ± 0.5°c Or Better. In Manual And Pre-heating Modes Heating Settings Allow For A Range Of 0 – 100%. Led Spotlight(s) For Examination Are Integrated In The Overhead Radiant Heater, The Angle Of The Overhead Light Is Adjustable. Warm-up Time < 30 Min To 25°c. Power Requirements: 1 Ph, 100 - 240 Volts - 50/60 Hz 900 To 1300va (with Ups And Avr). Display Features: The Display Panel Is Integrated In The Column For Visualizing Working Parameters And Alarms. The Display Indicates: - The Current Active Mode: Pre-heating, Manual Or Servo, - The Current Heating Power In Percentages, - The Current Pre-set Temperature, - The Current Actual Skin Temperature, - The Current Air Temperature. The Unit Is Equipped With A Self-check Feature. Alarm And Safety Features: Alarms Are Audible And Visible. Alarms Indicating: - Sensor Disconnection Or Malfunction. - Power Failure. - Skin Temperature, After Stabilizing, Varying Beyond 0.5° To 1°c From Set-point. - 10 To 15 Minutes After Manual Mode Has Been Engaged An Audible Alarm Will Sound. In Addition, The Unit Will Either Reduce Or Cut The Power To The Heater. In Skin Mode, When The Temperature Exceeds 39°c, The Unit Will Cut The Power To The Heater. Supplied With: Instructions For Assembly, Use And Maintenance In English: 1 X Installed And 2 X Spare Reusable Skin Temperature Sensors, Including Connection Cable And Plug. 1 X Spare Quartz/ceramic Heating Element Or The Same With Installed Heating Element. 2 X Spare Examination Light Bulbs. 1 X Set Of Spare Fuses, If Applicable. Accessories: A Durable Light Weight Cradle/crib And Mattress. Oxygen Regulator Including A Pressure Gauge, Flow Meter, Humidifier Bottle And All Required Tubing. Integrated Weighing Scale. Electrically Operated, Slow Suction Unit Including A Vacuum Regulator, Vacuum Gauge And Autoclavable Collection Jar. Electrical Height Adjustment. T-piece Resuscitator. Integrated Phototherapy Unit. Led Phototherapy Unit 36cm: 620-2800μw/c㎡. Led Phototherapy Unit 50cm: 400-1620μw/c㎡. Estimated Life Span: Eight Years. Includes Avr. Unit 3 600,000.00 26 Refrigerator (biological). Brand New. Product Specifications: External Dimension: W = 700-750 Mm D = 730-750 Mm H = 2000-2100 Mm. Inside Dimension: Useful Space On Top W = 600-620 Mm D = 550-570 Mm H = 500-550 Mm. Useful Space At The Bottom W = 590-610 Mm D = 540-560 Mm H = 500-550 Mm. Capacity: 600 L Temperature Range: Top 2°c To 20°c Bottom 2°c To 20°c. Optional: Other Temperature Ranges. Housing Galvanized Sheet Steel With High Quality White Coating, Antibacterial Coated. With 4 Feet, Height Adjustable. Optional: Set Of 4 Casters, 2 With Brakes. Interior Space Inner Case Of Galvanized Sheet Steel With High Quality White Coating, Antibacterial Coated. Cleaning Friendly By Rounded Corners, Slippery Surface In The Interior, Meets Highest Hygiene Requirements Insulation High Density Foamed-in-place Polyurethane, With A Thickness Of 60 Mm. Cfc-free. Circulation Air Cooling For Rapid And Uniform Temperature Control, Reducing Temperature Gradients To A Minimum. When The Door Is ""open"" The Circulating Fan Is Switched Off Automatically By A Micro Switch In Order To Prevent Warmer Ambient Air Being Drawn In. Door 2 Pcs. Three-layer Thermally Insulating Glass Door (arranged On Above The Other), Supplied As Standard With Right Hand Hinge, Also Available With Left Hand Hinge At No Extra Cost. Grease Resistant Magnetic Seal. Optional: With Door Lock. Interior Fittings 4 Pcs. Grating-type Shelves (dim.: 530x550 Mm), White Coated. Interior Lighting With Automatic On/off Micro Switch. Optional: Stainless Steel Shelves Or Stainless-steel Drawer Compartments, With 3 Lengthwise Dividers With Telescopic-type Guides On Rollers With Stops, Drawer Dimensions: 500x480x77 Mm (wxdxh) Usable With Between The Lengthwise Dividers: 106 Mm (lengthwise Dividers Easily Removable). Working Range 1 From 2°c To 20°c (assuming The Ambient Temperature Is Approximately 4°c Above The Set Point). Temperature Accuracy +/- 1,8°c After Stabilization (with 50% Of Loading). Acoustics Signal When The Set Value Is Undercut Or Exceeded Potential-free Connection Socket For Extern Alarm Refrigerating Unit 2 Pcs. Fully Hermetically Sealed, Forced Ventilation, Fitted On Vibration – Absorbing Mounts (ambient Temperature Max. 32°c), Low Noise (48dba/1m), Energy Saving Compressor With High Quality Vaporization System. Refrigerant: R 290 Or Equivalent Defrost Automatically With Thermal And Time Limit. Condensate Evaporation In Heated Tray. During The Defrost Period, The Temperature Inside The Cabinet (only The Air Temperature – Not The Stored Goods) Will Arise For A Short Time. Electrical Date: Power Supply220-230 V/50 Hz/single Phase Optional: 60 Hz. Power Input 2x 0,20 Kw. Fuse 16a. Power Cable: 2x 1,5 M. Packing Details (palletized) Dimensions: Approx. 85x98x224 Cm. Net Weight: 150-170 Kg. Gross Weight: 180-200 Kg. Include Avr. Unit 1 100,000.00 27 Rigid Video Procto-sigmoidoscope. Brand New. Product Specifications: Plastic Obturator. Video Camera. Stainless Steel Tube. Handle Of Polyacetal (delrin), Usb Male Connector. Analogue To Digital Converter Nozzle For Gas. Instrumentation Channel. Silicone Washer. Includes Universal Fiber Optic Light Source Machine And Tube Connector From The Proctoscope To The Light Source Machine. Warranty -6 Months From Delivery And Installation. Set 1 50,000.00 28 Stretcher, Transport Type. Brand New. Product Specifications: Hydraulic Stretcher. Numbers Of Function: Five-function. Certification: Ce, Fda, Iso13485. Size: 2000-2100 Mm (l)*770-800mm (w)*600-610/900-920mm (h). Height:600mm-930mm. Lowest Position-floor To Platform-580mm. Highest Position-floor To Platform-905mm. Side Rail Height Above Mattress Platform-340 To 360mm. Maximum Back Rest-0-80 Degrees. Maximum Knee Rest-0-30 Degrees. Maximum Trendelenburg Reverse Tr-0-16 Degrees. Mattress Size -1850-1880 X 650-670 X 80-90mm. Loading Capacity -up To 200 Kg. Side Rails: Collapsible Aluminum Alloy Side Rails. Bed Platform: X-ray Transparent. Specification: Ce, Fda, Iso. Other Features: 1. Central Brake System: Equipped With Four Brake Pedals On All Sides Of The Bed Make The Brakes At The Optimal Position Effectively Or Central Brake Pedal Located At Both Ends Of The Bed. 2. Multi-function Instrument Support: The Instrument Support Can Put The Monitor And Can Also Be Used As A Headboard To Prevent Accidental Slippage Of The Patient. 3. Push Handle: Reducing The Workload And Preventing The Injuries. 4. High Quality Mattress: Waterproof Cloth With The Smooth Surface Of The Mattress, Easy To Clean And Not Misplaced. 5. Large Diameter Wheel: Using The Imported 7 To 8-inch Silent Caster Make It Flexible And Durable. 6. The Fifth Wheel: The Fifth Wheel Can Provide A Smaller Radius Of Gyration. The Telescopic Collapse Design Can Slide Smoothly Even On The Rough Surface Or Obstacles Such As The Elevator Sill, Reducing Effectively The Damage Caused By Transport To Patients. 7. Plastic Coated Side Rails: The Side Rails With Stainless Steel Column Guardrail Covers Almost Entire Length Of Bed. 8. High-strength Carbon Steel Structure And Spray Procedure: The High Quality Carbon Steel And Robot Welding Guarantee The Mechanical Strength. The Spray Surface Treatment Is Easy To Clean And Guarantees A Longer Life Or Equivalent. 9. Rapid Lifting Hydraulics: The Imported Dual-pressure Lifting System Can Be Used To Quickly Lift The Bed Or The Push Handle For 2 Seconds In An Emergency, And The Bed Will Automatically Locate The Height To Form A Special Body Position Of The Patient. 10. X-ray Imaging: Equipped With X-ray Material Bed Surface And X Ray Cassette Holder, The Whole Body Can Be X-rayed. 11. With Oxygen Cylinder Holder. Warranty -1 Year From Delivery And Installation. Unit 18 5,400,000.00 29 Suction Machine. (heavy Duty). Brand New. Product Specifications: Floor, Standing Type. Oil-less Piston Suction Motor. Double Anti-overflow Protection (mechanical Float And Electronic Sensor). Flow Rate: 40-50 Liter Per Minute. Water Displacement. Vacuum -700-800mmhg. Includes 2x3 Liters Polycarbonate Collection Jar. Attach/detach Abs Plastic Cover Jar. Anti-bacterial And Hydrophobic Filter. Patented Anti-vibration System. Dimensions: 300-400mm X 380-420mm X 800-850mm (lxwxh). Weight -15-25 Kg. Equipped With Foot Switch. Power -250w. Power Requirement -ac 200, 50-60hz. Silicone Hose. Operation And Service Manual Included. Warranty Of 6 Months From Delivery And Installation. Includes Orientation And Training Of End-user Staff. Unit 2 600,000.00 30 Syringe Pump. Brand New. Product Specifications: With Delivery And Installation, Provision Of Trainings Of Staff With Certificates, And Manual.  Applicable Syringes (universal Compatibility To Various Brands): 10ml, 20ml, 30ml, 50ml/60ml, Accuracy: ±2% (mechanical ±1%).  Flow Rate: 10ml: 0.1 Ml/h -300ml/h, 20ml: 0.1 Ml/h -600ml/h, 30ml: 0.1 Ml/h -900ml/h, 50ml: 0.1 Ml/h -1500ml/h.  Bolus Rate: 10ml: 100-300ml/h (default 300ml), 20ml: 100-600ml/h (default 600ml), 30ml: 100-900ml/h (default 900ml), 50ml: 100-1500ml/h (default 1500ml).  Purge Rate: 10ml: 300ml, 20ml: 600ml, 30ml: 900ml, 50 Ml: 1500ml.  Volume To Be Infused: 0.1ml~1000ml.  Injection Increment: 0.1ml.  Infusion Mode: Rate Mode, Time Mode.  Time Mode: Volume Limit: 0.1~999.9ml. Pre-set Time: 1min To 99h99min. Remaining Time: **h **min.  Occlusion Pressure: 3 Adjustable Occlusion Pressure Settings: Low, Middle And High.  Alarm Function: Infusion Completion, Near Completion, Empty, Occlusion, Low Battery, Syringe Disengaged, Incorrect Installation Of Syringe Plunger, No Ac Power Supply, Low Battery, Battery Exhausted, Malfunction Etc.  Battery: Rechargeable Lithium Polymer Battery, 7.4v, 2100mah, Can Operate For More Than 3 Hours After Fully Charged At 25ml/h. Unit 5 300,000.00 Total 34,665,000.00 Note: Winning Bidder Shall Conduct Product Demonstration/end-user’s Training Of The Actual Unit And Issue Training Certificate To The End-user And Medical Equipment Technician Of Wvsgh. The Bidder’s Single Largest Completed Contract Similar To The Contract To Be Bid Should Have Been Completed Within 3 Years From The Date Of The Deadline Of Submission And Receipt Of Bids, Award For This Contract Should Have Been Awarded By A Hospital Or Health Facility And Not By Another Supplier, Except For Line Items With Asterisk (*) Which Have Been Awarded By A Non-health Facility. Likewise, The Contract Price Of The Slcc Should Be At Least 50% Of The Sum Of The Abc Of The Line Items Joined. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Interested Bidders May Join The Pre-bid Conference And Opening Of Bids Virtually Via Google Meet In The Link Provided: Meet.google.com/deb-mcrk-wqm. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. The Complete Schedule Of Activities Is As Follows: Bac Activities Schedule Availability Of Bidding Documents January 16, 2025 At 8:00 Am To 4:00 Pm And Up To Before 9:00 Am Of February 5, 2025, At The Procurement/bac Office, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Pre Bid Conference January 24, 2024 (friday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Opening Of Bids February 5, 2025 (wednesday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Bid Documents May Be Acquired By Interested Bidders On The Dates And Address Above And Upon Payment Of Applicable Fee For The Bidding Documents In The Amount Of: Php 25,000.00 Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac/procurement Office On Or Before 9:00 Am Of February 5, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Wvs.doh.gov.ph , Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Western Visayas Sanitarium And General Hospital Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Mr. Jasond Rex A. Huyaban/jessie H. Jarbadan Bac Secretariat Western Visayas Sanitarium And General Hospital Sta. Barbara, Iloilo Tel. No.: (033) 332-4778 Loc. 119 Email: Wvsbac.procurement@gmail.com Website: Wvs.doh.gov.ph Renia Grace G. Salapare, Md, Fpafp, Mpa Bac Chairperson
Closing Date5 Feb 2025
Tender AmountPHP 34.6 Million (USD 592.9 K)

Western Visayas Sanitarium Doh Tender

Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Health Western Visayas Sanitarium And General Hospital Santa Barbara, Iloilo Invitation To Bid For Supply, Delivery And Installation Of Various Hospital Equipment Ib No. 2024-12-018-g The Western Visayas Sanitarium, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Supply, Delivery And Installation Of Various Hospital Equipment Location : Western Visayas Sanitarium And General Hospital, Inangayan, Santa Barbara, Iloilo Approved Budget For : Php 34,665,000.00 The Contract (abc) Fund Source : Caf No. 2024-133-gf Delivery Period : Within Ninety (90) Working Days After Receipt Of The Notice To Proceed Line Items Abc: Php 34,665,000.00 Lot 1 No. Description Unit Of Measure Quantity Approved Budget Cost (php) 1 Electrical Machine. Brand New. Product Specifications: Combination Of Electrotherapy And Ultrasound; With 3 Independent Channels And Body Diagram Installed; Power Supply: Ac 100- 240 V, Number Of Channels: 3 Independent (2 For Electrotherapy, 1 For Ultrasound) Electrotherapy; Ten& Ems, Ultrasound Functions; Electrode Pads For Tens & Ems; Us Probe Head: Large And Small. Warranty -1 Year From Delivery And Installation. Unit 1 290,000.00 2 Hand Dynanometer. Brand New. Product Specifications: Hydraulic Adjustable Handle. Strength Can Be Viewed In Pounds Or Kilogram. Can Measure Up To 90kg (200lbs.). Durable Metal Gauge. Warranty –at Least 6 Months Upon Delivery And Installation. Unit 1 55,000.00 3 Parallel Bars. Brand New. Product Specifications: Adjustable And Foldable. Stainless Steel Bars And Steel Base. Height Adjust Within 26''-40''. Width -24''-36". Length Ranges: 7-10 Feet. Warranty -at Least 6 Months Upon Delivery And Installation Unit 1 50,000.00 4 Pulley System. Brand New. Product Specifications: Single Handle/dual Tower. Chest And Floor Height Mounted Handle. Easily Adjustable Handles. Wheelchair Accessible. Warranty –at Least 1 Year Upon Delivery And Installation. Unit 1 150,000.00 5 Pbx, Smart Hybrid. Brand New. Product Specifications: Designed For Telemedicine Use. Genuine And High Quality Brand. Pabx Built-in Extensions 16 Analog. At Least 2 Card Slots And 2 Slots Trunk Extension Card Switch System. Ability To Equip Sub-frame Ns-320; 12-32 Trunk Extensions. Sub-frame To Extend Pbx Ns300. Port Connected To The Main Frame. Dimensions: 40-45 X 35-36 X 86-90 Cms. Warranty –at Least 6 Months From Delivery And Installation * Unit 1 100,000.00 6 Uninterrupted Power Supply. Brand New. Products Specifications: Designed For Telemedicine Operation. 3000va. Output Power Capacity-3000va, Mount: 3u Rack Mountable. Nominal Output Voltage -230v. Dimensions: 20-22 X 19-20 X 5-6 Inches. Warranty –at Least 6 Months Upon Delivery And Installation. * Unit 1 400,000.00 7 Medical Waste Shredder. Brand New. Product Specifications: 20hp Motor Slow-speed And High Torque Dual Shaft Shredders, 5/16″ Wide Cutters, With Bearing Protection And Cleaning Fitters. Features: Efficiently Shred Syringes, Face Masks, Boxed Medical Waste, Pill Bottles, Etc., Available With A Split Cutting Chamber That Allows For Two Different Shred Widths Within One Shredder, The Manner Of In Feed And Output Are Also Divided. Includes Training And Certification, Warranty 1 Year Upon Installation Unit 1 350,000.00 8 Portable Multi-parameter Analyzer Flow Water Quality Testing. Brand New. Product Specifications: Measures Water Quality Parameter For Ph/ec/ise/do/temp. Mv/orp/px/resistivity/tds/sal./do Saturation. Features: Portable Device, Color High Contrast Lcd Touchscreen, Data Storage1000 Sets For Each Parameter, Support For Usb Communication, Ip65 Waterproof, Includes All Necessary Accessories And Consumables, Includes Training And Certification For Use, Warranty For 1 Year Upon Installation Unit 1 200,000.00 9 Water Purification System. Brand New. Product Specifications: 6000 Gdp Reverse Osmosis Machine. Up To 1200 Containers Per Day. Double U.s. Membrane. 2 Tanks 1000ltrs. For Raw & Product Water. At Least 28 Stages Of Water Filtration. To Include Piping Line From Water Station To Specified Areas Within The Health Facility. To Include Necessary. Building/structure For The Water Station. Service Warranty 1 Year After Delivery And Installation. To Include Service And User Training. Including Consumables: 50 Gallons Round Containers, 50 Gallons Slim Containers, 1 Sack Industrial Salt. * Unit 1 350,000.00 10 Anesthesia Machine With Cardiac Monitor. Brand New. Product Specifications: Main Gas Supply -oxygen, Air. Pin Index Supply System: Oxygen, Air. Ventilatior: With At Least Six (6) Ventilation Modes. Machine Must Be Able To Ventilate Patient Using The Preset Settings Provided By The End-user Even Presence Of Driving Gas Is Temporarily Unavailable. Ventilator Must Be Enclosed With Metal Casing To Prevent Entry Of Foreign Items Including Fluid. Ceramic Type Of Inspiratory And Expiratory Valve. Ventilator Must Have High Pressure Valve That Ensures Release Of Excess Pressure When Required. Ventilator Must Be Functional When Machine Is Connected Either Through Direct Power Supply Or Back Up Battery. Breathing System: The Volume Of The Compact Breathing System And Co2 Absorber Must Be 1.7l Excluding Hoses And Breathing Bag. Volume Of Co2 Absorber Reusable Canister Must Be 1.5l. With Bypass Valve Located In Breathing System Allowing Continuous Machine Operation While Changing Co2 Absorber. With Fresh-gas Decoupling Valve That Prevents Direct Entry Of Pressure In The Patient Airway When Pressing The O2 Flush Button, Peep And Pressure Limitation. With Breathing System That Can Be Detached From The Main Unit Without Tools Required. Breathing System Should Be Separated From The Main Unit With Mounting That Can Be Positioned From Any Direction Without Moving The Entire Anesthesia Machine. With Ceramic Type Of Inspiratory And Expiratory Valve. With Sample Gas Return Port. With Pup Off Pressure Release Valve Located At The Apl Valve. With Moisture Reduction System. Hot Steam Sterilization Can Be Carried Out At 134 ° C (273.2 ° F). With Heated Breathing System. Anesthesia Gas Supply Module: Range Of Fresh Gas Flow Indicators: 0.0 To 12.0 L/min. O2 Flush (bypass): At 87 Psi (6 Kpa X 100): Max. 75 L/min At 41 Psi (2.8 Kpa X 100): Min. 25 L/min. With Metering Valve And Dual Flow Tubes For Fresh-gas. With Integrated O2 Monitoring Located In The Screen. Vaporizer: With Two (2) Selectatec Vaporizer Mounting. With One (1) Unit Sevoflurane And One (1) Unit Isoflurane Vaporizer. Vaporizer Must Have No Cloth Component Which Allows Item To Be Functional Immediately Even Transporting It In An Upside Down Position. Oxygen Sensor: With Oxygen Sensor That Measures Percentage Of Oxygen. Flow Sensor: With Constant Temperature Hot-wire Anemometer Flow Sensor. Must Be Located Within The Anesthesia Unit Distal To The Patient Area. Flow Sensor Must Be Reusable. Auxillary Low Flow Oxygen: With Integrated Low Flow Oxygen Supply For Mask And Nasal Cannula Application. Writing Table/drawers/mounting: With At Least 3 Drawers As Storage For Other Accessories. With A Retractable Writing Table That Can Hold At Least 10kgs. Advanced And Safety Features: Functional Even The Battery Is Completely Discharged, All Pneumatic Functions Continue To Be Available (apl Valve, Breathing Pressure Gauge, Cylinder And Pipeline Gauges, Fresh Gas And Agent Delivery, And O2, Air, Flow Meters).manual Or Spontaneous Ventilation Can Be Maintained During Power Failure And Discharged Of Battery. In Case Of No Power And Totally Discharged Battery, Machine Must Be Shifted Automatically From Ventilator Mode To Manual Mode Without Any Switch Or Button Required. Start-up Time Must Be Less Than 15 Seconds. Power Input Data: Power Supply: Rating Non-configurable 100 To 240 Vac, 50/60 Hz, 145 Va. Battery Operation Time: Up To 2 Hours, Minimum Of 45 Minutes. Parameters: Minimum Tidal Volume (vt) Required: 20 Ml. Breathing Frequency (rate): 4 To 60 Bpm (1/min). Inspiratory Pressure: Peep + 5 To 65 Cmh2o. Inspiratory Flow (inspflow): 10 To 75 L/min In Volume And Pressure Control Modes, 10 To 85 L/min In Pressure Support And Simv/ps Modes. Inspiration Pause: 0 To 50 %. Simv Inspiratory Time: 0.3 - 4.0 Sec. Positive End Expiratory Pressure: (peep) 0 To 20 Cmh2o. Inspiration/expiration Ratio: (ti:te) 4:1 To 1:4. Pressure Limiting: 70 Cmh2o. Range Of Fresh Gas Flow Indicators: 0.0 To 12.0 L/min. Pressure Support Level: Peep + 3 To 20 Cmh2o. Min. Frequency For Apnoe-ventilation: (freq. Min.) 3 To 20 Bpm And “off”. Trigger Level: 2 To 15 L/min. Standard Accessories: One (1) Unit O2 Regulator, One (1) Unit Air Regulator, O2, Air Fittings And Hose Clamps, One (1) Unit Adult Anesthesia Circuit With 2l Bag. Biolight M12 Patient Monitor (basic Configuration). Technical Specification: Display/waveforms: Screen Size Display: Not Less Than 12" Color Tft Screen. Screen Navigation: Touch Screen With Quick Volume And Brightness Adjustment. Support Quick Key, Able To Access Specific Functions Or Perform Operations Easily And Quickly. No. Of Waveforms: At Least 7 Waveforms (using Standard Screen Display). Battery: Internal Battery Duration Must Be: ≥ At Least 240 (built In Battery). Can Upgrade Lithium Battery, Battery Power Supply ≥480 Min. Ecg: Ecg Leads: 3/5 Leads, Display Sensitivity: ×0.25, ×0.5, ×1, ×2, ×4,auto Gain, Must Have A Smart Lead Off Feature, Must Have An Ecg Calibration Feature, Must Have An St Segment Analysis And Monitoring. Heart Rate Range Must Be: Adu: 10 To 300 Bpm, Ped/neo: 10 To 350 Bpm, Must Have Two (2) Hr Averaging Method. With Ecg Multi-lead Synchronous Analysis Function, Analysis Of Multiple Cardiac Leads At The Same Time, Can Be Accurately Monitored In The Case Of Individual Lead Interference, With Intelligent Lead Fall Monitoring Function. St-segment Analysis Can Show The St Graphic, Which Help Indicates The St Alarm Status More Faster. Nibp: Nibp Measurements Must Comply With The American National Standard For Electronic Or Automated Sphygmomanometers: - (ansi/aami/iso 81060-2:2009, Ansi/aami Sp10:2002) In Relation To Mean Error And Standard Deviation. Measurement Mode: Manual, Auto, Stat, And Sequence. Sequence Mode Could Support 5 Different Modes. Maximum Measuring Interval In Auto Mode Must. Must Have An Overpressure Protection For Nibp. Temperature: Must Have Dual-channel Body Temperature Monitoring With Difference Display Measurements. Must Support Skin And/or Oral/rectal. If More Than One Temperature Probe Is Used, The Monitor Will Be Capable Of Calculating And Displaying A Delta Reading. Measuring Range: 0~50 ℃. Spo2: Must Be Used In Low Pi (perfusion Index). Resp: Detection Method: Respiratory Rate And Respiratory Waveform Must Be Monitored By Pulse Wave. Trends: Trend Data For All Parameters In Tabular And Graphic Formats Must Be: 180h. Stored Nibp Measurements Must Be: Up To 2400 Groups. Stored Alarm Events Must Be: 3000 Groups And Associated Waveform. Holographic Waveform Must Be 72 Hours. Printer/recorder: Must Support 3-channel Recorder To Realize Thermal Printing; Support Network Printing Function. Network Capability: The Ip Address Of Each Patient Monitor Shall Be User Configurable. Features: -the Monitor Must Provide Electronic Early Warning Scor (ews, Glasgow Coma Scale (gcs), And Oxycrg Screen. -oxycrg Screen Shows Two Trend Curves And A Compression Waveform, Support To Review 48 Hours Trend Curve And Compression Waveform On The Oxycrg Review Screen. -accessories Storage Box, Help Manage Accessories And Prevent Accessories Missing Or Broken Problem. -user Shall Be Able To Freeze The Waveforms On The Screen And Then Review It To Carefully Observe The Patient During This Time. -up To 4 Timers Shall Be Able To Be Configured On Monitor Display To Count Up Or Down The Required Time In Minute And Second With Audio Alarm To Alert User. - The Monitor Shall Provide Following Specific Working Modes: Standby, Intubation, Night, Privacy, And Demo Modes. Accessories Included: 3/5 Lead Ecg Cable, 3/5 Lead Ecg Lead Wires, Adult Spo2 Sensor, Pediatric Spo2 Sensor, Temperature Probe Skin, Temperature Probe Oral/rectal, Nibp Cuff Adult, Nibp Cuff Pedia, Wall Mount / Trolley, One (1) Unit Pediatric Anesthesia Circuit With 1l Bag, Two (2) Units Power Adapter. Includes Avr Machine For Anesthesia Machine. Warranty -2 Years From Delivery, Installation, And Training/orientation. Unit 1 3,300,000.00 11 Cardiac Monitor With Capnograph. Brand New. Product Specifications: Display/waveforms: Screen Size Display: Not Less Than 12" Color Tft Screen. Screen Navigation: Touch Screen With Quickly Volume And Brightness Adjustment By Gestures Operate. Support Quick Key, Can Easily And Quickly Access Some Functions Or Perform Operations. No. Of Waveforms: At Least 7 Waveforms (using Standard Screen Display). Size Must Be: At Least 175mm X 320mm X262mm. With Auto Speech Recognition Module Implements The Voice Interaction With The Patient Monitor. Battery: Internal Battery Duration Must Be: ≥ At Least 240 (built In Battery). Can Up-grade Lithium Battery Power Supply ≥480min. Ecg: 5 Leads Display Sensitivity: ×0.25, ×0.5, ×1, ×2, ×4, Auto Gain. Must Have A Smart Lead Off Feature, Must Have An Ecg Calibration Feature, Must Have An St Segment Analysis And Monitoring. Heart Rate Range Must Be: Adu: 15 To 300 Bpm, Ped/neo: 10 To 350 Bpm. Must Have Two (2) Hr Averaging Method. With Ecg Multi-lead Synchronous Analysis Function, Analysis Of Multiple Cardiac Leads At The Same Time, Can Be Accurately Monitored In The Case Of Individual Lead Interference, With Intelligent Lead Fall Monitoring Function. St-segment Analysis Can Show The St Graphic, Which Help Indicates The St Alarm Status More Faster. Nibp: Nibp Measurements Must Comply With The American. National Standard For Electronic Or Automated. Sphygmomanometers: - (ansi/aami/iso 81060-2:2009, Ansi/aami. Sp10:2002) In Relation To Mean Error And Standard Deviation. Measurement Mode: Manual,auto, Stat, And Sequence,sequence Mode Could Support 5 Different Modes. Maximum Measuring Interval In Auto Mode Must. Must Have A Dual Overpressure Protection For Nibp. Temperature: Must Have Dual-channel Body Temperature Monitoring With Difference Display Measurements. Must Support Skin Or Oral If More Than One Temperature Probe Is Used, The Monitor Will Be Capable Of Calculating And Displaying A Delta Reading. Measuring Range: 0~50 ℃. Spo2: Must Be Used In Low Pi (perfusion Index). Resp: Detection Method: Respiratory Rate And Respiratory Waveform Must Be Monitored By Pulse Wave. Ibp: Support 2-channel Ibp Measurement Range: -50mmhg~+350mmhg. Types Of Measuring Blood Vessels: Arterial Pressure (art), Pulmonary Artery Pressure (pa), Central Venous Pressure (cvp), Right Atrial Pressure (rap), Left Atrial Pressure (lap), Intracranial Pressure (icp); Pulmonary Artery Wedge Pressure (pawp); Cerebral Perfusion Pressure (cpp). The Monitor Will Calculate The Ppv Based On Any Arterial Pressure Value Between Heartbeats. Etco2: Measuring Range: Etco 2 0 To 150 Mmhg. Fico: 3 To 50 Mmhg. Awrr: 0 To 150 Rpm (mainstream). Trends: Trend Data For All Parameters In Tabular And Graphic Formats Must Be: 180h. Stored Nibp Measurements Must Be: Up To 2400 Groups. Stored Alarm Events Must Be: 3000 Groups And Associated Waveform. Holographic Waveform Must Be 72 Hours Printer/recorder: Must Support 3-channel Recorder To Realize Thermal Printing; Support Network Printing Function Network Capability: The Ip Address Of Each Patient Monitor Shall Be User Configurable. The Upper/lower Limits Of Alarms Can Be Configured Via Networking From The Central. The Alarms At Bedside Can Be Paused Or Muted Via Networking From The Central. Features: -the Monitor Must Provide Electronic Early Warning Scor (ews), Glasgow Coma Scale (gcs ), And Oxycrg Screen. -oxycrg Screen Shows Two Trend Curves And A Compression Waveform, Support To Review 48 Hours Trend Curve And Compression Waveform On The Oxycrg Review Screen -accessories Storage Box, Help Manage Accessories And Prevent Accessories Missing Or Broken Problem -all-in-one Monitoring Adult, Children, And Newborn Patients. -user Shall Be Able To Freeze The Waveforms On The Screen And Then Review It To Carefully Observe The Patient During This Time. -up To 4 Timers Shall Be Able To Be Configured On Monitor Display To Count Up Or Down The Required Time In Minute And Second With Audio Alarm To Alert User. - The Monitor Shall Provide Following Specific Working Modes: Standby, Intubation, Night, Privacy, And Demo Modes. Warranty -1 Year From Delivery And Installation. Unit 2 500,000.00 12 Ceasarian Instrument Set. Brand New. Product Specifications: Made Of Heavy Duty Stainless Steel. Includes The Following Items: 1 Pc. Scalpel Handle #3 With Measure 125mm, 1 Pc. Scalpel Handle #4 135mm, 1 Pc. Tc Metzenbaum Scissors Cvd 180mm, 1 Pc. Lexer Scissors Narr Str 165mm, 1 Pc. Mayo-lexer Scissors Cvd 165mm, 1 Pc. Lister Bandage Scissors Hvy 180mm, 1 Pc. Standard Forceps Serr 160mm, 1 Pc. Standard Tissue Forceps 1x2 160mm, 5 Pcs. Lorna Towel Clamp Non-perf 130mm, 6 Pcs. Halsted-mosquito Forceps Delstr125mm, 6 Pcs. Halsted-mosquito Forceps Del Cvd125mm, 2 Pcs. Kelly Forceps Del Str 140mm, 6 Pcs Moynihan Hemostatic Forceps, Crv, 150mm, 1 Pc. Tc Mayo-hegar Ndlholderhvyserr150mm, 1 Pc. Tc Hegar Needle Holder Hvy-serr 205mm, 1 Pc. Us-army Retrac.26x15/43x15-23x15/40x15, 1 Pc. Richardson-eastman Bt471rbt472r, 6 Pcs. Boys-allis Forceps 5x6 155mm, 2 Pcs. Kidney Tray Stainless Steel 250mm, 1 Pc. Bottom For 3/4 Container Height:135 Mm, 1 Pc. Primeline Pro 3/4 Lid Red, 1 Pc. 3/4 Size Perf Basket 406x253x76mm, 1 Pc. Silicone Basket Liner 3/4 Size, 1 Pc.mayo Safety Pin F/ring-hdl Inst 140mm, 1 Pc. Ident. Label Up To 13 Letters Red. Warranty –at Least Eat 1 Year From Delivery. Set 2 1,520,000.00 13 Chemical Analyzer. Brand New. Product Specifications: Combined Instrument With Two Complementary Technologies: Raman Spectroscopy And Colorimetric Detection Confirmatory Testing: One Instrument Capable Of Confirmatory Testing Using Two Technologies Including 1) Swgdrug Category A Technique For Presumptive Testing, And 2) Swgdrug Category C Technique For Confirmatory Testing Safety Of Features For Measuring Energetic Samples: Trace Detection Testing For Energetics Without Need For Opening The Container Nor Inducing Laser Light To The Sample, Scan Delay Timer: 15 Sec – 10 Min Sample Size: Able To Detect / Identify Samples From 1 Microgram Traces To Large Bulk Samples Materials Covered: Common Raman Substances, Explosives, Narcotics, Cwas, Tics, Tims, Precursors, Common Chemicals, Fluorescent Materials Not Covered By 785nm Raman: E.g. Colored Materials, Heroin, Colored Mdma Pills, Oils, Npss, Etc., Low Concentration Materials Not Covered By Any Raman Instruments: Lsd, Thc, Magic Mushrooms, Gunpowder, Etc. Raman Excitation Wavelength: 1064nm Minimizes Fluorescence Effects: Allows For Direct Analysis Of Colored/impure Chemicals Through Colored Packaging. Spectral Wavelength Range 200 – 2500 Cm-1 Portability Power: Small Handheld Device, Optimized For One Handed Operation. , 18.5cm-20cm (l) X 15cm-20cm (w) X 7.9cm-10cm (h), 3.65lbs-5lbs (1.65 Kg-2.27kg)., Quantity 2 Lithium Ion Rechargeable Batteries With Battery Life Of More Than 6 Hours Per Charge Per Battery. Cr123a Rechargable Batteries Can Be Used. Including Spare 2 Lithium-ion Battery. Ruggedness Decontamination: Us Mil-std 810g Designed Rugged., Ip 68 Rated For Use In Varying Environmental Conditions And For Complete Decontamination. Operational Temperature Range: Unit Can Be Operated In -20°c To +50°c Temperatures., Withstands Temperature Fluctuations And Humidity Fluctuations. Rapid Start-up Rapid Results: 60 Seconds From Power On To Analysis., Analysis Results In Less Than One Minute. Operational Mode Options: Raman Analysis And Colorimetric Analysis Oraman: • Auto-collect Adjusts Raman Settings Automatically Optimizes Use For Routine Operations • Advanced User Adjustable Raman Settings For Advanced Operators And Custom Library Build: • Laser Power Level 30-490 Mw Adjustable In 5 Mw Increments Exposure Time 5ms To 30s In Increments • Custom Applications Optimize Raman Analysis Parameters Specific To Material Type Ocolorimetrics: • Pouches Including Both Swipes And Colorimetric Chemicals In One Pouch • Pouches For Explosives And Narcotics • General Pouches For Detecting A Wide Range Of Explosives Or Narcotics • Specific Pouches For One Explosive/narcotic Substance Or Substance Group Easy Raman Operation: • Scans In Direct Contact And Through Translucent Plastic Or Glass Containers. • Universal Sample Holder For Analysis Of Samples In Varying Forms And Packaging. • Smartphone Like Touch-screen Interface Or Large Button Activation. • User Prompted Step-by-step Onscreen Analysis Activation. • Typically, 4 Button Presses To Receive Analysis Result. • Onboard System Status Monitoring And Calibration. Reduces Down-time And Necessity For Re-calibration At A Service Depot Analytical Performance: • Liquids, Solids, Powders, Pastes, Gels, Invisible Traces. • Colored Substances And Substances Found In Colored Translucent Packaging. These Types Of Substances Are Most Often Encountered In Real-world Samples. • Comparative Spectral Analysis Overlay Easily Performed Onboard. • User Adjustable Focus Ensures Analysis Of Material And Not The Packaging. • 4c Software Automatically Monitors Results For Combinations Of Precursors Used In Threat, Drug Manufacturing, And Other Recipes. Users Receive Onscreen Alert To Potential Threat Or Clandestine Drug Manufacturing Activity. Library: Raman: • Over 12,000 Substances. • Resq Library Includes The Latest Explosives, Precursors, Cwas, Tics/tims, Narcotics And Psychotropic Drugs, Steroids, Cutting Agents, Pharmaceuticals, Diluents And Pesticides. • Easily Expandable To Add Emerging Threats And Other Substances. • Fleet Management And Library Transfer To Units In The Field. • 4c Library With Explosive, Drug Manufacturing And Other Types Of Threat Manufacturing Recipes. • Library Updates Provided More Than Once A Year Colorimetrics: • General Narcotics Pouches: Multi Drug Test Incl. Fentanyl, Special Opiate Pouch, Cannabinoids • General Explosives Pouches: Chlorates/perchlorates, General Explosives • Specific Pouches: Cocaine, Ephedrine, Heroin, Ketamine, Lsd, Meth/mdma, Mushrooms, Opiates, Pcp, Thc, Ghb Evidence Documentation Traceability: • Onboard 5mp Camera Captures Image Of Sample And Surroundings, As Well As Colorimetric Swab. • Image(s) Stored Along With Analysis Results In Tamper-resistant File. All Analysis Results Are Traceable And Include Unique Date, Time And Serial Number Stamp. • Ability To Activate Password Protect Operator Log-in. Record Of User Associated Activity Stored Onboard And Cannot Be Deleted. Data Access And Transfer Reporting: • View Results In Real Time On Cell Phone Or Tablet, Computer Or Laptop (pc, Ios, Android, Linux) Via Wifi (can Be Disabled). • Exportable Data In Numerous File Formats. • Data Access And Transfer On Computer Or Laptop Via Usb And Wifi (can Be Disabled). • Easy Report Generation. Customer Support Package: • 24/7/ 365 Days Reachback Service For The Life Of The Unit. • Library Updates Provided For The Life Of The Unit. • Software Updates Provided For The Life Of The Unit. • Support: Online, Phone, Email, And In Some Cases Text Message For The Life Of The Unit Cql Complete Package: • Rugged Shipping Case With Custom Foam Insert. • Qty 2 Rechargeable Lithium-ion Batteries. • Cr123a Battery Cartridge (does Not Include Cr123a Batteries). • External Battery Charger. • Ac Power Supply. • Adjustable Base Adaptor. • Universal Sample Holder. • Certified Benzonitrile Performance Verification And Calibration Standard. • Flash Drive Containing User Manual And Supporting Documentation. • Quick Start Guide. • Usb-c To Usb-a Data Transfer Cable. • 1064nm Laser Test Card. • Including Hand Strap And Wrist Strap. . Training: • Comprehensive Onsite Training For An Unlimited Number Of Users. Add-on Accessories And Software: • Periscope Adaptor. • Vial Holder. • Bottle Adaptor. • Integrated Quickdetect Automated Colorimetrics • Detect Trace Quantities Of Non-visible Residues Left On Surfaces: • Explosives And Explosive Precursors • Narcotics Standard Requirements: • Bidder’s Certificate That Will Provide Manual In English Language (2 Copies Of Operator's/user's Manual And 2 Copies Of Service/technical And Maintenance Manual) Upon Delivery. • Brochure/sales Literature. Training Requirements: • Bidder’s Certificate That Will Conduct Free Technical Training And Product Demo For The End-user/s And In-house Biomed On Equipment Operation And On Maintenance Of Equipment. • After Sales Service: Bidder’s Certificate That Parts Shall Be Available At The Authorized Philippine Service Center/s For A Period Of Five (5) Years After The Warranty Period. • Certification From Local Distributor On The Availability Of Service Technicians And/or Biomedical Engineers In Case Of Equipment Breakdown. Preventive Maintenance - • Bidder’s Certificate Free Quarterly Preventive Maintenance During The Warranty Period With Preventive Maintenance Plan. Warranty Certificate: • Warranty Certificate Minimum Of Five (5) Years For Service And Three (3) Years For Parts. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user After Testing And Commissioning. • Calibration: With Certificate Of Calibration Upon Delivery. The Bidder Must Be Iso 9001 And The Manufacturer Should Be Iso 13485 Certified Unit 1 6,900,000.00 14 Common Bile Duct Exploration Supplement Set. Brand New. Product Specifications: Made Of Heavy Duty Stainless Steel. Includes The Following Items: 1 Pc. Randall Kidney-stone Frcpsslt-cvd225mm, 1 Pc. Randall Kidney-stone Forceps Cvd225mm, 1 Pc. Randall Kidney-stone Frcpshvy-cvd225mm, 1 Pc. Randall Kidney-stone Frcps U-cvd225mm, 1 Pc. Bakes Bile-duct Dilator 1mm, Bakes Bile-duct Dilator 2mm, 1 Pc. Bakes Bile-duct Dilator 3mm, 1 Pc. Bakes Bile-duct Dilator 4mm, 1 Pc. Bakes Bile-duct Dilator 5mm, 1 Pc. Bakes Bile-duct Dilator 6mm, 1 Pc. Bakes Bile-duct Dilator 7mm, 1 Pc. Bakes Bile-duct Dilator 8mm, 1 Pc. Bakes Bile-duct Dilator 9mm, 1 Pc. Bakes Bile-duct Dilator 1mm, 1 Pc. Randall Kidney-stone Forcepscvd190mm, 1 Pc. Randall Kidney-stone Fcpshvy-cvd190mm, 1 Pc. Bottom For 1/2 Container Height:135mm, 1 Pc. Prime Line Pro 1/2 Lid Green, 1 Pc. 1/2 Size Perf Basket 243x253x76mm, 1 Pc. Identification Label Green. Set 1 590,000.00 15 Defibrillator. Brand New. Product Specifications: General Features: 7-10 Inch Lcd Display, Maximum Of 3 Waveforms. High Contrast Display Mode For Bright Environments. Ambulance-ready, Rugged Casting: Ip44, Impact Test Of 0.75m. Output Energy: 1-360j. Charge Times Of <3s T O200j, <7s To 360j. Auto-volt With Smart Charging. Lithium-ion Battery Supports To 6 Hours Monitoring/200 Shocks @360j/ 4.5 Hours Pacing, With Built-in Led Power Level Indicator. Lightweight At 4-5kg., Full Configuration, Main Unit. Automatically Switch Defibrillator Energy, Cpr Prompts, And Alarm Limits Depending On Patient Type. Display Ecg During Aed Mode. Ecg Recovery Within 2.5s Or Less. Contact Status Can Be Checked Through Paddle And Monitor, Impedance Value Can Be Checked In Monitor. Auto-testing Includes Maximum Energy Discharge Test. Parameters: 3/5 Lead Ecg, Pacer. Includes: Thermal Recorder, External Paddle Kits, Ecg Cable And Lead Wires, Ecg Electrode, Multifunction Electrode Pad. Printer Paper, Electrode Gel, Power Cord, Lithium-ion Battery. Unit 5 1,500,000.00 16 Dish Sterilizer. Brand New. Product Specifications: − High Light Led Display, − With Special Boiler Temperature Drainage Settings, − Washing (non-recycling) Parameters Can Be Set Free And With Control Memory Function, − Can Meet Different Washing Demand, − Self - Research Internal Water Softener, − Double Construction Design For Top Cover, − Power: 380v/50hz, − Basket Dimension : 500x500mm, − Washing Ability : At Least 60 Basket / H, − Rinse Water Quantity : 3 L/h, − Inlet Height :400-430mm, − Machine Dimension : 800-850x800-820x1450-1500mm, − Rated Power : 14.75kw, − Gross Weight : 140-150, − Net Weight : 100-110, − Packing Size : 890-900x900-910x1630-1700mm. Warranty Period- Within 1 Year Upon Delivery And Installation To Cover Parts (excluding Wearable Parts) And Service With Preventive Maintenance Every 6 Months Within 2 Years Period. Provides Orientation And Training To End-user Representative.* Unit 1 500,000.00 17 Electrocardiography Machine (ecg) Brand New. Product Specifications. High Resolution Lcd Touch Screen, 320-330x240-250vivid Waveform Display. 12 Leads Ecg Resolution Thermal Printer. Built-in Rechargeable Li-ion Battery, Ac/dc Power Supply. Anti-defibrillator And Pace Maker Detection. Complete Digital Filtering, Resisting Baseline Drift, Automatic Baseline Adjustment. Automatic Ecg Measurement And Interpretation. Large Patient Data Storage; 150 Cases, Equipped With Usb Port For Data Transfer. Three (30 Printing Formats (auto, Manual And Rhythm) Selectable. 1/2/3 Channel Ecg Waveform And Rhythm Leads Record Out. Lead Status Diagram Display. Unit 4 200,000.00 18 Electrosurgical Dessicator Machine. Brand New. Product Specifications: Use For Removal Of Lesions, Warts, Skin Tags, And Other Blemishes Easily With Minimally-invasive Treatment. For Superficial Treatments, Safe To Use Around The Eye And Nose Area. Includes Re-usable Pen And Tips. Unit Specifications: Depth:4-5 Inches, Width:8-9 Inches, Height:7-8 Inches, Weight:6-8 Pounds, Output Power -low At 0-20watts (1/10 Watt Increments Up To 10 Watts), High At 0-35 Watts, Bipolar: 0-35 Watts. Offers Hand-or-foot Activated Operation. Autoclavable, Reusable Hand Control Pencil With Power Adjustment Buttons. Pencils Are Designed With Non-spinning Hex Collar For Multi-positional Fall-safe Blade Locking. Equipped With Mobile Stand. Includes Consumables.warranty-6 Months From Delivery And Installation. Set 1 100,000.00 19 Fetal Maternal Monitoring System: Brand New. Product Specifications: Foldable Screen. Probe Rack And Wall Mounting Rack. Handle For Easy Carrying. User-friendly Gui With 3 Display Modes. Four (4) Optional Color Background. Capable Of 24 Hours Ctg Storage. Fast Print For Store Traces. "smart Notes" Annotation. Signals Overlap Verification. Real-time And Offline Data Transmission To Pc. 10-12 Inch Color Touch Screen. Excellent Algorithm. 12-crystal And 1 Mhz Water-proof Transducer For Accurate Detection. Configuration: Dual-fhr, Toco, Fm, Afm, Mecg, Nibp, Mspo2, Temp. Includes: 3 Each Belt, 1 Each Event Marker, 1 Bottle Ultrasound Gel, 1 Ea. Fhr Transducer, Purple, 1 Each Transducer, Yellow, 1 Each Spo2 Sensor, Adult, 1 Each Temperature Probe, Skin, 1 Each Toco Probe, 1 Each Nibp Cuff, Adult, 1 Each Nibp Tube, Adult. Unit 3 1,110,000.00 20 Infusion Pump. Brand New. Product Specifications: Mechanism: Peristaltic Pump, Operating Mode: Flow Rate Mode, Drip Rate Mode(optional), Preset Volume: 1-9999 Ml, Flow Rate Range: 1 – 600 Ml/h, Increment: 1, 10, 100 (ml/h), Accuracy: ± 5%, Kvo Rate: 1 Ml/h, Bolus Rate: 600 Ml/h, Drop Rate Range: 1 – 400 Drop/min With Optional Drip Sensor, Screen: 2.7 Inches B/w Lcd, Information: Flow Rate, Preset Volume, Accumulated Infusion Volume, Completion, Occlusion, Air Bubble, Bed No, Ac Power Indicator, Battery Capacity, Battery Charge Indicator, Iv Set, Etc., Status Indicator: Stop, Run, Bolus, Kvo, Alarm Type: Air Bubble, Finish, Occlusion, No Ac Power, Low Battery, Battery Empty, Reminder To Operate, Communication Error (err1), Operation Error (err2), Drops Error (err3), Handle Open (err4), Air Bubble Level: 1-3 Levels Adjustable, Universal Compatibility, Turn On/off, Occlusion Alarm Pressure Range: 3 Levels: 60kpa, 100kpa, 140kpa (±20kpa), Battery Type: Lithium Polymer, Battery Life: Up To 4 Hours Continuous Operation 25 Ml/h Flow Rate, With Delivery And Installation, Provision Of Trainings Of Staff With Certificates, And Manual. Unit 4 320,000.00 21 Laboratory Oven. Brand New. Product Specifications: Working Temperature Range At Least 5 Above Ambient Temperature To +300 °c; Setting Accuracy Temperature Up To 99.9 °c: 0.1 / From 100 °c: 0.5; Setting Temperature Range +20 To +300°c; Temperature Sensor 1 Pt100 Sensor Din Class A In 4-wire-circuit. Control Cockpit Single Display. Adaptive Multifunctional Digital Pid-microprocessor Controller With High-definition Tft-colour Display; Timer Digital Backwards Counter With Target Time Setting, Adjustable From 1 Minute To 99 Days; Adjustable Parameters: Temperature (celsius Or Fahrenheit), Air Flap Position, Programme Time; Ventilation: Natural Convection, Vent Connection With Restrictor Flap; Works Calibration Certificate : Calibration At +160°c; Door Fully Insulated Stainless Steel Door With 2-point Locking (compression Door Lock); Internals 1 Stainless Steel Grid(s), Electro Polished; Stainless Steel Interior; Interior Easy-to-clean Interior, Made Of Stainless Steel, Reinforced By Deep Drawn Ribbing With Integrated And Protected Large-area Heating On Four Sides; Volume 32 L; Dimensions W(a) X H(b) X D(c): 400 X 320 X 250 Mm; Max. Number Of Internals: 3; Max. Loading Of Chamber 60 Kg; Max. Loading Per Internal 20 Kg; With Free Power Back-up System, With Free Installation And Demonstration. Unit 1 130,000.00 22 Newborn Hearing Screening Test Equipment. Brand New. Product Specifications: • Capable Of Screening And Diagnostic Testing With Te And / Or Dpoae. • Fast Automatic Test With Pass / Refer And Graphical Test Result Display. • Direct Evaluation Via Value And Bar Diagram. • Up To 12 Frequencies Displayed Within The Device, Dp Up To 12 Khz. • 5 Dp / 2 Te Protocols With User Customizable Parameters (diagnostic Version). • High Noise Immunity For Operation In Normal Clinical Environment. • Lightweight, Small Ear Probe. • Environmentally Friendly Due To Long Life, Rechargeable Battery. • Bluetooth Communication To Optional Printer And Pc • Evaluation Of Results In Pc. Screener With At Least 4 Frequency Dpoae Testing Protocols. • Qualified Protocols Built Into The Device. • 4 Dpoae Test Frequencies Reported. • Integration To State Tracking Systems, Hi-track Or Oz. Diagnostic With Up To 12 Frequency Dpoae Testing Protocols. • 1.5 To 12 Khz Frequency Range With Up To 12 Test Frequencies Reported. • Customizable Test Protocols Teoae Available As An Upgradeable Option. Measurement Type: Distortion Product Otoacoustic Emissions (dpoae) Transient Evoked Otoacoustic Emissions (teoae). Frequency Range: Screener Version: Dpoae: 2.0 Khz To 5.0 Khz Teoae: 1.5 Khz To 4.0 Khz. Diagnostic Version: Dpoae: 1.5 Khz To 12.0 Khz Teoae: 0.7 Khz To 4.0 Khz. Stimulus Intensity Range: Dpoae: 40 Db Spl To 70 Db Spl Teoae: 83 Db Spl Peak Equivalent (±3 Db). Microphone System Noise: -20 Db Spl @ 2 Khz (1 Hz Bandwidth)/ -13 Db Spl @ 1 Khz (1 Hz Bandwidth). Dimensions And Weight (unit): 2.5 To 3” W X 1.2 To 1.8” D X 5.5 To 6.5” H 6.2 To 6.8 Oz. Power Supply: Lithium-ion Rechargeable. Battery Life: 1000 Tests Per Charge, Minimum 15 Hours On-time. Connectors/ Communications: Integrated Usb Communication Capability For Battery Charging And Communication With Pc-based Database Programs Or An Optional Printer. Hdmi Connector For Connection To The Micro-probe. Integrated Bluetooth Class 2 + Edr With Spp. Protocol For Communication With Optional Printer. Standard Accessories: Micro-probe, Box Of Single Use Ear Tip And Ear Tip Remover, Package Of Probe Tubes, Micro-usb Power Supply For Charging Lithium Ion-battery, Pc Database Software With Manual, Micro B To A Usb Cable For Pc Communicator/charging, Protective Carrying Case, Data Management Tool That Provides The Ability To Transfer Patient. Oae Test Data From The Testing Device To A Pc For The Purposes Of Viewing, Archiving, Managing And Printing Oae Reports. Using The Database Also Gives You The Means To Create Letter Sized, Detailed Reports That Can Be Easily Filed Or Faxed. You Can Also Create A “paperless” Office By Saving The Test Results As A Pdf For Electronic Filing Or Email. Dpoae: 40 Db Spl To 70 Db Spl Teoae: 83 Db Spl Peak Equivalent (±3 Db). Includes Ups. Warranty –at Least 1 Year After Delivery And Installation. Unit 1 1,000,000.00 23 Operating Room Lights. Brand New. Product Specifications: Dual Head- Ceiling Type. Major Operating Room Light Multi-color. Merging Of Light Fields, Light Intensity Control. Comfortable Display Of Key-pad On Major Lighting Head. Back Light Key Pad Display. Depth And Merging Light Field Should Be Operated At The Sterilizable Handle. Cool Light Temperature Increasing In Head Area: 0.5 ºc. 360° Continuous Rotation Around All Major Joints. Anti-bacterial Coating Head. - Light Head Diameter: 66cm. Ideal Laminar Flow Ceiling System. With Endo Mode: Must Be Color Green Light. Main Light Head. Electronic Light Intensity Control At Lamp Head. - Light Intensity At 1 Meter Distance: 160,000 Lux. Colour Rendering Index Ra At Kelvin: 98 (for Better Quality Image Of Skin, Blood And Tissues). Colour Rendering Index R9 At Kelvin: 99 (for Better Quality Image Of Skin, Blood And Tissues). Focusable Light Field Size: 19-30 Cm. Colour Temperature: 3,750, 4,000, 4,250, 4,500, 4,750 K. - Adjusting The Shadow Activating Via The Touch Panel. - Maximum Of Four Groups Of Lenses Are Dimmed Simultaneously. Shadow Management System. Number Of Led’s: 99 On Lamp Head. Life Span Of Leds: > 60,000 H. Working Distance: 70-160 Cm. Light Intensity Control (standard): 5% - 100%. Outstanding Depth Illumination: 70, 100, 130 Cm. Laser Pointer On Head (main Light Head Only). Lf-index Leenemann: 26. Lf-index Oostlander: 28. Input Voltage: Single Phase 110 ~ 230 Vac Free Volt. Total Power Consumption: 82 - 92watts. Adjustable Brakes At The Horizontal Arm. Light Head Weights: 18.5 Kg. Protection Type Lamp Head: Iec60529. - Aluminum Housing. Satellite Head. Electronic Light Intensity Control At Lamp Head. - Light Intensity At 1 Meter Distance: 140,000 Lux. Colour Rendering Index Ra At Kelvin: 98 (for Better Quality Image Of Skin, Blood And Tissues). Colour Rendering Index R9 At Kelvin: 99 (for Better Quality Image Of Skin, Blood And Tissues). Focusable Light Field Size: 18-30 Cm. Colour Temperature: 3,750, 4,000, 4,250, 4,500, 4,750 K. Number Of Led’s: 69 On Lamp Head. Life Span Of Leds: > 60,000 H. Working Distance: 70-160 Cm. Light Intensity Control (standard): 5% - 100%. Outstanding Depth Illumination: 70, 100, 130 Cm. Input Voltage: Single Phase 110 ~ 230 Vac Free Volt. Total Power Consumption: 82-92 Watts. Adjustable Brakes At The Horizontal Arm. Light Head Weights: 17.9 Kg Minimum. - Aluminum Housing. Protection Type Lamp Head: Iec60529. Standard Accessories: - Sterilized Handle: 2 Pcs/ Lamp Head, - Ceiling Anchorage Ring With Screws, - Spring Arm, - Ceiling Cover, Including Installation Of Brackets To Embed Overhead Ceiling- User Manual, - Ups. Warranty Of Two (2) Years For Parts And Labor With Free Preventive Maintenance Every Quarter Within Warranty Period Five (5) Years Warranty For Led Bulb Only. Unit 1 2,500,000.00 24 Operating Room Table (motorized). Brand New. Product Specifications: Total Length: 2000-2100 Mm. Width Including Side Rails: 600-630 Mm. Mattress Width: 550-570 Mm. Total Weight: 200-210 Kg. Safe Working Load (swl): Up To 250 Kg. Height Adjustment Range: From 595 Up To 1005 Mm. Castors: Four Ø 120-125 Mm Central Locking Twin Castors. Head Section: -58° ... +37°, 135 Mm. Back Section: -10° ... +70°. Leg Section: -80° ... +10°. Lateral Tilt: 20° / 20°. Trendelenburg/anti-trendelenburg: 30° / 20°. Sliding Tabletop For C-arm Function: 300-320 Mm. Flex / Reflex: 220° / 120°. Electrical System: 24 Vdc, Battery Operated, 100 - 240 Vac, 50/60 Hz. Controls: Hand Control And Integrated Control Panel On The Column. Memory Positions: Four Programmable Positions. Visco-elastic Mattresses. Radio Lucent Tabletop For X-ray. Accessories For General Surgery: 1. Arm Rest, 2. Anesthesia Frame With Clamp And, 3. Attachment Clamp. Transport And Storage Conditions: Temperature 7 10° C + 50° C. Relative Humidity 10 %, 85 %. Air Pressure 700 Hpa, 1060 Hpa. Operating Condition: Temperature +10° C, + 40° C. Relative Humidity 30 %, 75 %. Air Pressure 700 Hpa 1060 Hpa. Side Rail Accessories: 25 X 10mm. Warranty-1 Year From Delivery And Installation. Certificate Of Parts Available In The Next 5 Years. Includes Training To End-user. Includes Product Manual. Unit 2 5,500,000.00 25 Radiant Warmer With Phototherapy Units. Brand New. Product Specifications: Fixed Height Radiant Warmer, Mounted On A Column. The Unit Is Supported By A T-shaped Sturdy And Stable Wheeled Base. Bases Is Provided With A Minimum Three (3) Anti-static Swivel Casters. At Least Two (2) Of The Casters Are Equipped With Brakes. The Base Is Equipped With A Side Handle/rail For Easy Positioning. The Design Of The Base Is Suitable To Be Fitted Over Standard Cradles, Cribs, And Bassinets. Overhead Radiant Heater At A Fixed Height Of 1.80-2.0m. Radiant Heating Is Achieved By Quartz/ceramic Elements, Placed In A Parabolic Reflector. The Radiator Is Equipped With A Safety Grid. The Unit Support Three (3) Modes: Pre-heating, Manual And Servo Mode. The Unit Allows For Instant Switching Been The Different Operating Modes. The Minimum Skin Temperature Setting Range Is 32°c To 37°c. The Resolution Of The Temperature Is: ± 0.5°c Or Better. In Manual And Pre-heating Modes Heating Settings Allow For A Range Of 0 – 100%. Led Spotlight(s) For Examination Are Integrated In The Overhead Radiant Heater, The Angle Of The Overhead Light Is Adjustable. Warm-up Time < 30 Min To 25°c. Power Requirements: 1 Ph, 100 - 240 Volts - 50/60 Hz 900 To 1300va (with Ups And Avr). Display Features: The Display Panel Is Integrated In The Column For Visualizing Working Parameters And Alarms. The Display Indicates: - The Current Active Mode: Pre-heating, Manual Or Servo, - The Current Heating Power In Percentages, - The Current Pre-set Temperature, - The Current Actual Skin Temperature, - The Current Air Temperature. The Unit Is Equipped With A Self-check Feature. Alarm And Safety Features: Alarms Are Audible And Visible. Alarms Indicating: - Sensor Disconnection Or Malfunction. - Power Failure. - Skin Temperature, After Stabilizing, Varying Beyond 0.5° To 1°c From Set-point. - 10 To 15 Minutes After Manual Mode Has Been Engaged An Audible Alarm Will Sound. In Addition, The Unit Will Either Reduce Or Cut The Power To The Heater. In Skin Mode, When The Temperature Exceeds 39°c, The Unit Will Cut The Power To The Heater. Supplied With: Instructions For Assembly, Use And Maintenance In English: 1 X Installed And 2 X Spare Reusable Skin Temperature Sensors, Including Connection Cable And Plug. 1 X Spare Quartz/ceramic Heating Element Or The Same With Installed Heating Element. 2 X Spare Examination Light Bulbs. 1 X Set Of Spare Fuses, If Applicable. Accessories: A Durable Light Weight Cradle/crib And Mattress. Oxygen Regulator Including A Pressure Gauge, Flow Meter, Humidifier Bottle And All Required Tubing. Integrated Weighing Scale. Electrically Operated, Slow Suction Unit Including A Vacuum Regulator, Vacuum Gauge And Autoclavable Collection Jar. Electrical Height Adjustment. T-piece Resuscitator. Integrated Phototherapy Unit. Led Phototherapy Unit 36cm: 620-2800μw/c㎡. Led Phototherapy Unit 50cm: 400-1620μw/c㎡. Estimated Life Span: Eight Years. Includes Avr. Unit 3 600,000.00 26 Refrigerator (biological). Brand New. Product Specifications: External Dimension: W = 700-750 Mm D = 730-750 Mm H = 2000-2100 Mm. Inside Dimension: Useful Space On Top W = 600-620 Mm D = 550-570 Mm H = 500-550 Mm. Useful Space At The Bottom W = 590-610 Mm D = 540-560 Mm H = 500-550 Mm. Capacity: 600 L Temperature Range: Top 2°c To 20°c Bottom 2°c To 20°c. Optional: Other Temperature Ranges. Housing Galvanized Sheet Steel With High Quality White Coating, Antibacterial Coated. With 4 Feet, Height Adjustable. Optional: Set Of 4 Casters, 2 With Brakes. Interior Space Inner Case Of Galvanized Sheet Steel With High Quality White Coating, Antibacterial Coated. Cleaning Friendly By Rounded Corners, Slippery Surface In The Interior, Meets Highest Hygiene Requirements Insulation High Density Foamed-in-place Polyurethane, With A Thickness Of 60 Mm. Cfc-free. Circulation Air Cooling For Rapid And Uniform Temperature Control, Reducing Temperature Gradients To A Minimum. When The Door Is ""open"" The Circulating Fan Is Switched Off Automatically By A Micro Switch In Order To Prevent Warmer Ambient Air Being Drawn In. Door 2 Pcs. Three-layer Thermally Insulating Glass Door (arranged On Above The Other), Supplied As Standard With Right Hand Hinge, Also Available With Left Hand Hinge At No Extra Cost. Grease Resistant Magnetic Seal. Optional: With Door Lock. Interior Fittings 4 Pcs. Grating-type Shelves (dim.: 530x550 Mm), White Coated. Interior Lighting With Automatic On/off Micro Switch. Optional: Stainless Steel Shelves Or Stainless-steel Drawer Compartments, With 3 Lengthwise Dividers With Telescopic-type Guides On Rollers With Stops, Drawer Dimensions: 500x480x77 Mm (wxdxh) Usable With Between The Lengthwise Dividers: 106 Mm (lengthwise Dividers Easily Removable). Working Range 1 From 2°c To 20°c (assuming The Ambient Temperature Is Approximately 4°c Above The Set Point). Temperature Accuracy +/- 1,8°c After Stabilization (with 50% Of Loading). Acoustics Signal When The Set Value Is Undercut Or Exceeded Potential-free Connection Socket For Extern Alarm Refrigerating Unit 2 Pcs. Fully Hermetically Sealed, Forced Ventilation, Fitted On Vibration – Absorbing Mounts (ambient Temperature Max. 32°c), Low Noise (48dba/1m), Energy Saving Compressor With High Quality Vaporization System. Refrigerant: R 290 Or Equivalent Defrost Automatically With Thermal And Time Limit. Condensate Evaporation In Heated Tray. During The Defrost Period, The Temperature Inside The Cabinet (only The Air Temperature – Not The Stored Goods) Will Arise For A Short Time. Electrical Date: Power Supply220-230 V/50 Hz/single Phase Optional: 60 Hz. Power Input 2x 0,20 Kw. Fuse 16a. Power Cable: 2x 1,5 M. Packing Details (palletized) Dimensions: Approx. 85x98x224 Cm. Net Weight: 150-170 Kg. Gross Weight: 180-200 Kg. Include Avr. Unit 1 100,000.00 27 Rigid Video Procto-sigmoidoscope. Brand New. Product Specifications: Plastic Obturator. Video Camera. Stainless Steel Tube. Handle Of Polyacetal (delrin), Usb Male Connector. Analogue To Digital Converter Nozzle For Gas. Instrumentation Channel. Silicone Washer. Includes Universal Fiber Optic Light Source Machine And Tube Connector From The Proctoscope To The Light Source Machine. Warranty -6 Months From Delivery And Installation. Set 1 50,000.00 28 Stretcher, Transport Type. Brand New. Product Specifications: Hydraulic Stretcher. Numbers Of Function: Five-function. Certification: Ce, Fda, Iso13485. Size: 2000-2100 Mm (l)*770-800mm (w)*600-610/900-920mm (h). Height:600mm-930mm. Lowest Position-floor To Platform-580mm. Highest Position-floor To Platform-905mm. Side Rail Height Above Mattress Platform-340 To 360mm. Maximum Back Rest-0-80 Degrees. Maximum Knee Rest-0-30 Degrees. Maximum Trendelenburg Reverse Tr-0-16 Degrees. Mattress Size -1850-1880 X 650-670 X 80-90mm. Loading Capacity -up To 200 Kg. Side Rails: Collapsible Aluminum Alloy Side Rails. Bed Platform: X-ray Transparent. Specification: Ce, Fda, Iso. Other Features: 1. Central Brake System: Equipped With Four Brake Pedals On All Sides Of The Bed Make The Brakes At The Optimal Position Effectively. 2. Multi-function Instrument Support: The Instrument Support Can Put The Monitor And Can Also Be Used As A Headboard To Prevent Accidental Slippage Of The Patient. 3. Push Handle: Reducing The Workload And Preventing The Injuries. 4. High Quality Mattress: The European Standard Waterproof Cloth With The Smooth Surface Of The Mattress, Easy To Clean And Not Misplaced. 5. Large Diameter Wheel: Using The Imported 8-inch Silent Caster Make It Flexible And Durable. 6. The Fifth Wheel: The Fifth Wheel Can Provide A Smaller Radius Of Gyration. The Telescopic Collapse Design Can Slide Smoothly Even On The Rough Surface Or Obstacles Such As The Elevator Sill, Reducing Effectively The Damage Caused By Transport To Patients. 7. Plastic Coated Side Rails: The Side Rails With Stainless Steel Column Guardrail Covers Almost Entire Length Of Bed. 8. High-strength Carbon Steel Structure And Spray Procedure: The High Quality Carbon Steel And Robot Welding Guarantee The Mechanical Strength. The Spray Surface Treatment Is Easy To Clean And Guarantees A Longer Life. 9. Rapid Lifting Hydraulics: The Imported Dual-pressure Lifting System Can Be Used To Quickly Lift The Bed Or The Push Handle For 2 Seconds In An Emergency, And The Bed Will Automatically Locate The Height To Form A Special Body Position Of The Patient. 10. X-ray Imaging: Equipped With X-ray Material Bed Surface And X Ray Cassette Holder, The Whole Body Can Be X-rayed. 11. With Oxygen Cylinder Holder. Warranty -1 Year From Delivery And Installation. Unit 18 5,400,000.00 29 Suction Machine. (heavy Duty). Brand New. Product Specifications: Floor, Standing Type. Oil-less Piston Suction Motor. Double Anti-overflow Protection (mechanical Float And Electronic Sensor). Flow Rate: 40-50 Liter Per Minute. Water Displacement. Vacuum -700-800mmhg. Includes 2x3 Liters Polycarbonate Collection Jar. Attach/detach Abs Plastic Cover Jar. Anti-bacterial And Hydrophobic Filter. Patented Anti-vibration System. Dimensions: 300-400mm X 380-420mm X 800-850mm (lxwxh). Weight -15-25 Kg. Equipped With Foot Switch. Power -250w. Power Requirement -ac 200, 50-60hz. Silicone Hose. Operation And Service Manual Included. Warranty Of 6 Months From Delivery And Installation. Includes Orientation And Training Of End-user Staff. Unit 2 600,000.00 30 Syringe Pump. Brand New. Product Specifications: With Delivery And Installation, Provision Of Trainings Of Staff With Certificates, And Manual.  Applicable Syringes (universal Compatibility To Various Brands): 10ml, 20ml, 30ml, 50ml/60ml, Accuracy: ±2% (mechanical ±1%).  Flow Rate: 10ml: 0.1 Ml/h -300ml/h, 20ml: 0.1 Ml/h -600ml/h, 30ml: 0.1 Ml/h -900ml/h, 50ml: 0.1 Ml/h -1500ml/h.  Bolus Rate: 10ml: 100-300ml/h (default 300ml), 20ml: 100-600ml/h (default 600ml), 30ml: 100-900ml/h (default 900ml), 50ml: 100-1500ml/h (default 1500ml).  Purge Rate: 10ml: 300ml, 20ml: 600ml, 30ml: 900ml, 50 Ml: 1500ml.  Volume To Be Infused: 0.1ml~1000ml.  Injection Increment: 0.1ml.  Infusion Mode: Rate Mode, Time Mode.  Time Mode: Volume Limit: 0.1~999.9ml. Pre-set Time: 1min To 99h99min. Remaining Time: **h **min.  Occlusion Pressure: 3 Adjustable Occlusion Pressure Settings: Low, Middle And High.  Alarm Function: Infusion Completion, Near Completion, Empty, Occlusion, Low Battery, Syringe Disengaged, Incorrect Installation Of Syringe Plunger, No Ac Power Supply, Low Battery, Battery Exhausted, Malfunction Etc.  Battery: Rechargeable Lithium Polymer Battery, 7.4v, 2100mah, Can Operate For More Than 3 Hours After Fully Charged At 25ml/h. Unit 5 300,000.00 Total 34,665,000.00 Note: Winning Bidder Shall Conduct Product Demonstration/end-user’s Training Of The Actual Unit And Issue Training Certificate To The End-user And Medical Equipment Technician Of Wvsgh. The Bidder’s Single Largest Completed Contract Similar To The Contract To Be Bid Should Have Been Completed Within 3 Years From The Date Of The Deadline Of Submission And Receipt Of Bids, Award For This Contract Should Have Been Awarded By A Hospital Or Health Facility And Not By Another Supplier, Except For Line Items With Asterisk (*) Which Have Been Awarded By A Non-health Facility. Likewise, The Contract Price Of The Slcc Should Be At Least 50% Of The Sum Of The Abc Of The Line Items Joined. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. The Complete Schedule Of Activities Is As Follows: Bac Activities Schedule Availability Of Bidding Documents December 12, 2024 At 8:00 Am To 4:00 Pm And Up To Before 9:00 Am Of January 7, 2025, At The Procurement/bac Office, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Pre Bid Conference December 20, 2024 (thursday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Opening Of Bids January 7, 2025 (tuesday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Bid Documents May Be Acquired By Interested Bidders On The Dates And Address Above And Upon Payment Of Applicable Fee For The Bidding Documents In The Amount Of: Php 25,000.00 Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac/procurement Office On Or Before 9:00 Am Of January 7, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Wvs.doh.gov.ph , Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Western Visayas Sanitarium And General Hospital Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Mr. Jasond Rex A. Huyaban/jessie H. Jarbadan Bac Secretariat Western Visayas Sanitarium And General Hospital Sta. Barbara, Iloilo Tel. No.: (033) 332-4778 Loc. 119 Email: Wvsbac.procurement@gmail.com Website: Wvs.doh.gov.ph Renia Grace G. Salapare, Md, Fpafp, Mpa Bac Chairperson
Closing Date17 Jan 2025
Tender AmountPHP 36.6 Million (USD 627.7 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: Sources Sought Notice this Is A Sources Sought Notice (ssn) Only. The U.s. Government Is Conducting Market Research Only To Determine The Availability Of Qualified Sources Capable Of Providing Scriptpro Preventative Maintenance And Repair Services. Potential Contractors Are Invited To Provide A Response Via E-mail To Contract Specialist At Tracy.heath@va.gov By January 24, 2025, 15:00 (pt). Responses Will Be Used To Determine The Appropriate Strategy For A Potential Acquisition. Please Clearly Identify Any Information Your Company Considers Sensitive Or Proprietary. This Notice Is Issued Solely For Information And Planning Purposes - It Does Not Constitute A Request For Quotation (rfq), Or A Promise To Issue An Rfq In The Future. This Notice Does Not Commit The U.s. Government To Contract For Any Supply Or Service. Further, The U.s. Government Is Not Seeking Quotes, Or Proposals At This Time And Will Not Accept Unsolicited Quotes In Response To This Sources Sought Synopsis. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. Submittals Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfq, If Any Is Issued. background: The Visn 20 Network Is Responsible For Providing Health Care To Veterans In The States Of Alaska, Washington, Oregon, Most Of The State Of Idaho, And One County Each In Montana And California, All Of Which Includes Eight (8) Health Care Facilities Comprised Of (7) Medical Centers And One (1) Rehabilitation Center. Two Of The Health Care Facilities Are Three (3) Two-division Campuses. These Ten (10) Health Care Sites Support Thirty-six (36) Community Based Outpatient Clinics. visn 20 Outpatient Pharmacies Currently Utilize Scriptpro S Central Pharmacy Workflow System And Robotics. The Scriptpro System Consists Of Hardware To Include Robotic Prescription Dispensing System, Datapoint Workstations, Printers, Scanners, Servers, Workstations, Signature Pads, Displays, Keyboards/mouse Terminals, Audio Components And Speakers, Keyboards, Mouse, And Kiosks. In Addition, There Is Software And Interfaces That Support Electronic Health Record (ehr), Vetext Communication, Scriptpro Workflow, And Shipping. naics: 811210, Electronic And Precision Equipment Repair And Maintenance interested Potential Contractors Please Provide The Following. 1) Company Name, Address, Point Of Contact, Phone Number, Email Address, And Duns please Indicate Business Size: small Disadvantage Business (sdb)____ 8(a)____ historically Underutilized Business Zone (hubzone)____ service-disabled Veteran-owned Small Business (sdvosb)____ veteran-owned Small Business (vosb)_____ economically Disadvantaged Women-owned Small Business (edwosb)_____ women-owned Small Business Concerns (wosb)_____ small Business_____ large Business_____ please State If You Possess A Federal Supply Schedule (fss)______. Please State If Your Fss Schedule Is Under Group 66 Iii Cat 605-2a________ 2) Please Submit A Brief Capability Statement (maximum Three Pages) With Enough Information To Demonstrate To The Veterans Affairs That You Have The Enough Resources, Personnel, And Experience To Perform Preventative Maintenance And Repairs As Required In The Attached Draft Statement Of Work. **draft Statement Of Work the Va Northwest Health Network, Veterans Integrated Service Network (visn) 20, Is Responsible For Providing Health Care To Veterans In The States Of Alaska, Washington, Oregon, Most Of The State Of Idaho, And One County Each In Montana And California.â  Visn 20 Encompasses 135 Counties Which Cover Approximately 23% Of The United States Land Mass; 17% Of Which Are Classified As Health Professional Shortage Areas. 67% Of These Same Counties Had A 2001 Per Capita Income Below $25,000. There Are Approximately 1.2 Million Veterans Living In The Pacific Northwest And Alaska, 18% Of Whom Received Va Services.â  the Visn 20 Network Of Eight (8) Health Care Facilities Is Comprised Of (7) Medical Centers And One (1) Rehabilitation Center (table 1). Two Of The Health Care Facilities Are Three (3) Two-division Campuses. These Ten (10) Health Care Sites Support Thirty-six (36) Community Based Outpatient Clinics. visn 20 Outpatient Pharmacies Currently Utilize Scriptpro S Central Pharmacy Workflow System And Robotics. The Scriptpro System Consists Of Hardware To Include Robotic Prescription Dispensing System, Datapoint Workstations, Printers, Scanners, Servers, Workstations, Signature Pads, Displays, Keyboards/mouse Terminals, Audio Components And Speakers, Keyboards, Mouse, And Kiosks. In Addition, There Is Software And Interfaces That Support Electronic Health Record (ehr), Vetext Communication, Scriptpro Workflow, And Shipping. the Proposed Action Is To Provide All Support Services For Hardware, Software, And Interfaces. This Includes Professional Services To Troubleshoot System Issues, Software And Operating System Updates To Address Cybersecurity Vulnerabilities, Corrective Maintenance, Preventative Maintenance And Replacement Parts. 1. Applicable Documents. In Performance Of The Tasks Associated With This Performance Work Statement, The Contractor Shall Comply With The Following: 44 U.s.c. § 3541,â  Federal Information Security Management Act (fisma) Of 2002 fips Pub 201 Personal Identity Verification Of Federal Employees & Contractors, 3/2006 5 U.s.c. § 552a, As Amended, The Privacy Act Of 1974 42 U.s.c. § 2000d Title Vi Of The Civil Rights Act Of 1964 va Directive 0710, Personnel Suitability And Security Program, September 10, 2004 va Directive 6102, Internet/intranet Services, July 15, 2008 36 Cfr Part 1194 Electronic And Information Technology Accessibility Standards 7/1/2003 office Of Management & Budget (omb) Circular A-130, Management Of Federal Information Resources, November 28, 2000 32 Cfr Part 199 Civilian Health And Medical Program Of The Uniformed Services (champus) an Introductory Resource Guide For Implementing The Health Insurance Portability And Accountability Act (hipaa) Security Rule, October 2008 sections 504 And 508 Of The Rehabilitation Act (29 U.s.c. § 794d), As Amended By The Workforce Investment Act Of 1998 (p.l. 105-220), August 7, 1998 homeland Security Presidential Directive (12) (hspd-12) va Directive 6500, Information Security Program, August 4, 2006 va Handbook 6500.6, Contract Security, March 12, 2010 program Management Accountability System (pmas) Portal (reference Pws References Technical Library At Https://www.voa.va.gov/) national Institute Standards And Technology (nist) Special Publications 2. Scope. the Contractor Shall Provide Remote And Onsite Support Services For The 11 Medical Centers Listed In Table 1. on-site Field Service Repair remote Technical And Application Support preventive Maintenance software And Operating System (os) Updates server And Workstation (os) Patching drug Database Updates interface Maintenance And Testing To Resolve Issues. see Appendix A For All Equipment, Software, And Interfaces To Be Supported. scriptpro Shall Provide 24/7 Remote Technical Support. table 1: Visn 20 Sites station address 463-va Anchorage Health Care System 1201 North Muldoon Road anchorage, Ak 99504 531-va Boise Medical Center 500 W. Fort Street boise, Id 83702 648-va Portland Medical Center Portland Campus 3710 Sw Us Veterans Hospital Road portland, Or 97239-2999 648a-va Portland Medical Center Vancouver Campus 1601 E Fourth Plain Boulevard vancouver, Wa 98661 653-va Roseburg Health Care System Roseburg Campus 913 Garden Valley Boulevard roseburg, Or 97470 653-va Roseburg Health Care System Eugene Cboc 3355 Chad Drive Eugene, Or 97408 663-va Puget Sound Health Care System Seattle Division 1660 South Columbian Way seattle, Wa 98108-1597 663-va Puget Sound Health Care System American Lake Division 9600 Veterans Drive Tacoma, Wa 98493 668-va Spokane Medical Center n. 4815 Assembly Street spokane, Wa 99205 687-jonathan M. Wainwright Memorial Va Medical Center 77 Wainwright Drive walla Walla, Wa 99362 692-va Southern Oregon Rehabilitation Center And Clinics 8495 Crater Lake Highway white City, Or 97503 performance Period. The Period Of Performance For This Action Shall Be 12 Months And Three Option Years. place Of Performance. Contract Performance Shall Take Place At The Contractor S Location(s) And At All Visn 20 Outpatient Pharmacies Listed In Table 1. travel For On-site Repairs And Preventative Maintenance. The Government Anticipates Contractor Travel Under This Contract. All Travel Shall Be Incorporated Into The Price Schedule For The Contract. No Travel Costs Will Be Reimbursed By Va. government Furnished Equipment/information. The Contractor Shall Be Allowed Access To Government Equipment Including Servers And Network Infrastructure. Information On Government Equipment And Systems Shall Be Provided As Necessary. No Government-owned Property Will Be Transferred Into The Contractor S Control. Additional Software Products May Be Provided By The Government As Identified To Facilitate Contractor Access, E.g., Microsoft Terminal Services. hours Of Coverage & Federal Holidays. Normal Business Hours Are 8:00am To 5:00pm, Monday Through Friday, Excluding Federal Holidays. The Contractor Shall Contact The Poc Or His/her Designee Prior To Commencing Any Work On The Premises. new Years' Dayâ  martin Luther King Dayâ  presidents' Dayâ  memorial Dayâ  juneteenth Dayâ  independence Dayâ  labor Dayâ  columbus Dayâ  veterans Dayâ  thanksgiving Dayâ  christmas Dayâ  â  invoicing. Invoices Shall Be Submitted Electronically Via The Financial Services Center Mandatory Electronic Invoice System, On A Monthly Basis. Invoices Must Include, At A Minimum, The Following Information: Contractor Name, Purchase Order Number, Period Of Service The Billing Covers, And A List Of Equipment Items Covered During The Stated Period Of Performance. this Requirement Is In Accordance With Varr Clause 852.232-72 Electronic Submission Of Payment Requests: Http://www.fsc.va.gov/einvoice.asp. Electronic Payments Are Net 30 Days. security Requirements. All Contractor Employees Are Subject To The Same Level Of Investigation As Va Employees Who Have Access To Va Sensitive Information Or Access To Va Facilities. The Background Investigation Includes The Following Requirements: 1) Completed Documentation 2) Fingerprints 3) Completion Of Opm S E-qip Questionnaire. The Contractor Is Required To Fulfill All Of The Security Requirements. The Contractor, Upon Completion Of Fingerprinting, And An Initial Suitability Determination, May Be Authorized Tentative Access To Start The Performance Period Of The Contract, But Only On Condition Of Completion Of All Security Requirements. This Requirement Is Applicable To All Subcontractor Personnel Requiring The Same Access. option To Extend Services. In Accordance With Far Clause 52.217-8, Option To Extend Services, The Contract May Be Extended, At The Government S Sole Discretion, For A Period Of Up To Six (6) Months, Exercisable In Increments Of Not Less Than One (1) Month. If The Contract Contains An Unexercised Option Period, The Government May Elect To Exercise The Option Pursuant To Far Clause 52.217-9, Option To Extend The Term Of The Contract, During Any Short-term Extension. The Short-term Extension(s) Shall Be Subtracted From The Total Duration Of The Immediately Succeeding Option Period That May Follow As A Result Of The Exercise Of The Option Pursuant To Far Clause 52.217-9 So That The Combination Of The Short-term Extension(s) And The Option Will Not Exceed 12 Months Duration. If The Government Exercises One Or More Short Term Extensions In Accordance With Far Clause 52.217-8 And This Instruction Or An Option Period Pursuant To Far Clause 52.217-9, Or Any Combination Thereof, The Contract As Extended Shall Be Deemed To Include This Extension Instruction And Far Clause 52.217-8; Thus, The Authority To Extend Services Pursuant To Far Clause 52.217-8 And This Instruction May Be Exercised At The End Of The Base Period And At The End Of Each Option Period. the Prices Applicable During The Short-term Extension(s) Shall Be The Price(s) Applicable During The Immediately Succeeding Option Period If There Is One (for Example, Clin 1001 Subject Only To Any Adjustment Required By The Service Contract Act). If There Is No Immediately Succeeding Option Period, The Price(s) Shall Be The Price(s) Applicable During The Immediately Preceding Contract Period, Subject Only To Any Adjustment Required By The Service Contract Act. the Extension(s) May Be Exercised By The Government Iaw Far Clause 52.217-8, Provided That The Co Has Given Notice Of The Government S Intent To Exercise The Extension At Least 7 Calendar Days Before This Contract Is To Expire. A Notice Will Be Provided For Each Separate Extension. for Requirements Items, The Prices Applicable During The Short-term Extension(s) Shall Be The Prices Applicable During The Immediately Succeeding Option Period, If There Is One. If There Is No Succeeding Option Period, The Prices Shall Be The Prices Applicable During The Immediately Preceding Contract Period. the Cost Ceiling(s), Base Fee(s), And Award Fee(s) During The Short-term Option(s) Shall Be The Pro Rata Portion Of The Costs And Fees Applicable To The Immediately Succeeding Option Period, If There Is One. If There Is No Succeeding Option Period, The Cost Ceiling(s) And Fee(s) Shall Be The Pro Rata Portion Of The Costs And Fees For The Immediately Preceding Contract Period. security Clause the C&a Requirements Do Not Apply, And A Security Accreditation Package Is Not Required. va Acquisition Regulation Solicitation Provision And Contract Clause (vaar) the Contractor, Their Personnel, And Their Subcontractors Shall Be Subject To The Federal Laws, Regulations, Standards, And Va Directives And Handbooks Regarding Information And Information System Security As Delineated In This Contract. va Information And Information System Security/privacy Language For inclusion Into Contracts, As Appropriate general contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Directives And Handbooks As Va And Va Personnel Regarding Information And Information System Security. access To Va Information And Va Information Systems a Contractor/subcontrator Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees, Subcontractors, And Affiliates Only To The Extent Necessary To Perform The Services Specified In The Contract, Agreement, Or Task Order. all Contractors, Subcontractors, And Third-party Servicers And Associates Working With Va Information Are Subject To The Same Investigative Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information. The Level And Process Of Background Security Investigations For Contractors Must Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office For Operations, Security, And Preparedness Is Responsible For These Policies And Procedures. contract Personnel Who Require Access To National Security Programs Must Have A Valid Security Clearance. National Industrial Security Program (nisp) Was Established By Executive Order 12829 To Ensure That Cleared U.s. Defense Industry Contract Personnel Safeguard The Classified Information In Their Possession While Performing Work On Contracts, Programs, Bids, Or Research And Development Efforts. The Department Of Veterans Affairs Does Not Have A Memorandum Of Agreement With Defense Security Service (dss). Verification Of A Security Clearance Must Be Processed Through The Special Security Officer Located In The Planning And National Security Service Within The Office Of Operations, Security, And Preparedness. custom Software Development And Outsourced Operations Must Be Located In The U.s. To The Maximum Extent Practical. If Such Services Are Proposed To Be Performed Abroad And Are Not Disallowed By Other Va Policy Or Mandates, The Contractor/subcontractor Must State Where All Non-u.s. Services Are Provided And Detail A Security Plan, Deemed To Be Acceptable By Va, Specifically To Address Mitigation Of The Resulting Problems Of Communication, Control, Data Protection, And So Forth. Location Within The U.s. May Be An Evaluation Factor. the Contractor Or Subcontractor Must Notify The Contracting Officer Immediately When An Employee Working On A Va System Or With Access To Va Information Is Reassigned Or Leaves The Contractor Or Subcontractor S Employ. The Contracting Officer Must Also Be Notified Immediately By The Contractor Or Subcontractor Prior To An Unfriendly Termination. 3. Va Information Custodial Language information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor/subcontractor In Performance Or Administration Of The Contract Shall Be Used Only For Those Purposes And Shall Not Be Used In Any Other Way Without The Prior Written Agreement Of The Va. This Clause Expressly Limits The Contractor/subcontractor's Rights To Use Data As Described In Rights In Data - General, Far 52.227-14(d) (1). va Information Should Not Be Co-mingled, If Possible, With Any Other Data On The Contractors/subcontractor S Information Systems Or Media Storage Systems To Ensure Va Requirements Related To Data Protection And Media Sanitization Can Be Met. If Co-mingling Must Be Allowed To Meet The Requirements Of The Business Need, The Contractor Must Ensure That Va S Information Is Returned To The Va Or Destroyed In Accordance With Va S Sanitization Requirements. Va Reserves The Right To Conduct On-site Inspections Of Contractor And Subcontractor It Resources To Ensure Data Security Controls, Separation Of Data And Job Duties, And Destruction/media Sanitization Procedures Are In Compliance With Va Directive Requirements. prior To Termination Or Completion Of This Contract, Contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor In The Course Of Performing This Contract Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Of The Contract. the Contractor/subcontractor Must Receive, Gather, Store, Back Up, Maintain, Use, Disclose And Dispose Of Va Information Only In Compliance With The Terms Of The Contract And Applicable Federal And Va Information Confidentiality And Security Laws, Regulations And Policies. If Federal Or Va Information Confidentiality And Security Laws, Regulations And Policies Become Applicable To The Va Information Or Information Systems After Execution Of The Contract, Or If Nist Issues Or Updates Applicable Fips Or Special Publications (sp) After Execution Of This Contract, The Parties Agree To Negotiate In Good Faith To Implement The Information Confidentiality And Security Laws, Regulations And Policies In This Contract. the Contractor/subcontractor Shall Not Make Copies Of Va Information Except As Authorized And Necessary To Perform The Terms Of The Agreement Or To Preserve Electronic Information Stored On Contractor/subcontractor Electronic Storage Media For Restoration In Case Any Electronic Equipment Or Data Used By The Contractor/subcontractor Needs To Be Restored To An Operating State. If Copies Are Made For Restoration Purposes, After The Restoration Is Complete, The Copies Must Be Appropriately Destroyed. f. If Va Determines That The Contractor Has Violated Any Of The Information Confidentiality, privacy, And Security Provisions Of The Contract, It Shall Be Sufficient Grounds For Va To Withhold Payment To The Contractor Or Third Party Or Terminate The Contract For Default Or Terminate For Cause Under Federal Acquisition Regulation (far) Part 12. if A Vha Contract Is Terminated For Cause, The Associated Baa Must Also Be Terminated And Appropriate Actions Taken In Accordance With Vha Handbook 1600.01, Business Associate Agreements. Absent An Agreement To Use Or Disclose Protected Health Information, There Is No Business Associate Relationship. the Contractor/subcontractor Must Store, Transport, Or Transmit Va Sensitive Information In An Encrypted Form, Using Va-approved Encryption Tools That Are, At A Minimum, Fips 140-2 Validated. the Contractor/subcontractor S Firewall And Web Services Security Controls, If Applicable, Shall Meet Or Exceed Va S Minimum Requirements. Va Configuration Guidelines Are Available Upon Request. except For Uses And Disclosures Of Va Information Authorized By This Contract For Performance Of The Contract, The Contractor/subcontractor May Use And Disclose Va Information Only In Two Other Situations: (i) In Response To A Qualifying Order Of A Court Of Competent Jurisdiction, Or (ii) With Va S Prior Written Approval. The Contractor/subcontractor Must Refer All Requests For, Demands For Production Of, Or Inquiries About, Va Information And Information Systems To The Va Contracting Officer For Response. notwithstanding The Provision Above, The Contractor/subcontractor Shall Not Release Va Records Protected By Title 38 U.s.c. 5705, Confidentiality Of Medical Quality Assurance Records And/or Title 38 U.s.c. 7332, Confidentiality Of Certain Health Records Pertaining To Drug Addiction, Sickle Cell Anemia, Alcoholism Or Alcohol Abuse, Or Infection With Human Immunodeficiency Virus. If The Contractor/subcontractor Is In Receipt Of A Court Order Or Other Requests For The Above Mentioned Information, That Contractor/subcontractor Shall Immediately Refer Such Court Orders Or Other Requests To The Va Contracting Officer For Response. for Service That Involves The Storage, Generating, Transmitting, Or Exchanging Of Va Sensitive Information But Does Not Require C&a Or An Mou-isa For System Interconnection, The Contractor/subcontractor Must Complete A Contractor Security Control Assessment (csca) On A Yearly Basis And Provide It To The Cotr. 5. Information System Hosting, Operation, Maintenance, Or Use va Prohibits The Installation And Use Of Personally-owned Or Contractor/subcontractor Owned Equipment Or Software On Va S Network. If Non-va Owned Equipment Must Be Used To Fulfill The Requirements Of A Contract, It Must Be Stated In The Service Agreement, Sow Or Contract. All Of The Security Controls Required For Government Furnished Equipment (gfe) Must Be Utilized In Approved Other Equipment (oe) And Must Be Funded By The Owner Of The Equipment. All Remote Systems Must Be Equipped With, And Use, A Va-approved Antivirus (av) Software And A Personal (host-based Or Enclave Based) Firewall That Is Configured With A Va- Approved Configuration. Software Must Be Kept Current, Including All Critical Updates And Patches. Owners Of Approved Oe Are Responsible For Providing And Maintaining The Anti-viral Software And The Firewall On The Non-va Owned Oe. all Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Contract Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor Or Any Person Acting On Behalf Of The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/subcontractors That Contain Va Information Must Be Returned To The Va For Sanitization Or Destruction Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Of The Contract. bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The Vendor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are: vendor Must Accept The System Without The Drive; va S Initial Medical Device Purchase Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase. (4) Due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then; the Equipment Vendor Must Have An Existing Baa If The Device Being Traded In Has Sensitive Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre- Approved And Described In The Purchase Order Or Contract. a Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Iso Needs To Maintain The Documentation. 6. Security Incident Investigation the Term Security Incident Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. The Contractor/subcontractor Shall Immediately Notify The Cotr And Simultaneously, The Designated Iso And Privacy Officer For The Contract Of Any Known Or Suspected Security/privacy Incidents, Or Any Unauthorized Disclosure Of Sensitive Information, Including That Contained In System(s) To Which The Contractor/subcontractor Has Access. to The Extent Known By The Contractor/subcontractor, The Contractor/subcontractor S notice To Va Shall Identify The Information Involved, The Circumstances Surrounding The Incident (including To Whom, How, When, And Where The Va Information Or Assets Were Placed At Risk Or compromised), And Any Other Information That The Contractor/subcontractor Considers Relevant. with Respect To Unsecured Protected Health Information, The Business Associate Is Deemed To Have Discovered A Data Breach When The Business Associate Knew Or Should Have Known Of A Breach Of Such Information. Upon Discovery, The Business Associate Must Notify The Covered Entity Of The Breach. Notifications Need To Be Made In Accordance With The Executed Business Associate Agreement. in Instances Of Theft Or Break-in Or Other Criminal Activity, The Contractor/subcontractor Must Concurrently Report The Incident To The Appropriate Law Enforcement Entity (or Entities) Of Jurisdiction, Including The Va Oig And Security And Law Enforcement. The Contractor, Its Employees, And Its Subcontractors And Their Employees Shall Cooperate With Va And Any Law Enforcement Authority Responsible For The Investigation And Prosecution Of Any Possible Criminal Law Violation(s) Associated With Any Incident. The Contractor/subcontractor Shall Cooperate With Va In Any Civil Litigation To Recover Va Information, Obtain Monetary Or Other compensation From A Third Party For Damages Arising From Any Incident, Or Obtain Injunctive Relief Against Any Third Party Arising From, Or Related To, The Incident. 7. Liquidated Damages For Data Breach consistent With The Requirements Of 38 U.s.c. §5725, A Contract May Require Access To Sensitive Personal Information. If So, The Contractor Is Liable To Va For Liquidated Damages In The Event Of A Data Breach Or Privacy Incident Involving Any Spi The Contractor/subcontractor Processes Or Maintains Under This Contract. the Contractor/subcontractor Shall Provide Notice To Va Of A Security Incident As Set Forth In The Security Incident Investigation Section Above. Upon Such Notification, Va Must Secure From A Non-department Entity Or The Va Office Of Inspector General An Independent Risk Analysis Of The Data Breach To Determine The Level Of Risk Associated With The Data Breach For The Potential Misuse Of Any Sensitive Personal Information Involved In The Data Breach. The Term 'data Breach' Means The Loss, Theft, Or Other Unauthorized Access, Or Any Access Other Than That Incidental To The Scope Of Employment, To Data Containing Sensitive Personal Information, In Electronic Or Printed Form, That Results In The Potential Compromise Of The Confidentiality Or Integrity Of The Data. Contractor Shall Fully Cooperate With The Entity Performing The Risk Analysis. Failure To Cooperate May Be Deemed A Material Breach And Grounds For Contract Termination. each Risk Analysis Shall Address All Relevant Information Concerning The Data Breach, Including The Following: (1) Nature Of The Event (loss, Theft, Unauthorized Access); (2) Description Of The Event, Including: date Of Occurrence; data Elements Involved, Including Any Pii, Such As Full Name, Social Security Number, Date Of Birth, Home Address, Account Number, Disability Code; (3) Number Of Individuals Affected Or Potentially Affected; (4) Names Of Individuals Or Groups Affected Or Potentially Affected; (5) Ease Of Logical Data Access To The Lost, Stolen Or Improperly Accessed Data In Light Of The Degree Of Protection For The Data, E.g., Unencrypted, Plain Text; (6) Amount Of Time The Data Has Been Out Of Va Control; (7) The Likelihood That The Sensitive Personal Information Will Or Has Been Compromised (made Accessible To And Usable By Unauthorized Persons); known Misuses Of Data Containing Sensitive Personal Information, If Any; assessment Of The Potential Harm To The Affected Individuals; data Breach Analysis As Outlined In 6500.2 Handbook, Management Of Security And Privacy Incidents, As Appropriate; And whether Credit Protection Services May Assist Record Subjects In Avoiding Or Mitigating The Results Of Identity Theft Based On The Sensitive Personal Information That May Have Been Compromised. d. Based On The Determinations Of The Independent Risk Analysis, The Contractor Shall Be Responsible For Paying To The Va Liquidated Damages In The Amount Of $37.50 Per Affected individual To Cover The Cost Of Providing Credit Protection Services To Affected Individuals Consisting Of The Following: notification; one Year Of Credit Monitoring Services Consisting Of Automatic Daily Monitoring Of At Least 3 Relevant Credit Bureau Reports; data Breach Analysis; fraud Resolution Services, Including Writing Dispute Letters, Initiating Fraud Alerts And Credit Freezes, To Assist Affected Individuals To Bring Matters To Resolution; one Year Of Identity Theft Insurance With $20,000.00 Coverage At $0 Deductible; And necessary Legal Expenses The Subjects May Incur To Repair Falsified Or Damaged Credit Records, Histories, Or Financial Affairs. 8. Security Controls Compliance Testing on A Periodic Basis, Va, Including The Office Of Inspector General, Reserves The Right To Evaluate Any Or All Of The Security Controls And Privacy Practices Implemented By The Contractor Under The Clauses Contained Within The Contract. With 10 Working-day S Notice, At The Request Of The Government, The Contractor Must Fully Cooperate And Assist In A Government-sponsored Security Controls Assessment At Each Location Wherein Va Information Is Processed Or Stored, Or Information Systems Are Developed, Operated, Maintained, Or Used On Behalf Of Va, Including Those Initiated By The Office Of Inspector General. The Government May Conduct A Security Control Assessment On Shorter Notice (to Include Unannounced Assessments) As Determined By Va In The Event Of A Security Incident Or At Any Other Time. appendix A List Of Equipment To Be Supported Per Site location description quantity boise sp 200/ccc (6 Slot) Service 1 boise sp 50/occ 1 boise sp Data Point 12 boise sp Printer 10 boise notice Board 32 1 boise notice Board 40 1 boise scanner 1 boise e Signature Device 2 boise kvm Setup/service 1 boise kvm Device 2 boise rx Paperwork Printer 3 boise smart Card Scanner 16 boise robotic Cell Multiplexor For Robots 4 boise interface 3 boise interface - Pitney Bowes 1 boise full Disk Encryption 2 boise sp Ce Platform 1 boise remote Access Server For Up To 5 Sessions 1 boise sp Communications Module 1 boise ras Device License 1 boise vetext Integration Support 1 boise customer Hard Drive Retention Per Server 1 boise customer Hard Drive Retention Per Robot 2 boise endpoint Security Management (per Pharmacy) 1 boise endpoint Security Management (per Server) 20 â  â  â  walla Walla sp 200/ccc (6 Slot) Service 1 walla Walla sp 50/occ 1 walla Walla sp Data Point 12 walla Walla sp Printer 6 walla Walla notice Board 40 3 walla Walla sp Kiosk 2 walla Walla scanner 4 walla Walla e Signature Device 1 walla Walla eyecon Model 9420 2 walla Walla rx Paperwork Printer 4 walla Walla smart Card Scanner 16 walla Walla ticket Window Display 2 walla Walla sp Kiosk Display 2 walla Walla audio Package System/integration With Notice Board 1 walla Walla robotic Cell Multiplexor For Robots 2 walla Walla interface 3 walla Walla eyecon Interface Controller 1 walla Walla full Disk Encryption 2 walla Walla clean Room Inspection Camera 1 walla Walla client Video Package 2 walla Walla sp Ce Platform 1 walla Walla pharmacy Services Portal 1 walla Walla remote Access Server For Up To 5 Sessions 1 walla Walla sp Communications Module 1 walla Walla ras Device License 1 walla Walla vetext Integration Support 1 walla Walla customer Hard Drive Retention Per Server 1 walla Walla customer Hard Drive Retention Per Robot 2 walla Walla endpoint Security Management (per Pharmacy) 1 walla Walla endpoint Security Management (per Server) 22 â  â  â  roseburg sp 200/ccc (6 Slot) Service 1 roseburg crs 75 1 roseburg sp Data Point 14 roseburg sp Printer 12 roseburg notice Board 40 2 roseburg e Signature Device 4 roseburg eyecon 9420 1 roseburg kvm Setup/service 1 roseburg kvm Device 8 roseburg rx Paperwork Printer 5 roseburg smart Card Scanner 17 roseburg robotic Cell Multiplexor For Robots 4 roseburg interface 3 roseburg full Disk Encryption 2 roseburg sp Ce Platform 1 roseburg remote Access Server For Up To 5 Sessions 1 roseburg sp Communications Module 1 roseburg ras Device License 1 roseburg vetext Integration Support 1 roseburg customer Hard Drive Retention Per Server 1 roseburg customer Hard Drive Retention Per Robot 2 roseburg endpoint Security Management (per Pharmacy) 1 roseburg endpoint Security Management (per Server) 22 â  â  â  eugene sp 200/ccc (6 Slot) Service 1 eugene crs 75 1 eugene sp Data Point 12 eugene sp Printer 11 eugene notice Board 40 1 eugene sp Kiosk 1 eugene e Signature Device 2 eugene eyecon 9420 1 eugene kvm Setup/service 1 eugene kvm Device 11 eugene rx Paperwork Printer 3 eugene smart Card Scanner 16 eugene ticket Window Display 1 eugene sp Kiosk Stand 1 eugene audio Speaker 1 eugene audio Package System/integration With Notice Board 1 eugene interface 4 eugene full Disk Encryption 2 eugene sp Ce Platform 1 eugene pharmacy Services Portal 1 eugene remote Access Server For Up To 5 Sessions 1 eugene sp Communications Module 1 eugene ras Device License 1 eugene vetext Integration Support 1 eugene customer Hard Drive Retention Per Server 1 eugene customer Hard Drive Retention Per Robot 2 eugene endpoint Security Management (per Pharmacy) 1 eugene endpoint Security Management (per Server) 20 â  â  â  vancouver sp 200/ccc (12 Slot) Service 1 vancouver sp Data Point 15 vancouver sp Printer 11 vancouver notice Board 32 2 vancouver notice Board 40 1 vancouver sp Kiosk 2 vancouver scanner 1 vancouver e Signature Device 2 vancouver eyecon Model 9420 2 vancouver kvm Setup/service 1 vancouver kvm Device 14 vancouver smart Card Scanner 18 vancouver ticket Window Display 3 vancouver sp Kiosk Stand 2 vancouver audio Speaker Pkg 3 vancouver audio Package System/integration With Notice Board 1 vancouver robotic Cell Multiplexor For Robots 4 vancouver interface 3 vancouver eyecon Interface Controller 1 vancouver full Disk Encryption 2 vancouver sp Ce Platform 1 vancouver remote Access Server For Up To 5 Sessions 1 vancouver sp Communications Module 1 vancouver ras Device License 1 vancouver vetext Integration Support 1 vancouver customer Hard Drive Retention Per Server 1 vancouver customer Hard Drive Retention Per Robot 1 vancouver endpoint Security Management (per Pharmacy) 1 vancouver endpoint Security Management (per Server) 25 â  â  â  portland sp 200/ccc (6 Slot) Service 1 portland sp 50/occ 1 portland sp Data Point 22 portland sp Printer 16 portland notice Board 32 3 portland notice Board 40 1 portland sp Kiosk 2 portland scanner 1 portland e Signature Device 7 portland eyecon Model 9400 2 portland kvm Setup/service 1 portland kvm Device 20 portland smart Card Scanner 26 portland ticket Window Display 5 portland sp Kiosk Stand 2 portland audio Speaker Pkg 3 portland audio Package System/integration With Notice Board 1 portland robotic Cell Multiplexor For Robots 4 portland interface 3 portland eyecon Interface Controller 1 portland full Disk Encryption 2 portland sp Ce Platform 1 portland pharmacy Services Portal 1 portland remote Access Server For Up To 5 Sessions 1 portland sp Communications Module 1 portland ras Device License 1 portland vetext Integration Support 1 portland customer Hard Drive Retention Per Server 1 portland customer Hard Drive Retention Per Robot 2 portland endpoint Security Management (per Pharmacy) 1 portland endpoint Security Management (per Server) 35 â  â  â  white City sp 200/ccc (6 Slot) Service 1 white City sp 50/occ 1 white City sp Ce Platform 1 white City sp Data Point 12 white City sp Printer 6 white City notice Board 40 2 white City sp Kiosk 1 white City scanner 6 white City e Signature Device 2 white City rx Paperwork Printer 1 white City smart Card Scanner 16 white City ticket Window Display 3 white City sp Kiosk Stand 1 white City audio Speaker Pkg 1 white City audio Package System/integration With Notice Board 1 white City robotic Cell Multiplexor For Robots 2 white City interface 2 white City full Disk Encryption 2 white City pharmacy Services Portal 1 white City remote Access Server For Up To 5 Sessions 1 white City sp Communications Module 1 white City ras Device License 1 white City vetext Integration Support 1 white City customer Hard Drive Retention Per Server 1 white City customer Hard Drive Retention Per Robot 2 white City endpoint Security Management (per Pharmacy) 1 white City endpoint Security Management (per Server) 22 â  â  â  spokane sp 200/ccc (6 Slot) Service 1 spokane crs 75 1 spokane sp Ce Platform 1 spokane sp Ce Platform 1 spokane sp Data Point 13 spokane sp Printer 8 spokane sp Printer 1 spokane scanner 3 spokane e Signature Device 3 spokane eyecon Model 9400 2 spokane kvm Setup/service 2 spokane kvm Device 4 spokane rx Paperwork Printer 2 spokane smart Card Scanner 3 spokane robotic Cell Multiplexor For Robots 4 spokane standard Interface 3 spokane custom Interface 1 spokane eyecon Interface Controller 1 spokane full Disk Encryption 2 spokane remote Access Server For Up To 5 Sessions 1 spokane sp Communications Module 1 spokane ras Device License 1 spokane vetext Integration Support 1 spokane customer Hard Drive Retention Per Server 1 spokane customer Hard Drive Retention Per Robot 2 spokane endpoint Security Management (per Pharmacy) 1 spokane endpoint Security Management (per Server) 24 â  â  â  puget Sound - Seattle - Inpatient crs 75 1 puget Sound - Seattle sp 200/ccc (6 Slot) Service 1 puget Sound - Seattle sp 50/occ 1 puget Sound - Seattle sp Data Point 15 puget Sound - Seattle sp Printer 12 puget Sound - Seattle notice Board 40 1 puget Sound - Seattle scanner 4 puget Sound - Seattle e Signature Device 3 puget Sound - Seattle rx Paperwork Printer 7 puget Sound - Seattle smart Card Scanner 20 puget Sound - Seattle robotic Cell Multiplexor For Robots 4 puget Sound - Seattle interface 2 puget Sound - Seattle full Disk Encryption 2 puget Sound - Seattle scanner 3 puget Sound - Seattle sp Ce Platform 1 puget Sound - Seattle remote Access Server For Up To 5 Sessions 1 puget Sound - Seattle sp Communications Module 1 puget Sound - Seattle ras Device License 1 puget Sound - Seattle vetext Integration Support 1 puget Sound - Seattle customer Hard Drive Retention Per Server 1 puget Sound - Seattle customer Hard Drive Retention Per Robot 2 puget Sound - Seattle endpoint Security Management (per Pharmacy) 1 puget Sound - Seattle endpoint Security Management (per Server) 22 â  â  â  puget Sound - Aml sp 200/ccc (6 Slot) Service 1 puget Sound - Aml sp 50/occ 1 puget Sound - Aml sp Data Point 12 puget Sound - Aml sp Printer 9 puget Sound - Aml notice Board 40 1 puget Sound - Aml scanner 2 puget Sound - Aml e Signature Device 4 puget Sound - Aml rx Paperwork Printer 4 puget Sound - Aml smart Card Scanner 15 puget Sound - Aml robotic Cell Multiplexor For Robots 4 puget Sound - Aml interface 2 puget Sound - Aml full Disk Encryption 2 puget Sound - Aml sp Ce Platform 1 puget Sound - Aml remote Access Server For Up To 5 Sessions 1 puget Sound - Aml sp Communications Module 1 puget Sound - Aml ras Device License 1 puget Sound - Aml vetext Integration Support 1 puget Sound - Aml customer Hard Drive Retention Per Server 1 puget Sound - Aml customer Hard Drive Retention Per Robot 2 puget Sound - Aml endpoint Security Management (per Pharmacy) 1 puget Sound - Aml endpoint Security Management (per Server) 19 â  â  â  alaska sp 200/occ Service 1 alaska sp Central Platform 1 alaska sp Data Point 8 alaska sp Printer 8 alaska notice Board 40 1 alaska pharmacy Image Server 2 alaska paper Prescription Input Scanner 5 alaska wireless Scanner 1 alaska e Signature Device 2 alaska eyecon Model 9420 1 alaska eyecon Model 9400 1 alaska rx Paperwork Printer 1 alaska smart Card Scanner 1 alaska interface 3 alaska eyecon Interface Controller 1 alaska full Disk Encryption 2 alaska remote Access Server For Up To 5 Sessions 1 alaska sp Communications Module 1 alaska ras Device License 1 alaska vetext Integration Support 1 alaska customer Hard Drive Retention Per Server 1 alaska customer Hard Drive Retention Per Robot 1 alaska endpoint Security Management (per Pharmacy) 1 alaska endpoint Security Management (per Server) 13
Closing Date24 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. This Solicitation 36c25925q0227 Is Issued As A Request For Quote (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Fy25.03a 12/27/2024, Fac 2025-02 01/03/2025. No Telephone Requests Will Be Accepted. Only Written Requests Received Directly From The Offeror Are Acceptable. The Associated North American Industry Classification System (naics) Code For This Procurement Is 811210, With A Small Business Size Standard Of $34 Million. this Solicitation Is 100% Set-aside For Service-disabled Veteran-owned Small Businesses (sdvosbs). If Offeror Is A Gsa Schedule Holder, All Information Requested In This Notice Must Be Provided, Not Just The Offeror S Schedule Number. the Following Is A List Of The Contract Line-item Numbers, Quantities And Units Of Measure. clin description qty unit unit cost total Cost 0001 base Yr: 03/03/2025 - 03/02/2026 intellispace Essential Software Maint & Hardware Support - Cardiology Hemo Xper 1 year $__________ $__________ 0002 oy1: 03/03/2026 - 03/02/2027 intellispace Essential Software Maint & Hardware Support - Cardiology Hemo Xper 1 year $__________ $__________ 0003 oy2: 03/03/2027 - 03/02/2028 intellispace Essential Software Maint & Hardware Support - Cardiology Hemo Xper 1 year $__________ $__________ 0004 oy3: 03/03/2028 - 03/02/2029 intellispace Essential Software Maint & Hardware Support - Cardiology Hemo Xper 1 year $__________ $__________ 0005 oy4: 03/03/2029 - 03/02/2030 intellispace Essential Software Maint & Hardware Support - Cardiology Hemo Xper 1 year $__________ $__________ total Cost All Clins: $___________________ statement Of Work (sow) preventive Maintenance And Repair On xper Software Maintenance department Of Veterans Affairs (va) veterans Health Administration (vha) purpose: veterans Affairs Requires A Contractor To Provide Software Maintenance With Hardware Support For Cardiology Intellispace Systems At The Oklahoma Va Health Care System. Services Are To Be Performed In Accordance With This Sow And To Oem Standards, With The Intent Of Ensuring The Equipment Operates As The Original Manufacturer Intended, Uninterrupted (95% Uptime), In A Cost-effective, Efficient Manner, Contributing To The Va Mission. services Are Required On The Government-owned Systems Listed In This Sow For The Period Of Performance And At The Location Outlined In This Sow. this Contract Will Be A Non-personal Services Contract. The Contractor, Its Employees, Agents And Subcontractors Shall Not Be Considered Government Employees For Any Purpose. Contractor Shall Furnish All Labor, Materials, Parts, Equipment, Tools, Transportation, And Supervision To Provide Services In Accordance With This Performance Work Statement (sow). the C&a Requirements Do Not Apply, And A Security Accreditation Package Is Not Required. period Of Performance: Refer To The Price/schedule Page Of This Document location Of Performance: Refer To Page 1 Of This Document background: equipment: The Following Systems Of Equipment Will Require Services Under This Contract. This Includes Sub-systems, Components, Software, Hardware, And Parts. equipment description brand & Model original Equipment Manufacturer (oem) serial Number va pmi Number cardiology Software intellispace Hemo Xper Software philips - - summary Of Requirements contractor Shall Provide Oem-trained Technicians To Perform Oem-standard Services On Equipment In This Sow. Services On The Equipment Include Maintenance Support, Corrective Maintenance Repair, 24x7 Emergency Phone Support, Provision Of Parts, And Service And Modification As Required Due To Safety Or Reliability. All Oem Software Updates Shall Be Included. tasks And Requirements performance And Repairs: All Work Performed Shall Be In Accordance With Manufacturer S Specifications To Keep The Equipment In Operating Condition. Contractor Must Guarantee 95% Up Time For The Equipment. Contractor Shall Guarantee That All Equipment Covered By This Contract Shall Be In Optimum Working Condition At The Completion Of Each Contracted Period Of Performance. Contractor Will Make Every Attempt To Maintain And Repair Equipment On-site Within A Reasonable Time, Unless Local Environment Prohibits On-site Attendance. Failing This, Contractor Will Provide Substitute Equipment In The Event A Repair Continues Beyond The Reasonable Time Frame. a Reasonable Time Frame Ensures The Va Mission Continues Uninterrupted With No Loss, Damage Or Suffering To Va Patients And Resources. preventive Maintenance: Contractor Shall Provide Periodic Preventive Maintenance Service On Equipment Within The Interval(s) Set By The Oem (ie, Annual, Semi-annual, Quarterly), In Scheduled Month Of Each Contracted Period Of Performance, Including All Work Between Standard Business Hours, Weekend Hours, And Non-standard Hours, And Arranged Through The Cor. The Contractor Shall Work With The Cor, Surgery Service And Sterile Processing Service To Not Disrupt Patient Care By Scheduling Pm Visits In Advance. The Visits Will Include Equipment Verification By An Oem-trained Technician. Before The Expiration Of Each Period Of Performance, The Contractor Shall Provide The Cor With A Report Certifying The Equipment Listed In This Sow Has Been Calibrated To O.e.m. Standards Not Less Than Oem Recommended Interval(s) During The Contract Period. All Parts Shall Be O.e.m. Standard Or Certified. service Call: Unscheduled Service Should Be Conducted At No Additional Cost During Standard Business Hours, Monday Through Friday, 8:00 Am 5:00 Pm. Non-emergency Service (machine Still Able To Run With No Increased Patient Risk) Should Be Available, With A Technician Onsite At Location, Within 48 Hours Notice From The Cor. If Support Call For Repair Service Is Deemed Mission-critical, Contractor Will Be On-site Performing Corrective Action Response To Service Calls Within 24 Hours Of Notice From Cor, Barring Special Circumstances. 24 Hour Service Call Center Support Should Be Available To Schedule Corrective Service Calls. technical Phone Support Shall Be Available Weekdays From 7:00 Am 7:00 Pm At No Additional Charge. software Updates: Contractor Shall Provide Any Software Updates, As They Become Available, For All Equipment, At No Additional Cost. All Software Changes Made Become The Property Of The Va. help Desk Support: Contractor Shall Provide Emergency Telephone Support During Standard Business Hours, As A Minimum At No Additional Charge, With Phone Calls Returned No Later Than 2 Hours After A Voice Message Has Been Left By The Cor. modifications: If Contractor Or External Hazard Assessment/notification By The Fda, Ncps, Or Ceosh Determines That A Modification Is Necessary To Address Safety Concerns Or Reliability, Installation And Modification Will Be Performed At No Additional Charge. parts: As Part Of The Oem-standard Of Service Required On This Contract, Contractor Must Provide Unique And/or High Mortality Replacement Parts. All Parts Will Be O.e.m. Recommended Parts. Contractor Must Provide Repair Services On Batteries And Handpieces, At No Additional Cost To The Government. This Includes Provision Of Replacement/loaner Parts And Shipment Costs, Such As Loaner Handpieces. To Maintain Continuity Of Patient Care, Contractor Must Ship Replacement/loaner Handpieces Overnight To The Va Within 48 Hours Of Receipt Of Notice By The Va That A Hand Piece Needs To Be Repaired Due To Normal Wear And Tear. Once The Loaner Is Received By The Va, The Va Will Ship The Government-owned Hand Piece To The Contractor. if The Government-owned Hand Piece Is Not Able To Be Repaired The Contractor Must Return The Broken Handpiece To The Va With Written Notification Of What Prevented The Repair And The Issues Causing The Part Not To Function The Way The Oem Intended. if Any Contractor Personnel Performing Service On Site At The Va Brings Parts, Devices, Or Equipment That Have Serial Numbers And Will Be Used In Patient Care, These Items Must Be Checked In Upon Entry And Checked Out Upon Exiting The Va With Both Logistics And Biomed Departments. shipment: Contractor Shall Be Responsible For Shipment Of Repair Parts And Substitute Equipment At No Expense To The Government, With Fob Destination Terms Applicable In These Circumstances, And In Favor Of The Va Medical Center At This Location. All Shipments, Labels, Invoices And Correspondence Related To This Contract Must Include The Contract Number And Marked Attn: Cor/local Va Poc [insert Individual Name] . Contractor Must Email The Local Va Poc Or Cor With Carrier And Tracking Information In Advance Of All Shipment Of Parts And Equipment So The Va May Be Prepared To Receive The Items And Track Them To Avoid Loss. government Furnished Equipment / Property (gfe / Gfp) government Property Is Any Real Property At The Vamc Accessed By The Contractor In The Performance Of Services In Accordance With The Sow. condition Of Equipment the Contractor Shall Accept Responsibility For The Equipment In "as Is" Condition. Failure To Inspect The Equipment Prior To Contract Award Shall Not Relieve The Contractor From Performance Of The Requirements Of This Contract. storage storage For Contractor Equipment Is Not Provided At The Vamc. The Contractor Is Responsible For The Security Of Its Equipment. The Government Is Not Responsible For The Security Of Contractor Equipment. contractor Furnished Equipment / Property (cfe / Cfp) service Manuals/tools/equipment the Vamc Shall Not Provide Tools, (test) Equipment, Service Manuals Or Service Diagnostic Software To The Contractor. The Contractor Shall Obtain, Have On File, And Make Available To Its Fse's All Operational And Technical Documentation (such As; Operational And Service Manuals, Schematics, And Parts List) Which Are Necessary To Meet The Performance Requirements Of This Contract. The Location And Listing Of The Service Data Manuals, By Name And/or The Manuals Themselves Shall Be Provided To The Co Upon Request. quality conformance Standards contractor Shall Ensure That Their Services, Staff And Equipment Used In The Performance Of This Contract Conform And Comply With The Latest Industry Service Standards, Information, Guidance, Regulations And Publications Of The Following: aami-ansi St-79:2010 Part 7.7 Standards (servicing And Repairs Of Devices In The Health Care Facility). This Can Be Obtained At Http://www.aami.org/publications/standards/st79.html iahcsmm - International Association Of Healthcare Central Service Materiel Management us Fda Us Food And Drug Administration cdc Centers For Disease Control And Prevention cdrh Center For Devices And Radiological Health iso (as A Minimum: Iso 9001:2008 Certification And Iso 13485:2003 Certification (medical Devices)) asq American Society For Quality ul Underwriters Laboratories osha Occupational Safety And Health Administration safety the Contractor Must Perform Services In Accordance With: local, State And Federal Occupational Safety And Health Guidelines And Legislation, To Include Occupational Safety And Health Administration (osha), The American National Standards Institute (ansi) Safety Guidelines, And Any Va Medical Center Directives; local, State And Federal Fire And Safety Legislation And Guidelines, To Include Va Medical Center Directives And Legislation On Fire And Safety; all Other Conformance Standards Identified In This Sow medical Center Policies each Va Medical Center Has Policies That Are Updated From Time To Time. The Cor Can Provide More Detailed Information To The Contractor Of These Upon Commencement Of The Contract And Throughout The Term Of The Contract, As Needed, Especially Policies Regarding, Parking, Possession Of Weapons, Cell Phone Use And Photography As Well As Smoking On Va Property. Violations Of Such Policies May Result In Individual Fines Or Citation Answerable In The United States (federal) District Court. remedy Or Rework rework Or Remedy Is Defined As Performing The Service Again Until The Purpose Of This Sow Is Achieved In Full. This Involves Less Than Satisfactory Service By The Contractor And As Noted By The Cor. rework Or Remedy Must Occur Within 3 Business Days Of The Notice Of The Rework Or Remedy Requirement From The Cor And At No Additional Cost To The Government. inspection And Acceptance Of Services: The Government Reserves The Right To Inspect And Test Services In Accordance With This Sow And The Contract. The Only Individual Authorized To Officially Accept Services Is The Cor. While Inspection Of Services May Be Delegated By The Cor And A Shared Responsibility With Departmental Management Staff, The Cor Is Ultimately The Only Authorized Individual To Approve And Accept Services On Behalf Of The Va. deliverables (refer Also To Technical Qualification And Contact Points For Additional Deliverables) service Report (sr) contractor Is Responsible For Providing Service Reports For Every Service. A Service Report Is Required For All: outgoing Serviced Equipment With An Inventory Of All Equipment Collected By The Contractor, And incoming Serviced Equipment With An Inventory Of All Equipment Completely Serviced And Delivered By The Contractor And With The Service Report Provided To The Cor At The Time Of Delivery Of Serviced Equipment. such Documentation Shall Meet The Guidelines As Set Forth In The Conformance Standards. in Addition, Each Service Report Shall, At A Minimum, Document The Following Data Legibly And In Complete Detail: name Of Contractor And Contract Number. name Of Field Technician Who Performed Services. contractor S Service Report Number/log Number. date And Time (arrival And Departure) Of Field Technician On-site At Va Collecting And Delivering Equipment va Purchase Order Number description Of Problem Reported By Cor. details Of Equipment Serviced: equipment Set Numbers device Name, Instrument Type serial Number any Other Manufacturer's Identification Numbers. pmr And Service Description total Itemized Cost Of All Parts And/or Services Provided signatures: field Technician Performing Services Described. cor Acceptance Signature invoices: The Contractor Must Include The Service Report Number On The Associated Invoice. service Reports (engineers Service Report (esr) Or Service Report) when The Service Is Completed, The Field Technician Shall Document Services Rendered On A Legible Service Report(s). During Check In/check Out Procedures With The Cor, The Field Technician Must Provide The Cor With The Service Report(s) For That Service Visit. Esr Can Be Submitted Electronically To The Cor, Not Exceeding 5mb In Size, Following Service Completion Yet Before The Technician Departs The Location To Ensure The Cor Has An Opportunity To Review And Provide An Acceptance Signature. All Service Reports Shall Be Submitted To The Cor For An "acceptance Signature". If The Cor Is Unavailable, A Signed Copy Of The Service Report Shall Be Sent To The Contractor After The Work Can Be Reviewed (if Requested Or Noted On The Service Report). the Contractor Shall Immediately, But No Later Than 24 (twenty-four) Consecutive Hours After Discovery, Notify The Cor (in Writing) Of The Existence Or The Development Of Any Defects In The Equipment Submitted For Service Which The Contractor Considers He/she Is Not Responsible For Under The Terms Of The Contract And Where Replacement Is Recommended. technical Qualifications And Personnel Standards calibration Of Vendor S Equipment: Contractor Must Provide The Cor With Certification Attesting That All Gauging And Measurement Equipment Used To Check And Calibrate The Subject Items Of Equipment Has Been Calibrated Either According To The Manufacturer S Specifications Or Within The Last Twelve Months Against A Standard That Is Traceable To The National Bureau Of Standards. contractor Must Provide The Cor And Contracting Office With Such Documentation, As A Minimum: within 5 Business Days Of Contract Award, within 5 Business Days After Renewal Or Extension Of Services In Accordance With, And If Permitted By Applicable Far Clause, And In Advance Of Commencing Services On Equipment Identified In This Sow. qualifications Of Contractor Oem-trained Technicians: Contractor Shall Document, In Writing, Their Experience In Working On The Identical Make And Model Equipment Listed In This Sow As Well As The Qualifications Of Individuals Who Will Work On The Equipment. Where The Sow Requires Oem-trained Technicians, Demonstration Of This Will Also Be Required In The Documentation. contractor Must Provide The Cor And Contracting Office With Such Documentation, As A Minimum: within 5 Business Days Of Contract Award, within 5 Business Days After Renewal Or Extension Of Services In Accordance With, And If Permitted By Applicable Far Clause, And immediately, When Previously Assigned Oem-trained Technicians Have Been Replaced, And In Advance Of Commencing Services On Equipment Identified In This Sow. the Contractor Shall Have Sufficient Staff To Satisfactorily Support This Contract, Including The Sow And Its Purpose. Contractor Staff Providing Services On This Contract Must Include A "fully Qualified" Filed Service Engineer (fse) And A "fully Qualified" Fse Who Shall Serve As The Backup. "fully Qualified" Is Based Upon Training And On Experience In The Field. For Training, The Fse(s) Has Successfully Completed A Formalized Training Program, For The Equipment. For Field Experience, The Fse(s) Has A Minimum Of Two Years Of Experience (except For Equipment Newly On The Market) With Respect To Scheduled And Unscheduled Preventive And Remedial Maintenance Of The Equipment In This Contract the Fses Shall Be Authorized By The Contractor To Perform The Maintenance Services. All Work Shall Be Performed By "fully Qualified" Competent Fses. The Contractor Shall Provide Written Assurance Of The Competency Of Their Personnel And A List Of Credentials Of Approved Fses For Each Make And Model The Contractor Services At The Vamc. The Co May Authenticate The Training Requirements, Request Training Certificates Or Credentials From The Contractor At Any Time For Any Personnel Who Are Servicing Or Installing Any Vamc Equipment. The Co And/or Cor Specifically Reserve The Right To Reject Any Of The Contractor's Personnel And Refuse Them Permission To Work On The Vamc Equipment. if Subcontractor(s) Are Used, They Shall Be Approved By The Co Prior To Commencement Of Services. The Contractor Shall Submit Any Proposed Change In Subcontractor(s) To The Co For Approval/disapproval. contractor Employee S On-site At Location: At All Times During Performance Of Services, In Accordance With This Sow, The Contractor Must Ensure Contractor Personnel: be Able To Function Professionally Amongst The General Public In A Hospital And Health Care Environment. Where Possible, A Warm-natured And Humane Approach Is Preferred. be Able To Read, Understand And Apply Printed Rules, Detailed Orders, And Instructions be Familiar With And Compliant With This Sow And Contractual Requirements. be Displaying Va Identification Badges And Contractor-issued Name Tags, Clearly Visible To The General Public be Directly And Personally Escorted By The Contractor S On-site Supervisor When Contractor Personnel Are Not Displaying Va Identification Badges And Contractor-issued Name Tags maintain A Neat, Clean, Professional Appearance be Properly Attired In Contractor-issued Uniforms Which Clearly Display Contractor Branding, Keeping In Accordance With Vha Dress Policies. compliant With Va Safety And Osha Regulations Throughout The Va Medical Center, As Well As Va Medical Center Policies. compliant With Parking Requirements At The Vamc And Park Only In The Designated Parking Areas As Assigned By The Cor. maintain Decorum At All Times. During The Performance Of Services Care And Consideration Must Be Given To Va Visitors And Staff. All Services Must Be Performed With Minimal Disturbance Or Hindrance To Va Medical Center Visitors And Staff, Specifically Maintaining The Requirements Identified In The Overview Of This Sow. contractor Shall Not Be Considered Government Employees For Any Purpose. Security Procedures And Operating Hours check In/out Procedures prior To Commencement Of Services, And When Visiting The Va Medical Center, The Contractor Or Contractor S Authorized Field Technician, Must Check In And Out With The Biomed Administrative Officer Located In The Basement At The Va Location, Room Be-100. Only Individual Va Biomedical Management Staff, As Delegated By The Cor, Can Coordinate Check In And Check Out Procedures For The Contractor In The Absence Of The Cor. Due To Heightened Security Requirements, The Contractor Or Their Authorized Service Representative Will Be Required To Wear An Id Badge Which Will Be Signed For Upon Arrival And Turned In When Leaving. All Badges Must Be Worn At Or Above The Waist And Facing Forward. This Badge Must Be Turned In Before Leaving The Premises; Otherwise The Person Signing For It Will Be Required To Pay For The Unreturned Id Badge. standard Business Hours And Federal Holidays: Contract Performance Shall Occur During Standard Business Hours Unless Approved And Arranged Through The Cor. Standard Hospital Hours Are 8 Am To 5 Pm. Contractor Must Coordinate All Services With The Cor. the Federal Government Observes The Following Days As Holidays. new Year S Day january 1st * martin Luther King S Birthday third Monday In January presidents Day third Monday In February memorial Day last Monday In May juneteenth june 19th * independence Day july 4th * labor Day first Monday In September columbus Day second Monday In October veterans Day november 11th * thanksgiving Day fourth Thursday In November christmas Day december 25th * *holidays That Fall On Saturday Are Observed On The Preceding Friday. Holidays That Fall On Sunday Are Observed On The Following Monday. in Addition To The Days Designated As Holidays, The Government Observes The Following Days: any Other Day Designated By Federal Statute any Other Day Designated By Executive Order any Other Day Designated By The President Of The United States To Be A Federal Holiday contractor Holidays Not Included In The Table Of Government Holidays Or Other Observation Days Listed Above Shall Not Be Considered Official Holidays And Shall Be Included In The Contract Performance As Standard Business Days For The Purposes Of Repairs And Maintenance. contact Points contractor Point Of Contact (poc) the Contractor Shall Specify An Individual Who Shall Serve As A Single Point Of Contact For All Contract Issues (poc). Contractor Must Provide The Cor And Contracting Office With The Poc Contact Details, To Include Business Phone Number Or Cell Phone Number And Email, As A Minimum: within 5 Business Days Of Contract Award, within 5 Business Days After Renewal Or Extension Of Services In Accordance With, And If Permitted By Applicable Far Clause, And within 5 Business Days Prior To A Change In The Poc By The Contractor. the Poc Must Be Easily Accessible By Phone And Return Cor Calls Within 48 Hours Of A Voice Message Left By The Cor. contracting Officer S Representative (cor) upon Contract Commencement, The Contracting Officer Will Notify The Contractor In Writing As To The Cor Assigned To This Contract, And Upon Reassignment Of A New Cor, As Applicable. Contractor Shall Only Respond To Requests For Service From The Cor Or The Co. If Service Is Requested From Any Source, Other Than The Cor Or The Co, The Contractor Is To Advise The Individual Of This Requirement And Refuse To Respond. Any Billing Resulting From Unauthorized Service Will Not Be Paid By The Government. The Cor Will Evaluate The Contractor S Performance Through Review Of The Contractor S Quality Control Procedures In Accordance With This Contract And Sow. authority Of The Cor the Contracting Officer Is The Only Person Authorized To Approve Changes In Any Of The Requirements Of This Contract. In The Event The Contractor Affects Any Changes At The Direction Of Any Person Other Than The Contracting Officer, The Changes Will Be Considered To Have Been Made Without Authority And No Adjustment Will Be Made In The Contract Price Or Schedule To Cover Any Increase In Costs Incurred As A Result Thereof. The Contracting Officer Shall Be The Only Individual Authorized To Accept Nonconforming Work, Waive Any Requirement Of The Contract, And/or Modify Any Term Or Condition Of The Contract. The Contracting Officer Is The Only Individual Who Can Legally Obligate Government Funds. No Costs Chargeable To The Proposed Contract Can Be Incurred Before Receipt Of A Fully Executed Contract Or Specific Authorization From The Contracting Officer. Any Invoicing Or Charges Resulting From Unauthorized Service Will Not Be Paid By The Government. government Alternate Points Of Contact (poc) Emergencies Only the Cor Will Identify Alternate Points Of Contact (poc) To Be Used Only For Instances Of Emergencies When The Cor Is Not Easily Contactable. These Will Be Individuals In Supervisory Or Managerial Roles Within The Biomed Department. The Contractor Will Be Provided This Information Within 5 Days After Contract Award And Within 48 Hours Of A Change To This Information. An Alternate Poc Does Not Replace The Cor Nor Do They Replace The Contracting Officer During The Performance And Administration Of This Contract, Nor Does It Relinquish Or Diminish The Contractor S Requirements In Relation To The Performance Of This Contract. liabilities And Insurances protection From Damage contractor Shall Provide All Labor, Materials, And Equipment Necessary For Protection Of Vamc Personnel, Furnishings, Equipment, And Buildings From Damage, And Shall Replace Or Repair Any Damage Due To Work Performed Under This Contract Equal To Its Original Construction And Finish. liability Insurance contractor Must Provide The Cor And The Co With Written Confirmation That Contractor Has Adequate Insurance Protection Against Negligent Work And Other Forms Of Liability. definitions acceptance Signature - Cor's Signature; Indicates Cor Accepts Work Status As Stated In Service Report. contractor Employees Has The Same Meaning As Contractor Personnel contractor Personnel - Has The Same Meaning As Contractor Employees cor Contracting Officer S Representative fda - Food And Drug Administration (u.s. Department Of Health And Human Services) field Technician Or Field Service Engineer (fse) - A Person Who Is Authorized By The Contractor To Perform Pmr Services On Va Premises. Also Known As Technically Trained Personnel. iso - International Organization For Standardization labor Refer To Technically Trained Personnel, Also Field Technician o.e.m. Or Oem Original Equipment Manufacturer. The Actual Manufacturer And Point Of Origin Of The Equipment. The Oem Provides Schematics And Standards For Maintenance And Repair Of The Equipment And Equipment Shall Be Maintained In Accordance With These Practices. The Oem Is Identified In The Background Section Of This Sow. oem-trained Technicians Means Contractor Technicians (technically Trained Personnel, Fse, Field Technicians), Be They Oem Or Third Party Provided, Who Are Formally Trained To Oem Standards To Satisfactorily Perform Services On Equipment In This Sow. Where Oem-trained Technicians Are Required In The Sow It Means That Services Are To Be Performed At No Less Than This Criteria, For The Period Of Performance At The Location, To Ensure The Sow Purpose Is Met In Order To Avoid Future Equipment Breakdowns Or Malfunctions Which Could Lead To The Va Being Accused Of Malpractice Or Negligence. This Assists The Va In Meeting Its Mission. original Equipment Manufacturer - Oem osha Occupational Safety And Health Administration pmi - Preventive Maintenance Inspection service Report - A Documentation Of The Services Rendered For Each Incidence Of Work Performance Under The Terms And Conditions Of The Contract. services Includes Preventive Maintenance And Repair For Equipment And Components Listed In This Sow And In Accordance With This Sow sr Service Report technically Trained Personnel Are Personnel And/or Employees Who Shall Be Suitably Knowledgeable In The Field Related To The Services In This Sow In Order To Satisfactorily Perform Services In Accordance With The Sow. The Contractor Shall Provide Personnel Experienced And Qualified To Perform The Required Services In Accordance With Industry Practices And Standards. Also Known As Field Technician Or Field Service Engineer (fse). For Example, This Could Mean German-trained Technicians, Certified Technicians Etc. Technically Trained Personnel Are Also Known As Contractor Personnel Or Contractor Employees Or Technicians. vamc Veterans Affairs Medical Center the Provision At Far 52.212-1, Instruction To Offerors -- Commercial Products And Commercial Services (sep 2023), Applies To This Acquisition With The Following Addendum: far 52.204-7, System For Award Management (oct 2018); far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020); far 52.216-1, Type Of Contract (apr 1984): The Government Anticipates The Awarding Of A Single Firm-fixed Price Definitized Contract To Fulfill This Requirement. the Provision At Far 52.212-2, Evaluation -- Commercial Items (nov 2021), Applies To This Acquisition. (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: contract Award Will Be Made Based On The Solicitation Response That Represents The Best Value To The Government Using A Contracting Officer S Comparative Analysis. Since The Contracting Officer Is Considering Price And Other Factors, The Co May Award To Other Than The Lowest-priced Offer. The Information Below Explains The Evaluation Approach: the Contracting Officer Will Make A Comparative Analysis Of All Offers Against The Solicitation, Using The Following Factors To Decide Which Offer(s) Represent The Best Value To The Government: factor 1: Technical Ability the Offer Shall Be Evaluated On The Conformance To The Requirements Listed In The Statement Of Work. The Offeror Shall Submit A Technical Narrative, That Describes The Means And Methods Of Successfully Performing All Work Detailed In The Sow, To Include The Personnel Being Proposed To Perform The Work. Narrative Should Demonstrate That Offeror Possesses A Clear Understanding Of The Requirements In The Sow. Any Training Certifications For The Repair Of Said Equipment Should Be Provided With Quote. factor 2: Past Performance offeror Shall Provide No More Than Three References Of Relatively The Same Size And Complexity. Include The Following Information For Each Contract: Name And Address Of Contracting Activity (company Name), Contract Number, Type Of Contract, Total Contract Amount, And Status, Date Of Award And Completion, Description And Location Of Contract Work, List Of Major Subcontractors If Any, Contracting Officer Or Individual Responsible For Signing The Contract, And Their Telephone And Fax Number, And The Cor S/administrator S Name, Telephone And Fax Numbers. Offerors May Provide Information On Problems Encountered On Identified Contracts And The Offeror S Corrective Action. Searches In Cpars (contractor Performance Assessment Reporting System), As Well As Past Performance Questionnaires May Be Utilized. factor 3: Price Offerors Shall Provide One Copy Of The Fully Completed Price Schedule In The Format Listed Above. Proposed Prices Will Be Evaluated For Realism And Reasonableness. the Comparative Analysis Method Will Be Used To Evaluate Offers. Offers Will Be Evaluated To Determine Which Offer Provides The Overall Best Value To The Government, All Factors Considered. (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer S Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (end Of Provision) a Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications Commercial Products And Commercial Services (may 2024) Shall Be Submitted With The Offer. the Clause At Far 52.212-4 Contract Terms And Conditions-commercial Products And Services (nov 2023), Applies To This Acquisition, With The Following Addendum: far 52.204-9, Personal Identity Verification Of Contractor Personnel (jan 2011); far 52.204-13, System For Award Management Maintenance (oct 2018); far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020); far 52.217-8 Option To Extend Services (nov 1999) The Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed 6â months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within Fifteen (15) Days Of The Expiration Date Of The Current Contract Period. for The Purposes Of The Award Of This Contract, The Government Intends To Evaluate The Option To Extend Services Under Far 52.217-8 As Follows: the Evaluation Will Consider The Possibility That The Option Can Be Exercised At Any Time, And Can Be Exercised In Increments Of One To Six Months, But Not For More Than A Total Of Six Months During The Life Of The Contract.â  The Evaluation Will Assume That The Prices For Any Option Exercised Under Far 52.217-8 Will Be At The Same Rates As Those In Effect Under The Contract At The Time The Option Is Exercised.â  The Evaluation Will Therefore Assume That The Addition Of The Price Or Prices Of Any Possible Extension Or Extensions Under Far 52.217-8 To The Total Price For The Basic Requirement And The Total Price For The Priced Options Has The Same Effect On The Total Price Of All Quotes Relative To Each Other, And Will Not Affect The Ranking Of Quotes Based On Price, Unless, After Reviewing The Quotes, The Government Determines That There Is A Basis For Finding Otherwise.â  This Evaluation Will Not Obligate The Government To Exercise Any Option Under Far 52.217-8. The `specified' Rates Under This Clause Will Be Those Rates In Effect Under The Contract Each Time An Option Is Exercised Under This Clause. (end Of Clause) far 52.217-9 Option To Extend The Term Of The Contract (mar 2000) (a) The Government May Extend The Term Of This Contract By Written Notice To The Contractor Within 30 Days; Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 30 Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension. (b) If The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause. (c) The Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed Five (5) Years. (end Of Clause) far 52.223-6 Drug-free Workplace (may 2001); far 52.223-99 Ensuring Adequate Covid-19 Safety Protocols For Federal Contractors (deviation) far 52.228-5 Insurance Work On A Government Installation (jan 1997); cl 120 - Supplemental Insurance Requirements: In Accordance With Far 28.307-2 And Far 52.228-5, The Following Minimum Coverage Shall Apply To This Contract: (a) Workers' Compensation And Employers Liability: Contractors Are Required To Comply With Applicable Federal And State Workers' Compensation And Occupational Disease Statutes. If Occupational Diseases Are Not Compensable Under Those Statutes, They Shall Be Covered Under The Employer's Liability Section Of The Insurance Policy, Except When Contract Operations Are So Commingled With A Contractor's Commercial Operations That It Would Not Be Practical To Require This Coverage. Employer's Liability Coverage Of At Least $100,000 Is Required, Except In States With Exclusive Or Monopolistic Funds That Do Not Permit Workers' Compensation To Be Written By Private Carriers. (b) General Liability: $500,000.00 Per Occurrences. (c) Automobile Liability: $200,000.00 Per Person; $500,000.00 Per Occurrence And $20,000.00 Property Damage. (d) The Successful Bidder Must Present To The Contracting Officer, Prior To Award, Evidence Of General Liability Insurance Without Any Exclusionary Clauses For Asbestos That Would Void The General Liability Coverage. (end Of Clause) 52.232-19â  Availability Of Funds For The Next Fiscal Yearâ  (apr 1984) Funds Are Not Presently Available For Performance Under This Contract Beyond September 30th Of Any Fiscal Year. The Government S Obligation For Performance Of This Contract Beyond That Date Is Contingent Upon The Availability Of Appropriated Funds From Which Payment For Contract Purposes Can Be Made. No Legal Liability On The Part Of The Government For Any Payment May Arise For Performance Under This Contract Beyond September 30th Of Any Fiscal Year, Until Funds Are Made Available To The Contracting Officer For Performance And Until The Contractor Receives Notice Of Availability, To Be Confirmed In Writing By The Contracting Officer. (end Of Clause) far 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation (apr 1984); far 52.237-3, Continuity Of Services (jan 1991); vaar 852.203-70, Commercial Advertising (may 2008); vaar 852.219-10 Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside. (nov 2020) (deviation); vaar 852.204-70 Personal Identity Verification Of Contractor Personnel (may 2020) vaar 852.219-74, Limitations On Subcontracting Monitoring And Compliance (jul 2018) (deviation) (a) This Solicitation Includes Vaar 852.219-10, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside. (b) Accordingly, This Contract Is Subject To The Limitation On Subcontracting Requirements In 13 Cfr 125.6, Or The Limitations On Subcontracting Requirements In The Far Clause, As Applicable. The Contractor Is Advised That In Performing Contract Administration Functions, The Contracting Officer May Use The Services Of A Support Contractor(s) Retained By Va To Assist In Assessing The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirements Specified In The Clause. To That End, The Support Contractor(s) May Require Access To Contractor's Offices Where The Contractor's Business Records Or Other Proprietary Data Are Retained And To Review Such Business Records Regarding The Contractor's Compliance With This Requirement. (c) All Support Contractors Conducting This Review On Behalf Of Va Will Be Required To Sign An Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor's Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Contracting Officer In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs. (d) Furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Contracting Officer To Assess The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirement. (end Of Clause) vaar 852.219-77 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. as Prescribed In 819.7009(c) Insert The Following Clause: va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (sep 2021) (deviation) (a) Pursuant To 38 U.s.c. 8127(k)(2), The Offeror Certifies That (1) If Awarded A Contract (see Far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: [contracting Officer Check The Appropriate Box Below Based On The Predominant Naics Code Assigned To The Instant Acquisition As Set Forth In Far 19.102.] (i) [ ] Services. In The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-10 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6. (ii) [ ] General Construction. In The Case Of A Contract For General Construction, The Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-10 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 85% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (iii) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, The Contractor Will Not Pay More Than 75% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-10 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 75% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (2) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution. (3) If Va Determines That An Sdvosb/vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following: (i) Referral To The Va Suspension And Debarment Committee; (ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And (iii) Prosecution For Violating Section 1001 Of Title 18. (b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract. The Contracting Officer May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed. (c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance With The Limitations On Subcontracting Requirement. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate. (d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed, And Returned With The Offeror S Bid, Quotation, Or Quote. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award. certification: i Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror]. printed Name Of Signee: _________________________________ printed Title Of Signee: ________________________________ signature: ______________________________________________ date: ___________________________________________________ company Name And Address: _______________________________ (end Of Clause) vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018); vaar, 852.270-1 Representatives Of Contracting Officers (jan 2008). the Clause At Far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (may 2022) Applies To This Acquisition Including The Following Clauses: far 52.204-10 Reporting Executive Compensation & First-tier Subcontract Awards (jun 2020); far 52.209-6 Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021); far 52.219-28, Post Award Small Business Program Rerepresentation (sep 2021); far 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020); far 52.222-3, Convict Labor (august 2003); far 52.222-21, Prohibition Of Segregated Facilities (apr 2015); far 52.222-26, Equal Opportunity (sep 2016); far 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020); far 52.222-40, Notice Of Employees Rights Under The National Labor Relations Act (dec 2010); far 52.222-50, Combating Trafficking In Persons (nov 2021); far 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020); far 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021); far 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018); afar 52.222-41 Service Contract Labor Standards (aug 2018); far 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014); far 52.222-55 Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022); far 52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2022) department Of Labor Wage Determinations: Department Of Labor Wage Determination 2015-5319 Revision Number 25 Dated December 23, 2024 Applies To This Acquisition. quotes Shall Include The Rfq Number (36c25925q0227), The Proposed Unit Price, The Proposed Extended Price (for The Base And All Option Years,) Any Prompt Payment Discount Terms, Company Name, The Company Point Of Contact, Address, Phone Number, Fax Number, E-mail Address, Tax Identification Number, Unique Entity Identifier (uei) Number, And Business Size Status. the Full Text Of A Solicitation Provision Or Contract Clause May Be Accessed Electronically At The Address(es) Below: â  Â â â â â â â â â http://www.acquisition.gov/far/index.html â â â â â â â â â â  Http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm all Information Has Been Posted And There Are No Other Documents Available. Offers Are To Be Submitted Electronically To The Department Of Veterans Affairs, Network Contracting Office 19 (nco 19) Rocky Mountain Acquisition Center, 6162 South Willow Drive, Suite 300, Greenwood Village, Co 80111 Attn: Shanta Harrison, Contract Specialist At Shanta.harrison@va.gov No Later Than 4:00 P.m. Mountain Time On Wednesday, February 26, 2025. Quotes Submitted By Fascimile (fax Machine) Will Not Be Accepted. Please Include The Solicitation Number In The Subject Line Of Emails Submitted. any Questions Regarding This Solicitation Must Be Submitted In Writing To The Contracting Officer No Later Than 12:00 P.m. Mt, Wednesday, February 19, 2025. All Responses To Questions Received Will Be Posted To The Contracting Opportunities Website Via An Amendment.
Closing Date26 Feb 2025
Tender AmountRefer Documents 

Gemeinde Rietz Neuendorf Tender

Other Consultancy Services...+1Consultancy Services
Germany
Details: Digitization, processing and provision of existing building plans for X-Planning and integration into the geoportal. Processing and provision of the development plans for the municipality of Rietz-Neuendorf Project description 1 Initial situation The municipality of Rietz-Neuendorf uses spatially related data and information in many areas of administration. Geodata is collected and maintained by various bodies. In order to improve the availability of data and information and to facilitate their use, the technical construction and operation of an infrastructure node and a geoportal are currently being implemented. However, the geodata storage and structure in the municipality of Rietz-Neuendorf are currently still incomplete and incomplete. The processing of municipal data is therefore necessary. The proposed project for the data processing of further development planning data implements the requirements of GDI-DE and Inspire and with regard to the development planning of the state of Brandenburg (x-Planning specifications). The further expansion of the Brandenburg geodata infrastructure is being extensively funded by a grant. 1.1 Technical framework The municipality of Rietz-Neuendorf does not currently have the technical expertise required to implement the project independently. The necessary services are therefore to be provided as part of the award of the contract in order to implement the project within the approval period. The entire project should, if possible, be continuously supervised by a service provider in order to ensure a harmonized data infrastructure and data provision via web services. In the interests of sustainability, the employees of the municipality of Rietz-Neuendorf will be trained in the continuous operation of the original and interoperable data and services as well as metadata. The training will be financed from the municipality's budget. This will ensure the long-term maintenance of the municipality's geodata infrastructure. 1.2 Technical framework The technical requirements for holding and providing geodata and for setting up and providing web services are basically in place. The data infrastructure of the municipality or that of the geoportal and the associated infrastructure node can read, process and provide various standard input formats (DXF, SHP, XplangML, PostgreSQL/PostGIS etc.) via geoweb services. The Inspire schema transformation into the Inspire data model and the configuration of Inspire-compliant web services (WMS and WFS) for Inspire data and their provision via the existing geoportal or the associated infrastructure node of the municipality still need to be implemented. A corresponding backup routine is available for data backup and data security. 1.3 Source data The municipality of Rietz-Neuendorf has the following development planning information, which is to be provided as part of the GDI BE/BB. - 6 development plans (large-scale) - 10 development plans (medium-sized) - 19 statutes - 14 statute amendments The municipality of Rietz-Neuendorf currently has no metadata in accordance with ISO Standard 19115/19119. The plans to be prepared relate to the area of the municipality of Rietz-Neuendorf. 2 Objectives of the project The aim of the measure is the Xplanung-compliant preparation of the data from existing development planning plans and integration into the geoportal of the municipality of Rietz-Neuendorf in order to create a uniform and harmonized geodata infrastructure and its provision via geoservices on the Internet. The Inspire directive requires web-based online services for the planning data for searching, visualizing and downloading the geodata. It is also required that all geodata and services are described with metadata and can therefore be found, for example, in the Geoportal Brandenburg. In order to ensure the validity of the geodata collected and provided in relation to the data specification, all data, services and metadata are checked against the test classes of the Gdi-de test suite. The data is made available to citizens, businesses and the public in a sustainable and unrestricted manner via the geoportal and web services. This promotes and advances the expansion of the Gdi-bb on a municipal basis. In subsequent use, important application possibilities arise within the framework of urban development planning for planners, architects and surveyors. 2.1 Geodata processing 2.1.1 Urban development planning The data from existing urban development planning plans is processed in accordance with the specifications "xplanung-compliant collection of urban development planning data" of the Brandenburg State Office for Building and Transport (version 3, as of: 05/2022, in short: specifications). 2.2 Geoportal Not applicable 3 Project implementation 3.1 Data preparation The data from existing urban development planning plans is prepared in accordance with the specifications "xplanung-compliant collection of urban development planning data" of the Brandenburg State Office for Building and Transport (version 3, as of: 05/2022, in short: specifications). 3.1.1 IT support The project is continuously supported by a service provider. At the same time, an employee of the municipality of Rietz-Neuendorf will be trained to support the IT infrastructure after the project. This ensures the sustainability of the project and the provision of data. The following software components are to be used and maintained for this purpose: - Geoportal-rietz-neuendorf (based on the "geoportal-kommune") - PostgreSQL (with Postgis) - Mapserver - Hale Studio, converter - CAD, Qgis The "geoportal-kommune" is to be expanded accordingly by the operator as part of the Inspire implementation outside of the current funding measure. This is a proprietary software development independent of Mapserver. This Inspire extension is then also available for the geoportal of the municipality of Rietz-neuendorf. 3.1.2 Data acquisition The vectorization of all development planning data is to be carried out in accordance with No. 4.2 of the specifications in the "redrawing" recording quality and in accordance with No. 4.3 of the specifications in the "selected plan contents" recording depth. 3.1.3 Creation of geoservices, Inspire implementation and metadata Configuration of web services (WMS and WFS) for original data The geodata recorded in accordance with Xplanung in the Xplangml format are imported into a geodatabase of the infrastructure node that is already in operation using a conversion routine, which uses a simplified data model. Geoweb services (WFS 2.0 and WMS 1.3.0) that access this database are set up, configured and tested in compliance with OGC requirements and GDI standards. 1 WFS and 1 WMS are created for each Xplan. Inspire schema transformation into the Inspire data model The original data are transferred to the Inspire Planned Land Use data model using the Hale Studio transformation software. Another, interoperable geodata set is created parallel to the original data set. It is transformed in accordance with the following data specification: Inspire Data Specification On Planned Land Use - Technical Guidelines: https://inspire.ec.europa.eu/file/1521/download?token=rc4oolla Configuration of Inspire-compliant web services (WMS and WFS) for Inspire data The transformed geodata is summarized using a conversion routine and imported into a geodatabase. Geoweb services (WFS 2.0 and WMS 1.3.0) are set up in compliance with OGC requirements, Inspire specifications and GDI standards, which provide the processed, interoperable geodata. One Inspire view and one Inspire download service are created for the entire municipal area, which provide the data previously recorded and stored in the infrastructure node already in operation across all plans and in a collective manner. Metadata capture (Inspire) The metadata of the geodata and web services are captured using the PROMIS software (https://geoportal.brandenburg.de/promis-online/login/auth) and published in the Brandenburg metadata catalog (csw-bb). Relevant for this are the Inspire identification using the keyword "InspireIdentified", conformity information in the metadata and information on the selected annex topic. The labeling of the metadata of the data in accordance with the implementing regulation for high-quality data sets is checked and implemented where necessary. Validation of the Inspire data and metadata Metadata, geodata and web services are checked for Inspire conformity and corrected if necessary. Validation is carried out using the GDI test suite (https://testsuite.gdi-de.org/) and the ETF validator (https://inspire.ec.europa.eu/validator/home/index.html). 3.2 Project completion The results are summarized in a report. Proof of use for the project completion is created and invoices are submitted. In addition, presentation files are prepared for presentations at workshops, in committees and at conferences. A presentation at the next contact workshop in Brandenburg will be coordinated with the contact point of the Gdi-de. 3.3 Geoportal Not applicable
Closing Date21 Feb 2025
Tender AmountRefer Documents 

Municipality Of Carmen , Surigao Del Sur Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Philippine Bidding Documents Completion Of Concrete Perimeter Fence At Evacuation Center Barangay Poblacion Municipality Of Carmen Province Of Surigao Del Sur Table Of Contents Part I Section I. Invitation To Bid 3 Section Ii. Eligibility Documents 5 Section Iii. Eligibility Data Sheet 15 Part Ii Section I. Instructions To Bidders 17 Section Ii. Bid Data Sheet 37 Section Iii. General Conditions Of Contract 40 Section Iv. Special Conditions Of Contract 72 Section V. Specifications 75 Section Vi. Drawings 76 Section Vii. Bill Of Quantities 77 Section Viii. Forms And Qualification Information 79 Part I. Section I. Invitation To Apply For Eligibility And To Bid Republic Of The Philippines Province Of Surigao Del Sur Municipality Of Carmen Invitation For Bids Completion Of Concrete Perimeter Fence At Evacuation Center Poblacion, Carmen, Surigao Del Sur 1. The Municipal Government Of Carmen, Surigao Del Sur Allocated Funds Under 20% Ldf 2025 Intends To Apply The Sum Of P 4,000,000.00 Being The Approved Budget For Contract (abc) To Payment Under The Contract For The Completion Of Concrete Perimeter Fence At Evacuation Center At Brgy. Poblacion, Carmen, Surigao Del Sur. Bids Received In Excess Of The Abc Shall Be Automatically Rejected During The Bid Opening. 2. The Municipal Government Of Carmen, Surigao Del Sur Now Invites Sealed Bids From Eligible Bidders For The Completion Of Concrete Perimeter Fence At Evacuation Center. Completion Of The Works Required By 105 Calendar Days. 3. Eligibility Screening And Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “ Government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Of Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m., Mondays Thru Fridays, Except Holidays. 5. A Complete Set Of Bidding Documents In English May Be Purchased By Eligible Bidders On January 30, 2025 To February 18, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee Of Five Thousand Pesos (p 5,000.00). The Bidding Documents Shall Be Received Personally By The Eligible Bidder Or His Authorized Representative During Office Hours. 6. The Municipal Government Of Carmen, Surigao Del Sur Will Hold A Pre-bid Conference Open To All Eligible Bidders On February 6, 2025 At 10:00 A.m. At The Bac Office, Municipal Building, Carmen, Surigao Del Sur. 7. Bids Together With The Eligibility Documents Must Be Delivered To The Address Below On Or Before February 19, 2025 At 10:00 A.m. And In 3 Copies Each And In Two Separate Envelopes. And Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Prescribed Amount. Late Bids Shall Not Be Accepted. 8. Bid Opening Shall Be On February 19, 2025 At 10:00 A.m. At The Bac Office, Municipal Building, Carmen, Surigao Del Sur. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 9. To Be Considered Eligible And Qualified, A Bidder Must Have Successful Experience As Prime Contractor In The Construction Of At Least One (1) Work Of A Nature And Complexity Equivalent To The Works In The Last Five (5) Years ( To Comply With This Requirement, Single Works Cited Should Be At Least Eighty Percent (80%) Of Value Of Estimated Contract Cost Of Works Under Bid), Such Being Verifiable From Completion Certificates; Have An Annual Turnover From All Works Average Over The Last Three (3) Years Equal To One Hundred Percent (100%) Of The Estimated Value Of The Contract To Be Bid. 10. The Municipal Government Of Carmen, Surigao Del Sur Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Office Of The Bids & Awards Committee For. Alain P. Cabanilla Carmen Municipal Hall Poblacion, Carmen, Surigao Del Sur Cellphone Number: 09304926186 Bac Chairperson (sgd) For. Alain P. Cabanilla Chairman, Bids And Awards Committee Carmen, Surigao Del Sur Part I. Section Ii. Eligibility Documents 1. Eligibility Criteria 1.1 A Bidder, And All Parties Constituting The Bidder, Shall Be Considered Eligible If It Has Satisfied The Requirement Provided In The Eligibility Data Sheet (eds) As Defined By The Funding Source Indicated In The Invitation To Apply For Eligibility And To Bid (iaeb). 1.2 A Bidder Shall Be Deemed To Have The Nationality Of A Country If The Bidder Is A Citizen Or Is Constituted, Or Incorporated, And Operates In Conformity With The Provisions Of The Laws Of That Country. This Criterion Shall Also Apply To The Determination Of The Nationality Of Proposed Subcontractors Or Suppliers For Any Part Of The Contract, Including All Related Services. 1.3 Bids Submitted By A Joint Venture (jv) Of Two Or More Entities As Partners, Shall Comply With The Following Requirements: (a) The Bid, And In Case Of A Successful Bid, The Contract Agreement, Shall Be Signed So As To Be Legally Binding On All Partners; (b) One Of The Parties To The Jv Shall Be Authorized To Be The Lead Partner; And This Authorization Shall Be Evidenced By Submitting A Special Power Of Attorney Signed By Legally Authorized Signatories Of All The Partners; (c) The Lead Partner Shall Be Authorized To Incur Liabilities, Receive Payments And Receive Instructions For And On Behalf Of All Partners To The Jv; (d) All Partners Of The Jv Shall Be Jointly And Severally Liable For The Execution Of The Contract In Accordance With The Contract Terms, And A Relevant Statement To This Effect Shall Be Included In The Authorization Mentioned In Item (b) Above As Well As In The Bid Form And The Contract Agreement (in Case Of A Successful Bid); And (e) A Copy Of The Notarized Joint Venture Agreement (jva) To Be Entered Into By The Jv Partners Shall Be Submitted With The Bid. 1.4 Subject To The Provisions In The Eds, A Bidder (including All Members Of A Jv And Subcontractors) Shall Not Be Presently Associated, Or Shall Not Have Been Associated In The Past, Directly Or Indirectly, With The Consultant Or Any Other Entity That Has Prepared The Design, Specifications, And Other Documents For The Project; Neither To Those Being Proposed As The Representative Of The Procuring Entity For The Contract. 1.5 A Bidder Shall Not Have A Conflict Of Interest. All Bidders Found To Have A Conflict Of Interest Shall Be Disqualified. A Bidder May Be Considered To Have Conflicting Interests With Another Bidder In Any Of The Events Described In Paragraphs (a) Through (c) Below And A General Conflict Of Interest In Any Of The Circumstances Set Out In Paragraphs (d) Through (g) Below: (a) Have Common Controlling Shareholders; (b) Receive Or Have Received Any Direct Or Indirect Subsidy From Any Of The Bidders; (c) Have The Same Legal Representative For Purposes Of This Bid; (d) Have A Relationship With Each Other, Directly Or Through Common Third Parties, That Puts Them In A Position To Have Access To Information About Or Influence On The Bid Of Another Bidder, Or Influence The Decisions Of The Procuring Entity Regarding This Bidding Process; (e) Submit More Than One Bid In This Bidding Process. However, This Does Not Limit The Participation Of Subcontractors (if Indicated In The Eds) In More Than One Bid, Or As Bidders And Subcontractors Simultaneously; (f) Participated As A Consultant In The Preparation Of The Design Or Technical Specifications Of The Goods And Related Services That Are The Subject Of The Bid; Or (g) A Firm Or An Organization Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project, If The Personnel Would Be Involved In Any Capacity On The Same Project. 1.6 Bidders Shall Not Be Under A Declaration Of Ineligibility For Corrupt, Fraudulent, Or Coercive Practices. For Purposes Of This Clause, Corrupt, Fraudulent, And Coercive Practices Are Defined As Follows: (a) "corrupt Practice" Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Procuring Entity, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby; And Similar Acts As Provided In Republic Act 3019; (b) "fraudulent Practice" Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition; (c) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels; And (d) “coercive Practices” Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Affect The Execution Of A Contract. 1.7 All Bidding Documents Shall Be Accompanied By A Sworn Affidavit Of The Bidder That It Is Not Related To The Head Of The Procuring Entity By Consanguinity Or Affinity Up To The Third Civil Degree Or Any Of The Procuring Entity’s Officers Or Employees Having Direct Access To Information That May Substantially Affect The Result Of The Bidding, Such As, But Not Limited To, The Members Of The Bids And Awards Committee (bac), The Members Of The Technical Working Group (twg), The Bac Secretariat, The Members Of The Project Management Office (pmo), And The Designers Of The Project. This Clause Shall Apply To The Following Persons: (a) If The Bidder Is An Individual Or A Sole Proprietorship, To The Bidder Himself; (b) If The Bidder Is A Partnership, To All Its Officers And Members; (c) If The Bidder Is A Corporation, To All Its Officers, Directors, And Controlling Stockholders; And (d) If The Bidder Is A Jv, The Provisions Of Items (a), (b), Or (c) Of This Clause Shall Correspondingly Apply To Each Of The Members Of The Said Jv, As May Be Appropriate. Relationship Of The Nature Described Above Or Failure To Comply With The Provisions Of This Clause Will Result In The Rejection Of A Bidder’s Bid. 1.8 Unless Otherwise Indicated In The Eds, Government-owned And/or –controlled Corporations Shall Be Eligible Only If, In Addition To Conformance With All Of The Above Requirements, They Are Also: (a) Commercially-oriented Legal Entities Distinct From The Procuring Entity, And Not A National Government Department; (b) Financially Autonomous, As Demonstrated By Requirements In Their Statutes Or By-laws To Provide Separate Audited Accounts And Return On Capital, Powers To Raise Loans And Obtain Revenues Through The Sale Of Goods Or Services; (c) Managerially Autonomous; And (d) Possess Additional Eligibility Requirements Indicated In The Eds. 2. Eligibility Requirements 2.1 Unless Otherwise Indicated In The Eds, The Eligibility Requirements Listed In The Following Clause Shall Be Submitted To The Bac In Advance Of The Pre-bid Conference In A Sealed Eligibility Envelope Duly Marked As Such. These Eligibility Envelopes Of Prospective Bidders Shall Be Submitted On Or Before The Date Of The Eligibility Check Specified In The Invitation To Apply For Eligibility And To Bid For Purposes Of Determining Eligibility Of Prospective Bidders. 2.2 Prospective Bidders Shall Submit The Following Eligibility Requirements, Unless Otherwise Stated In The Eds: (a) Class "a" Documents – Legal Documents (a.1) Department Of Trade And Industry (dti) Business Name Registration Or Securities And Exchange Commission (sec) Registration Certificate, Whichever May Be Appropriate Under Existing Laws Of The Philippines; (a.2) Valid And Current Mayor’s Permit/municipal License; (a.3) Taxpayer’s Identification Number; (a.4) Statement Of The Prospective Bidder That It Is Not “blacklisted” Or Barred From Bidding By The Government Or Any Of Its Agencies, Offices, Corporations Or Lgus, Including Non-inclusion In The Consolidated Blacklisting Report Issued By The Gop; Technical Documents (a.5) Statement Of The Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts Within The Relevant Period Pursuant To Clause 2.6, Where Applicable, Including Contracts Awarded But Not Yet Started, If Any. The Statement Shall State For Each Contract Whether It Is Ongoing, Completed Or Awarded But Not Yet Started; And Identify Whether Such Contracts Are Similar Or Not Similar In Nature And Complexity To The Project. The Statement Shall Include, For Each Contract, The Following: (i) The Name Of The Contract; (ii) Date Of Award Of The Contract; (iii) Contract Duration; (iv) Owner’s Name And Address; (v) Nature Of Work; (vi) Contractor’s Role (whether Sole Contractor, Sub-contractor, Or Partner In A Jv); (vii) Total Contract Value At Award; (viii) Date Of Completion Or Estimated Completion Time; (ix) Total Contract Value At Completion, If Applicable; (x) Percentages Of Planned And Actual Accomplishments, If Applicable; (xi) Value Of Outstanding Works, If Applicable; (xii) The Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (xiii) The Statement Shall Be Supported By The Constructors Performance Evaluation System (cpes) Rating Sheets, And/or Certificates Of Completion And Owner’s Acceptance, If Applicable. (a.6) A Valid Philippine Contractors Accreditation Board (pcab) License And Registration For The Type And Cost Of The Contract To Be Bid; (a.7) Other Appropriate Licenses Stated In The Eds; (a.8) The Bidder’s Statement Of: Availability Of The Prospective Bidder’s Key Personnel, Such As Project Engineers, Materials Engineers And Foremen, That May Be Used For Construction Contracts; (a.9) The Bidder’s Statement Of: Availability Of Equipment That He Owns, Has Under Lease, And/or Has Under Purchase Agreements, That May Be Used For Construction Contracts, Provided That Ownership Of Equipment Is Not A Requisite For Eligibility; Financial Documents (a.10) The Prospective Bidder’s Audited Financial Statements, Stamped “received” By The Bureau Of Internal Revenue (bir) Or Its Duly Accredited And Authorized Institutions, For The Immediately Preceding Calendar Year, Showing, Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities; (a.11) Prospective Bidder’s Computation Of Its Net Financial Contracting Capacity (nfcc) As Described In The Eds, Or At The Bidder’s Option A Commitment From A Licensed Bank To Extend A Credit Line, In The Event Of An Award In The Bidder’s Favor, Or At The Bidder’s Option A Cash Deposit Certificate, Of Not Less Than The Amount Shown In The Eds; (b) Class "b" Documents – (b.1) A Valid Jva; (b.2) A Letter Authorizing The Bac Or Its Duly Authorized Representative/s To Verify All Of The Documents Submitted; And (b.3) Any Other Document Described In The Eds. 2.3 A Bidder Portions Of The Works, Subject To The Maximum Allowable Limit For Subcontracting Of Works As Specified In Eds Clause 1.5(e). Subcontracting Of Any Portion Of The Works Shall Not Relieve The Bidder From Any Liability Or Obligation That May Arise From Its Performance. The Bidder Shall Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants Or Workmen As Fully As If These Were The Bidder’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants Or Workmen. 2.4 Subcontractors Must Comply With The Provisions Of Clause 1 Herein. For This Purpose, The Bidder Shall Include In Technical Proposal Of Its Bid All The Documents Required Under Clause 2.2 Herein. If The Procuring Entity Determines During Post-qualification That A Subcontractor Is Ineligible, The Subcontracting Of Such Portion Of The Works Assigned To The Ineligible Subcontractor Shall Be Disallowed. 2.5 If A Bidder Has Previously Secured A Certification From The Procuring Entity To The Effect That It Has Previously Submitted The Above-enumerated Class “a” Documents, The Said Certification May Be Submitted In Lieu Of The Requirements Enumerated In Clauses 2.2(a.1) To 2.2(a.11). 2.6 In Case Of A Prospective Foreign Bidder, If Allowed, The Eligibility Requirements Described In Clause 2.1 Herein May Be Substituted With The Appropriate Equivalent Documents Issued By The Prospective Bidder’s Home Country; Such Documents Must Be Duly Acknowledged Or Authenticated By The Appropriate Philippine Consulate Therein. 2.7 To Be Considered Eligible And Qualified For Contract Award, A Bidder Must Meet The Minimum Qualifying Criteria Stated In The Eds. The Use Of Specialist Subcontractors Shall Also Be Stated In The Eds. 2.8 The Bidder’s Authorized Signatory Must Certify All Copy Documents As True And Correct Copies Of The Original Document(s). Bidders Must Follow The Format And Sequence Set Out Above. Should A Bidder Fail To Do So The Procuring Entity Will Accept No Liability For The Rejection Of A Bidder’s Bid In Accordance With The Corresponding Clause In The Instructions To Bidders. 2.9 Eligible Bidders Shall Be Notified Of Such Eligibility Through A Notice Of Eligibility Issued By The Bac Of The Procuring Entity Immediately After The Opening Of Eligibility Documents Pursuant To Section 23.3 Of The Irr-a Of R.a. 9184. Only Bids From Eligible Bidders Shall Be Opened And Considered For Award Of Contract. These Eligible Bidders, Whether Single Entities Or Jvs, Should Confirm In Their Bids That The Originally-submitted Information Remains Correct As Of The Date Of Bid Submission. 3. Format And Signing Of Eligibility Documents 3.1 Prospective Bidders Shall Prepare An Original Of The Eligibility Documents As Described In Clause 2, And Clearly Mark Each “original – Eligibility Documents”. In Addition, Each Prospective Bidder Shall Submit Copies Of The Eligibility Documents, And Clearly Mark Them “copy No. ___ - Eligibility Documents”. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 3.2 The Original And The Number Of Copies Of The Bid As Indicated In The Eds Shall Be Typed Or Written In Indelible Ink And Shall Be Signed By The Prospective Bidder Or A Person Or Persons Duly Authorized To Bind The Prospective Bidder To The Contract. All Pages Of The Eligibility Documents Shall Be Initialed By The Person Or Persons Signing The Eligibility Documents. 3.3 Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Person Signing The Eligibility Documents. 4. Sealing And Marking Of Eligibility Documents 4.1 Prospective Bidders Shall Enclose The Original Documents Described In Clause 2 Sealed In An Envelope Marked “original - Eligibility Documents”. Each Copy Of The Eligibility Documents Shall Be Similarly Sealed Duly Marking The Inner Envelopes As “copy No. ___ - Eligibility Documents”. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. 4.2 All Envelopes Shall: (a) Contain The Name Of The Contract To Be Bid In Capital Letters; (b) Bear The Name And Address Of The Prospective Bidder In Capital Letters; (c) Be Addressed To The Procuring Entity’s Bac; (d) Bear The Specific Identification Of This Project Indicated In The Iaeb; And (e) Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of Eligibility Documents Indicated In The Iaeb, In Accordance With Clause 5. 4.3 The Procuring Entity Will Assume No Responsibility For The Misplacement Or Premature Opening Of The Eligibility Documents Not Sealed And Marked As Required. 5. Deadline For Submission Of Eligibility Documents 5.1 Eligibility Documents Must Be Received By The Procuring Entity’s Bac At The Address And On Or Before The Date And Time Indicated In The Iaeb And The Eds. 6. Late Submission Of Eligibility Documents 6.1 Any Eligibility Documents Submitted After The Deadline For Submission And Receipt Of Eligibility Documents Prescribed By The Procuring Entity, Pursuant To Clause 5, Shall Be Declared “late” And Shall Not Be Accepted By The Procuring Entity. 7. Modification And Withdrawal Of Eligibility Documents 7.1 The Prospective Bidder May Modify Its Eligibility Documents After It Has Been Submitted, Provided That The Modification Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Eligibility Documents. The Prospective Bidder Shall Not Be Allowed To Retrieve Its Original Eligibility Documents, But Shall Be Allowed To Submit Another Set Equally Sealed, Properly Identified, Linked To Its Original Eligibility Documents Marked As “modification” And Stamped “received” By The Bac. Eligibility Documents Modifications Received After The Applicable Deadline Shall Not Be Considered And Shall Be Returned To The Prospective Bidder Unopened. 7.2 A Prospective Bidder May, Through A Letter Of Withdrawal, Withdraw Its Eligibility Documents After It Has Been Submitted, For Valid And Justifiable Reason, Provided That The Letter Of Withdrawal Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Eligibility Documents. Eligibility Documents Requested To Be Withdrawn Shall Be Returned Unopened To The Prospective Bidders. A Prospective Bidder That Withdraws Its Eligibility Documents Shall Not Be Permitted To Submit Another Set Of Eligibility Documents, Directly Or Indirectly, For The Same Contract. 8. Opening And Preliminary Examination Of Eligibility Documents 8.1 The Procuring Entity’s Bac Will Open The Envelopes Containing The Eligibility Documents In The Presence Of The Prospective Bidders’ Representatives Who Choose To Attend, At The Time, On The Date, And At The Place Specified In The Iaeb. The Prospective Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. 8.2 Letters Of Withdrawal Shall Be Read Out And Recorded During The Opening Of Eligibility Documents And The Envelope Containing The Corresponding Withdrawn Eligibility Documents Shall Be Returned To The Withdrawing Prospective Bidder Unopened. If The Withdrawing Prospective Bidder’s Representative Is Present During The Opening, The Original Eligibility Documents And All Copies Thereof Shall Be Returned To The Representative During The Opening Of Eligibility Documents. If No Representative Is Present, The Eligibility Documents Shall Be Returned Unopened By Registered Mail. 8.3 A Prospective Bidder Determined As “ineligible” Has Seven (7) Calendar Days Upon Written Notice Or, If Present At The Time Of The Opening Of Eligibility Documents, Upon Verbal Notification, Within Which To File A Request Or Motion For Reconsideration With The Bac: Provided, However, That The Motion For Reconsideration Shall Not Be Granted If It Is Established That The Finding Of Failure Is Due To The Fault Of The Prospective Bidder Concerned: Provided, Further, That The Bac Shall Decide On The Request For Reconsideration Within Seven (7) Calendar Days From Receipt Thereof. If A Failed Prospective Bidder Signifies His Intent To File A Motion For Reconsideration, In The Case Of A Prospective Bidder Who Is Declared Ineligible, The Bac Shall Hold The Eligibility Documents Until Such Time That The Motion For Reconsideration Or Protest Has Been Resolved. 8.4 The Eligibility Documents Envelopes And Modifications, If Any, Shall Be Opened One At A Time, And The Following Read Out And Recorded: (a) The Name Of The Prospective Bidder; (b) Whether There Is A Modification Or Substitution; And (c) The Presence Or Absence Of Each Document Comprising The Eligibility Documents Vis-à-vis A Checklist Of The Required Documents. 8.5 The Eligibility Of Each Prospective Bidder Shall Be Determined By Examining Each Bidder’s Eligibility Requirements Or Statements Against A Checklist Of Requirements, Using Non-discretionary “pass/fail” Criteria, As Stated In The Iaeb, And Shall Be Determined As Either “eligible” Or “ineligible.” If A Prospective Bidder Submits The Specific Eligibility Document Required, He Shall Be Rated “passed” For That Particular Requirement. In This Regard, Failure To Submit A Requirement, Or An Incomplete Or Patently Insufficient Submission, Shall Be Considered “failed” For The Particular Eligibility Requirement Concerned. If A Prospective Bidder Is Rated “passed” For All The Eligibility Requirements, He Shall Be Considered Eligible To Participate In The Bidding, And The Bac Shall Mark The Set Of Eligibility Documents Of The Prospective Bidder Concerned As “eligible.” If A Prospective Bidder Is Rated “failed” In Any Of The Eligibility Requirements, He Shall Be Considered Ineligible To Participate In The Bidding, And The Bac Shall Mark The Set Of Eligibility Documents Of The Prospective Bidder Concerned As “ineligible.” In Either Case, The Bac Chairperson Or His Duly Designated Authority Shall Countersign The Markings. 8.6 The Procuring Entity Shall Prepare The Minutes Of The Proceedings Of The Opening Of Eligibility Documents That Shall Include, As A Minimum: (a) Names Of Prospective Bidders And Findings Of Eligibility; And (b) Attendance Sheet. The Minutes Of The Proceedings Of The Opening Of Eligibility Documents Shall Be Available To The Public Upon Written Request And Payment Of A Specified Fee To Recover Cost Of Materials And Production. Part I. Section Iii. Eligibility Data Sheet 1.1 Eligible Bidders Are As Defined In Guide¬lines: 1.4 All Bidders Shall Submit A Written Statement Of Compliance With This Provision. 1.5(e) There Is No Restriction On The Involvement Of General Sub-contractors In The Areas Of Manual And Semi-skilled Labor Or Construction Materials Provided That The Contractor Undertakes Not Less Than Fifty Percent (50%) Of The Contracted Works With Its Own Resources. 1.8 There Are No Additional Eligibility Requirements 1.8(d) There Are No Additional Eligibility Requirements. 2.1 All Documents Described In Clause 2.2 Shall Be Included In The Technical Proposal. Documents Do Not Need To Be Acknowledged Or Authenticated By The Appropriate Philippine Consulate. 2.2 In Lieu Of The Following Documents Required In Clause 2.2(a), The Equivalent Document In The Prospective Bidder’s Country/place Of Origin Shall Be Submitted: (a) Dti/sec/cda Registration; (b) Valid And Current Mayor’s Permit Issued By The City Or Municipality Where The Place Of Business Of The Prospective Bidder Is Located; (c) Tax Clearance, As Finally Reviewed And Approved By The Bir (d) Philippines Contractors Accreditation Board (pcab) License And Registration; And (e) Audited Financial Statements. 2.2(a.7) There Are No Other Additional License Required 2.2(a.11) In The Event That A Bidder, At Its Own Option, Does Not Provide Either A Credit Line Or Cash Deposit Certificate In The Amount At Least Equal To Ten Percent (10%) Of The Bid, The Bidder Must Provide A Statement Of Its Nfcc. The Nfcc Is As Follows: [(current Assets Minus Current Liabilities) (k)] Minus The Value Of All Outstanding Contracts Including Those Awarded But Not Yet Started.” Where: K = 15 (regardless Of Contract Duration) 2.2(b.3) None. 2.7 To Be Considered Eligible And Qualified A Bidder Must Have Successful Experience As Prime Contractor In The Construction Of At Least One (1) Work Of A Nature And Complexity Equivalent To The Works In The Last Five (5) Years (to Comply With This Requirement, Single Works Cited Should Be At Least Eighty Percent (80%) Of The Value Of Bid Under Consideration For Award), Such Being Verifiable From Completion Certificates, And Have An Annual Turnover From All Works Averaged Over The Last Three (3) Years Equal To One Hundred Percent (100%) Of The Value Of Bid Under Consideration For Award. 2.7 Not Applicable. 3.2 Each Prospective Bidder Shall Submit One (1) Original And Two (2) Copies Of Its Eligibility Documents. 5.1 The Address For Submission Of Eligibility Documents Is The Chairman, Bids And Awards Committee, Municipal Hall, Carmen, Surigao Del Sur The Deadline For Submission Of Eligibility Documents Is 10:00 A.m., February 19, 2025 (same As Submission Of Technical And Financial Envelope). Part Ii. Section I. Instructions To Bidders Table Of Contents 1. Scope Of Bid 19 2. Corrupt, Fraudulent, And Coercive Practices 19 3. Conflict Of Interest 20 4. One Bid Per Bidder 22 5. Pre-bid Conference 22 6. Content Of The Bidding Documents 22 7. Clarification And Amendment Of Bidding Documents 23 8. Cost Of Bidding 23 9. Language Of Bid 23 10. Documents Comprising The Bid 23 11. Bid Prices 25 12. Currencies Of Bid And Payment 25 13. Bid Validity 26 14. Bid Security 26 15. Alternative Proposals By Bidders 27 16. Format And Signing Of Bid 27 17. Sealing And Marking Of Bids 28 18. Deadline For Submission Of Bids 28 19. Late Bids 29 20. Modification And Withdrawal Of Bids 29 21. Opening And Preliminary Examination Of Bids 29 22. Process To Be Confidential 31 23. Detailed Evaluation And Comparison Of Bids 31 24. Preference For Provincial Bidders 32 25. Post Qualification Of The Lowest Calculated Bid 33 26. Right Of The Procuring Entity To Reject Any Or All Bids 33 27. Award Criteria 34 28. Notice Of Award 34 29. Signing Of The Contract 34 30. Performance Security 34 31. Notice To Proceed 35 32. Advance Payment 36 1. Scope Of Bid 1.1. The Procuring Entity As Defined In The Bds, Invites Bids For The Construction Of Works, As Described In The Bds. The Name And Identification Number Of The Contract Is Provided In The Bds. 1.2. The Successful Bidder Will Be Expected To Complete The Works By The Intended Completion Date Specified In The Scc Clause 1.17. 1.3. The Procuring Entity Has A Budget Or Has Applied For Or Received Funds From The Funding Source Named In The Bds, And In The Amount Indicated In The Bds. It Intends To Apply Part Of The Funds Received For The Project, As Defined In The Bds, To Cover Eligible Payments Under The Contract For The Works. 2. Corrupt, Fraudulent, And Coercive Practices 2.1. The Funding Source Requires That The Procuring Entity, As Well As Bidders And Contractors, Shall Observe The Highest Standard Of Ethics Sduring The Procurement And Execution Of Such Contracts. In Pursuance Of This Policy, The Funding Source: (a) Defines, For Purposes Of This Provision, The Terms Set Forth Below As Follows: (a.1) "corrupt Practice" Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Government, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Republic Act 3019; (a.2) "fraudulent Practice" Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition; (a.3) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels; And (a.4) “coercive Practices” Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Affect The Execution Of A Contract; (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Corrupt Or Fraudulent Practices In Competing For The Contract; And (c) Will Declare A Firm Ineligible, Either Indefinitely Or For A Stated Period Of Time, To Be Awarded Contract Funded By The Funding Source If It At Any Time Determines That The Firm Has Engaged In Corrupt Or Fraudulent Practices In Competing Or, Or In Executing, A Contract Funded By The Funding Source. 2.2. Further, The Gop Will Seek To Impose The Maximum Penalties For Civil And Criminal Liability Available Under The Applicable Law On Individuals And Organizations Deemed To Be Involved With Corrupt, Fraudulent, Or Practices. 2.3. Furthermore, The Funding Source Reserves The Right To Inspect And Audit Records And Accounts Of A Contractor In The Bidding For And Performance Of A Contract Themselves Or Through Independent Auditors As Reflected In The Gcc Clause 33. 3. Conflict Of Interest 3.1. All Bidders Found To Have Conflicting Interests Shall Be Disqualified To Participate In The Procurement At Hand, Without Prejudice To The Imposition Of Appropriate Administrative, Civil, And Criminal Sanctions. A Bidder May Be Considered To Have Conflicting Interests With Another Bidder In Any Of The Events Described In Paragraphs (a) Through (c) And A General Conflict Of Interest In Any Of The Circumstances Set Out In Paragraphs (d) Through (g) Below: (a) A Bidder Has Controlling Shareholders In Common With Another Bidder; (b) A Bidder Receives Or Has Received Any Direct Or Indirect Subsidy From Any Other Bidder; (c) A Bidder Has The Same Legal Representative As That Of Another Bidder For Purposes Of This Bid; (d) A Bidder Has A Relationship, Directly Or Through Third Parties, That Puts Them In A Position To Have Access To Information About Or Influence On The Bid Of Another Bidder Or Influence The Decisions Of The Procuring Entity Regarding This Bidding Process. This Will Include A Firm Or An Organization Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project If The Personnel Would Be Involved In Any Capacity On The Same Project; (e) A Bidder Submits More Than One Bid In This Bidding Process. However, This Does Not Limit The Participation Of Subcontractors In More Than One Bid; (f) A Bidder Who Participated As A Consultant In The Preparation Of The Design Or Technical Specifications Of The Goods And Related Services That Are The Subject Of The Bid; Or (g) A Bidder Who Lends, Or Temporary Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project, If The Personnel Would Be Involved In Any Capacity On The Same Project. 3.2. In Accordance With Section 47 Of The Irr-a Of R.a. 9184, All Bidding Documents Shall Be Accompanied By A Sworn Affidavit Of The Bidder That It Is Not Related To The Head Of The Procuring Entity By Consanguinity Or Affinity Up To The Third Civil Degree Or Any Of The Procuring Entity’s Officers Or Employees Having Direct Access To Information That May Substantially Affect The Result Of The Bidding, Such As, But Not Limited To, The Members Of The Bac, The Members Of The Technical Working Group (twg), The Bac Secretariat, The Members Of The Project Management Office (pmo), And The Designers Of The Project. This Clause Shall Apply To The Following Persons: (a) If The Bidder Is An Individual Or A Sole Proprietorship, To The Bidder Himself; (b) If The Bidder Is A Partnership, To All Its Officers And Members; (c) If The Bidder Is A Corporation, To All Its Officers, Directors, And Controlling Stockholders; And (d) If The Bidder Is A Joint Venture (jv), The Provisions Of Items (a), (b), Or (c) Of This Clause Shall Correspondingly Apply To Each Of The Members Of The Said Jv, As May Be Appropriate. Relationship Of The Nature Described Above Or Failure To Comply With This Clause Will Result In The Automatic Disqualification Of A Bidder. 4. One Bid Per Bidder 4.1. Each Bidder Shall Submit Only One Bid, Either Individually Or As A Partner In A Jv. A Bidder Who Submits Or Participates In More Than One Bid (other Than As A Subcontractor If A Subcontractor Is Permitted To Participate In More Than One Bid) Will Cause All The Proposals With The Bidder’s Participation To Be Disqualified. This Shall Be Without Prejudice To Any Applicable Criminal, Civil And Administrative Penalties That May Be Imposed Upon The Persons And Entities Concerned. 5. Pre-bid Conference 5.1. The Bidder By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site And Determined The General Characteristics Of The Contract Works And The Conditions Of The Contract To Bid. The Bac Shall Require An Affidavit Of Such Site Inspection From Eligible Bidder. 5.2. The Procuring Entity May Organize A Site Visit Concurrently With The Pre-bid Conference. 5.3. The Bidder Or His Official Is Invited By The Procuring Entity To A Pre-bid Conference, The Venue, Time And Date Of Which Shall Be Indicated In The Bds. Non-attendance At The Pre-bid Conference Shall Not Be A Ground For Disqualification Of A Bidder. 5.4. The Pre-bid Conference Shall Be Held At Least Twelve (12) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. However, Attendance Of The Bidders Shall Not Be Mandatory. 5.5. The Pre-bid Conference Shall Discuss Among Other Things, The Technical And Financial Components Of The Contract To Be Bid. The Minutes Of The Pre-bid Conference Shall Be Recorded And Made Available To All Participants Not Later Than Three (3) Calendar Days After The Pre-bid Conference. 6. Content Of The Bidding Documents 6.1. The Set Of Bidding Documents Comprises The Documents Listed In The Table Below And Addenda Issued In Accordance With Itb Clause 7: Partii Section V. Specifications Partii. Section Vi. Drawings Partii. Section Vii. Bill Of Quantities Partii Section Viii. Forms And Qualification Information 6.2. Bidders Should Note That The Procuring Entity Will Only Accept Bids From Bidders That Have Purchased The Bidding Documents From The Office Indicated In The Iaeb. 7. Clarification And Amendment Of Bidding Documents 7.1. Bidders May Request For Clarification(s) On Any Part Of The Bidding Documents Or For An Interpretation. Such A Request Must Be In Writing And Submitted To The Procuring Entity At The Address Indicated In The Bds At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. The Procuring Entity Shall Respond To The Said Request By Issuing A Supplemental/bid Bulletin, To Be Made Available To All Those Who Have Properly Secured The Bidding Documents From The Procuring Entity, At Least Seven (7) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. It Shall Be The Responsibility Of All Those Who Have Properly Secured The Bidding Documents To Inquire And Secure Supplemental/bid Bulletins That May Be Issued By The Procuring Entity. 7.2. Supplemental/bid Bulletins May Be Issued Upon The Procuring Entity’s Initiative For Purposes Of Clarifying Or Modifying Any Provision Of The Bidding Documents Not Later Than Seven (7) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. It Is The Responsibility Of The Procuring Entity To Notify In Writing And Through Posting In The Website Of The Procuring Entity And The Government Electronic Procurement System (g-eps) The Said Documents To All Those Who Have Properly Secured The Bidding Documents. Any Modification To The Bidding Documents Shall Be Identified As An Amendment. Bidders Who Have Submitted Bids Before The Issuance Of The Supplemental/bid Bulletin Must Be Informed And Allowed To Modify Or Withdraw Their Bids. 8. Cost Of Bidding 8.1. The Bidder Shall Bear All Costs Associated With The Preparation And Submission Of His Bid, And The Procuring Entity Will In No Case Be Responsible Or Liable For Those Costs. 9. Language Of Bid 9.1. The Bid, As Well As All Correspondence And Documents Relating To The Bid Exchanged By The Bidder And The Procuring Entity, Shall Be Written In English. Supporting Documents And Printed Literature Furnished By The Bidder May Be In Another Language Provided They Are Accompanied By An Accurate Translation Of The Relevant Passages In English, In Which Case, For Purposes Of Interpretation Of The Bid, The English Translation Shall Govern. 10. Documents Comprising The Bid 10.1. Unless Otherwise Indicated In The Bds, Bids Shall Include The Following: (a) Technical Proposal – (a.1) Bid Security As To Form, Amount, And Validity Period; (a.2) Authority Of The Signing Official; (a.3) Construction Schedule And S-curve; (a.4) Manpower Schedule; (a.5) Construction Methods; (a.6) Organizational Chart For The Contract To Be Bid; (a.7) List Of Contractor’s Personnel (viz., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; (a.8) List Of Contractor’s Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project; (a.9) Equipment Utilization Schedule; (a.10) Affidavit Of Site Inspection; (a.11) Written Commitment From The Contractor’s Bank To Extend To It A Credit Line If Awarded The Contract To Be Bid, Or A Cash Deposit Certificate Specifically Committed To The Contract Or Project, If Awarded, In An Amount Not Lower Than That Set In The Bds; (a.12) Construction Safety And Health Program Of The Contractor; (a.13) Certificate From The Bidder Under Oath Of Its Compliance With Existing Labor Laws And Standards; (a.14) A Sworn Affidavit In Accordance With Itb Clause 3.2; And (a.15) Any Other Documents Described In The Bds. (b) Financial Proposal – (b.1) Bid Prices In Bill Of Quantities In The Prescribed Bid Form; (b.2) Detailed Estimates Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates And Equipment Rentals Used In Coming Up With The Bid; (b.3) Cash Flow By The Quarter And Payments Schedule; And (b.4) Any Other Document Described In The Bds. 10.2. If Indicated In The Bds, All Financial Proposals That Exceed The Abc As Indicated In The Bds, Shall Be Rejected. 11. Bid Prices 11.1. The Contract Shall Be For The Whole Works, As Described In Itb Clause 1.1, Based On The Priced Bill Of Quantities Submitted By The Bidder. 11.2. The Bidder Shall Fill In Rates And Prices For All Items Of The Works Described In The Bill Of Quantities. Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Government. 11.3. All Duties, Taxes, And Other Levies Payable By The Contractor Under The Contract, Or For Any Other Cause, Prior To The Deadline For Submission Of Bids, Shall Be Included In The Rates, Prices, And Total Bid Price Submitted By The Bidder. 11.4. For The Given Scope Of Work In The Contract As Awarded, All Bid Prices Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Indicated In The Bds And Specified In Gcc Clause 47 And Its Corresponding Scc Provision. 12. Currencies Of Bid And Payment 12.1. Subject To Applicable Laws And Unless Otherwise Specified In The Bds, All Bid Prices Shall Be Quoted In Philippine Pesos. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate Prevailing On The Day Of The Bid Opening. 12.2. All Contracts Shall Be Denominated And Payable In Philippine Pesos. 13. Bid Validity 13.1. Bids Shall Remain Valid For The Period Specified In The Bds Which Shall Not Exceed One Hundred Twenty (120) Days From The Date Of The Opening Of Bids. 13.2. In Exceptional Circumstances, The Procuring Entity May Request That The Bidders Extend The Period Of Validity For A Specified Additional Period. The Request And The Bidders’ Responses Shall Be Made In Writing. A Bidder May Refuse The Request Without Forfeiting The Bid Security. A Bidder Agreeing To The Request Will Not Be Required Or Permitted To Otherwise Modify The Bid, But Will Be Required To Extend The Validity Of Bid Security For The Period Of The Extension, And In Compliance With Itb Clause 14 In All Respects. 13.3. Unless Otherwise Indicated In The Bds, If The Period Of Bid Validity Is Extended Beyond Sixty (60) Days After The Original Bid Validity Period, The Bid Prices Shall Remain Fixed And Therefore Not Subject To Any Adjustment. 14. Bid Security 14.1. The Bidder Shall Furnish, As Part Of The Bid, A Bid Security In Local Currency Or In A Freely Convertible Currency, In The Forms And Amount Specified In The Bds. 14.2. As Indicated In The Bds, The Procuring Entity Shall Prescribe The Acceptable Forms Of Bid Security From Among The Following, From Which Acceptable Forms The Bidder May Choose: (a) Cash; (b) A Cashier's Or Certified Check; (c) An Irrevocable Letter Of Credit; (d) A Bank Guarantee; (e) Surety Bond; Or (f) Foreign Government Guarantee. 14.3. In Case Of Bank Guarantee, The Bid Security Shall Be Submitted Using The Form Included In Part Ii, Section Viii, Forms And Qualifications Information, Or Another Form Acceptable To The Procuring Entity. The Form Must Include The Complete Name Of The Bidder. The Bid Security Should Be Valid For The Period Specified In The Bds. 14.4. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity. The Bid Security Of A Jv, If In The Form Of A Bank Guarantee Must Define As “bidder” All Jv Partners And List Them In The Following Manner: A Jv Consisting Of “______,” “______,” And “______”. 14.5. No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except To Those That Failed To Comply With Any Of The Requirements To Be Submitted In The First Bid Envelope Of The Bid, As Provided In This Irr-a. Without Prejudice To The Forfeiture Of Bid Securities, Bid Securities Shall Be Returned Only After The Bidder With The Lowest Calculated Responsive Bid Has Signed The Contract And Furnished The Performance Security, But In No Case Later Than The Expiration Of The Bid Security Validity Period Indicated In The Bds. 14.6. The Bid Security May Be Forfeited: (a) If The Bidder Withdraws The Bid After Bid Opening During The Period Of Bid Validity; (b) If The Bidder Does Not Accept The Correction Of The Bid Price, Pursuant To Itb Clause 23; Or (c) In The Case Of A Successful Bidder, If The Bidder Fails Within The Specified Time Limit To: (c.1) Sign The Agreement; (c.2) Furnish The Required Performance Security; Or (c.3) Enter Into A Jv Agreement If It Has Undertaken To Do So. (d) Any Other Reasons Stated In The Bds. 15. Alternative Proposals By Bidders 15.1. Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 16. Format And Signing Of Bid 16.1. The Bidder Shall Submit One Original Of The Technical Proposal And One Original Of The Financial Proposal As Described In Itb Clause 17 And Clearly Mark Each As “original - Technical Proposal” And “original – Financial Proposal”. In Addition, The Bidder Shall Submit Two (2) Copies Of The Technical Proposal And The Financial Proposal, And Clearly Mark Them “copy No… - Technical Proposal” And “copy No…. – Financial Proposal”. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 16.2. The Original And The Two (2) Copies Of The Bid Shall Be Typed Or Written In Indelible Ink And Shall Be Signed By The Bidder Or A Person Or Persons Duly Authorized To Bind The Bidder To The Contract. All Pages Of The Bid Where Entries Or Amendments Have Been Made Shall Be Initialed By The Person Or Persons Signing The Bid. 16.3. Any Interlineations, Erasures, Alterations Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Person Signing The Bid. 16.4. Unless Otherwise Provided In The Bds, Commissions Or Gratuities Are Not Allowed. 17. Sealing And Marking Of Bids 17.1. The Bidder Shall Enclose The Original Of The Technical Proposal In One Sealed Envelope Marked As “original - Technical Proposal”; Whereas, The Original Of The Financial Proposal Shall Be Enclosed In Another Sealed Envelope Marked As “original - Financial Proposal”. Both Envelopes Shall Then Be Placed In Another Single Envelope Marked As “original Bid”. 17.2. Each Copy Of The Technical Proposal And Financial Proposal, Shall Be Similarly Sealed Duly Marked As “copy No… - Technical Proposal” And “copy No… – Financial Proposal” Respectively And The Outer Envelope As “copy No”. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope That Shall: (a) Name Of The Contract To Be Bid; (b) Bear The Name And Address Of The Bidder; (c) Be Addressed To The Procuring Entity In Accordance With Itb Clause 18.1; (d) Bear The Specific Identification Of This Bidding Process Indicated In The Bds; And (e) Bear A Warning “do Not Open Before…” The Time And Date For The Opening Of Bids , In Accordance With Itb Clause 18.1. 17.3. If All Envelopes Are Not Sealed And Marked As Required, The Procuring Entity Will Assume No Responsibility For The Misplacement Or Premature Opening Of The Bid. 18. Deadline For Submission Of Bids 18.1. Bids Must Be Received By The Bac Of The Procuring Entity At The Address And On Or Before The Date And Time Indicated In The Bds. 19. Late Bids 19.1. Any Bid Submitted After The Deadline For Submission And Receipt Of Bids Prescribed By The Procuring Entity, Pursuant To Itb Clause 18.1, Shall Be Declared “late” And Shall Not Be Accepted By The Procuring Entity. 20. Modification And Withdrawal Of Bids 20.1. The Bidder May Modify Its Bid After It Has Been Submitted; Provided That The Modification Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Bidder Shall Not Be Allowed To Retrieve Its Original Bid, But Shall Be Allowed To Submit Another Bid Equally Sealed, Properly Identified, Linked To Its Original Bid Marked As “technical Modification” Or “financial Modification” And Stamped “received” By The Bac. Bid Modifications Received After The Applicable Deadline Shall Not Be Considered And Shall Be Returned To The Bidder Unopened. 20.2. A Bidder May, Through A Letter Of Withdrawal, Withdraw Its Bid After It Has Been Submitted, For Valid And Justifiable Reason; Provided That The Letter Of Withdrawal Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. 20.3. Bids Requested To Be Withdrawn In Accordance With Itb Clause 20.2 Shall Be Returned Unopened To The Bidders. A Bidder May Also Express Its Intention Not To Participate In The Bidding Through A Letter Which Should Reach And Be Stamped By The Bac Before The Deadline For Submission And Receipt Of Bids. A Bidder That Withdraws Its Bid Shall Not Be Permitted To Submit Another Bid, Directly Or Indirectly, For The Same Contract. 20.4. No Bid May Be Modified After The Deadline For Submission Of Bids. No Bid May Be Withdrawn In The Interval Between The Deadline For Submission Of Bids And The Expiration Of The Period Of Bid Validity Specified By The Bidder On The Bid Form. Withdrawal Of A Bid During This Interval May Result In The Forfeiture Of The Bidder’s Bid Security, Pursuant To The Itb Clause 14.6, And The Imposition Of Administrative, Civil And Criminal Sanctions As Prescribed By R.a. 9184 And Its Irr-a. 21. Opening And Preliminary Examination Of Bids 21.1. The Bac Of The Procuring Entity Shall Open Bid Envelopes In The Presence Of Bidders’ Representatives Who Choose To Attend, At The Time, On The Date, And At The Place Specified In The Bds. Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. 21.2. Letters Of Withdrawal Shall Be Read Out And Recorded, And The Envelope Containing The Corresponding Withdrawn Bid Shall Be Returned To The Bidder Unopened. If The Withdrawing Bidder’s Representative Is In Attendance The Original Bid And All Copies Thereof Shall Be Returned To The Representative During The Bid Opening. If The Representative Is Not In Attendance, The Bid Shall Be Returned Unopened By Registered Mail. The Bidder May Withdraw Its Bid Prior To The Deadline For Submission And Receipt Of Bids, Provided That The Corresponding Letter Of Withdrawal Contains A Valid Justification Requesting For Such Withdrawal, Subject To Appropriate Administrative Sanctions. 21.3. If The Bidding Is Subject To An Eligibility Check As Described In Itb Clause 21.6, The Procuring Entity Shall Not Accept The Bids Of Ineligible Bidders. The Procuring Entity Shall Open Bids Of Eligible Bidders Only, In Accordance With The Following Paragraph. 21.4. Outer Envelopes Marked “technical Modification” Or “financial Modification” Will Be Identified But Not Opened. The Procuring Entity Will Announce The Presence And Type Of Modification From The Information Contained On The Outer Envelope. 21.5. The Procuring Entity Shall First Open The Envelopes Holding The Technical Proposals And Modification, If Any, One At A Time, And Read Out And Record The Following: (a) The Name Of The Bidder; (b) Whether There Is A Technical Modification Or Substitution; (c) The Presence, Amount And Validity Of The Bid Security; And (d) The Presence Or Absence Of Each Document Comprising The Technical Proposal Vis-à-vis A Checklist Of The Required Documents. 21.6. The Bac Of The Procuring Entity Shall Determine Each Bidder’s Compliance With The Documents Required To Be Submitted For The Technical Proposal Of The Bid, As Prescribed In Itb Clause 10. For This Purpose, The Bac Of The Procuring Entity Shall Check The Submitted Documents Of Each Bidder Against A Checklist Of Required Documents To Ascertain If They Are All Present In The First (technical) Envelope, Using Non-discretionary “pass/fail” Criteria, As Stated In The Iaeb And Itb Clause 10. If A Bidder Submits All Required Documents, It Shall Be Rated “passed” For That Particular Requirement. In This Regard, Failure To Submit A Requirement, Or An Incomplete Or Patently Insufficient Submission, Shall Be Considered “failed” For The Particular Requirement Concerned. In Case One Or More Of The Above Required Documents In The First Envelope Of A Particular Bid Is Missing, Incomplete, Or Patently Insufficient, The Bac Of The Procuring Entity Shall Rate The Bid Concerned As “failed” And Immediately Return To The Bidder Concerned Its Second (financial) Envelope Unopened. 21.7. Immediately After Determining Compliance With The Requirements In The First Bid Envelope (technical Proposal), The Bac Shall Forthwith Open The Second Bid Envelope (financial Proposal) Of Each Remaining Eligible Bidder Whose First Bid Envelope Was Rated “passed.” The Second Envelope Of Each Complying Bidder Shall Be Opened Within The Same Day. In Case One Or More Of The Requirements In The Second Envelope Of A Particular Bid Is Missing, Incomplete Or Patently Insufficient, And/or If The Submitted Total Bid Price Exceeds The Abc, The Bac Shall Rate The Bid Concerned As “failed.” Bids That Are Determined To Contain All The Requirements For The Second (financial) Envelope Shall Be Rated “passed” And Shall Immediately Be Considered For Detailed Evaluation Of The Bids. 21.8. The Procuring Entity Shall Prepare The Minutes Of The Proceedings Of The Bid Opening That Shall Include, As A Minimum: (a) Abstract Of Bids As Read Including Names Of Bidders, Their Bid Price, Bid Security, Findings Of Preliminary Examination; And (b) Attendance Sheet. The Bac Members Shall Sign The Abstract Of Bids As Read And The Observers May Witness The Same. A Copy Of The Abstract Of Bids As Read Shall Be Made Available To All Interested Bidders. The Minutes Of The Proceedings Of The Bid Opening Shall Be Available To The Public Upon Written Request And Payment At A Specified Fee To Cover The Cost Of Materials. 22. Process To Be Confidential 22.1. Members Of The Bac, Including Its Staff And Personnel, As Well As Its Secretariat And Twg, Are Prohibited From Making Or Accepting Any Kind Of Communication With Any Bidder Regarding The Evaluation Of Their Bids Until The Issuance Of The Notice Of Award. 23. Detailed Evaluation And Comparison Of Bids 23.1. The Procuring Entity Will Evaluate And Compare, In Detail, Only The Bids That Are Rated “passed” For Both Technical And Financial Proposals. 23.2. In Evaluating The Bids To Get The Lowest Calculated Bid, The Procuring Entity Shall Undertake The Following: (a) The Detailed Evaluation Of The Financial Component Of The Bids, To Establish The Correct Calculated Prices Of The Bids; And (b) The Ranking Of The Total Bid Prices As So Calculated From The Lowest To Highest. The Bid With The Lowest Price Shall Be Identified As The Lowest Calculated Bid. 23.3. To Determine The Lowest Calculated Bid, The Bac Shall Use A Non-discretionary “pass/fail” Criteria, As Stated In The Iaeb, Which Shall Include A Consideration Of The Following: (a) The Bid Must Be Complete. Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A “0” (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Government; And (b) Minor Arithmetical Corrections To Consider Computational Errors, Omissions And Discounts If Allowed, In The Bidding Documents To Enable Proper Comparison Of All Eligible Bids. Any Adjustment Shall Be Calculated In Monetary Terms To Determine The Calculated Prices. 23.4. The Bac Shall Evaluate All Bids On An Equal Footing To Ensure Fair And Competitive Bid Evaluation. For This Purpose, All Bidders Shall Be Required To Include The Cost Of All Taxes, Such As, But Not Limited To, Value Added Tax (vat), Income Tax, Local Taxes, And Other Fiscal Levies And Duties Which Shall Be Itemized In The Bid Form And Reflected In The Detailed Estimates. Such Bids, Including Said Taxes, Shall Be The Basis For Bid Evaluation And Comparison. 23.5. In Case Of Discrepancies Between: (a) Bid Prices In Figures And In Words, The Latter Shall Prevail; (b) The Total Bid Amount And The Sum Of Total Costs Per Item, The Sum Of The Total Costs Per Item Shall Prevail And The Total Bid Amount Will Be Corrected; And (c) Unit Cost In The Detailed Estimate And Unit Cost In The Bill Of Quantities, The Latter Shall Prevail. 23.6. Based On The Detailed Evaluation Of Bids, Those That Comply With The Above-mentioned Requirements Shall Be Ranked In The Ascending Order Of Their Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, To Identify The Lowest Calculated Bid. Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, Which Exceed The Abc Shall Not Be Considered. 23.7. The Estimated Effect Of Any Price Adjustment Conditions Under Gcc Clause 47, During The Period Of Implementation Of The Contract, Will Not Be Taken Into Account In Bid Evaluation. 24. Preference For Provincial Bidders 24.1. If So Indicated In The Bds, Bidders Whose Principal Office Is Within The Same Province Where The Project Is To Be Implemented Shall Be Given Preference By Allowing A Right To Match The Lowest Calculated Bid Subject To Applicable Laws And Following The Mechanism Shown In The Bds. 25. Post Qualification Of The Lowest Calculated Bid The Procuring Entity Shall Conduct Post Qualification To Determine Whether The Bidder That Is Evaluated To Have The Lowest Calculated Bid Complies With And Is Responsive To All Requirements And Conditions For Eligibility And Of The Bidding For The Contract. The Determination Shall Use Non-discretionary “pass/fail” Criteria And Be Based Upon Examination, Verification And Validation Of The Documentary Evidence Of The Bidder’s Eligibility/qualifications Submitted By The Bidder Pursuant To 25.1. Part I. Section Ii. Eligibility Documents And The Technical And Financial Proposals For Itb Clause 10. If The Said Bidder Passes The Post-qualification, His Bid Shall Be Declared As The Lowest Calculated And Responsive Bid (lcrb). 26. Right Of The Procuring Entity To Reject Any Or All Bids 26.1. Notwithstanding The Eligibility Or Post-qualification Of A Bidder, The Procuring Entity Concerned Reserves The Right To Review Its Qualifications At Any Stage Of The Procurement Process If It Has Reasonable Grounds To Believe That A Misrepresentation Has Been Made By The Said Bidder, Or That There Has Been A Change In The Bidder’s Capability To Undertake The Project From The Time It Submitted Its Eligibility Requirements. Should Such Review Uncover Any Misrepresentation Made In The Eligibility And Bidding Requirements, Statements Or Documents, Or Any Changes In The Situation Of The Bidder Which Will Affect Its Capability To Undertake The Project So That It Fails The Preset Eligibility Or Bid Evaluation Criteria, The Procuring Entity Shall Consider The Said Bidder As Ineligible And Shall Disqualify It From Submitting A Bid Or From Obtaining An Award Or Contract. 26.2. The Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract In The Following Situations: (a) If There Is Prima Facie Evidence Of Collusion Between Appropriate Public Officers Or Employees Of The Procuring Entity, Or Between The Bac And Any Of The Bidders, Or If The Collusion Is Between Or Among The Bidders Themselves, Or Between A Bidder And A Third Party, Including Any Act Which Restricts, Suppresses Or Nullifies Or Tends To Restrict, Suppress Or Nullify Competition; (b) If The Bac Is Found To Have Failed In Following The Prescribed Bidding Procedures; Or (c) For Any Justifiable And Reasonable Ground Where The Award Of The Contract Will Not Redound To The Benefit Of The Government As Follows: (i) If The Physical And Economic Conditions Have Significantly Changed So As To Render The Project No Longer Economically, Financially Or Technically Feasible As Determined By The Head Of The Procuring Entity; (ii) If The Project Is No Longer Necessary As Determined By The Head Of The Procuring Entity; And (iii) If The Source Of Funds For The Project Has Been Withheld Or Reduced Through No Fault Of The Procuring Entity. 27. Award Criteria 27.1. Subject To Itb Clause 25, The Procuring Entity Shall Award The Contract To The Successful Bidder Whose Bid Has Been Determined To Be The Lcrb. 28. Notice Of Award 28.1. The Procuring Entity Shall Issue A Written Notice Of Award/letter Of Acceptance To The Bidder With The Lcrb Prior To The Expiration Of The Bid Validity Period, By Registered Mail, By Hand Or By Facsimile. This Notice Of Award/letter Of Acceptance Shall State The Proposed Contract Price Equivalent To The Lcrb, Together With The Documentary Requirements For The Contract. 29. Signing Of The Contract 29.1. Within Ten (10) Calendar Days Upon Receipt Of The Award, The Successful Bidder Shall Submit To The Procuring Entity: (a) Its Written Confirmation To The Award; (b) The Contract Form Signed By The Bidder; (c) The Required Performance Security; And (d) All Other Documentary Requirements For The Contract. 29.2. Within Twenty (20) Calendar Days Upon Receipt From The Successful Bidder Of The Signed Confirmation Of The Award, The Signed Contract, The Required Performance Security And All Other Documentary Requirements, The Procuring Entity Shall Sign And Approve The Contract. 30. Performance Security 30.1. Within A Maximum Period Of Ten (10) Calendar Days Upon Receipt Of The Notification Of Award From The Procuring Entity, And In No Case Later Than The Signing Of The Contract By The Successful Bidder And The Procuring Entity, The Successful Bidder Shall Furnish To The Procuring Entity, The Performance Security In Accordance With The Conditions Of Contract, In The Performance Security Form Provided In The Bidding Documents, Or In Another Form Acceptable To The Procuring Entity. 30.2. As Indicated In The Bds, The Procuring Entity Shall Prescribe The Acceptable Forms Of Performance Security From Among The Following, From Which Acceptable Forms The Bidder May Choose: (a) Cash; (b) A Cashier’s Or Certified Check; (c) An Irrevocable Letter Of Credit; (d) A Bank Guarantee; (e) Surety Bond; Or (f) Foreign Government Guarantee. 30.3. If The Acceptable Performance Security Is Provided By The Successful Bidder In The Form Of A Bank Guarantee, Or Other Form If Indicated In Scc Clause 7.1, It Shall Be Issued Either (a) At The Bidder’s Option, By A Bank Located In The Country Of The Procuring Entity Or A Foreign Bank Through A Correspondent Bank Located In The Country Of The Procuring Entity, Or (b) With The Agreement Of The Procuring Entity Directly By A Foreign Bank Acceptable To The Procuring Entity. 30.4. Failure Of The Successful Bidder To Comply With The Requirements Of Itb Clause 30.1 Shall Constitute Sufficient Grounds For Cancellation Of The Award And Forfeiture Of The Bid Security. In Which Event, The Procuring Entity Shall Initiate And Complete The Post Qualification Of The Second Lowest Calculated Bid. The Procedure Shall Be Repeated Until The Lowest Calculated And Responsive Bid Is Identified And Selected For Contract Award. However, If No Bidder Passed Post-qualification, The Bac Shall Declare The Bidding A Failure And Conduct A Re-bidding With Re-advertisement. 30.5. Upon The Furnishing By The Successful Bidder Of The Performance Security, The Procuring Entity Will Promptly Notify The Other Bidders That Their Bids Have Been Unsuccessful. 31. Notice To Proceed 31.1. Within Seven (7) Calendar Days From The Date Of Approval Of The Contract By The Appropriate Government Approving Authority, The Procuring Entity Shall Issue Its Notice To Proceed. 32. Advance Payment 32.1. The Procuring Entity Will Provide An Advance Payment On The Contract Price As Stipulated In The Conditions Of Contract, Subject To The Maximum Amount Stated In Scc Clause 38.1. Part Ii. Section Ii. Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is Municipality Of Carmen, Surigao Del Sur The Name Of The Contract Is Completion Of Concrete Perimeter Fence At Evacuation Center 5.3 The Procuring Entity’s Address Is: Local Government Unit Carmen, Surigao Del Sur Hon. Jane V. Plaza - Municipal Mayor 7.1 All Bids Submitted Will Be Opened At The Bid Opening Ceremony. Determination Of A Bidder’s Qualifications And Eligibility Will Form Part Of The Procuring Entity’s Evaluation Process And Post-qualification. During Bid Opening Technical Proposals That Lack Any Of The Following Documents Shall Be Rejected And Returned To The Bidder Together With Its Unopened Price Proposal: A) Evidence Of Financial, Technical And Production Capability; (minimum Equipment Required) B) Audited Financial Statements; C) Nfcc Or Credit Line Certificate Or Cash Deposit Certificate; D) Bid Security; And E) Authority Of The Signatory. 10.1 F) 10.1(a.11) Minimum Required Equipment 10.1(a.11) Ten Percent (10%) Of The Bid Amount. Note: If The Bidder, At Its Own Option Provides A Cash Deposit Certificate It Must Be At Least Ten Percent (10%) Of The Bid Amount 10.1(a.15) None. 10.1(b.4) None. 10.2 There Is No Ceiling For Financial Proposals. 11.4 Bid Prices Shall Be Fixed; Adjustable Financial Proposals Will Be Rejected. 12.1 For Goods And Services That Will Be Supplied From Outside Of The Philippines. Bid Prices Therefore Shall Be Quoted In United States Dollars. 13.1 Bids Will Be Valid Until 120 Calendar Days From The Date Of Bid Opening. 13.3 If The Period Of Bid Validity Is Extended Beyond Sixty (60) Days After The Original Bid Validity Period; Or In The Request For Extension, For The Period Of Delay Beyond Sixty (60) Days After The Expiry Of The Initial Bid Validity, Up To The Notification Of Award, Bid Prices Shall Be Increased On The Local Component By 3% Per Annum. Bid Evaluation Will Be Based On The Bid Prices Without Taking The Above Correction Into Consideration. 14.1 And 14.2 The Bid Security Shall Be In The Following Forms And Amount: (a) Cash, Certified (cashier’s Or Manager’s) Check At One Percent (1%) Of The Bid; And (b) Bank Guarantee At One And A Half Percent (1.5%) Of The Bid; (c) Bid Securing Declaration 14.3 And 14.5 One Hundred Twenty (120) Days From The Date Set For Bid Opening. 14.6(d) The Following Shall Be The Additional Grounds For Forfeiture Of The Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use Of One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After He Had Been Adjudged As Having Submitted The Lowest Calculated Responsive Bid Or Highest Rated Responsive Bid. 5. Refusal To Clarify Or Validate In Writing Its Bid During Post-qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 6. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 7. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As An Eligible Contractor Not Buying Bid Documents, And Contractors Habitually Withdrawing From Bidding Or Submitting Letters Of Non-participation For At Least Three (3) Times Within A Year, Except For Valid Reasons. 15.1 None 16.4 No Further Instructions. 17.2(d) The Specific Identification Of This Bidding Process Is 18.1 The Address For Submission Of Bids Is Bac Office, Municipal Hall, Carmen, Surigao Del Sur. The Deadline For Submission Of Bids Is February 19, 2025 At 10:00 Am 21.1 The Place Of Bid Opening Is Bac Office, Municipal Hall, Carmen, Surigao Del Sur. The Date And Time Of Bid Opening Is February 19, 2025 At 10:00 Am 24.1 Not Applicable. Part Ii. Section Iii. General Conditions Of Contract Table Of Contents 1. Definitions 42 2. Interpretation 44 3. Governing Language And Law 45 4. Communications 45 5. Possession Of Site 45 6. The Contractor’s Obligations 46 7. Performance Security 47 8. Sub-contracting 47 9. Liquidated Damages 48 10. Site Investigation Reports 48 11. The Procuring Entity, Licenses And Permits 48 12. Contractor’s Risk And Warranty Security 48 13. Procuring Entity’s Risk 50 14. Insurance 51 15. Termination For Default Of Contractor 52 16. Termination For Default Of Procuring Entity 53 17. Termination For Other Causes 53 18. Procedures For Termination Of Contracts 55 19. Force Majeure, Release From Performance 56 20. Resolution Of Disputes 57 21. Suspension Of Loan, Credit, Grant, Or Appropriation 58 22. Procuring Entity’s Representative’s Decisions 58 23. Approval Of Drawings And Temporary Works By The Procuring Entity’s Representative 58 24. Acceleration And Delays Ordered By The Procuring Entity’s Representative 58 25. Extension Of The Intended Completion Date 59 26. Right To Vary 59 27. Contractors Right To Claim 60 28. Dayworks 60 29. Early Warning 60 30. Program Of Work 60 31. Management Conferences 61 32. Bill Of Quantities 61 33. Instructions, Inspections And Audits 62 34. Identifying Defects 62 35. Cost Of Repairs 62 36. Correction Of Defects 63 37. Uncorrected Defects 63 38. Advance Payment 63 39. Progress Payments 64 40. Payment Certificates 64 41. Retention 65 42. Variation Orders 65 43. Contract Completion 67 44. Suspension Of Work 67 45. Payment On Termination 68 46. Extension Of Contract Time 69 47. Price Adjustment 70 48. Completion 70 49. Taking Over 70 50. Operating And Maintenance Manuals 71 1. Definitions 1.1. For Purposes Of This Clause, Boldface Type Is Used To Identify Defined Terms. 1.2. The Arbiter Is The Person Appointed Jointly By The Procuring Entity And The Contractor To Resolve Disputes In The First Instance, As Provided For In Gcc Clause 20. 1.3. Bill Of Quantities Refers To A List Of The Specific Items Of The Work And Their Corresponding Unit Prices, Lump Sums, And/or Provisional Sums. 1.4. The Completion Date Is The Date Of Completion Of The Works As Certified By The Procuring Entity’s Representative, In Accordance With Gcc Clause 48. 1.5. The Contract Is The Contract Between The Procuring Entity And The Contractor To Execute, Complete, And Maintain The Works. It Consists Of The Documents Listed In Gcc Clause 2.3. 1.6. The Contract Price Is The Price Stated In The Letter Of Acceptance And Thereafter To Be Paid By The Procuring Entity To The Contractor For The Execution Of The Works In Accordance With This Contract. 1.7. Contract Time Extension Is The Allowable Period For The Contractor To Complete The Works In Addition To The Original Completion Date Stated In This Contract. 1.8. The Contractor Is The Juridical Entity Whose Proposal Has Been Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. 1.9. The Contractor’s Bid Is The Signed Offer Or Proposal Submitted By The Contractor To The Procuring Entity In Response To The Bidding Documents. 1.10. Days Are Calendar Days; Months Are Calendar Months. 1.11. Day Works Are Varied Work Inputs Subject To Payment On A Time Basis For The Contractor’s Employees And Equipment, In Addition To Payments For Associated Materials And Plant. 1.12. A Defect Is Any Part Of The Works Not Completed In Accordance With The Contract. 1.13. The Defects Liability Certificate Is The Certificate Issued By Procuring Entity’s Representative Upon Correction Of Defects By The Contractor. 1.14. The Defects Liability Period Is The One Year Period Between Project Completion And Final Acceptance Within Which The Contractor Assumes The Responsibility To Undertake The Repair Of Any Damage To The Works At His Own Expense. 1.15. Drawings Are Graphical Presentations Of The Works. They Include All Supplementary Details, Shop Drawings, Calculations, And Other Information Provided Or Approved For The Execution Of This Contract. 1.16. Equipment Refers To All Facilities, Supplies, Appliances, Materials Or Things Required For The Execution And Completion Of The Work Provided By The Contractor And Which Shall Not Form Or Are Not Intended To Form Part Of The Permanent Works. 1.17. The Intended Completion Date Refers To The Date Specified In The Scc When The Contractor Is Expected To Have Completed The Works. The Intended Completion Date May Be Revised Only By The Procuring Entity’s Representative By Issuing An Extension Of Time Or An Acceleration Order. 1.18. Materials Are All Supplies, Including Consumables, Used By The Contractor For Incorporation In The Works. 1.19. The Notice To Proceed Is A Written Notice Issued By The Procuring Entity Or The Procuring Entity’s Representative To The Contractor Requiring The Latter To Begin The Commencement Of The Work Not Later Than A Specified Or Determinable Date. 1.20. Permanent Works All Permanent Structures And All Other Project Features And Facilities Required To Be Constructed And Completed In Accordance With This Contract Which Shall Be Delivered To The Procuring Entity And Which Shall Remain At The Site After The Removal Of All Temporary Works. 1.21. Plant Refers To The Machinery, Apparatus, And The Like Intended To Form An Integral Part Of The Permanent Works. 1.22. The Procuring Entity Is The Party Who Employs The Contractor To Carry Out The Works Stated In The Scc. 1.23. The Procuring Entity’s Representative Refers To The Head Of The Procuring Entity Or His Duly Authorized Representative, Identified In The Scc, Who Shall Be Responsible For Supervising The Execution Of The Works And Administering This Contract. 1.24. The Site Is The Place Provided By The Procuring Entity Where The Works Shall Be Executed And Any Other Place Or Places Which May Be Designated In The Scc, Or Notified To The Contractor By The Procuring Entity’s Representative As Forming Part Of The Site. 1.25. Site Investigation Reports Are Those That Were Included In The Bidding Documents And Are Factual And Interpretative Reports About The Surface And Subsurface Conditions At The Site. 1.26. Slippage Is A Delay In Work Execution Occurring When Actual Accomplishment Falls Below The Target As Measured By The Difference Between The Scheduled And Actual Accomplishment Of The Work By The Contractor As Established From The Work Schedule. This Is Actually Described As A Percentage Of The Whole Works. 1.27. Specifications Means The Description Of Works To Be Done And The Qualities Of Materials To Be Used, The Equipment To Be Installed And The Mode Of Construction. 1.28. The Start Date, As Specified In The Scc, Is The Date When The Contractor Is Obliged To Commence Execution Of The Works. It Does Not Necessarily Coincide With Any Of The Site Possession Dates. 1.29. A Subcontractor Is Any Person Or Organization To Whom A Part Of The Works Has Been Subcontracted By The Contractor, As Allowed By The Procuring Entity, But Not Any Assignee Of Such Person. 1.30. Temporary Works Are Works Designed, Constructed, Installed, And Removed By The Contractor That Are Needed For Construction Or Installation Of The Permanent Works. 1.31. Work(s) Refer To The Permanent Works And Temporary Works To Be Executed By The Contractor In Accordance With This Contract, Including (i) The Furnishing Of All Labor, Materials, Equipment And Others Incidental, Necessary Or Convenient To The Complete Execution Of The Works; (ii) The Passing Of Any Tests Before Acceptance By The Procuring Entity’s Representative; (iii) And The Carrying Out Of All Duties And Obligations Of The Contractor Imposed By This Contract As Described In The Scc. 2. Interpretation 2.1. In Interpreting The Conditions Of Contract, Singular Also Means Plural, Male Also Means Female Or Neuter, And The Other Way Around. Headings Have No Significance. Words Have Their Normal Meaning Under The Language Of This Contract Unless Specifically Defined. The Procuring Entity’s Representative Will Provide Instructions Clarifying Queries About The Conditions Of Contract. 2.2. If Sectional Completion Is Specified In The Scc, References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 2.3. The Documents Forming This Contract Shall Be Interpreted In The Following Order Of Priority: (a) Contract Agreement; (b) Instructions To Bidders; (c) Addenda To The Bidding Documents; (d) Specifications; (e) Drawings; (f) Special Conditions Of Contract; (g) General Conditions Of Contract; And (h) Any Other Document Listed In The Scc As Forming Part Of This Contract. 3. Governing Language And Law 3.1. This Contract Has Been Executed In The English Language, Which Shall Be The Binding And Controlling Language For All Matters Relating To The Meaning Or Interpretation Of This Contract. All Correspondence And Other Documents Pertaining To This Contract Which Are Exchanged By The Parties Shall Be Written In English. 3.2. This Contract Shall Be Interpreted In Accordance With The Laws Of The Republic Of The Philippines. 4. Communications 4.1. Communications Between Parties That Are Referred To In The Conditions Shall Be Effective Only When In Writing. A Notice Shall Be Effective Only When It Is Received By The Concerned Party. 5. Possession Of Site 5.1. On The Date Specified In The Scc, The Procuring Entity Shall Grant The Contractor Possession Of So Much Of The Site As May Be Required To Enable It To Proceed With The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 5.2. If Possession Of A Portion Is Not Given By The Date Stated In The Scc Clause 5.1, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contact Time To Address Such Delay Shall Be In Accordance With Gcc Clause 46. 5.3. The Contractor Shall Bear All Costs And Charges For Special Or Temporary Right-of-way Required By It In Connection With Access To The Site. The Contractor Shall Also Provide At His Own Cost Any Additional Facilities Outside The Site Required By It For Purposes Of The Works. 5.4. The Contractor Shall Allow The Procuring Entity’s Representative And Any Person Authorized By The Procuring Entity’s Representative Access To The Site And To Any Place Where Work In Connection With This Contract Is Being Carried Out Or Is Intended To Be Carried Out. 6. The Contractor’s Obligations 6.1. The Contractor Shall Carry Out The Works Properly And In Accordance With This Contract. The Contractor Shall Provide All Supervision, Labor, Materials, Plant And Contractor's Equipment, Which May Be Required. All Materials And Plant On Site Shall Be Deemed To Be The Property Of The Procuring Entity. 6.2. The Contractor Shall Commence Execution Of The Works On The Start Date And Shall Carry Out The Works In Accordance With The Program Of Work Submitted By The Contractor, As Updated With The Approval Of The Procuring Entity’s Representative, And Complete Them By The Intended Completion Date. 6.3. The Contractor Shall Be Responsible For The Safety Of All Activities On The Site. 6.4. The Contractor Shall Carry Out All Instructions Of The Procuring Entity’s Representative That Comply With The Applicable Laws Where The Site Is Located. 6.5. The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel, As Referred To In The Scc, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 6.6. If The Procuring Entity’s Representative Asks The Contractor To Remove A Member Of The Contractor’s Staff Or Work Force, For Justifiable Cause, The Contractor Shall Ensure That The Person Leaves The Site Within Seven (7) Days And Has No Further Connection With The Work In This Contract. 6.7. During Contract Implementation, The Contractor And His Subcontractors Shall Abide At All Times By All Labor Laws, Including Child Labor Related Enactments, And Other Relevant Rules. 6.8. The Contractor Shall Submit To The Procuring Entity For Consent The Name And Particulars Of The Person Authorized To Receive Instructions On Behalf Of The Contractor. 6.9. The Contractor Shall Cooperate And Share The Site With Other Contractors, Public Authorities, Utilities, And The Procuring Entity Between The Dates Given In The Schedule Of Other Contractors Particularly When They Shall Require Access To The Site. The Contractor Shall Also Provide Facilities And Services For Them During This Period. The Procuring Entity May Modify The Schedule Of Other Contractors, And Shall Notify The Contractor Of Any Such Modification Thereto. 6.10. Should Anything Of Historical Or Other Interest Or Of Significant Value Be Unexpectedly Discovered On The Site, It Shall Be The Property Of The Procuring Entity. The Contractor Shall Notify The Procuring Entity’s Representative Of Such Discoveries And Carry Out The Procuring Entity’s Representative’s Instructions In Dealing With Them. 7. Performance Security 7.1. The Performance Security Shall Be Submitted To The Procuring Entity Not Later Than The Date Specified In The Letter Of Acceptance And Shall Be Issued In An Amount And Form As Specified In The Scc, And Denominated In The Currency In Which The Contract Price Is Payable. The Performance Security Shall Be Valid For The Period Specified In The Scc. 7.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Act 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 8. Sub-contracting 8.1. Unless Otherwise Indicated In The Scc, The Contractor Cannot Subcontract More Than Fifty Percent (50%) Of The Value Of The Works,. Subcontracting Of Any Portion Of The Works Does Not Relieve The Contractor Of Any Liability Or Obligation Under This Contract. The Contractor 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. 8.2. All Subcontracting Arrangements As Disclosed And Identified During The Eligibility Check Shall Not Be Changed During The Implementation Of This Contract. 9. Liquidated Damages 9.1. The Contractor Shall Pay Liquidated Damages To The Procuring Entity At The Rate Per Day Stated In The Scc For Each Day That The Completion Date Is Later Than The Intended Completion Date. The Total Amount Of Liquidated Damages Shall Not Exceed The Amount Defined In The Scc. The Procuring Entity May Deduct Liquidated Damages From Payments Due To The Contractor. Payment Of Liquidated Damages Shall Not Affect The Contractor. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of This Contract, The Procuring Entity Shall Rescind This Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 9.2. If The Intended Completion Date Is Extended After Liquidated Damages Have Been Paid, The Engineer Of The Procuring Entity Shall Correct Any Overpayment Of Liquidated Damages By The Contractor By Adjusting The Next Payment Certificate. The Contractor Shall Be Paid Interest On The Overpayment, Calculated From The Date Of Payment To The Date Of Repayment, At The Rates Specified In Gcc Clause 39.1 10. Site Investigation Reports 10.1. The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 11. The Procuring Entity, Licenses And Permits 11.1. The Procuring Entity Shall, If Requested By The Contractor, Assist Him In Applying For Permits, Licenses Or Approvals, Which Are Required For The Works. 12. Contractor’s Risk And Warranty Security 12.1. The Contractor Shall Assume Full Responsibility For The Works From The Time Project Construction Commenced Up To Final Acceptance By The Procuring Entity And Shall Be Held Responsible For Any Damage Or Destruction Of The Works Except Those Occasioned By Force Majeure. The Contractor Shall Be Fully Responsible For The Safety, Protection, Security, And Convenience Of His Personnel, Third Parties, And The Public At Large, As Well As The Works, Equipment, Installation, And The Like To Be Affected By His Construction Work. 12.2. The Defects Liability Period For Infrastructure Projects Shall Be One Year From Project Completion Up To Final Acceptance By The Procuring Entity. During This Period, The Contractor Shall Undertake The Repair Works, At His Own Expense, Of Any Damage To The Works On Account Of The Use Of Materials Of Inferior Quality Within Ninety (90) Days From The Time The Head Of The Procuring Entity Has Issued An Order To Undertake Repair. In Case Of Failure Or Refusal To Comply With This Mandate, The Procuring Entity Shall Undertake Such Repair Works And Shall Be Entitled To Full Reimbursement Of Expenses Incurred Therein Upon Demand. In Case The Contractor Fails To Comply With The Preceding Paragraph, It Shall Suffer Perpetual Disqualification From Participating In Any Public Bidding And Its Property Or Properties Shall Be Subject To Attachment Or Garnishment Proceedings To Recover The Costs. All Payables Of The Procuring Entity In The Contractor’s Favor Shall Be Offset To Recover The Costs. 12.3. After Final Acceptance Of The Works By The Procuring Entity, The Contractor Shall Be Held Responsible For Structural Defects And/or Failure Of The Completed Project Within The Following Warranty Periods From Final Acceptance, Except Those Occasioned By Force Majeure And Those Caused By Other Parties: (a) Permanent Structures: Fifteen (15) Years Buildings Of Types 4 (steel, Iron, Concrete, Or Masonry Construction With Walls, Ceilings, And Permanent Partitions Of Incombustible Fire Resistance) And 5 (steel, Iron, Concrete, Or Masonry Construction), Steel And Concrete Bridges, Flyovers, Concrete Aircraft Movement Areas, Ports, Dams, Diversion Tunnels, Causeways, Wharves, Piers, Dikes, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Structures; (b) Semi-permanent Structures: Five (5) Years Buildings Of Types 1 (wooden), 2 (wood With 1 Hour Fire Resistance), And 3 (masonry And Wood Construction), Concrete Roads, Asphalt Roads, River Control, Drainage, Irrigation And Drainage Canals, Municipal Ports And River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Structures; And (c) Other Structures: Two (2) Years Bailey And Wooden Bridges, Shallow Wells, Spring Developments, And Other Similar Structures. 12.4. The Contractor Shall Be Required To Put Up A Warranty Security In The Form Of Cash, Bank Guarantee, Letter Of Credit, Gsis Or Surety Bond Callable On Demand, In Accordance With The Following Schedule: Form Of Warranty Minimum Amount In Percentage (%) Of Total Contract Price 1. Cash Deposit, Cash Bond Or Letter Of Credit Five Percent (5%) 2. Bank Guarantee Ten Percent (10%) 3. Surety Bond Thirty Percent (30%) 12.5. The Warranty Security Shall Be Stated In Philippine Pesos And Shall Remain Effective During The Applicable Warranty Period Provided In Gcc Clause 12.3. 12.6. In Case Of Structural Defects/failure Occurring During The Applicable Warranty Period Provided In Gcc Clause 12.3, The Procuring Entity Shall Undertake The Necessary Restoration Or Reconstruction Works And Shall Be Entitled To Full Reimbursement By The Parties Found To Be Liable, Of Expenses Incurred Therein Upon Demand, Without Prejudice To The Filing Of Appropriate Administrative, Civil, And/or Criminal Charges Against The Responsible Persons As Well As The Forfeiture Of The Warranty Security Posted In Favor Of The Procuring Entity. For Purposes Of This Clause, The Term “structural Defects” Shall Mean Major Faults/flaws/deficiencies In One Or More Key Structural Elements Of The Works Which May Lead To Structural Failure Of The Completed Elements Or Structure. The Term “structural Failures” Is Defined As An Occurrence Where One Or More Key Structural Elements In An Infrastructure Facility Fails Or Collapses, Thereby Rendering The Facility Or Part Thereof Incapable Of Withstanding The Design Loads, And/or Endangering The Safety Of The Users Or The General Public. 13. Procuring Entity’s Risk 13.1. From The Start Date Until The Certificate Of Final Acceptance Has Been Issued, The Following Are Risks Of The Procuring Entity: (a) The Risk Of Personal Injury, Death, Or Loss Of Or Damage To Property (excluding The Works, Plant, Materials, And Equipment), Which Are Due To: (a.1) Any Type Of Use Or Occupation Of The Site Authorized By The Procuring Entity After The Official Acceptance Of The Works; Or (a.2) Negligence, Breach Of Statutory Duty, Or Interference With Any Legal Right By The Procuring Entity Or By Any Person Employed By Or Contracted To Him Except The Contractor. (b) The Risk Of Damage To The Works, Plant, Materials, And Equipment To The Extent That It Is Due To A Fault Of The Procuring Entity Or In The Procuring Entity’s Design, Or Due To War Or Radioactive Contamination Directly Affecting The Country Where The Works Are To Be Executed. 14. Insurance 14.1. The Contractor Shall, Under His Name And At His Own Expense, Obtain And Maintain, For The Duration Of This Contract, The Following Insurance Coverage: (a) Contractor’s All Risk Insurance; (b) Transportation To The Project Site Of Equipment, Machinery, And Supplies Owned By The Contractor; (c) Personal Injury Or Death Of Contractor’s Employees; And (d) Comprehensive Insurance For Third Party Liability To Contractor’s Direct Or Indirect Act Or Omission Causing Damage To Third Persons. 14.2. The Contractor Shall Provide Evidence To The Procuring Entity’s Representative That The Insurances Required Under This Contract Have Been Effected And Shall, Within A Reasonable Time, Provide Copies Of The Insurance Policies To The Procuring Entity’s Representative. Such Evidence And Such Policies Shall Be Provided To The Procuring Entity Through The Procuring Entity’s Representative. 14.3. The Contractor Shall Notify The Insurers Of Changes In The Nature, Extent, Or Program For The Execution Of The Works And Ensure The Adequacy Of The Insurances At All Times In Accordance With The Terms Of This Contract And Shall Produce To The Procuring Entity’s Representative The Insurance Policies In Force Including The Receipts For Payment Of The Current Premiums. The Above Insurance Policies Shall Be Obtained From Any Reputable Insurance Company Approved By The Procuring Entity’s Representative. 14.4. If The Contractor Fails To Obtain And Keep In Force The Insurances Referred To Herein Or Any Other Insurance Which He May Be Required To Obtain Under The Terms Of This Contract, The Procuring Entity May Obtain And Keep In Force Any Such Insurances And Pay Such Premiums As May Be Necessary For The Purpose. From Time To Time, The Procuring Entity May Deduct The Amount It Shall Pay For Said Premiums Including Twenty Five Percent (25%) Therein From Any Monies Due, Or Which May Become Due, To The Contractor, Without Prejudice To The Procuring Entity Exercising Its Right To Impose Other Sanctions Against The Contractor Pursuant To The Provisions Of This Contract. 14.5. In The Event The Contractor Fails To Observe The Above Safeguards, The Procuring Entity May, At The Contractor’s Expense, Take Whatever Measure Is Deemed Necessary For Its Protection And That Of The Contractor’s Personnel And Third Parties, And/or Order The Interruption Of Dangerous Works. In Addition, The Procuring Entity May Refuse To Make The Payments Under Gcc Clause 39 Until The Contractor Complies With This Clause. 14.6. The Contractor Shall Immediately Replace The Insurance Policy Obtained As Required In This Contract, Without Need Of The Procuring Entity’s Demand, With A New Policy Issued By A New Insurance Company Acceptable To The Procuring Entity For Any Of The Following Grounds: (a) The Issuer Of The Insurance Policy To Be Replaced Has: (a.1) Become Bankrupt; (a.2) Been Placed Under Receivership Or Under A Management Committee; (a.3) Been Sued For Suspension Of Payment; Or (a.4) Been Suspended By The Insurance Commission And Its License To Engage In Business Or Its Authority To Issue Insurance Policies Cancelled; Or (b) Where Reasonable Grounds Exist That The Insurer May Not Be Able, Fully And Promptly, To Fulfill Its Obligation Under The Insurance Policy. 15. Termination For Default Of Contractor 15.1. The Procuring Entity Shall Terminate This Contract For Default When Any Of The Following Conditions Attend Its Implementation: 15.2. Due To The Contractor’s Fault And While The Project Is On-going, It Has Incurred Negative Slippage Of Fifteen Percent (15%) Or More In Accordance With Presidential Decree 1870, Regardless Of Whether Or Not Previous Warnings And Notices Have Been Issued For The Contractor To Improve His Performance; 15.3. Due To Its Own Fault And After This Contract Time Has Expired, The Contractor Incurs Delay In The Completion Of The Work After This Contract Has Expired; Or 15.4. The Contractor: (a) Abandons The Contract Works, Refuses Or Fails To Comply With A Valid Instruction Of The Procuring Entity Or Fails To Proceed Expeditiously And Without Delay Despite A Written Notice By The Procuring Entity; (b) Does Not Actually Have On The Project Site The Minimum Essential Equipment Listed On The Bid Necessary To Prosecute The Works In Accordance With The Approved Program Of Work And Equipment Deployment Schedule As Required For The Project; (c) Does Not Execute The Works In Accordance With This Contract Or Persistently Or Flagrantly Neglects To Carry Out Its Obligations Under This Contract; (d) Neglects Or Refuses To Remove Materials Or To Perform A New Work That Has Been Rejected As Defective Or Unsuitable; Or (e) Sub-lets Any Part Of This Contract Without Approval By The Procuring Entity. 15.5. All Materials On The Site, Plant, Equipment, And Works Shall Be Deemed To Be The Property Of The Procuring Entity If This Contract Is Rescinded Because Of The Contractor’s Default. 16. Termination For Default Of Procuring Entity 16.1. The Contractor May Terminate This Contract With The Procuring Entity If The Works Are Completely Stopped For A Continuous Period Of At Least Sixty (60) Calendar Days Through No Fault Of Its Own, Due To Any Of The Following Reasons: (a) Failure Of The Procuring Entity To Deliver, Within A Reasonable Time, Supplies, Materials, Right-of-way, Or Other Items It Is Obligated To Furnish Under The Terms Of This Contract; Or (b) The Prosecution Of The Work Is Disrupted By The Adverse Peace And Order Situation, As Certified By The Armed Forces Of The Philippines Provincial Commander And Approved By The Secretary Of National Defense. 17. Termination For Other Causes 17.1. The Procuring Entity May Terminate This Contract, In Whole Or In Part, At Any Time For Its Convenience. The Head Of The Procuring Entity May Terminate This Contract For The Convenience Of The Procuring Entity If He Has Determined The Existence Of Conditions That Make Project Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event(s) Or Changes In Law And National Government Policies. 17.2. The Procuring Entity Or The Contractor May Terminate This Contract If The Other Party Causes A Fundamental Breach Of This Contract. 17.3. Fundamental Breaches Of Contract Shall Include, But Shall Not Be Limited To, The Following: (a) The Contractor Stops Work For Twenty Eight (28) Days When No Stoppage Of Work Is Shown On The Current Program Of Work And The Stoppage Has Not Been Authorized By The Procuring Entity’s Representative; (b) The Procuring Entity’s Representative Instructs The Contractor To Delay The Progress Of The Works, And The Instruction Is Not Withdrawn Within Twenty Eight (28) Days; (c) The Procuring Entity Shall Terminate This Contract If The Contractor Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. In This Event, Termination Will Be Without Compensation To The Contractor, Provided That Such Termination Will Not Prejudice Or Affect Any Right Of Action Or Remedy Which Has Accrued Or Will Accrue Thereafter To The Procuring Entity And/or The Contractor. In The Case Of The Contractor's Insolvency, Any Contractor's Equipment Which The Procuring Entity Instructs In The Notice Is To Be Used Until The Completion Of The Works; (d) A Payment Certified By The Procuring Entity’s Representative Is Not Paid By The Procuring Entity To The Contractor Within Eighty Four (84) Days From The Date Of The Procuring Entity’s Representative’s Certificate; (e) The Procuring Entity’s Representative Gives Notice That Failure To Correct A Particular Defect Is A Fundamental Breach Of Contract And The Contractor Fails To Correct It Within A Reasonable Period Of Time Determined By The Procuring Entity’s Representative; (f) The Contractor Does Not Maintain A Security, Which Is Required; (g) The Contractor Has Delayed The Completion Of The Works By The Number Of Days For Which The Maximum Amount Of Liquidated Damages Can Be Paid, As Defined In The Gcc Clause 9; And (h) In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To, The Following: (h.1) Corrupt, Fraudulent, Collusive And Coercive Practices As Defined In Itb Clause 2.1(a); (h.2) Drawing Up Or Using Forged Documents; (h.3) Using Adulterated Materials, Means Or Methods, Or Engaging In Production Contrary To Rules Of Science Or The Trade; And (h.4) Any Other Act Analogous To The Foregoing. 17.4. The Funding Source Or The Procuring Entity, As Appropriate, Will Seek To Impose The Maximum Civil, Administrative And/or Criminal Penalties Available Under The Applicable Law On Individuals And Organizations Deemed To Be Involved With Corrupt, Fraudulent, Or Coercive Practices. 17.5. When Persons From Either Party To This Contract Gives Notice Of A Fundamental Breach To The Procuring Entity’s Representative In Order To Terminate The Existing Contract For A Cause Other Than Those Listed Under Gcc Clause 17.3, The Procuring Entity’s Representative Shall Decide Whether The Breach Is Fundamental Or Not. 17.6. If This Contract Is Terminated, The Contractor Shall Stop Work Immediately, Make The Site Safe And Secure, And Leave The Site As Soon As Reasonably Possible. 18. Procedures For Termination Of Contracts 18.1. The Following Provisions Shall Govern The Procedures For The Termination Of This Contract: (a) Upon Receipt Of A Written Report Of Acts Or Causes Which May Constitute Ground(s) For Termination As Aforementioned, Or Upon Its Own Initiative, The Implementing Unit Shall, Within A Period Of Seven (7) Calendar Days, Verify The Existence Of Such Ground(s) And Cause The Execution Of A Verified Report, With All Relevant Evidence Attached; (b) Upon Recommendation By The Implementing Unit, The Head Of The Procuring Entity Shall Terminate This Contract Only By A Written Notice To The Contractor Conveying The Termination Of This Contract. The Notice Shall State: (b.1) That This Contract Is Being Terminated For Any Of The Ground(s) Afore-mentioned, And A Statement Of The Acts That Constitute The Ground(s) Constituting The Same; (b.2) The Extent Of Termination, Whether In Whole Or In Part; (b.3) An Instruction To The Contractor To Show Cause As To Why This Contract Should Not Be Terminated; And (b.4) Special Instructions Of The Procuring Entity, If Any. The Notice To Terminate Shall Be Accompanied By A Copy Of The Verified Report; (c) Within A Period Of Seven (7) Calendar Days From Receipt Of The Notice Of Termination, The Contractor Shall Submit To The Head Of The Procuring Entity A Verified Position Paper Stating Why The Contract Should Not Be Terminated. If The Contractor Fails To Show Cause After The Lapse Of The Seven (7) Day Period, Either By Inaction Or By Default, The Head Of The Procuring Entity Shall Issue An Order Terminating The Contract; (d) The Procuring Entity May, At Anytime Before Receipt Of The Bidder’s Verified Position Paper To Withdraw The Notice To Terminate If It Is Determined That Certain Items Or Works Subject Of The Notice Had Been Completed, Delivered, Or Performed Before The Contractor’s Receipt Of The Notice; (e) Within A Non-extendible Period Of Ten (10) Calendar Days From Receipt Of The Verified Position Paper, The Head Of The Procuring Entity Shall Decide Whether Or Not To Terminate This Contract. It Shall Serve A Written Notice To The Contractor Of Its Decision And, Unless Otherwise Provided In The Said Notice, This Contract Is Deemed Terminated From Receipt Of The Contractor Of The Notice Of Decision. The Termination Shall Only Be Based On The Ground(s) Stated In The Notice To Terminate; And (f) The Head Of The Procuring Entity May Create A Contract Termination Review Committee (ctrc) To Assist Him In The Discharge Of This Function. All Decisions Recommended By The Ctrc Shall Be Subject To The Approval Of The Head Of The Procuring Entity. 19. Force Majeure, Release From Performance 19.1. For Purposes Of This Contract The Terms “force Majeure” And “fortuitous Event” May Be Used Interchangeably. In This Regard, A Fortuitous Event Or Force Majeure Shall Be Interpreted To Mean An Event Which The Contractor Could Not Have Foreseen, Or Which Though Foreseen, Was Inevitable. It Shall Not Include Ordinary Unfavorable Weather Conditions; And Any Other Cause The Effects Of Which Could Have Been Avoided With The Exercise Of Reasonable Diligence By The Contractor. 19.2. If This Contract Is Discontinued By An Outbreak Of War Or By Any Other Event Entirely Outside The Control Of Either The Procuring Entity Or The Contractor, The Procuring Entity’s Representative Shall Certify That This Contract Has Been Discontinued. The Contractor Shall Make The Site Safe And Stop Work As Quickly As Possible After Receiving This Certificate And Shall Be Paid For All Works Carried Out Before Receiving It And For Any Work Carried Out Afterwards To Which A Commitment Was Made. 19.3. If The Event Continues For A Period Of Eighty Four (84) Days, Either Party May Then Give Notice Of Termination, Which Shall Take Effect Twenty Eight (28) Days After The Giving Of The Notice. 19.4. After Termination, The Contractor Shall Be Entitled To Payment Of The Unpaid Balance Of The Value Of The Works Executed And Of The Materials And Plant Reasonably Delivered To The Site, Adjusted By The Following: (a) Any Sum To Which The Contractor Is Entitled Under Gcc Clause 27.1; (b) The Cost Of His Suspension And Demobilization; (c) Any Sum To Which The Procuring Entity Is Entitled. 19.5. The Net Balance Due Shall Be Paid Or Repaid Within A Reasonable Time Period From The Time Of The Notice Of Termination. 20. Resolution Of Disputes 20.1. If The Contractor Believes That A Decision Taken By The Procuring Entity’s Representative Was Either Outside The Authority Given To The Procuring Entity’s Representative By This Contract Or That The Decision Was Wrongly Taken, The Decision Shall Be Referred To The Arbiter Indicated In The Scc Within Fourteen (14) Days Of The Notification Of The Procuring Entity’s Representative’s Decision. 20.2. Any And All Disputes Arising From The Implementation Of This Contract Covered By The R.a. 9184 And Its Irr-a Shall Be Submitted To Arbitration In The Philippines According To The Provisions Of Republic Act 9285, Otherwise Known As The “alternative Dispute Resolution Act Of 2004”: Provided, However, That, Disputes That Are Within The Competence Of The Construction Industry Arbitration Commission To Resolve Shall Be Referred Thereto. The Process Of Arbitration Shall Be Incorporated As A Provision In This Contract That Will Be Executed Pursuant To The Provisions Of The Act And Its Irr-a: Provided, Further, That, By Mutual Agreement, The Parties May Agree In Writing To Resort To Other Alternative Modes Of Dispute Resolution. Additional Instructions On Resolution Of Disputes, If Any, Shall Be Indicated In The Scc. 21. Suspension Of Loan, Credit, Grant, Or Appropriation 21.1. In The Event That The Funding Source Suspends The Loan, Credit, Grant, Or Appropriation To The Procuring Entity, From Which Part Of The Payments To The Contractor Are Being Made: (a) The Procuring Entity Is Obligated To Notify The Contractor Of Such Suspension Within Seven (7) Days Of Having Received The Suspension Notice. (b) If The Contractor Has Not Received Sums Due It For Work Already Done Within Forty Five (45) Days From The Time The Contractor’s Claim For Payment Has Been Certified By The Procuring Entity’s Representative, The Contractor May Immediately Issue A Suspension Of Work Notice In Accordance With Scc Clause 44.2. 22. Procuring Entity’s Representative’s Decisions 22.1. Except Where Otherwise Specifically Stated, The Procuring Entity’s Representative Will Decide Contractual Matters Between The Procuring Entity And The Contractor In The Role Representing The Procuring Entity. 22.2. The Procuring Entity’s Representative May Delegate Any Of His Duties And Responsibilities To Other People, Except To The Arbiter, After Notifying The Contractor, And May Cancel Any Delegation After Notifying The Contractor. 23. Approval Of Drawings And Temporary Works By The Procuring Entity’s Representative 23.1. All Drawings Prepared By The Contractor For The Execution Of The Temporary Works, Are Subject To Prior Approval By The Procuring Entity’s Representative Before Its Use. 23.2. The Contractor Shall Be Responsible For Design Of Temporary Works. 23.3. The Procuring Entity’s Representative’s Approval Shall Not Alter The Contractor’s Responsibility For Design Of The Temporary Works. 23.4. The Contractor Shall Obtain Approval Of Third Parties To The Design Of The Temporary Works, When Required By The Procuring Entity. 24. Acceleration And Delays Ordered By The Procuring Entity’s Representative 24.1. When The Procuring Entity Wants The Contractor To Finish Before The Intended Completion Date, The Procuring Entity’s Representative Will Obtain Priced Proposals For Achieving The Necessary Acceleration From The Contractor. If The Procuring Entity Accepts These Proposals, The Intended Completion Date Will Be Adjusted Accordingly And Confirmed By Both The Procuring Entity And The Contractor. 24.2. If The Contractor’s Financial Proposals For An Acceleration Are Accepted By The Procuring Entity, They Are Incorporated In The Contract Price And Treated As A Variation. 25. Extension Of The Intended Completion Date 25.1. The Procuring Entity’s Representative Shall Extend The Intended Completion Date If A Variation Is Issued Which Makes It Impossible For The Intended Completion Date To Be Achieved By The Contractor Without Taking Steps To Accelerate The Remaining Work, Which Would Cause The Contractor To Incur Additional Costs. Unless Specified In The Scc, No Payment Shall Be Made For Any Event Which May Warrant The Extension Of The Intended Completion Date. 25.2. The Procuring Entity’s Representative Shall Decide Whether And By How Much To Extend The Intended Completion Date Within Twenty One (21) Days Of The Contractor Asking The Procuring Entity’s Representative For A Decision Thereto After Fully Submitting All Supporting Information. If The Contractor Has Failed To Give Early Warning Of A Delay Or Has Failed To Cooperate In Dealing With A Delay, The Delay By This Failure Shall Not Be Considered In Assessing The New Intended Completion Date. 26. Right To Vary 26.1. The Procuring Entity’s Representative With The Prior Approval Of The Procuring Entity May Instruct Variations, Up To A Maximum Cumulative Amount Of Ten Percent (10%) Of The Original Contract Cost. 26.2. Variations Shall Be Valued As Follows: (a) At A Lump Sum Price Agreed Between The Parties; (b) Where Appropriate, At Rates In This Contract; (c) In The Absence Of Appropriate Rates, The Rates In This Contract Shall Be Used As The Basis For Valuation; Or Failing Which (d) At Appropriate New Rates, Equal To Or Lower Than Current Industry Rates And To Be Agreed Upon By Both Parties And Approved By The Head Of The Procuring Entity. 27. Contractors Right To Claim 27.1. If The Contractor Incurs Cost As A Result Of Any Of The Events Under Gcc Clause 13, The Contractor Shall Be Entitled To The Amount Of Such Cost. If As A Result Of Any Of The Said Events, It Is Necessary To Change The Works, This Shall Be Dealt With As A Variation. 28. Dayworks 28.1. Subject To Gcc Clause 42 On Variation Order, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 28.2. All Work To Be Paid For As Dayworks Shall Be Recorded By The Contractor On Forms Approved By The Procuring Entity’s Representative. Each Completed Form Shall Be Verified And Signed By The Procuring Entity’s Representative Within Two Days Of The Work Being Done. 28.3. The Contractor Shall Be Paid For Dayworks Subject To Obtaining Signed Dayworks Forms. 29. Early Warning 29.1. The Contractor Shall Warn The Procuring Entity’s Representative At The Earliest Opportunity Of Specific Likely Future Events Or Circumstances That May Adversely Affect The Quality Of The Work, Increase The Contract Price, Or Delay The Execution Of The Works. The Procuring Entity’s Representative May Require The Contractor To Provide An Estimate Of The Expected Effect Of The Future Event Or Circumstance On The Contract Price And Completion Date. The Estimate Shall Be Provided By The Contractor As Soon As Reasonably Possible. 29.2. The Contractor Shall Cooperate With The Procuring Entity’s Representative In Making And Considering Proposals For How The Effect Of Such An Event Or Circumstance Can Be Avoided Or Reduced By Anyone Involved In The Work And In Carrying Out Any Resulting Instruction Of The Procuring Entity’s Representative. 30. Program Of Work 30.1. Within The Time Stated In The Scc, The Contractor Shall Submit To The Procuring Entity’s Representative For Approval A Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. 30.2. An Update Of The Program Of Work Shall The Show The Actual Progress Achieved On Each Activity And The Effect Of The Progress Achieved On The Timing Of The Remaining Work, Including Any Changes To The Sequence Of The Activities. 30.3. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 30.4. The Procuring Entity’s Representative’s Approval Of The Program Of Work Shall Not Alter The Contractor’s Obligations. The Contractor May Revise The Program Of Work And Submit It To The Procuring Entity’s Representative Again At Any Time. A Revised Program Of Work Shall Show The Effect Of Any Approved Variations; And If Allowed, Any Compensation Event. 30.5. When The Program Of Work Is Updated, The Contractor Shall Provide The Procuring Entity’s Representative With An Updated Cash Flow Forecast. The Cash Flow Forecast Shall Include Different Currencies, As Defined In The Contract, Converted As Necessary Using The Contract Exchange Rates. 30.6. All Variations Shall Be Included In Updated Program Of Work Produced By The Contractor. 31. Management Conferences 31.1. Either The Procuring Entity’s Representative Or The Contractor May Require The Other To Attend A Management Conference. The Management Conference Shall Review The Plans For Remaining Work And Deal With Matters Raised In Accordance With The Early Warning Procedure. 31.2. The Procuring Entity’s Representative Shall Record The Business Of Management Conferences And Provide Copies Of The Record To Those Attending The Conference And To The Procuring Entity. The Responsibility Of The Parties For Actions To Be Taken Shall Be Decided By The Procuring Entity’s Representative Either At The Management Conference Or After The Management Conference And Stated In Writing To All Who Attended The Conference. 32. Bill Of Quantities 32.1. The Bill Of Quantities Shall Contain Items Of Work For The Construction, Installation, Testing, And Commissioning Of Work To Be Done By The Contractor. 32.2. The Bill Of Quantities Is Used To Calculate The Contract Price. The Contractor Is Paid For The Quantity Of The Work Done At The Rate In The Bill Of Quantities For Each Item. 32.3. If The Final Quantity Of Any Work Done Differs From The Quantity In The Bill Of Quantities For The Particular Item And Is Not More Than Twenty Five Percent (25%) Of The Original Quantity, Provided The Aggregate Changes For All Items Do Not Exceed Ten Percent (10%) Of The Contract Price, The Procuring Entity’s Representative Shall Make The Necessary Adjustments To Allow For The Changes Subject To Applicable Laws, Rules, And Regulations. 32.4. If Requested By The Procuring Entity’s Representative, The Contractor Shall Provide The Procuring Entity’s Representative With A Detailed Cost Breakdown Of Any Rate In The Bill Of Quantities. 33. Instructions, Inspections And Audits 33.1. The Procuring Entity’s Personnel Shall At All Reasonable Times During Construction Of The Work Be Entitled To Examine, Inspect, Measure And Test The Materials And Workmanship, And To Check The Progress Of The Construction. 33.2. If The Procuring Entity’s Representative Instructs The Contractor To Carry Out A Test Not Specified In The Specification To Check Whether Any Work Has A Defect And The Test Shows That It Does, The Contractor Shall Pay For The Test And Any Samples. If There Is No Defect, The Test Shall Be A Compensation Event. 33.3. The Contractor Shall Permit The Funding Source Named In The Scc To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Appointed By The Funding Source, If So Required By The Funding Source. 34. Identifying Defects 34.1. The Procuring Entity’s Representative Shall Check The Contractor’s Work And Notify The Contractor Of Any Defects That Are Found. Such Checking Shall Not Affect The Contractor’s Responsibilities. The Procuring Entity’s Representative May Instruct The Contractor To Search Uncover Defects And Test Any Work That The Procuring Entity’s Representative Considers Below Standards And Defective. 35. Cost Of Repairs 35.1. Loss Or Damage To The Works Or Materials To Be Incorporated In The Works Between The Start Date And The End Of The Defects Liability Periods Shall Be Remedied By The Contractor At The Contractor’s Cost If The Loss Or Damage Arises From The Contractor’s Acts Or Omissions. 36. Correction Of Defects 36.1. The Procuring Entity’s Representative Shall Give Notice To The Contractor Of Any Defects Before The End Of The Defects Liability Period, Which Begins At Completion Date Up To Final Acceptance By The Procuring Entity, Unless Otherwise Specified In The Scc. The Defects Liability Period Shall Be Extended For As Long As Defects Remain To Be Corrected. 36.2. Every Time Notice Of A Defect Is Given, The Contractor Shall Correct The Notified Defect Within The Length Of Time Specified In The Procuring Entity’s Representative’s Notice. 36.3. The Contractor Shall Correct The Defects Which He Notices Himself Before The End Of The Defects Liability Period. 36.4. The Procuring Entity Shall Certify That All Defects Have Been Corrected. If The Procuring Entity Considers That Correction Of A Defect Is Not Essential, He Can Request The Contractor To Submit A Quotation For The Corresponding Reduction In The Contract Price. If The Procuring Entity Accepts The Quotation, The Corresponding Change In The Scc Is A Variation. 37. Uncorrected Defects 37.1. The Procuring Entity Shall Give The Contractor At Least Fourteen (14) Days Notice Of His Intention To Use A Third Party To Correct A Defect. If The Contractor Does Not Correct The Defect Himself Within The Period, The Procuring Entity May Have The Defect Corrected By The Third Party. The Cost Of The Correction Will Be Deducted From The Contract Price. 37.2. The Use Of A Third Party To Correct Defects That Are Uncorrected By The Contractor Will In No Way Relieve The Contractor Of Its Liabilities And Warranties Under The Contract. 38. Advance Payment 38.1. The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not To Exceed Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum Or, At The Most Two, Installments According To A Schedule Specified In The Scc. 38.2. The Advance Payment Shall Be Made Only Upon The Submission To And Acceptance By The Procuring Entity Of An Irrevocable Standby Letter Of Credit Of Equivalent Value From A Commercial Bank, A Bank Guarantee Or A Surety Bond Callable Upon Demand, Issued By A Surety Or Insurance Company Duly Licensed By The Insurance Commission And Confirmed By The Procuring Entity. 38.3. The Advance Payment Shall Be Repaid By The Contractor By Deducting A Percentage Equal To That Used For The Advance Payment From Periodic Progress Payments To Be Made To The Contractor. 38.4. The Contractor May Reduce His Standby Letter Of Credit Or Guarantee Instrument By The Amounts Refunded By The Monthly Certificates In The Advance Payment. 39. Progress Payments 39.1. The Contractor May Submit A Request For Payment For Work Accomplished. Such Request For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 39.2. The Procuring Entity Shall Have The Right To Deduct From The Contractor’s Progress Billing Such Amount As May Be Necessary To Cover Third Party Liabilities, As Well As Uncorrected Discovered Defects In The Project. 39.3. Payments Shall Be Adjusted By Deducting Therefrom The Amounts For Advance Payments And Retention. The Procuring Entity Shall Pay The Contractor The Amounts Certified By The Procuring Entity’s Representative Within Twenty Eight (28) Days From The Date Each Certificate Was Issued. Unless Otherwise Indicated In The Scc, No Payment Of Interest For Delayed Payments And Adjustments Shall Be Made By The Procuring Entity. 39.4. Items Of The Works For Which A Price Of “0” (zero) Has Been Entered Will Not Be Paid For By The Procuring Entity And Shall Be Deemed Covered By Other Rates And Prices In The Contract. 40. Payment Certificates 40.1. The Contractor Shall Submit To The Procuring Entity’s Representative Monthly Statements Of The Estimated Value Of The Work Executed Less The Cumulative Amount Certified Previously. 40.2. The Procuring Entity’s Representative Shall Check The Contractor’s Monthly Statement And Certify The Amount To Be Paid To The Contractor. 40.3. The Value Of Work Executed Shall: (a) Be Determined By The Procuring Entity’s Representative; (b) Comprise The Value Of The Quantities Of The Items In The Bill Of Quantities Completed; And (c) Include The Valuations Of Approved Variations. 40.4. The Procuring Entity’s Representative May Exclude Any Item Certified In A Previous Certificate Or Reduce The Proportion Of Any Item Previously Certified In Any Certificate In The Light Of Later Information. 41. Retention 41.1. The Procuring Entity Shall Retain From Each Payment Due To The Contractor An Amount Equal To A Percentage Thereof Using The Rate As Specified In Scc Clause 41.2. 41.2. Progress Payments Are Subject To Retention Of Ten Percent (10%), Unless Otherwise Specified In The Scc, Referred To As The “retention Money.” Such Retention Shall Be Based On The Total Amount Due To The Contractor Prior To Any Deduction And Shall Be Retained From Every Progress Payment Until Fifty Percent (50%) Of The Value Of Works, As Determined By The Procuring Entity, Are Completed. If, After Fifty Percent (50%) Completion, The Work Is Satisfactorily Done And On Schedule, No Additional Retention Shall Be Made; Otherwise, The Ten Percent (10%) Retention Shall Again Be Imposed Using The Rate Specified Therefor. 41.3. The Total “retention Money” Shall Be Due For Release Upon Final Acceptance Of The Works. The Contractor May, However, Request The Substitution Of The Retention Money For Each Progress Billing With Irrevocable Standby Letters Of Credit From A Commercial Bank, Bank Guarantees Or Surety Bonds Callable On Demand, Of Amounts Equivalent To The Retention Money Substituted For And Acceptable To The Procuring Entity, Provided That The Project Is On Schedule And Is Satisfactorily Undertaken. Otherwise, The Percentage Retained Shall Be Made. Said Irrevocable Standby Letters Of Credit, Bank Guarantees And/or Surety Bonds, To Be Posted In Favor Of The Procuring Entity Shall Be Valid For A Duration To Be Determined By The Concerned Implementing Office/agency Or Procuring Entity And Will Answer For The Purpose For Which The Retention Is Intended, I.e., To Cover Uncorrected Discovered Defects And Third Party Liabilities. 41.4. On Completion Of The Whole Works, The Contractor May Substitute Retention Money With An “on Demand” Bank Guarantee In A Form Acceptable To The Procuring Entity. 42. Variation Orders 42.1. Variation Orders May Be Issued By The Procuring Entity To Cover Any Increase/decrease In Quantities, Including The Introduction Of New Work Items That Are Not Included In The Original Contract Or Reclassification Of Work Items That Are Either Due To Change Of Plans, Design Or Alignment To Suit Actual Field Conditions Resulting In Disparity Between The Preconstruction Plans Used For Purposes Of Bidding And The “as Staked Plans” Or Construction Drawings Prepared After A Joint Survey By The Contractor And The Procuring Entity After Award Of The Contract, Provided That The Cumulative Amount Of The Variation Order Does Not Exceed Ten Percent (10%) Of The Original Project Cost. The Addition/deletion Of Works Should Be Within The General Scope Of The Project As Bid And Awarded. A Variation Order May Either Be In The Form Of A Change Order Or Extra Work Order. 42.2. A Change Order May Be Issued By The Implementing Official To Cover Any Increase/decrease In Quantities Of Original Work Items In The Contract. 42.3. An Extra Work Order May Be Issued By The Implementing Official To Cover The Introduction Of New Work Necessary For The Completion, Improvement Or Protection Of The Project Which Were Not Included As Items Of Work In The Original Contract, Such As, Where There Are Subsurface Or Latent Physical Conditions At The Site Differing Materially From Those Indicated In The Contract, Or Where There Are Duly Unknown Physical Conditions At The Site Of An Unusual Nature Differing Materially From Those Ordinarily Encountered And Generally Recognized As Inherent In The Work Or Character Provided For In The Contract. 42.4. Any Cumulative Variation Order Beyond Ten Percent (10%) Shall Be Subject Of Another Contract To Be Bid Out If The Works Are Separable From The Original Contract. In Exceptional Cases Where It Is Urgently Necessary To Complete The Original Scope Of Work, The Head Of The Procuring Entity May Authorize The Variation Order Beyond Ten Percent (10%) But Not More Than Twenty Percent (20%) Subject To The Guidelines To Be Determined By The Gppb: Provided, However, That Appropriate Sanctions Shall Be Imposed On The Designer, Consultant Or Official Responsible For The Original Detailed Engineering Design Which Failed To Consider The Variation Order Beyond Ten Percent (10%). 42.5. In Claiming For Any Variation Order, The Contractor Shall, Within Seven (7) Calendar Days After Such Work Has Been Commenced Or After The Circumstances Leading To Such Condition(s) Leading To The Extra Cost, And Within Twenty-eight (28) Calendar Days Deliver A Written Communication Giving Full And Detailed Particulars Of Any Extra Cost In Order That It May Be Investigated At That Time. Failure To Provide Either Of Such Notices In The Time Stipulated Shall Constitute A Waiver By The Contractor For Any Claim. The Preparation And Submission Of Variation Orders Are As Follows: (a) If The Head Of The Procuring Entity Believes That A Change Order Or Extra Work Order Should Be Issued, He Shall Prepare The Proposed Order Accompanied With The Notices Submitted By The Contractor, The Plans Therefore, His Computations As To The Quantities Of The Additional Works Involved Per Item Indicating The Specific Stations Where Such Works Are Needed, The Date Of His Inspections And Investigations Thereon, And The Log Book Thereof, And A Detailed Estimate Of The Unit Cost Of Such Items Of Work, Together With His Justifications For The Need Of Such Change Order Or Extra Work Order, And Shall Submit The Same To The Procuring Entity’s Representative. (b) The Procuring Entity’s Representative, Upon Receipt Of The Proposed Change Order Or Extra Work Order Shall Immediately Instruct The Technical Staff Of The Procuring Entity To Conduct An On-the-spot Investigation To Verify The Need For The Work To Be Prosecuted. A Report Of Such Verification Shall Be Submitted Directly To The Procuring Entity’s Representative. (c) The Procuring Entity’s Representative, After Being Satisfied That Such Change Order Or Extra Work Order Is Justified And Necessary, Shall Review The Estimated Quantities And Prices And Forward The Proposal With The Supporting Documentation To The Head Of Procuring Entity For Consideration. (d) If, After Review Of The Plans, Quantities And Estimated Unit Cost Of The Items Of Work Involved, The Proper Office Of The Procuring Entity Empowered To Review And Evaluate Change Orders Or Extra Work Orders Recommends Approval Thereof, The Procuring Entity’s Representative, Believing The Change Order Or Extra Work Order To Be In Order, Shall Approve The Same. (e) The Timeframe For The Processing Of Variation Orders From The Preparation Up To The Approval By The Head Of The Procuring Entity Concerned Shall Not Exceed Thirty (30) Calendar Days. 43. Contract Completion 43.1. Once The Project Reaches An Accomplishment Of Ninety Five (95%) Of The Total Contract Amount, The Procuring Entity May Create An Inspectorate Team To Make Preliminary Inspection And Submit A Punch-list To The Contractor In Preparation For The Final Turnover Of The Project. Said Punch-list Will Contain, Among Others, The Remaining Works, Work Deficiencies For Necessary Corrections, And The Specific Duration/time To Fully Complete The Project Considering The Approved Remaining Contract Time. This, However, Shall Not Preclude The Claim Of The Procuring Entity For Liquidated Damages. 44. Suspension Of Work 44.1. The Procuring Entity Shall Have The Authority To Suspend The Work Wholly Or Partly By Written Order For Such Period As May Be Deemed Necessary, Due To Force Majeure Or Any Fortuitous Events Or For Failure On The Part Of The Contractor To Correct Bad Conditions Which Are Unsafe For Workers Or For The General Public, To Carry Out Valid Orders Given By The Procuring Entity Or To Perform Any Provisions Of The Contract, Or Due To Adjustment Of Plans To Suit Field Conditions As Found Necessary During Construction. The Contractor Shall Immediately Comply With Such Order To Suspend The Work Wholly Or Partly. 44.2. The Contractor Or Its Duly Authorized Representative Shall Have The Right To Suspend Work Operation On Any Or All Projects/activities Along The Critical Path Of Activities After Fifteen (15) Calendar Days From Date Of Receipt Of Written Notice From The Contractor To The District Engineer/regional Director/consultant Or Equivalent Official, As The Case May Be, Due To The Following: (a) There Exist Right-of-way Problems Which Prohibit The Contractor From Performing Work In Accordance With The Approved Construction Schedule. (b) Requisite Construction Plans Which Must Be Owner-furnished Are Not Issued To The Contractor Precluding Any Work Called For By Such Plans. (c) Peace And Order Conditions Make It Extremely Dangerous, If Not Possible, To Work. However, This Condition Must Be Certified In Writing By The Philippine National Police (pnp) Station Which Has Responsibility Over The Affected Area And Confirmed By The Department Of Interior And Local Government (dilg) Regional Director. (d) There Is Failure On The Part Of The Procuring Entity To Deliver Government-furnished Materials And Equipment As Stipulated In The Contract. (e) Delay In The Payment Of Contractor’s Claim For Progress Billing Beyond Forty-five (45) Calendar Days From The Time The Contractor’s Claim Has Been Certified To By The Procuring Entity’s Authorized Representative That The Documents Are Complete Unless There Are Justifiable Reasons Thereof Which Shall Be Communicated In Writing To The Contractor. 44.3. In Case Of Total Suspension, Or Suspension Of Activities Along The Critical Path, Which Is Not Due To Any Fault Of The Contractor, The Elapsed Time Between The Effective Order Of Suspending Operation And The Order To Resume Work Shall Be Allowed The Contractor By Adjusting The Contract Time Accordingly. 45. Payment On Termination 45.1. If The Contract Is Terminated Because Of A Fundamental Breach Of Contract By The Contractor, The Procuring Entity’s Representative Shall Issue A Certificate For The Value Of The Work Done And Materials Ordered Less Advance Payments Received Up To The Date Of The Issue Of The Certificate And Less The Percentage To Apply To The Value Of The Work Not Completed, As Indicated In The Scc. Additional Liquidated Damages Shall Not Apply. If The Total Amount Due To The Procuring Entity Exceeds Any Payment Due To The Contractor, The Difference Shall Be A Debt Payable To The Procuring Entity. 45.2. If The Contract Is Terminated For The Procuring Entity’s Convenience Or Because Of A Fundamental Breach Of Contract By The Procuring Entity, The Procuring Entity’s Representative Shall Issue A Certificate For The Value Of The Work Done, Materials Ordered, The Reasonable Cost Of Removal Of Equipment, Repatriation Of The Contractor’s Personnel Employed Solely On The Works, And The Contractor’s Costs Of Protecting And Securing The Works, And Less Advance Payments Received Up To The Date Of The Certificate. 45.3. The Net Balance Due Shall Be Paid Or Repaid Within Twenty Eight (28) Days From The Notice Of Termination. 45.4. If The Contractor Has Terminated The Contract Under Gcc Clauses 16 Or 17, The Procuring Entity Shall Promptly Return The Performance Security To The Contractor. 46. Extension Of Contract Time 46.1. Should The Amount Of Additional Work Of Any Kind Or Other Special Circumstances Of Any Kind Whatsoever Occur Such As To Fairly Entitle The Contractor To An Extension Of Contract Time, The Procuring Entity Shall Determine The Amount Of Such Extension; Provided That The Procuring Entity Is Not Bound To Take Into Account Any Claim For An Extension Of Time Unless The Contractor Has, Prior To The Expiration Of The Contract Time And Within Thirty (30) Calendar Days After Such Work Has Been Commenced Or After The Circumstances Leading To Such Claim Have Arisen, Delivered To The Procuring Entity Notices In Order That It Could Have Investigated Them At That Time. Failure To Provide Such Notice Shall Constitute A Waiver By The Contractor Of Any Claim. Upon Receipt Of Full And Detailed Particulars, The Procuring Entity Shall Examine The Facts And Extent Of The Delay And Shall Extend The Contract Time Completing The Contract Work When, In The Procuring Entity’s Opinion, The Findings Of Facts Justify An Extension. 46.2. No Extension Of Contract Time Shall Be Granted The Contractor Due To (a) Ordinary Unfavorable Weather Conditions And (b) Inexcusable Failure Or Negligence Of Contractor To Provide The Required Equipment, Supplies Or Materials. 46.3. Extension Of Contract Time May Be Granted Only When The Affected Activities Fall Within The Critical Path Of The Pert/cpm Network. 46.4. No Extension Of Contract Time Shall Be Granted When The Reason Given To Support The Request For Extension Was Already Considered In The Determination Of The Original Contract Time During The Conduct Of Detailed Engineering And In The Preparation Of The Contract Documents As Agreed Upon By The Parties Before Contract Perfection. 46.5. Extension Of Contract Time Shall Be Granted For Rainy/unworkable Days Considered Unfavorable For The Prosecution Of The Works At The Site, Based On The Actual Conditions Obtained At The Site, In Excess Of The Number Of Rainy/unworkable Days Pre-determined By The Procuring Entity In Relation To The Original Contract Time During The Conduct Of Detailed Engineering And In The Preparation Of The Contract Documents As Agreed Upon By The Parties Before Contract Perfection, And/or For Equivalent Period Of Delay Due To Major Calamities Such As Exceptionally Destructive Typhoons, Floods, Earthquakes, And Epidemics, And For Causes Such As Non-delivery On Time Of Materials, Working Drawings, Or Written Information To Be Furnished By The Procuring Entity, Non-acquisition Of Permit To Enter Private Properties Within The Right-of-way Resulting In Complete Paralyzation Of Construction Activities, And Other Meritorious Causes As Determined By The Procuring Entity’s Representative And Approved By The Head Of The Procuring Entity. Shortage Of Construction Materials, General Labor Strikes, And Peace And Order Problems That Disrupt Construction Operations Through No Fault Of The Contractor May Be Considered As Additional Grounds For Extension Of Contract Time Provided They Are Publicly Felt And Certified By Appropriate Government Agencies Such As Dti, Dole, Dilg, And Dnd, Among Others. The Written Consent Of Bondsmen Must Be Attached To Any Request Of The Contractor For Extension Of Contract Time And Submitted To The Procuring Entity For Consideration And The Validity Of The Performance Security Shall Be Correspondingly Extended. 47. Price Adjustment 47.1. Except For Extraordinary Circumstances As Determined By Neda And Approved By The Gppb, No Price Adjustment Shall Be Allowed Unless Otherwise Specified In The Scc. 48. Completion 48.1. The Contractor Shall Request The Procuring Entity’s Representative To Issue A Certificate Of Completion Of The Works, And The Procuring Entity’s Representative Will Do So Upon Deciding That The Work Is Completed. 49. Taking Over 49.1. The Procuring Entity Shall Take Over The Site And The Works Within Seven (7) Days From The Date The Procuring Entity’s Representative Issues A Certificate Of Completion. 50. Operating And Maintenance Manuals 50.1. If “as Built” Drawings And/or Operating And Maintenance Manuals Are Required, The Contractor Shall Supply Them By The Dates Stated In The Scc. 50.2. If The Contractor Does Not Supply The Drawings And/or Manuals By The Dates Stated In The Scc, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative Shall Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Part Ii. Section Iv. Special Conditions Of Contract Gcc Clause 1.17 The Intended Completion Date Is 105 Calendar Days. 1.22 The Procuring Entity Is Municipality Of Carmen. 1.23 The Procuring Entity’s Representative Is Hon. Jane V. Plaza - Municipal Mayor. 1.24 The Site Is Located At Barangay Poblacion, Carmen, Surigao Del Sur And Is Defined In Drawings No. Sheet No. 01 Vicinity Map See Part Ii Section Vi. 1.28 The Start Date Is Within 10 Calendar Days Upon Receipt Of Ntp. 1.31 The Works Consist Of I. Construction Of Additional 75 Meters Perimeter Fence Ii. Finishing Works Of Existing Fence Iii. Construction/welding Of Steel Fence With Steel Matting As Main Fence Iv. Painting Works Of Inner Wall And Concrete Post Structures And All Steel Materials V. Installation Of Electrical Materials Vi. Construction Of 368m Drainage Canal 2.2 Not Applicable (h) The Other Documents Forming Part Of The Contract Are: None. 5.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon Issuance Of Ntp 6.5 The Contractor Shall Employ The Following Key Personnel: 1. Civil Engineer 2. Construction Foreman 3. Carpenter/mason/paintor 4. Equipment Operator 5. Laborers 6. Welders Equipment Needed: 1 Concrete Mixer, Welding Machine 1 Bar Cutter, Grinder 1 Concrete Vibrator 7.1 At The Contractor’s Option The Performance Security Is To Be In Any Of The Following Form: (a) Cash, Certified (cashier’s Or Manager’s) Check, In The Amount Of Five Percent (5%) Of The Contract Price; And (b) Bank Guarantee In The Amount Of Ten Percent (10%) Of The Contract Price. The Performance Security Shall Be Discharged By The Procuring Entity And Returned To The Contractor Not Later Than Thirty (30) Days Following The Date Of The Expiration Of This Contract. 8.1 No Further Instructions. 9.1 The Applicable Liquidated Damages Is At Least One Tenth (1/10) Of A Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 10.1 The Site Investigation Reports Are: None 20.1 The Arbiter Is: Construction Industry Arbitration Commission Manila 20.2 No Further Instructions. 25.1 No Further Instructions. 28.1 No Day Works Are Applicable To The Contract. 30.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within [10] Days Of Delivery Of The Letter Of Acceptance. 30.3 The Period Between Program Of Work Updates Is [30] Days. The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is 1% Of The Progress Billing. 33.3 The Funding Source: 20% Ldf 2025 36.1 The Defects Liability Period Is One Year. 38.1 The Amount Of The Advance Payment Is 15% Of The Contract Price And To Be Recouped Every Progress Billing. 39.1 No Further Instructions. 39.3 No Further Instructions. 41.2 The Amount Of Retention Is Ten Percent (10%) Of The Contract Value. 47.1 No Further Instructions. 50.1 The Date By Which Operating And Maintenance Manuals Are Required Is : Not Applicable The Date By Which “as Built” Drawings Are Required Is : [within Fifteen (15) Days After Completion] 50.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings By The Date Required Is : [1% Of The Final Contract Amount] Part Ii. Section V. Specifications I. Site Clearing Site Clearing (before And After) 1 Lot Including Vegetation Controls And Alike Ii. Excavation And Filling Works Footing, Wall Footing Excavation 190 Cu.m Filling And Grading Of Soil Near The Fence Iii. Carpentry Works (forms, Scafolding) 100-2”x3”x16’ Lawaan 800 Bd.ft 100-2”x2”x16’ Lawaan 534 Bd.ft #cwn Assorted 80 Kls Marine Plywood 120 Pcs Iv. Concrete Works Portland Cement Type 1 280 Bags Washed Sand 22 Cu.m ¾” Screened Gravel 30 Cu.m V. Reinforcement Works 10mm Dsb 295 Le Of 6m 1079.7 Lg 12mm Dsb 740 Le Of 6m 3944.2 Kg #16 Tie Wire 100 Kg Vi. Masonry Works (walls And Finishing Works) 6” Chb 1100 Pcs Portland Cement 160 Bags Washed Sand 17 Cu.m Vii. Welding Works Steel Matting Wire Mesh 4”x8”, 4.5mm Thick Rod 137 Sheet G.i. Steel Tubular Type 2”x3”x6m Length, 1.5mm Thick 274 Pcs 12mm Steel Bars 504 Pcs 2”x1” Angle Bar 5mm Thick 6m Length 125 Pcs Grinding Disk 150 Pcs Bolts (connection For Steel To Concrete) 1500 Pcs Cutting Disk 100 Pcs Welding Rod 700 Pcs Viii. Painting Works Painting Of Walls (two Coats) 632.2 Sq.m Painting Of Steels (use Zinc Chromate For Tubular And Red Oxide For Steel Matting For First Coat) Used Epoxy Enamel For Top Coat. Black Use Color Black 675 Sq.m Ix. Electrical Works Thhn – Thwn Paciflex #10 10 Mts Thhn – Thwn Paciflex #12 9 Boxes Electrical Pvc Pipe #3/4 160 Le Heavy Duty Metal Conduit Clamp Gi Clamps Single #3/4 40 Pcs Electrical Pvc Elbow #3/4 30 Pcs Electrical Square Box Poly 70 Pcs Enclosure Boxn Surface Type 9 Way 161 Mm-w/ 255mm-i 1 Pc Mcb Circuit Breaker 20 Amps Ac 4 Pcs Mcb Circuit Breaker 40 Amps Ac 1 Pc Electrical Conduit Pipe Connector, Male Adapter W/ Lock Nut #3/4 6 Pcs Electrical Tape Big 20 Pcs 30 Watts Outdoor Street Light As Showed In Plan. With Holder (clamps) With Steel As Shown 65 Sets G.i. Pipe 2” Dia. X 6m Sched. 20 33 Pcs Welding Rod #6013 15 Boxes Anchor Bolt 5/8 X 8” With Nut And Washer 4 Pcs With 5mm 8” X 8” Steel Plate 65 Sets Steel Plate 5mm Thick 1 Sheet Cutting Disk For Steel 15 Pcs X. Billboard Project Billboard 1 Lot Xi. Temporary Facility 1 Lot Provision Of Bunk House Temporary Electrical Connection Temporary Water Supply Connection Part Ii. Section Vi. Drawings Part Ii. Section Vii. Bill Of Quantities Item Scope Of Works Unit Qty Unit Price Total Amount I Site Clearing Lot 1.00 Ii Excavation & Filling Works Lot 1.00 Iii Carpentry Works (forms, Scafolding) Lot 1.00 Iv Concrete Works Lot 1.00 V Reinforcement Works Kgs 5023.90 Vi Masonry Works (walls & Finishing Works) Lot 1.00 Vii Welding Works Lot 1.00 Viii Painting Works Sq.m 1307.20 Ix Electrical Works Lot 1.00 X Billboard Lot 1.00 Xi Temporary Facility Lot 1.00 Part Ii. Section Viii. Forms And Qualification Information Table Of Contents Bid Form 129 Form Of Bid Security (bank Guarantee) 131 Qualification Information 133 Letter Of Acceptance 136 Form Of Contract Agreement 137 Form Of Performance Security (bank Guarantee) 140 Bank Guarantee For Advance Payment 141 Affidavit Of Disclosure Of No Relationship 142 Bid Form Date: Iaeb No.: To: Alain P. Cabanilla Chairman, Bids And Awards Committee Carmen, Municipal Hall Poblacion, Carmen, Surigao Del Sur We, The Undersigned, Declare That: We Have Examined And Have No Reservation On The Bidding Documents Including Addenda, For The Contract Completion Of Concrete Perimeter Fence At Evacuation Center, At Brgy. Poblacion, Carmen, Surigao Del Sur. A) We Offer To Execute The Works For This Contract In Accordance With The Bid, And Bid Data Sheet, General And Special Conditions Of Contract Accompanying This Bid The Total Price Of Our Bid, Excluding Any Discounts Offered In Item (d) Below Is: _______________ The Discounts Offered And The Methodology For Their Application Are: _______________ B) Our Bid Shall Be Valid For A Period Of [insert Number] Days From The Date Fixed For The Bid Submission Deadline In Accordance With The Bidding Documents, And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period; C) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of __________ Percent Of The Contract Price For The Due Performance Of The Contract; D) Our Firm, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Have Nationalities From The Following Eligible Countries: Philippines E) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; F) Our Firm, Its Affiliates Or Subsidiaries, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Has Not Been Declared Ineligible By The Funding Source; G) We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And H) We Understand That You Are Not Bound To Accept The Lowest Evaluated Bid Or Any Other Bid That You May Receive. Name: ___________________ In The Capacity Of: _______________ Signed: _______________ Duly Authorized To Sign The Bid For And On Behalf Of: ___________________ Date: ______________________ (with Bank’s Letter Head) Form Of Bid Security (bank Guarantee) Whereas, [insert Name Of Bidder] (hereinafter Called The “bidder”) Has Submitted His Bid Dated [insert Date] For The [insert Name Of Contract] (hereinafter Called The “bid”). Know All Men By These Presents That We [insert Name Of Bank] Of [insert Name Of Country] Having Our Registered Office At [insert Address] (hereinafter Called The “bank” Are Bound Unto [insert Name Of Procuring Entity] (hereinafter Called The “entity”) In The Sum Of [insert Amount] For Which Payment Well And Truly To Be Made To The Said Entity The Bank Binds Himself, His Successors And Assigns By These Presents. Sealed With The Common Seal Of The Said Bank This _____ Day Of _________ 20___. The Conditions Of This Obligation Are: 1. If The Bidder: (a) Withdraws His Bid During The Period Of Bid Validity Specified In The Form Of Bid; Or (b) Does Not Accept The Correction Of Arithmetical Errors Of His Bid Price In Accordance With The Instructions To Bidder; Or 2. If The Bidder Having Been Notified Of The Acceptance Of His Bid By The Employer During The Period Of Bid Validity: (a) Fails Or Refuses To Execute The Form Of Agreement In Accordance With The Instructions To Bidders, If Required; Or (b) Fails Or Refuses To Furnish The Performance Security In Accordance With The Instructions To Bidders. We Undertake To Pay To The Entity Up To The Above Amount Upon Receipt Of His First Written Demand, Without The Entity Having To Substantiate His Demand, Provided That In His Demand The Entity Will Note That The Amount Claimed By Him Is Due To Him Owing To The Occurrence Of One Or Both Of The Two (2) Conditions, Specifying The Occurred Condition Or Conditions. The Guarantee Will Remain In Force Up To And Including The Date 120 Days After The Deadline For Submission Of Bids As Such Deadline Is Stated In The Instructions To Bidders Or As It May Be Extended By The Entity, Notice Of Which Extension(s) To The Bank Is Hereby Waived. Any Demand In Respect Of This Guarantee Should Reach The Bank Not Later Than The Above Date. Date Signature Of The Bank Witness Seal (signature, Name And Address) Qualification Information Notes: The Information To Be Filled In By Bidders In The Following Pages Will Be Used For Purposes Of Qualification As Provided For In Part I, Part I. Section Ii. Eligibility Documents. This Information Will Not Be Incorporated In The Contract. Attach Additional Pages As Necessary. 1. Individual Bidders Or Individual Members Of Joint Ventures 1.1 Constitution Or Legal Status Of Bidder: [attach Copy] Place Of Registration: [insert] Principal Place Of Business: [insert] Power Of Attorney Of Signatory Of Bid: [attach] 1.2* Total Annual Volume Of Construction Work Performed In The Past Five Years As Listed In The Eligibility Data Sheet, Reflected Using The Currency Specified For The Bid. Annual Turnover Data (construction Only) Year Turnover In (specified Currency) 1. 2. 3. 4. 5. 1.3 Work Performed As Prime Contractor On Works Of A Similar Nature And Volume Over The Last Ten Years. Proof Of Completion, E.g. Certificate Of Completion Signed By The Employer Or Owner, Shall Be Submitted. Also List Details Of Work Under Way Or Committed, Including Expected Completion Date. Project Name And Country Name Of Employer And Contact Person Type Of Work Performed And Year Of Completion Total Value Of Contract (in Specified Currency) 1. 2. 1.4 Major Items Of Contractor’s Equipment Proposed For Carrying Out The Works. List All Information Requested Below. Item Of Equipment Description, Make, And Age (years) Owned, Leased (from Whom?), Or To Be Purchased (from Whom?) 1. [employer To Specify] 2. 3. 1.5* Qualifications And Experience Of Contract Manager Proposed For Administration And Execution Of The Contract. Attach Bio-data. Name (primary Candidate And Alternate) Years Of Experience In Similar Works Years Of Experience As Contract Manager 1. 2. 1.6* Financial Statements For The Last Five (5) Years. Attach Audited Financial Statements. 1.7 Evidence Of Access To Financial Resources To Meet The Qualification Requirements: Cash In Hand, Lines Of Credit, Etc. List Below And Attaché Copies Of Support Documents. Source Of Financing Amount In (specified Currency) 1. 2. 3. 1.8 Name, Address, And Telephone And Facsimile Numbers Of Banks That May Provide References If Contacted By The Entity. 1.9 Proposed Program Of Work (work Method And Schedule). Attach Descriptions, Drawings And Charts, As Necessary, To Comply With The Requirements Of The Bidding Documents. 1.10* Proposed Subcontracts And Firms Involved. Refer To Gcc Clause 8. Section Of The Works Value Of Subcontract Subcontractor (name And Address) Experience In Similar Work 2. Joint Ventures* 2.1 The Information Listed In 1.1 - 1.9 Above Shall Be Provided For Each Partner Of The Joint Venture. 2.2 Attach The Power Of Attorney Of The Signatory(ies) Of The Bid Authorizing Signature Of The Bid On Behalf Of The Joint Venture. 2.3 Attach The Agreement Among All Partners Of The Joint Venture (and Which Is Legally Binding On All Partners), Which Shows That: (a) All Partners Shall Be Jointly And Severally Liable For The Execution Of The Contract In Accordance With The Contract Terms; (b) One Of The Partners Will Be Nominated As Being In Charge, Authorized To Incur Liabilities, And Receive Instructions For And On Behalf Of Any And All Partners Of The Joint Venture; And (c) The Execution Of The Entire Contract, Including Payment, Shall Be Done Exclusively With The Partner In Charge. Letter Of Acceptance [letterhead Of The Entity] Date: [insert Date] To: [name And Address Of Contractor] This Is To Notify You That Your Bid Dated [insert Date] For Execution Of The [insert Name Of Contract And Identification Number As Given In The Itb] For The Contract Price Of [insert Amount In Specified Currency] , As Corrected And Or Modified If Applicable, In Accordance With The Instructions To Bidders Is Hereby Accepted By Our Agency. You Are Hereby Instructed To Come To Our Office Located At [insert Address] To Sign The Formal Agreement On [date] At [time]. Authorized Signature: Name: Designation: Form Of Contract Agreement This Agreement, Made This ____th Day Of _______ Between Hon. Jane V. Plaza, Municipal Mayor Of Carmen, Surigao Del Sur (hereinafter Called The“entity”) And ________________________________________, Represented By _________________________ (hereinafter Called The “contractor”). Whereas, The Entity Is Desirous That The Contractor Execute The Completion Of Concrete Perimeter Fence At Evacuation Center, Brgy. Poblacion, Carmen, Surigao Del Sur (hereinafter Called “the Works”) And The Entity Has Accepted The Bid In The Amount Of ___________________________________ (php . __________) By The Contractor For The Execution And Completion Of Such Works And The Remedying Of Any Defects Therein. Section Scope Of Works Unit Qty Unit Price Total Amount 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 Shall Be Attached, Deemed To Form, And Be Read And Construed As Part Of This Agreement, To Wit: (a) General And Special Conditions Of Contract; (b) Drawings/plans; (c) Specifications; (d) Invitation To Apply For Eligibility And To Bid; (e) Instructions To Bidders; (f) Bid Data Sheet; (g) Addenda And/or Supplemental/bid Bulletins, If Any; (h) Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes; (i) Eligibility Requirements, Documents And/or Statements; (j) Performance Security; (k) Credit Line Issued By A Licensed Bank, If Any; (l) Notice Of Award Of Contract And The Bidder’s Conforme Thereto; (m) Other Contract Documents That May Be Required By Existing Laws And/or The Entity. I. Environmental Management Plan (emp) Ii. Environmental Compliance Certificate (ecc),if Any 3. In Consideration Of The Payments To Be Made By The Entity To The Contractor As Hereinafter Mentioned, The Contractor Hereby Covenants With The Entity To Execute And Complete The Works Within 30 Calendars Days Inclusive Of 20 Days Allowance For Unworkable Conditions And Remedy Any Defects Therein In Conformity With The Provisions Of This Contract In All Respects. 4. The Entity Hereby Covenants To Pay The Contractor In Consideration Of The Execution And Completion Of The Works And The Remedying Of Defects Wherein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of This Contract At The Times And In The Manner Prescribed By This Contract. In Witness Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Municipality Of Carmen By : Contractor By : Jane V. Plaza _____________________________ First Party Second Party Signed In The Presence Of : ____________________________ _____________________ Witness Witness Notarial Acknowledgment Republic Of The Philippines) Before Me, This ______ Day Of _________________, Personally Appeared: Name Ctc No. Date Of Issue Place Of Issue 1. Jane V. Plaza __________ _____________ Carmen, Sds. 2. ____________________ __________ ______________ _____________ All Known To Me To Be Same Persons Who Executed The Foregoing Agreement And Acknowledge That The Same Are Their Free Act And Voluntary Deed. This Instrument Consisting Of _____ Pages, Including This Page Whereon The Acknowledgment Is Written, Has Been Signed By The Parties And Their Witnesses On Each And Every Page Thereof, Sealed With Notarial Seal. Notary Public Doc. No.______; Page No.______; Book No.______; Series Of 2025 (with Bank’s Letter Head) Form Of Performance Security (bank Guarantee) To : [name Of Procuring Entity] [address Of Procuring Entity] Whereas, [name And Address Of Contractor] (hereinafter Called The “contractor”) Has Undertaken, In Pursuance Of Contract No. [insert Number] Dated [insert Date] To Execute [name Of Contract And Brief Description Of Works] (hereinafter Called The “contract”); And Whereas, It Has Been Stipulated By You In The Said Contract That The Contractor Shall Furnish You With A Bank Guarantee By A Recognized Bank For The Sum Specified Therein As Security For Compliance With His Obligations In Accordance With The Contract; And Whereas, We Have Agreed To Give The Contractor Such A Bank Guarantee; Now Therefore, We Hereby Affirm That We Are The Guarantor And Responsible To You, On Behalf Of The Contractor, Up To A Total Of [insert Amount Of Guarantee In Numbers And In Words] Such Sum Being Payable In The Types And Proportions Of Currencies In Which The Contract Price Is Payable, And We Undertake To Pay You, Upon Your First Written Demand And Without Cavil Or Argument, Any Sum Or Sums Within The Limits Of [amount Of Guarantee] As Aforesaid Without Your Needing To Prove Or To Show Grounds Or Reasons For Your Demand For The Sum Specified Therein. We Hereby Waive The Necessity Of Demand Of The Said Debt From The Contractor Before Presenting Us With The Demand. We Further Agree That No Change Or Addition To Or Other Modification Of The Terms Of The Contract Or Of The Works To Be Performed There Under Or Of Any Of The Contract Documents Which May Be Made Between You And The Contractor Shall In Any Way Release Us From Any Liability Under This Guarantee, And We Hereby Waive Notice Of Any Such Change, Addition, Or Modification. This Guarantee Shall Be Valid Until A Date Twenty Eight (28) Days From The Date Of Issue Of The Certificate Of Completion. Signature And Seal Of The Guarantor Name Of Bank Address Date (with Bank’s Letter Head) Bank Guarantee For Advance Payment To: [name And Address Of Procuring Entity] [name Of Contract] Gentlemen: In Accordance With The Provisions Of The Gcc Clause 32 Of The Above-mentioned Contract, [name And Address Of Contractor] (hereinafter Called “the Contractor”) Shall Deposit With [name Of Procuring Entity] A Bank Guarantee To Guarantee His Proper And Faithful Performance Under The Said Clause Of The Contract In An Amount Of [amount Of Guarantee] [amount In Words] We, The [bank Or Financial Institution], As Instructed By The Contractor, Agree Unconditionally And Irrevocably To Guarantee As Primary Obligator And Not As Surety Merely, The Payment To [name Of Procuring Entity] On His First Demand Without Whatsoever Right Of Objection On Our Part And Without His First Claim To The Contractor, In The Amount Not Exceeding [amount Of Guarantee] [amount In Words] We Further Agree That No Change Or Addition To Or Other Modification Of The Terms Of The Contract Or Of Works To Be Performed There Under Or Of Any Of The Contract Documents Which May Be Made Between [name Of Procuring Entity] And The Contractor, Shall In Any Way Release Us From Any Liability Under This Guarantee, And We Hereby Waive Notice Of Any Such Change, Addition, Or Modification. This Guarantee Shall Remain Valid And In Full Effect From The Date Of The Advance Payment Under The Contract Until [name Of Procuring Entity] Receives Full Repayment Of The Same Amount From The Contractor. Yours Truly, Signature And Seal: Name Of Bank/financial Institution: Address: Date: Affidavit Of Disclosure Of No Relationship [see Itb Clause 3.2 Of The Bidding Documents] I, [name Of The Affiant], [state Nationality], Of Legal Age, [state Status], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. I Am The Authorized Representative Of [insert Name Of Bidder] With Office Address At [insert Address] An Established And Reputable Constructor Of [insert Name And/or Description Of The Works] For The Bidding Of [insert Name Of The Project] By The [insert Name Of Procuring Entity] (hereinafter Referred To As The “procuring Entity”); 2. None Of The [officers / Directors / Controlling Stockholders / Members / Owners] Of The [name Of The Bidder] Are Related By Consanguinity Or Affinity Up To The Third Civil Degree To The Head Of The Procuring Entity Or Any Of The Procuring Entity’s Officers Or Employees Having Direct Access To Information That May Substantially Affect The Result Of The Bidding, Such As, But Not Limited To, The Members Of The Bids And Awards Committee (bac), The Members Of The Technical Working Group (twg), The Bac Secretariat, The Members Of The Project Management Office (pmo), And The Designers Of The Project. 3. I Am Making This Statement In Compliance With Section 47 Of The Implementing Rules And Regulations Part A Of Republic Act 9184, And In Accordance With The Requirements Of The Procuring Entity 4. I Understand And Accept That Any False Statement In This Respect Will Render [name Of The Bidder], And Its Authorized Officers Liable For Prosecution To The Full Extent Of The Law. In Witness Whereof, I Have Hereunto Set My Hand This _________________ Day Of __________________, 20__, In The City Of __________________, Philippines. ______________________ Affiant Subscribed And Sworn To Before Me This ___________________________ Day Of _____________________, Philippines. ______________________ Notary Public Doc. No. __________; Page No. __________; Book No. __________; Series Of 20____ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Checklist Republic Of The Philippines Province Of Surigao Del Sur Municipality Of Carmen Bids And Awards Committee Bid Opening Checklist Name Of Contractor : _______________________________________________________ Name Of Project : _______________________________________________________ Bid Amount : _______________________________________________________ 1. Eligibility Documents A) Class A Documents A.) Dti ____ B.) Mayor’s Permit ____ C.) Pcab License ____ D.) Tax Clearance ____ E.) Audited Financial Statement/bir Income Tax ____ F.) Certificate Of Philgeps Registration (platinum) ____ B) - Class B Documents A.) Minimum Experience To Be Eligible And Qualified - One Project Of 80% Value For The Last 5-years ____ Same Nature - Average 3-years Total Project > 100% ____ 2. Technical Proposal A) Bid Security ____ B) Construction Schedule And S-curve ____ C) Pert-cpm ____ D) Manpower Schedule ____ E) Construction Method ____ F) Organization Chart For The Contract To Be Bid ____ G) Duly Signed Contractor’s Certification Of Key Personnel For The Contract, With Key Personnel’s Affidavits Of Commitment To Work On The Contract With Complete Qualification And Experience Data ____ H) Duly Signed List Of Contractor’s Equipment Pledge For The Contract Supported With Proof Of Ownership. ____ I) Equipment Utilization Schedule ____ J) Affidavit Of Site Inspection ____ K) Prospective Bidder’s Computation For Its Net Financial Contracting Capacity (nfcc) ____ L) Construction Safety And Health Program ____ M) Statement Of Ongoing Government And Private Construction Contracts, Including Contracts Awarded But Not Yet Started ____ N.) Statement Of All Completed Government And Private Construction Contracts Which Are Similar In Nature ____ O.) Evidence Of Financial, Technical & Prod’n. Capabilities/list Of Completed Projects ____ P.) Omnibus Sworn Statements In Accordance With Section 25.3 Of The Ra 9184 ____ Q.) Statement Of The Bidders Slcc Similar To The Contract To Be Bid ____ 3. Financial Proposal A. Duly Signed Bid Price In Approved Bid Form ____ B. Duly Signed Bill Of Quantities ____ C. Duly Signed Detailed Estimate ____ D. Duly Signed Cash Flow By Quarter And Payment Schedule ____ Documents To Be Submitted A) One (1) – Original; B) Two(2) Copies – Xerox ____
Closing Date19 Feb 2025
Tender AmountPHP 4 Million (USD 69.1 K)

BULACAN AGRICULTURAL STATE COLLEGE Tender

Philippines
Details: Description Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Procurement Of Goods 2025-01g: Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub Fy 2025 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B. Specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..7 Section Ii. Instructions To Bidders…………………………………………...10 1. Scope Of Bid ………………………………………………………………………. 11 2. Funding Information………………………………………………………………. 11 3. Bidding Requirements ……………………………………………………………. 11 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 11 5. Eligible Bidders…………………………………………………………………… 11 6. Origin Of Goods ………………………………………………………………….. 12 7. Subcontracts ……………………………………………………………………… 12 8. Pre-bid Conference ………………………………………………………………. 12 9. Clarification And Amendment Of Bidding Documents …………………………… 12 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 12 11. Documents Comprising The Bid: Financial Component …………………………... 13 12. Bid Prices …………………………………………………………………………. 13 13. Bid And Payment Currencies ……………………………………………………… 14 14. Bid Security ………………………………………………………………………. 14 15. Sealing And Marking Of Bids ……………………………………………………… 14 16. Deadline For Submission Of Bids …………………………………………………. 14 17. Opening And Preliminary Examination Of Bids ………………………………….. 15 18. Domestic Preference ……………………………………………………………… 15 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 15 20. Post-qualification ………………………………………………………………… 16 21. Signing Of The Contract …………………………………………………………… 16 Section Iii. Bid Data Sheet …………………………………………………..17 Section Iv. General Conditions Of Contract ……………………...………..19 1. Scope Of Contract ………………………………………………………………… 20 2. Advance Payment And Terms Of Payment ……………………………………….. 20 3. Performance Security ……………………………………………………………. 20 4. Inspection And Tests ……………………………………………………………… 20 5. Warranty …………………………………………………………………………. 21 6. Liability Of The Supplier ………………………………………………………….. 21 Section V. Special Conditions Of Contract ………………………………….22 Section Vi. Schedule Of Requirements ……………………………………....30 Section Vii. Technical Specifications …………………………………………34 Section Viii. Checklist Of Technical And Financial Documents …………..38 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Invitation To Bid For 2025-01g: Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub 1. The Bulacan Agricultural State College, Through The Gaa Capital Outlay Fy 2025 Intends To Apply The Sum Of One Billion Pesos Pesos (php1,000,000,000.00) Being The Abc To Payments Under The Contract For Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bulacan Agricultural State College Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required With Contract Duration Of 280 Calendar Days. Bidders Should Have Completed, Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Bulacan Agricultual State College And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8am To 4:30pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16, 2025 To February 7, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php75,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting The Receipt Upon Submission Of Their Bid Documents. 6. The Bulacan Agricultural State College Will Hold A Pre-bid Conference On January 24, 2025, 09:00 Am Via Zoom Platform (meeting Id: 853 1254 4715, Passcode: 578270) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 08:30 Am Of February 7, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 7, 2025, 09:00 Am At The Conference Room, Administration Building, Basc, San Ildefonso, Bulacan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Observers Will Be Invited To Attend And Witness The Bid Proceedings. 11. The Bulacan Agricultural State College Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Rona Angela O. Clarin Bac Secretariat Head Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan (044) 697-1240 And 0923-108-1526 Ronaangela_clarin@basc.edu.ph Www.basc.edu.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://www.basc.edu.ph January 16, 2025 (sgd) Ronald Reagan T. Alonzo,ph.d. Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1. Scope Of Bid The Procuring Entity, Bulacan Agricultural State College Wishes To Receive Bids For The Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub With Identification Number 2025-01g. The Procurement Project (referred To Herein As “project”) Is Composed Of Twenty-eight (28) Components 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 Gaa Fy 2025 In The Amount Of Php1,000,000,000.00 2.2. The Source Of Funding Is: A. Nga, The General Appropriations Act Of 2025. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. Not Applicable. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To At Least Fifty Percent (50%) Of The Abc Or Have Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within The Last Five (5) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until 120 Days From The Opening Of Bids. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The Original Of The First And Second Components Of Its Bid And Plus Two (2) Copies Of Each Kind, Labeled As Copy 1 And Copy 2 Duly Signed By The Authorized Representative Of The Bidder. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As One Project Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.1. Not Applicable 20.2. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Notes On The Bid Data Sheet The Bid Data Sheet (bds) Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information, Or Requirements Included In The Itb Found In Section Ii, Which Are Specific To Each Procurement. This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing The Bds, The Following Aspects Should Be Checked: A. Information That Specifies And Complements Provisions Of The Itb Must Be Incorporated. B. Amendments And/or Supplements, If Any, To Provisions Of The Itb As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply, Delivery, Installation, Commissioning And Set-up Of Ict Materials And Laboratory Equipment With Any Of The Two (2) Components As Follows: 1. Productivity Software And/or Licenses 2. Hardware Such As Servers, Desktops And/or Laptops 3. Closed-circuit Television (cctv) 4. Smart Solar Lighting Systems 5. Network Infrastructure B. Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids That Is Equivalent To 50% Of Abc Or Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; 7.1 Subcontracting Is Not Allowed. 12 The Bid Prices Of Goods And Services Supplied From Outside Of The Philippines Shall Be Quoted In Philippine Pesos. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Php20,000,000.00 [(2%) Of The Abc] If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Php50,000,000.00[(5%) Of The Abc], If Bid Security Is In Surety Bond. 19.3 The Project Will Be Awarded As A Single Project. 20.2 1. Income Tax Return (form 1701/1702) With Audited Financial Statement., 2. Business Tax Return (forms 2550m And 2550q) Prior To Opening Of Bids Filed Thru Electronic Filing And Payment System (efps). Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted. 21.2 Not Applicable Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The General Conditions Of Contract (gcc) In This Section, Read In Conjunction With The Special Conditions Of Contract In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. Matters Governing Performance Of The Supplier, Payments Under The Contract, Or Matters Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Included In The Gcc And Special Conditions Of Contract. Any Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Special Conditions Of Contract. 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc Found In Section Iv. The Special Conditions Of Contract (scc) Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Goods Purchased. In Preparing This Section, The Following Aspects Should Be Checked: A. Information That Complements Provisions Of The Gcc Must Be Incorporated. B. Amendments And/or Supplements To Provisions Of The Gcc As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of The Gcc Should Be Incorporated Herein. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: “the Delivery Terms Applicable To This Contract Are Delivered At Basc, San Ildefonso, Bulacan. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Dr. Ma. Melanie A. Cruz And Mr. Florentino S. Casuco, Jr. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E. Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. 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. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof 2.2 The Terms Of Payment Shall Be As Follows: 15% : Upon Submission Of Signed Contract 25% : Submission And Acceptance Of Detailed Work Plan And Systems Design 1. University Information System 2. Learning Management System 3. Cashiering System 4. Human Resource Management System & Time Keeping System 5. Payroll Management System 6. Assets & Fleet Management System 7. Document Management System 8. Trouble Ticketing System 9. Queuing / Appointment System 10. Executive Information System 11. Campus Portal System 12. University Library System 13. Econference Room W/ Video Conferencing 14. Internet Connectivity 15. Campus Network System 16. Fiber Optics Works 17. Structured Cabling Works 18. It Security Operations Center & Network Operations Center 19. Campus Data Center Upgrade 20. Data Center Network Switches 21. Data Center Compute System & Data Center Block And File Storage System 22. Data Center Backup And Recovery System 23. Cloud Infrastructure 24. Ip-pabx System 25. Software & Networking Laboratories 26. E-classroom, E-room Infrastructure And Smart Led Solar Powered Light 27. E-library Infrastructure 28. Smart Function Hall 26.43% 1st Batch Hardware Completion Of Equipment Deliverables For The Following Components At Basc Facility 1. It Security Operations Center & Network Operations Center 2. Campus Data Center Upgrade 3. Data Center Network Switches 4. Data Center Compute System & Data Center Block And File Storage System 5. Data Center Backup And Recovery System 6. Ip-pabx System 7. Software & Networking Laboratories 8. E-classroom, E-room Infrastructure And Smart Led Solar Powered Light 9. E-library Infrastructure 10. Smart Function Hall 11. Campus Network System 12. Fiber Optics Works 13. Structured Cabling Works 14. Human Resource Management System & Time Keeping System 15. Document Management System 16. Queuing / Appointment System 1st Batch User Acceptance Testing (uat) Completion For The Following System Components At Basc Facility 1. Human Resource Management System & Time Keeping System 2. Payroll Management System 3. Assets & Fleet Management System 4. Document Management System 5. Trouble Ticketing System 6. Queuing / Appointment System 7. Campus Portal System 23.57% 2nd Batch Hardware Completion Of Equipment Deliverables For The Following Components At Basc Facility 1. Internet Connectivity 2. University Library System 3. Econference Room W/ Video Conferencing 2nd Batch User Acceptance Testing (uat) Completion For The Following System Components At Basc Facility 1. Cloud Infrastructure 2. University Information System 3. Learning Management System 4. Executive Information System 5. University Library System Hardware Installation, Configuration And Integration 1. Campus Network System 2. Structured Cabling Works 3. It Security Operations Center & Network Operations Center 4. Data Center Network Switches 5. Data Center Backup And Recovery System 6. Ip-pabx System 7. E-library Infrastructure Acceptance Of Volume Testing 1. University Information System 2. Learning Management System 3. Cashiering System 4. Human Resource Management System & Time Keeping System 5. Payroll Management System 6. Assets & Fleet Management System 7. Document Management System 8. Trouble Ticketing System 9. Queuing / Appointment System 10. Executive Information System 11. Campus Portal System 12. University Library System 13. Econference Room W/ Video Conferencing : Completion Of Training 1. University Information System 2. Learning Management System 3. Cashiering System 4. Human Resource Management System & Time Keeping System 5. Payroll Management System 6. Assets & Fleet Management System 7. Document Management System 8. Trouble Ticketing System 9. Queuing / Appointment System 10. Executive Information System 11. Campus Portal System 12. University Library System 13. Econference Room W/ Video Conferencing 14. Campus Network System 15. It Security Operations Center & Network Operations Center 16. Campus Data Center Upgrade 17. Data Center Backup And Recovery System 18. Smart Function Hall 10% : Project Acceptance And Turnover 1. University Information System 2. Learning Management System 3. Cashiering System 4. Human Resource Management System & Time Keeping System 5. Payroll Management System 6. Assets & Fleet Management System 7. Document Management System 8. Trouble Ticketing System 9. Queuing / Appointment System 10. Executive Information System 11. Campus Portal System 12. University Library System 13. Econference Room W/ Video Conferencing 14. Internet Connectivity 15. Campus Network System 16. Fiber Optics Works 17. Structured Cabling Works 18. It Security Operations Center & Network Operations Center 19. Campus Data Center Upgrade 20. Data Center Network Switches 21. Data Center Compute System & Data Center Block And File Storage System 22. Data Center Backup And Recovery System 23. Cloud Infrastructure 24. Ip-pabx System 25. Software & Networking Laboratories 26. E-classroom And E-room Infrastructure And Smart Led Solar Powered Light 27. E-library Infrastructure 28. Smart Function Hall 4 The Inspections And Tests That Will Be Conducted Are: On Site Testing Of All Items To Be Procured. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Delivered, Weeks/months 1 University Information System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 2 Learning Management System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 3 Innovative Cashiering System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 4 Human Resource Management System & Time Keeping System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 5 Payroll Management System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 6 Assets & Fleet Management System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 7 Document Management System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 8 Trouble Ticketing System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 9 Queuing System / Appointment System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 10 Executive Information System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 11 Campus Portal System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 12 University Library System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 13 Econference Room W/ Video Conferencing 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 14 Internet Connectivity 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 15 Campus Network System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 16 Fiber Optics Works 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 17 Structured Cabling Works 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 18 It Security Operations Center & Network Operations Center 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 19 Campus Data Center Upgrade 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 20 Data Center Network Switches (network Infrastructure) 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 21 Data Center Compute System & Data Center Block & File Storage System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 22 Data Center Backup And Recovery System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 23 Basc Cloud Infrastructure 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 24 Ip-pabx System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 25 Software And Networking Laboratories 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 26 E-classroom And E-room Infrastructure And Smart Led Solar Powered Light 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 27 E-library Infrastructure 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 28 Smart Function Hall 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed For Details See Terms Of Reference [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Section Vii. Technical Specifications Notes For Preparing The Technical Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Their Bids. In The Context Of Competitive Bidding, The Specifications (e.g. Production/delivery Schedule, Manpower Requirements, And After-sales Service/parts, Descriptions Of The Lots Or Items) Must Be Prepared To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Transparency, Equity, Efficiency, Fairness , And Economy In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation And Post-qualification Facilitated. The Specifications Should Require That All Items, Materials And Accessories To Be Included Or Incorporated In The Goods Be New, Unused, And Of The Most Recent Or Current Models, And That They Include Or Incorporate All Recent Improvements In Design And Materials Unless Otherwise Provided In The Contract. Samples Of Specifications From Previous Similar Procurements Are Useful In This Respect. The Use Of Metric Units Is Encouraged. Depending On The Complexity Of The Goods And The Repetitiveness Of The Type Of Procurement, It May Be Advantageous To Standardize The General Technical Specifications And Incorporate Them In A Separate Subsection. The General Technical Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Manufacturing Similar Goods. Deletions Or Addenda Should Then Adapt The General Technical Specifications To The Particular Procurement. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Equipment, Materials, And Workmanship, Recognized Philippine And International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Equipment, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure At Least A Substantially Equal Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Special Conditions Of Contract Or The Technical Specifications. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Technical Specifications To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished Or Tested, The Provisions Of The Latest Edition Or Revision Of The Relevant Standards And Codes Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure Substantial Equivalence To The Standards And Codes Specified Will Be Acceptable. Reference To Brand Name And Catalogue Number Should Be Avoided As Far As Possible; Where Unavoidable They Should Always Be Followed By The Words “or At Least Equivalent.” References To Brand Names Cannot Be Used When The Funding Source Is The Gop. Where Appropriate, Drawings, Including Site Plans As Required, May Be Furnished By The Procuring Entity With The Bidding Documents. Similarly, The Supplier May Be Requested To Provide Drawings Or Samples Either With Its Bid Or For Prior Review By The Procuring Entity During Contract Execution. Bidders Are Also Required, As Part Of The Technical Specifications, To Complete Their Statement Of Compliance Demonstrating How The Items Comply With The Specification. Technical Specifications Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 University Information System 2 Learning Management System 3 Innovative Cashiering System 4 Human Resource Management System & Time Keeping System 5 Payroll Management System 6 Assets & Fleet Management System 7 Document Management System 8 Trouble Ticketing System 9 Queuing System / Appointment System 10 Executive Information System 11 Campus Portal System 12 University Library System 13 Econference Room W/ Video Conferencing 14 Internet Connectivity 15 Campus Network System 16 Fiber Optics Works 17 Structured Cabling Works 18 It Security Operations Center & Network Operations Center 19 Campus Data Center Upgrade 20 Data Center Network Switches (network Infrastructure) 21 Data Center Compute System & Data Center Block & File Storage System 22 Data Center Backup And Recovery System 23 Basc Cloud Infrastructure 24 Ip-pabx System 25 Software And Networking Laboratories 26 E-classroom And E-room Infrastructure And Smart Led Solar Powered Light 27 E-library Infrastructure 28 Smart Function Hall For Details See Terms Of Reference [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Republic Of The Philippines Bulacan Agricultural State College Address: Pinaod, San Ildefonso, Bulacan Website: Https://basc.edu.ph/ Tel/fax No.: (044) 931 8660 Terms Of Reference Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub   Definition Of Terms Key Description Internet-based Application A Client/server Application That Uses Standard Internet Protocols For Connecting The Client To The Server. Acl Access Control List Ap Transmit Power Access Point Transmit Power Aec Acoustic Echo Cancellation Ad Database Active Directory Database Arp Address Resolution Protocol Awg American Wire Gauge Api Application Programming Interface Abc Approved Budget Cost Ai Rf Artificial Intelligence Radio Frequency Afms Assets & Fleet Management System Aes/ebu Audio Engineering Society / European Broadcasting Union Ah Authentication Header Ajb Auto Jitter Buffer Agc Automatic Gain Control Agronomy The Application Of Science And Technology From The Fields Of Biology, Chemistry, Economics, Ecology, Soil Science, Water Science, Pest Management, And Genetics To The Improvement And Management Of The World's Major Food Crops. Animal Husbandry The Branch Of Agriculture Is Concerned With Animals That Are Raised For Meat, Fiber, Milk, Or Other Products. It Includes Day-to-day Care, Management, Production, Nutrition, Selective Breeding, And Livestock Raising. Anpr Camera Automatic Number Plate Recognition Camera Basc Bulacan Agricultural State College Bunas Bulacan National Agricultural School Bi Dashboard Business Intelligence Dashboard Cmmi5 Capability Maturity Model Integration 5 Cpu Central Processing Unit Ca Certificate Authentication Certificate Authority Certificate Authentication Cor Certificate Of Registration Ceh Certification Certified Ethical Hacker Certification Cgeit Certified In The Governance Of Enterprise It Isc Certified Information Systems Security Professional Cpmp Certified Project Management Practitioner Cos Class Of Service Cctv Closed-circuit Television Cng Comfort Noise Generation Dtr Daily Time Record Dpa Data Privacy Act [r.a. No. 10173] Db Decibel Dbm Department Of Budget And Management Dscp Differentiated Services Code Point Dsp Digital Signal Processing Dvi Digital Visual Interface Dss Direct Station Selection Dr Drills Disaster Recovery Drills Dms Document Management System Dns Domain Name System Ddr4 Double Data Rate 4 Dfp Dynamic Fabric Provisioning Dhcp Dynamic Host Configuration Protocol Dps Dynamic Path Selection Ecc Employee Compensation Contribution Esp Encapsulating Security Payload Eis Executive Information System Xlr External Line Return Fpi Fabric Performance Impact Fspf Fabric Shortest Path First Foc Fiber Optic Cable Ftp File Transfer Protocol Fdmi Flat Display Mounting Interface Fhd Ir Full High Definition Infrared Camera Fqdn Fully Qualified Domain Name Fdm Fused Deposition Modeling Gbe Gigabit Ethernet Gb Gigabyte Gbps Gigabyte Per Second Gui Graphical User Interface Gddr5 Graphics Double Data Rate 5 Hdd Hard Disk Drive Hi-fi High Fidelity Hdmi High-definition Multimedia Interface Hf Amplifier High-frequency Amplifier Hris Human Resource Information System Http Hypertext Transfer Protocol Ict Information And Communications Technology Ict Information Communication Technology Itil Certification Information Technology Infrastructure Library Certification Ir Infrared Radiation Ir/rgb Infra-red/red, Green And Blue Ieee Institute Of Electrical And Electronics Engineers Ipmi Intelligent Platform Management Interface Iec Standard International Electrotechnical Commission Standard Iso International Organization For Standardization Igmp Internet Group Management Protocol Ike Internet Key Exchange Ip Internet Protocol Ipofc Internet Protocol Over Fibre Channel Ip-pabx Internet Protocol Private Branch Exchange Ipsec Internet Protocol Security Ipv4 Internet Protocol Version 4 Ipv6 Internet Protocol Version 6 Isp Internet Service Provider Isl Trunking Inter-switch Link Trunking Management Tunnel Encryption It Is A Secure Channel Or Connection Established Between A Management Station And A Network Device To Remotely Manage And Configure The Device. Intelligent Load Balancing It Is The Technique Used In Computer Networking And Server Management To Distribute Incoming Network Traffic Or Workload Across Multiple Servers Or Resources In A Way That Optimizes Resource Utilization, Improves Performance, And Ensures High Availability. Kpi Key Performance Indicator Kvm Keyboard, Video, Mouse Lms Learning Management System Ldap Lightweight Directory Access Protocol Lacp Link Aggregation Control Protocol Lan Local Area Network Lf Amplifier Low-frequency Amplifier Mac Media Access Control Mp Megapixels Ms Milliseconds Mcb Miniature Circuit Breaker Maps Monitoring And Alerting Policy Suite M-lag Multichassis Link Aggregation Group Mimo Multiple-input And Multiple-output Nhmfc National Home Mortgage Finance Corporation Nat Network Address Translation Nat-t Network Address Translation-traversal Ndi Network Device Interface Nic’s Network Interface Cards Nvme Network Address Translation Ops Open Pluggable Specification Ospf Open Shortest Path First Oem Original Equipment Manufacturer Oem Certification Original Equipment Manufacturer Certification Pppoe Point-to-point Protocol Over Ethernet Pptp Point-to-point Tunneling Protocol Pvc Polyvinyl Chloride Pdu Power Distribution Unit Poe Power Over Ethernet Pacu Precision Air-conditioning Units Pc Project Category Psc Project Sub– Category Rfid Radio Frequency Identification Ram Random Access Memory Rdp Read Diagnostics Parameter Rstp Real-time Streaming Protocol Rj Registered Jack Rdbms Relational Database Management System Rh Relative Humidity Rcs Reliable Commit Service Rog Report Of Grades Rotc Reserve Officers' Training Corps Rpm Revolutions Per Minute Rip Routing Information Protocol Srtp Secure Real-time Transport Protocol Ssl Secure Sockets Layer Ssl Vpn Secure Sockets Layer Virtual Private Network Sata Serial Advanced Technology Attachment Sp Service Provider Ssid Service Set Identifier Sip Session Initiation Protocol Stp Shielded Twisted Pair Sms Short Message Service Sns Simple Name Server Sso Single Sign-on Sddq Slow Drain Device Quarantine Sddq Slow Drain Device Quarantine Sfp Small Form-factor Pluggable Cadre A Small Group Of People Specially Trained For A Particular Purpose Or Profession. Ssd Solid State Drive Spl Sound Pressure Level Soa Statement Of Account San Storage Area Network Sqlnet Structured Query Language Network Tb Terabyte Encrypted Communication The Process Of Encoding Information In Such A Way That Only Authorized Parties Can Access And Understand It. Tat Time & Attendance Terminal Tor Transcript Of Records Tcp/ip Transmission Control Protocol/internet Protocol Tls Transport Layer Security Tftp Trivial File Transfer Protocol Uhd Ultra High Definition Ups Uninterruptible Power Supply Usb Universal Serial Bus Uis University Information System Utp Unshielded Twisted Pair Udp User Datagram Protocol Ui User Interface Vga Video Graphics Array Vram Video Random-access Memory Vlan Virtual Local Area Network Vms Virtual Machines Vpn Virtual Private Network Vad Voice Activity Detection Voip Voice Over Internet Protocol Wpa Wi-fi Protected Access Wep Wired Equivalent Privacy Wan Wireless Area Network Wi-fi Wireless Fidelity Wips Wireless Intrusion Prevention System I. Introduction A. Executive Summary The Bulacan Agricultural State College (basc) Was Established In 1952. It Started As The Community Agricultural School In Bintog, Plaridel, Bulacan With About 100 Students. The Succeeding Years Saw An Increase In The Number Of Students. Unlike Before, Students Came Not Only From The Local Community But Also From Elsewhere In The Province. With This, The School Was Aptly Named The Bulacan Provincial High School. In 1955, With A Growing Population And A Need To Accommodate The Same, Presidential Proclamation No. 163 Was Issued Allocating 200 Hectares Of Land For The School In Pinaod, San Ildefonso, Bulacan. Not Long After, Republic Act (r.a.) No. 948 Was Issued Changing The School’s Name To Bulacan National Agricultural School (bunas). In 1960, Tertiary Education Was Offered In Bunas With A Two-year Associate In Agriculture Program, Which Eventually Led To The Offering Of The Bachelor Of Science In Agriculture Degree With Majors In Agronomy And Animal Husbandry. Cognizant Of The Broad-based Agricultural Education And Training Needs Of The Bulakeños, Hon. Ricardo C. Silverio, And Then Representative Of District Ii Of The Province Of Bulacan Authored House Bill No. 2389 Which Moved For An Expanded Educational Program For Bunas. With The Bilateral Approval Of Both Houses, President Fidel V. Ramos Signed R.a. No. 8548, Officially Converting The Bunas Into A Chartered State College Known As The Bulacan National Agricultural State College On February 24, 1998. Its Name Was Changed To Bulacan Agricultural State College By Virtue Of R.a. No. 9249 Signed By Her Excellency Gloria Macapagal Arroyo On February 19, 2004. As Mandated By Its Charter, Basc Shall Provide Higher Professional, Technical, And Special Instructions For Special Purposes And Promote Research And Extension Services And Advanced Studies In Agriculture, Arts And Science Programs, And Other Allied Courses. It Shall Also Offer Short-term Technical And Vocational Non-degree Courses Within Its Area Of Specialization To Meet The Needs Of Its Constituents. Basc Main Campus Is Situated In Pinaod, San Ildefonso, Bulacan. It Has Three Extension Campuses – Doña Remedios Trinidad Campus; Balagtas Technical Vocational School Campus; And Fortunato Halili National Agricultural School. The Basc Board Of Trustees Is The Policy-making Body Of The College Composed Of The Following: Chairperson: Chairperson, Commission On Higher Education Vice-chairperson: President, Bulacan Agricultural State College Members: Chairperson, Senate Committee On Higher And Technical Education Chairperson, House Committee On Higher And Technical Education Director, Neda Region Iii Director, Da Region Iii President, Basc Alumni Association Faculty Trustee Student Trustee Prominent Citizen Resource Person: Director, Dost Region Iii The College Is Headed By Its President, Dr. Jameson H. Tan, And Assisted By Dr. Cecilia S. Santiago, Vice President For Academic Affairs; Dr. Ronald Reagan T. Alonzo, Vice President For Administration, Finance And Business Affairs; And Dr. Honeylet J. Nicolas, Vice President For Research, Extension, Production And Development. The Bulacan Agricultural State College Shall Strive For Excellence In Agriculture And Other Allied Disciplines. It Shall Provide For And Address Ever-changing Educational Needs And Services For Those Seeking To Expand Their Intellectual Horizons. Basc Shall Address National And International Issues And Be Established As A Major Presence And Contributor To The Progress Of The Global Community. To Ensure The Training Of Productive And Competitive Graduates In Agriculture And Other Related Disciplines, Basc Is Keen On Delivering The Following Goals/objectives. 1. Produce Quality Graduates Equipped With Knowledge And Expertise Enough To Meet The Demands And Challenges Of The Fast-changing Society. 2. Develop A Cadre Of Highly Competent Manpower To Implement The Various Academic, Research, Extension, Training, And Production Programs Of The College. 3. Undertake Relevant Research, Extension, And Training Programs To Accelerate Productivity And For Additional Income Of People In Rural And Urban Areas. 4. Promote The General Welfare Of The Faculty And Staff As Well As The Students. 5. Maintain A Wholesome Academic Community Conducive To Learning By Providing A State-of-the-art Laboratory, Information And Communication Equipment, And A Modern Library, Sports, And Other Facilities. 6. Establish Networks, Linkages, Or Collaboration With Other Stakeholders To Take Advantage Of The Synergy For Fund Sourcing. 7. Develop And Implement Resource Generation Projects To Modernize And Sustain The Operation Of The College. 8. Implement An Improved Administrative Efficiency And Financial Management System. Delivering These Goals/objectives Would Require Adding And Improving Systems As Well As Information Communication Technology (ict) Equipment For Basc To Provide Better Management, Process, Technology, And System, Thus, Achieving An Improvement For The Goals Outlined Above. The Agency Aligns Its Support Commitments To Its Core Programs Focused On The Desired Impact Of Improved Ict Equipment And Systems Using The Latest Technology And Developing A Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub. To Address These Services, Systems Are Needed To Properly Put In Place All The Information. These Systems Will Target All The Services Mentioned In Such That Each Service Will Be Dealt With One By One As Follows: 1. University Information System – A Platform That Can Oversee And Streamline All Aspects Of University Operations, From Student Admission, Enrollment, Student And Alumni Services, Faculty And Staff Management, Curriculum Management, Grades, And Academic Progress. 2. Learning Management System – It Should Integrate Course Development, Distribution, Evaluation, And Control Into A Unified, Device-compatible Interface. It Facilitates Personalized Learning Trajectories That Enhance Student Engagement And Achievement By Centralizing Communication, Content, Analytics, And Work Process Automation. 3. Cashiering System – This Is A Cutting-edge And Highly Efficient Solution To Transform Cashiering Operations Within The Basc Setting. 4. Human Resource Management System & Timekeeping System – Integrates All Human Resource (hr) Functions Into A Unified System Designed To Streamline Hr Process Workflow And Improve Data Management, Data Security, Integrity, Onboarding, Benefits Administration, Compliance, Performance Tracking, Development, And Retention. 5. Payroll Management System – This Represents A Cutting-edge Solution To Revolutionize And Simplify Payroll Management. 6. Assets & Fleet Management System – A Comprehensive Platform Designed To Assist The University In Efficiently Monitoring And Administering The University’s Valuable Assets And Fleet Of Vehicles. 7. Document Management System – A Digital Platform Designed To Consolidate And Enhance The Document Management Processes Within Basc. 8. Trouble Ticketing System – Provides Centralized Incident/problem Reporting, Coordinated Troubleshooting, Assignment, Tracking, Knowledge Base Documentation, And Customer Communication Streams To Rapidly Restore Technology Performance And Availability While Optimizing Resource Efficiency And Minimizing Disruptions Across Users And Business Operations. 9. Queueing / Appointment System – A Solution Designed To Streamline And Enhance The Way Universities Handle Queues And Appointments For A Wide Range Of Services. 10. Executive Information System – Selectively Aggregate, Analyze, And Visualize Kpis On Vital Organizational Statistics From Integrated Bi Dashboards Tuned To Strategic Objectives To Reveal Insights Driving Informed Decisions And Management By Exception For Optimized, Data-driven Governance And Outcomes. 11. Campus Portal System - This Should Encompass Intranet Platforms Facilitating Single Sign-on Access For Faculty, Staff, And Administrators. These Portals Practically Incorporate Critical Academic Resources, College Services, And Administrative Systems For Their Respective Roles. 12. University Library System – Consolidates The Management Of Physical And Digital Resources On Campus. These Include Discovery Layers, Circulation, Patron Records, Book/media Cataloging, And User Usage Analytics. 13. Econference Room With Video Conferencing – A Solution Designed To Streamline And Enhance The Institution By Facilitating Seamless Real-time Communication Between Individuals Or Groups In Different Locations. Reporting And Any Associated Sub-modules Thereof May Be Necessary. Ii. Project Objectives A. General Objectives The Main Objective Of Bulacan Agriculture State College (basc) Is To Enhance The Educational Experience, Improve Campus Operations, And Address The Needs Of Students, Faculty, And Staff In An Efficient, Sustainable, And Forward-thinking Way. The System Shall Be Securely Accessible By All Stakeholders Anytime And Anywhere. B. Specific Objectives The Project Aims To Provide A System With The Following Features: • The System Must Promote The Virtue Of Transparency. • The System Runs On An Internet-based Application. • The System Is Available On Both Android And Ios Mobile Devices. • The System Should Record And Track Potential Students From Their First Inquiry To Enrollment. • The System Should Record And Calculate Grades, As Well As Facilitate The Transmission Of Grades To The Dean’s And Registrar’s Office. • The System That Manages Academic Records, Courses, And Academic-related Information For Students. • The System Should Record Each Student's Class Attendance And Allow The Teachers To View It. • The System Should Have A Dashboard For Quickly Identifying The Total Quantity Of Tasks, Assignments, Tests, Quizzes, Finished Projects, And Subjects For Each User. • The System That Handles The Student’s Enrollment Charges, Accounts Receivable, Payment, And Adjustment Of Student’s Fees. • The System Should Have An Online Registration That Automatically Assesses Fees. • The System That Can Manage The Payments Of The Students Includes Printing Official Receipts And Cashier Settings. • The System Can Manage Registrar Department Transactions From The Submission Of Records, Enrollment Up To Graduation, And The Issuance Of Transcript Of Records Of Students. • The System That Can Manage And Monitor Students’ Health And Well-being. • The System Can Display Upcoming Events, Announcements, And News. • The System Handles The Alumni Master File And Enables The User To Create, Edit, And Update The Alumni Profile. • The System Can Enable Parents To Monitor The Activities And Progress Of Their Children. • The System Is Accessible Anywhere, Anytime. • The System That Is User-friendly. The Proposal To Be Submitted Shall Include The Following: • Executive Summary. O Cost Of The System O Advantages Of The Proposal • Company Information • Solution Overview O Solution Architecture O High-level Component Description • Process Flows • Detailed Description Of Sub-system • Technical Specification • Dimensioning • Web-based System • Mobile Web Access (android And Ios) • Project Workshop • Performance Management • Hardware And Site Information • Installation And Trainin Iii. Scope Of Work The Project Comprises Several Phases Of Development And Implementation. It Includes Not Only The Provision Of The Software Development/customization Services, Hardware, And Network With Accessories But Also Support Services, Necessary To Achieve The Project’s Objective. A. Systems Analysis This Phase Covers The Data Collection Process In Order To Improve The Efficiency Of Related Systems In Basc. The Process Includes But Is Not Limited To The Following: 1. Data Gathering, Consultation, And Evaluation Of Existing Systems-related Information Management Systems In Basc. 2. Documentation, Assessment, And Testing Of The Existing Basc Processes. 3. Preparation, Assessment, And Evaluation Of The Current Database Of The Existing Systems. 4. Identification Of Issues, System Requirements, And Development Opportunities Of The Existing Versus The Proposed System. 5. Data Migration Plan, Execution Plan, Reversion Plan, Backup Plan, And Verification Process From Existing Database To New Database. 6. Actual Migration And Verification Of Data. 7. Executions Of Backup Plan. 8. Post-migration Verifications. 9. Capacity Planning. 10. Knowledge Transfer B. Systems Design And Development Supply, Install, And Implement A System Upgrade For Availability To A Web, Desktop, And Mobile Version, Inclusive Of (2) Two Years Of Software And Maintenance Support. The Solution Shall Include The Following Modules And Sub-modules Of The System Software: The Development/customization Of The System Consists Of But Is Not Limited To The Five Functionalities: (a) Information Management; (b) Provision Of Statistical Chart On Dashboard; (c) Service Status Monitoring; (d) Security Management; (e) Reporting And Any Associated Sub-modules Thereof As May Be Necessary. B.1 Pre-requisite Setup Module ● University Information Settings ● Secured Access Management ● Module To Set Organizational Units With The Following Hierarchy ○ University > Campus > College > Department ○ Approval Level Hierarchy ● The Admission Setups Should Have The Following: Document Types, Application Types, Admission Limits, Entrance Exams, Entrance Exam Schedules, Interview Schedules, Medical Schedules. ● Furthermore, Clinic Records Management Setups That Play A Vital Role In University Operations. ● Clearance Management Setups ● Learning Management Settings ● Secured Access Management ● It Should Have A Configuration Grading Parameters, Rubrics Matrix Of The Activities, Major Course Output (mco), Syllabus, And Lesson Plans. ● Cashiering Settings ● Secured Access Management ● Cashiering Setup: Must Allow Setting Up Customer Master Data, Accounts Group, Sub Groups, Discounts, Collection Of Terms Settings, And Interests, Fines, & Penalties Settings. ● Human Resource Management Settings ● Secured Access Management ● Holiday: Holiday Types And Holidays ● People Attributes: Talents, Hobbies, And People Relationships ● Hr Settings: Employment Types, Positions, And Leave Types ● Schedule Settings: Schedule Templates And Schedule Parts ● Government Settings: Withholding Tax, Sss, Philhealth, Pag-ibig, Gsis. ● Salary Grades: Salary Grades And Salary Level ● Default Leave Types: Manage Default Leave Types, Which Are Used For Easy Assignment Of Leaves To Employees (e.g., Regular, Jo, Casual, Oyster, And Part-time Employees) ● Training And Seminar: Manage Training And Seminar; Use For Easy Training, Seminar, Certification, And Workshop Creation. ● Manage Suspension Types ● Manage Termination Types ● Payroll Settings ● Secured Access Management ● Mandatory Deductions: ○ Withholding Tax ○ Philhealth Contribution ○ Pag-ibig Contributions/home Development Mutual Fund (hdmf) ○ Gsis Contribution ● Loans ○ Gsis Mpl (multi-purpose Loan) ○ Gsis Gfal (governmentfinancial Assistance Loans) ○ Gsis Housing Loan ○ Gsis Policy Loan ○ Gsis Computer Loan ○ Gsis Salary Loan ○ Gsis Consolidated Loan ○ Gsis Emergency Loan ○ Gsis Educational Loan ○ Gsis Old Loan ○ Pag-ibig Housing Loan ○ Pag-ibig Multi Purpose Loan ○ Pag-ibig Calamity Loan ○ Grocery Loan ○ Koop ○ Hospital Bills Loan ○ Psmb Fund ○ National Home Mortgage Finance Corporation(nhmfc) ○ Provident Fund ○ Land Bank Of The Philippines(lbp) Salary Loan ○ Unlimited Optional Life Insurance (uoli) ○ Development Bank Of The Philippines (dbp) Loan ● Other Deductions ○ Absences/lates ○ Sss Contribution ○ Gsis Optional Insurance ○ Pag-ibig Mpii ○ Child Support ○ Philhealth Up ○ Additional Tax ○ Basc Personnel Credit Cooperative (pcc) ○ Basc Faculty And Employee Association (fea) ● Other Income ○ Overtime (e.g., Normal O.t., Rest Day O.t., Holiday O.t., Non-working Holiday O.t., And Special Non-working Holiday O.t.) ○ Night Differential ○ Salary Adjustment ○ Pera (personnel Economic Relief Allowance) ○ Meal Allowance ○ Fitness Allowance ○ Transportation Allowance ○ Rice Allowance ○ Uniform Allowance ○ Laundry Allowance ○ Communication ○ Internet Allowance ○ 13th Month ○ Bonus Pay ○ Retirement Pay ● Assets And Fleets Management Settings ● Secured Access Management ● Asset Groups ● Asset Categories ● Asset Types ● Asset Articles ● Annual Procurement Plan (app) / Project Procurement Management Plan (ppmp) ● Document Management Settings ● Secured Access Management ● Delivery Type ● Document Category ● Document Security Level ● Document Type ● Process Flow ● Trouble Ticketing Settings ● Secured Access Management ● The Solution Must Have A Maintenance Module For Category Settings. ● The Solution Must Have A Maintenance Module For System Settings. ● The Solution Must Have A Maintenance Module For Types Settings. ● The Solution Must Have A Maintenance Module For State Settings. ● The Solution Must Have A Maintenance Module For Impact Settings. ● The Solution Must Have A Maintenance Module For Urgency Settings. ● The Solution Must Have A Maintenance Module For Team Settings. ● Executive Information Settings ● Secured Access Management ● Dashboard Configuration And Control ● Campus Portal Settings ● Secured Access Management ● Basc Active Directory W/ Configuration ● Themes Configurations ● University Library Settings ● Secured Access Management ● Access Control ● Library Locations ● Shelves Mapping ● Call Number/book Mapping ● Queueing/appointment Settings ● Secured Access Management ● The Solution Must Have An Office/department Setups To Manage The List Of Office/departments. ● The Solution Must Have A Service Set Up To Handle The List Of Services. ● The Solution Must Have Window Settings To Manage The Window List. ● The Solution Must Have Window-type Setups To Control The Queueing System Window Types. ● The Solution Must Have Marquee Setups To Configure The Footer Data Or Information. ● The Solution Must Have Printer Setups To Manage The List Of Printers. ● The Solution Must Have Advertisement Setups To Manage The List Of Advertisements. B.2 University Information System ● Academics ● The Solution Must Enable The Setup Of Courses, Sections, Course Programs, And Curriculum. ● The Solution Must Include A Course Master List To Manage And View Course Information, Course Program Inclusion, And Section Details. ● The Solution Must Include A Master List Of Course Programs To Streamline The Management And Viewing Of Course Program Information, Curriculum Details, And Curriculum Structure. ● The Solution Must Include A Curriculum List To Easily Manage And View Academic Progression Or Flowchart. ● Enrollment Module ● The System Must Have An Online Registration With Automatic Assessment Of Fees, Interconnected With The Other Modules To Facilitate The Automatic Course Advising. ● The System Must Have A Monitoring Of Section Fill Rates. ● The System Must Have A Post-enrollment (adding/changing/dropping) Module. ● The System Must Support Automatically Generating A “list Of Allowed Subjects And Schedules To Be Taken”. ● The System Must Support The Ability To Prevent Choosing Subjects With Prerequisites Not Yet Taken. ● The System Must Support The Ability To Show The Maximum Number Of Allowed Units A Particular Student Can Enroll In Based On Previous Semester Grades With The Capability To Add And Decrease Units By The Registrar Department. ● The System Must Support Enlistment To Rotc And Pe Subjects. ● The System Must Support The Automatic Generation Of Assessment Slips And Registration Slips. ● The System Must Have A Curriculum Auditing. ● The System Must Support Students' Online Queries Of Available Subjects. ● The System Must Support The Generation Of Reports Such As A Summary Of Enrolled Students. ● Section Management Module ● The Solution Must Be Able To Assist In Creating Multiple Sections For Courses To Accommodate Varying Class Sizes, Instructor Availability, And Scheduling Preferences. ● The System Must Aid In Managing Instructor Workloads To Ensure Equitable Distribution Of Teaching Assignments And Compliance With Contractual Obligations. ● The Solution Must Provide Real-time Updates And Notifications To Students, Faculty, And Staff Regarding Changes To Class Schedules, Room Assignments, Or Instructor Assignments. ● The System Must Be Able To Generate Reports On Room Utilization, Resource Usage, And Scheduling Patterns To Inform Decision-making And Resource Allocation. ● The Solution Must Be Able To Enroll Students In Courses And Sections Using Normal Scheduling Techniques While Supporting Non-standard Term Arrangements. ● The System Must Be Able To Generate Schedules For Both Students And Professors. ● Admission Module ● The Solution Must Allow The Creation Of Applications For Potential Students. ● The Solution Must Contain A List Of Applicants To Easily Manage/view The Applicant’s Complete Information, Attachments, And Progress Status. ● The Solution Must Allow The Setting Of Admission Limits To Know The Number Of Allowed Applicants Quickly. ● The Solution Must Allow Applicant Pooling That Is Printable. ● Must Have A List Of Applicants Scheduled For The Entrance Exam, Interviews, And Medical. ● The Solution Must Be Able To Customize The Requirements Of Students For Admission. ● Must Support The Fast Generation Of Reports For The List Of Applicants. ● Grade Management Module ● The System Maintains Complete Records Of The Academic Grades Of The Students. ● The System Must Facilitate Academic Grade Crediting For Transfer Students. ● The System Must Have A Module To Handle Effortless Reviews Of Grades Submitted By Faculty Members. ● The Students Must Be Able To View Their Historical Grades Anytime Thereby Replacing Class Cards. ● Registrar Module ● Must Have Tools To Monitor And Manage Various Operations Of The Registrar Like Monitoring Screen For Records, Certification, And Documents Requested By Students And Alumni. ● Must Contain Complete Student Information, Academic Data File, And Scanned Submitted Documents Of Students. ● Must Support The Fast Generation Of Tor, Cor, Rog, And Form 9 ● Must Be Capable Of Generating A List Of Candidates For Graduation, Scholarships, And Honors. ● The Solution Must Allow The Generation Of The Following Reports: Academic Evaluation, Official List Of Enrollment, Diploma, Registration, Shiftee, Student Directory, Subject Masterlist, And Summary Of Enrollment Reports. ● Must Be Able To Apply Tags To Documents Being Submitted By New Enrollees And Remind The User Of Documents That Students Need To Submit. ● Must Have The List Of Student Subsidy And Adding Of Students For The Scholarship. ● The System Must Be Capable Of Correcting Student Grades. ■ Students With An 'incomplete' (inc) Grade Will Have One Year To Fulfill Requirements To Update Their Grades; Otherwise, The Grade Will Be Changed To A Failing Grade. ● Student Services ● Must Allow Teachers To Submit Requests For Grade Corrections In Case Of Errors Or Discrepancies In Their Recorded Grades. ● The Solution Must Facilitate Tracking The Progress Of Such Requests And Include Checks To Ensure The Necessary Supporting Documentation Is Provided. ● The Grade Correction Request Must Be Reviewed And Approved By Relevant Faculty Members And The Registrar. ● The Solution Must Allow Students To Request Essential Documents Such As Copies Of Report Cards And Academic Certifications For Various Purposes (e.g., Employment, Further Education, Or Personal Records.) ● The Solution Must Allow Students To Specify The Details Of Their Requests (e.g., Number Of Copies, Type Of Document, Purpose) And Provide Estimated Processing Times. ● The Solution Must Notify The Students About The Status Of Their Requests, From Submission To Approval And Document Issuance. ● The Solution Must Have A Feature That Supports Students To Request For Change Of Their Course Or Program Of Study. ● The Solution Must Have A Process That Involves Submitting A Detailed Request, Including The Reason For The Change And Relevant Supporting Information. ● Alumni Module ● The Solution Must Have An Alumni Module That Can Populate The Alumni Master File. ● The System Must Have A Record That Can Be Utilized To Contact The Alumni. ● The Solution Must Be Able To Update Alumni Information. ● The Solution Must Be Able To Search The Directory Of Alumni. ● The Solution Must Be Able To Update The Alumni Profile. ● Scholarship Management ● The System Must Serve As A Central Repository For All Scholarships. ● The Solution Must Handle Recurring Scholarships, Including Reminders To Renew. ● The Solution Must Provide Tools To Automatically Monitor Compliance With Scholarship Conditions (e.g., Gwa Maintenance). ● The System Must Be Integrated With Academic Records And Financial Systems For Validation. ● The System Must Be Able To Provide Real-time Application Status Tracking For Students. ● Awards And Distinction Management ● The System Must Provide A Streamlined Management Of Awards Through Automation. ● The System Must Be Able To Support Multiple Types Of Awards (e.g., Academic Excellence, Leadership, Research, Sports, And Cultural Activities) ● The System Must Be Able To Select Recipients By Committees. ● The System Must Be Able To Ensure Adherence To University Policies And Regulations Regarding Awards. ● The System Must Provide Fields To Define Award Qualifications (e.g., Gwa Thresholds, Competition Results, Or Nomination-based Recognitions) ● Academe Module ● The System Must Provide An Overview Of The Academic Organizational Chart Of The University's Faculties. ● Curriculum Module ● The System Must Provide Tools For Designing And Structuring Academic Programs, Including Defining Course Sequences, Corequisites, And Prerequisites ● The System Must Allow The User To Maintain A Comprehensive Catalog Of Available Academic Programs, Including Undergraduate Majors, Minors, Graduate Programs, And Certificates. ● Acts As A Map Between Program Learning Goals And Course Learning Objectives To Guarantee Coherence And Alignment Across The Curriculum. ● Block Sections Management Module ● The System Must Be Able To Efficiently Manage Student Groupings (block Sections) For Better Academic And Administrative Coordination. ● This Module Manages Predetermined Groupings Of Students Who Attend Classes Together For The Entirety Of A Course Or Academic Program. ● This Module Must Be Able To Automatically Assign Students To Sections Based On Predefined Rules, Such As Enrollment Data, Course Requirements, And Class Size Limits. ● Short Courses Management Module ● This Module Offers Enrollment Information, Fees, And Course Content For Tesda Courses And Other Modules. ● The System Should Include A Student List, Class Schedules, Faculty Assignments, Assessment Results, And The Issue Of Training Certificates, As Well As Other Data On Short-term Courses. ● Clinic Records Management Module ● The System Must Have A Component Designed To Facilitate The Management Of The Clinical Records Of The Students And The Dispensing Of Clinic Items. B.3 Learning Management System ● Administration Module ● The System Must Show Interactive Analytics ● The System Must Allow The Customization Of The Grading Transmutation. ● The System Must Allow The Customization Of The General Passing Percentage. ● Professor Module ● The System Must Show Interactive Analytics ● The System Must Automatically Retrieve The Classes Assigned To Teachers. ● The System Must Automatically Retrieve The List Of Students Enrolled In Each Class. ● The System Must Allow Teachers To Manage The Student Attendance Records. ● The System Must Support The Creation Of Lessons And The Attachment Of Related Files, Including Modules, Powerpoint Presentations, Excel Spreadsheets, Pdfs, Word Documents, Text Files, Videos, And Images. ● The System Must Permit The Addition Of User Activities, Such As Assignments, Projects, Quizzes, And Exams. ● The System Must Be Capable Of Creating And Generating A Rubric To Provide Clear Expectations For Each Evaluation Criterion. ● The System Must Be Capable Of Generating The Student Portfolio For A Range Of 3 To 5 Years. ● The System Must Be Able To Archive The Students' Assignments, Projects, Quizzes, And Exams. ● The System Must Be Able To Have A Grade Consultation ● The System Must Allow Teachers To Set Time Limits For Activity Questions. ● The System Must Be Capable Of Preventive Measures For Cheating. (e.g. Disabling Screenshots) ● The System Must Enable The Configuration Of Date Ranges For Users To Complete Assigned Activities. ● The System Must Be Able To Set Schedules And Deadlines For Posting The Activities, And Quizzes. ● The System Must Allow The Shuffling Of Quizzes And Exam Item Numbers And Answers. ● The System Must Provide Immediate Visibility Of Scores On Activities Upon Completion. ● The System Must Allow The List Of Created Questions To Be Viewable And Editable By The Activity Creator. ● The System Must Support The Creation Of Lessons And Quizzes One At A Time, All With The Same Subject Description. ● The System Must Allow The Teachers To View The Grades Of His/her Students. ● The System Must Allow The Teachers To Generate Reports For Each Class. ● Student Module ● The System Must Show Interactive Analytics ● The System Must Have A Dashboard To Easily Identify The Total Number Of Completed Activities, Assignments, Quizzes, Exams, Projects, And Subjects Per User. ● The System Must Allow Students To Change Their Passwords And Usernames During Their Initial Login. ● The System Must Provide A Newsfeed Feature To Display Upcoming Events And The School's Mission And Vision. ● The System Must Enable Students To Upload Profile Pictures. ● The System Must Support Live Chat And Messaging Functionality Between Students Of The Class. ● The System Must Automatically Post Classes In Which A Student Is Enrolled To Their User Account. ● The System Must Support User/class Attendance Tracking Within The Learning Management System (lms). ● The System Must Enable File Attachments To Lessons That Are Downloadable To The Users' Devices. ● The System Must Allow Students To View The Results Of Their Activities. ● The System Must Ensure That Detailed Activity Results Are Posted. ● The System Must Include An Activity Stream To Summarize The Recent, Upcoming, Later, And Missed Activities Providing An Overview Of A Student's Activity Status. ● The System Must Include Notifications When There’s New Activity Uploaded, Modifications, And Grade Posting. ● The System Must Provide Visibility Into Student Ranking. ● Parents Module ● The System Must Enable Parents To Monitor The Activities And Progress Of Their Children Within The System. ● The System Must Support The Addition Of Children With No Limitations, With An Auto-identification Feature. ● The System Must Comply With The Data Privacy Act. ● Student Transcript Module ● The System Must Have An Academic Record Or Course Management ● The System Must Play A Crucial Role In Managing And Organizing Academic-related Information For Students. ● The System Must Have A Module That Focuses On Tracking And Displaying Details Related To Individual Courses, Classes, And Academic Progress. B.4 Cashiering System ● Cashier Module ● The System Must Be Capable Of Setting Up The Assessment Fees. ● The System Must Be Able To Keep A Record Of A Student's Soa And Its Current Status Whether It’s An Active Soa Or Inactive. ● The System Must Be Able To Preview Or Print Student’s Soa Based On The Selected Academic Year And Semester. ● The System Must Be Able To Have An Audit Trail For Any Actions Or Activity Made Per Account. ● The System Should Support Walk-in Payments At Physical Locations Whether By Cash Or By Check. It Should Enable The Manual Entry Of Payment Details And Generate Receipts. ● The System Must Be Capable Of Identifying Eligible Students Based On Predefined Criteria And Offer A Range Of Financial Incentives, Including Scholarships, Fee Reductions, And Grants. It Must Also Establish An Efficient Application And Selection Process While Promoting Transparency And Fairness In Awarding Scholarships. B.5 Human Resource Management System And Timekeeping System ● Employee Management Module ● The System Must Be Able To Provide A Single Repository Where All Employee Records Are Stored, Updated, And Maintained. ● The System Must Be Able To Reflect Any Updates Or Changes Made To The Master Database Across All Modules. ● The System Must Be Able To Allow Linkage Of Personnel Files To The University Information System. ● The System Must Be Able To Prepare And Generate An Employee Masterlist. ● The System Must Be Able To Set Up Organizational Units With A Hierarchy. ● The System Must Be Able To Provide A Viewable Organizational Chart Of The University, Which Is Linked To The Employee Plantilla Records. ● The System Must Be Able To Manage Employees Based On Their Plantilla Numbers. ● The System Must Be Able To Organize The Employee Hierarchy By Rearranging The Plantilla Numbers Of Specific Employees Through A Drag-and-drop Interface. ● The System Must Be Able To Provide Employee Self Service For The Following: ■ Request To Update Profile. ■ Receive Notifications, News, And Announcements. ■ View Attendance. ■ View Schedule. ■ View Leave Balances, Benefit Balance, And Ledgers. ■ View Monthly Net Pay Summary/payslip. ■ Request Dtr Correction. ■ Submit Requests For Leave, Overtime, Business Trip, And Six Days Of Work. ● The System Must Be Able To Record And Generate Audit Trail Reports. ● Time-keeping Monitoring Modules ● The System Must Be Able To Link With The Biometrics Attendance System. ● The System Must Be Able To Link With The Payroll Management System. ● The System Must Be Able To Do Auto-tracking Of Sick Leave And Vacation Leave Balances. ● The System Must Be Able To Monitor Regular And Special Holidays With Automated Computation Of Pay Rates. ● The System Must Be Able To Prepare A Summary Of Attendance And Absences. ● The System Must Be Able To Prepare A Summary Of Overtime For Validation And Approval. ● The System Must Be Able To Provide A Calendar Of Approved And Pending Leave Requests. ● The System Must Be Able To Set Up Holidays Such As But Not Limited To Recurring Regular-holidays And Special Non-working Holidays. ● The System Must Be Able To Set Up Template Schedules To Be Assigned To A Bulk/group/ Per Employee. ● The System Must Be Able To Record And Generate Audit Trail Reports. B.6 Payroll Management System ● Automated Payroll System ● The System Must Be Able To Provide The Analytics Of Payroll Reports With Real-time And Accurate Data. ● The System Must Be Able To Display, Create, And Manage Payroll Period/s For Generating Payroll Reports. ● The System Must Be Able To Create And Manage Payroll Groups And Assign Employees To Their Payroll Groups Accordingly. ● The System Must Be Able To Set Bank Details And Salary Pertaining To The Corresponding Employee’s Job Type, Salary Grade, And Step. ● The System Must Have A Feature That Customizes And Manages Employees’ Allowances, Deductions, Loans, And Other Compensation Components. ● The System Must Be Able To Export Files For All Tables/lists Within The Payroll System (e.g., Employee Lists, Payroll Reports For A Certain Period, And Others). ● The System Must Have A User Access Control Wherein The Administrator Can Manage Who Can View, Edit, And Delete The Employee And Payroll Information. ● The System Must Be Able To Track Audit Logs Including Who Accessed The System And Made Changes. ● The System Must Have A Feature For Providing Alerts And Notifications Regarding Updates About Generating Payroll Reports And Releasing Payslips. ● The System Must Be Able To Archive Data With Complete Accessibility For Future Reference. ● The System Must Have A Feature That Allows The User To Have Backup And Recovery To Maintain Historical Payroll Records For Auditing And Compliance Purposes. ● Mandatory Deductions And Contribution Module ● The System Must Be Able To Accurately Calculate And Deduct Mandatory Contributions Such As Gsis Contribution, Philhealth, Pag-ibig, And Withholding Tax. ● The System Must Be Able To Integrate With The Latest Bir Tax Tables To Ensure Compliance With Tax Regulations. ● The System Must Be Able To Automatically Generate Reports For Government Agencies. ● Other Deductions Module ● The System Must Allow Flexible Customization Of Other Deductions. ● The System Must Have A User-friendly Interface For Easy Input And Management Of Deduction Rules. ● Other Income Module ● The System Must Be Able To Accommodate Various Types Of Other Income. ● The System Must Be Able To Calculate The Appropriate Tax. ● Loans Module ● The System Must Be Able To Allow The Creation And Tracking Of Different Loan Types With Varying Interest Rates And Repayment Terms. ● The System Must Be Able To Automatically Compute Loan Amortization And Deduct Payments From Employee Salaries. ● The System Must Be Able To Automatically Update Loan Balances And Remaining Dues. ● Attendance Module ● The System Should Be Able To Record Employee Attendance And Generate Accurate Time And Attendance Reports. ● The System Must Be Able To Calculate Overtime, Night Differential, And Other Time-based Compensations. ● Bank Transmittal ● The System Must Be Able To Generate Accurate Bank Files For Payroll Disbursement. ● The System Must Be Compatible With Various Bank Formats To Ensure Seamless Integration With Banking Systems. ● Integration To Time Keeping Monitoring Module ● The System Must Be Able To Connect And Communicate With The Biometrics Attendance System. ● The System Must Be Able To Provide Automated Tracking Of Sick Leave And Vacation Leave Balances Of Employees. ● The System Must Be Able To Monitor Regular And Special Holidays With The Inclusion Of An Automated Computation Of Pay Rates. ● Integration To Hris System ● The System Must Be Able To Integrate Data With The Human Resources Information System (hris) For The Employees’ Relevant Data Including Basic Information, Job Position, Salary Grade, And Bank Details. ● The System Must Be Able To Integrate Data With Hris To Track Employee Work Hours, Including Regular Hours, Overtime, Absences, And Leave Requests. B.7 Assets & Fleet Management System ● Asset Management System ● The System Must Be Able To Show And Manage The General Information, Vendor Details, Warranty Information, Financial Info, And Depreciation Info. ● The System Must Be Able To Show The Operational Cost And Progress Of The Asset Requests. ● The System Must Be Able To Show Operational Costs And Progress Of The Asset Update. ● The System Must Be Able To Show The Operational Cost And Progress Of The Asset Auction. ● The System Must Be Able To Show Operational Costs And The Progress Of The Repair And Maintenance. ● The System Must Be Able To Show The Operational Cost And Progress Of The Decommissioning. ● The System Must Be Able To Show Operational Cost And Progress Of The Disposal. ● The System Must Be Able To Show The Operational Cost And Progress Of The Asset Issuance. ● The System Must Be Able To Show The Operational Cost And Progress Of The User Transfer. ● The System Must Be Able To Create, Update, And Delete Assets With Their Respective Information. ● The System Must Be Able To Create A Comprehensive Inventory Of All Assets, Including Physical Equipment, Software, Licenses, And Other Resources. Each Asset Is Typically Associated With Relevant Information Such As: ■ Article (laptops, Furniture, Or Journals) ■ Property Number ■ Assigned Number ■ Purchase Date ■ Vendor Name ■ Service Provider (optional If Different As To Vendor Name) ■ Financial Information ■ Required Documents (e.g., Purchase Request) ● The System Must Be Able To Track The Movement And Changes In The Status Of Assets. This Includes: ■ Recording Of Asset Transfers ■ Disposal ● Fleet Management System ● The System Must Be Able To Show And Manage General Information, Vehicle Registration Details, Vendor Details, Warranty Information, Financial Info, And Depreciation Info. ● The System Must Be Able To Show Operational Costs And The Progress Of The Fleet Requests. ● The System Must Be Able To Show Operational Costs And Progress Of The Fleet Update. ● The System Must Be Able To Show The Operational Cost And Progress Of The Fleet Auction. ● The System Must Be Able To Show Operational Costs And Progress Of The Repair And Maintenance. ● The System Must Be Able To Show The Operational Cost And Progress Of The Decommissioning. ● The System Must Be Able To Show Operational Cost, And Progress Of The Disposal. ● The System Must Be Able To Show Operational Cost, And Progress Of The Fleet Issuance. ● The System Must Be Able To Show Operational Cost, And Progress Of The User Transfer. ● The System Must Be Able To Show A Statistical Overview Of Fleets According To Its Categories And Types (e.g., Motorcycles, Service Vehicles, Heavy Equipment). ● The System Must Be Able To Have An Elaborative List Of Records Of All Fleets And Their Corresponding Information. ● The System Must Be Able To Have Integration With The Asset Management System To Be Able To Handle Instances Of Assets Being Carried On A Vehicle, Allowing Easier Management, Monitoring, And Inventory. ● The System Must Be Able To Create A Comprehensive Inventory Of All Fleets. Each Fleet Is Typically Associated With Relevant Information Such As: ■ Article (service Vehicle, Car, Heavy Equipment) ■ Body No./ Plate No./ Conduction Sticker No. ■ Assigned Department ■ Registration Information ■ Vendor Information ■ Insurance Information ■ Financial Information ■ Depreciation Information ■ Attachments ● Requisition And Issuance Slip ● Par ● Purchase Request ● The System Must Be Able To Have A Feature That Schedules And Tracks Vehicle Maintenance, Including Oil Changes, Tire Rotation,s And Physical Inspections. ● Inventory Management Module ● The System Must Be Accountable For Tracking, Managing, And Maintaining Various Assets And Fleets Owned Or Used By The Academic Institution. ● The System Must Be Able To Maintain A Centralized Database Of University-owned Resources, Including Computers, Equipment, Furniture, And Other Tangible Assets. B.8 Document Management System ● Document Management System (dms) ● The System Must Be Able To Track Both Physical And Electronic Documents. ● The System Must Be Able To Store Electronic Documents, Such As Pdfs, Word Processing Files, And Digital Images Of Paper-based Content. ● The System Must Be Able To Be A Centralized Repository Where Documents Can Be Easily Searched, Accessed, And Updated By Authorized Business Users. ● The System Must Be Able To Define The Recipient’s Routes With Information Such As Time & Date Sent, Time & Date Received, And Remarks. ● The System Must Be Able To Save/download Uploaded Attachments. ● The System Must Be Able To Generate Tracking With A Unique Batch Number As A Tracking Reference. ● The System Must Be Able To Provide Easier Identification Of Status For Users By Using Color Codes. ● The System Must Be Able To Send System Notifications On Printing Barcodes, Tracking Status Changes, Receiving Recipients, And Other System Actionable Functionalities. ● Process Flow Management ● The System Must Allow For The Customization Of Workflows To Accommodate Various Document Types And Other Business Processes. ● The System Must Offer A Visual Interface, Such As A Dashboard, To Display And Monitor Process Flows Efficiently. ● Routing Management ● The System Must Be Able To Automate The Routing Of Documents To Appropriate Individuals Or Departments Based On Predefined Rules And Flow. ● The System Must Be Able To Allow For Dynamic Routing, Where Documents Can Be Rerouted As Needed. ● The System Must Be Able To Provide Real-time Notifications To Users Upon Receipt Of A Document. ● The System Must Be Able To Include A History Log To Track The Routing Path For Auditing Purposes. ● Integration To Hris ● The System Must Be Able To Seamlessly Integrate With The Organization's Hris To Access Employee Information, Such As Names, Email Addresses, And Department Affiliations. ● Barcode Printing Module ● The System Must Be Able To Print Barcode Labels In Batches With A Unique Tag/number. ● The System Must Be Able To Provide Accurate Status Of The Document Based On The Printed/attached Barcode. ● Security Module ● The System Must Be Able To Record The Audit Trail For All The User Actions Inside The System. ● The System Must Provide Document Security And Access Control Depending On The Security Level. ● The System Must Be Able To Create/update Accounts And Give Them Access Rights Depending On The Business User's Role. B.9 Trouble Ticketing System ● Incident Ticket Management ● The System Must Be Able To Create A New Incident Ticket. ● The System Must Be Able To Identify Related Incident Tickets Based On Category, Type, System, And Description During Creation. ● The System Must Be Able To Assign The Incident Ticket To The Appropriate Team Based On The System Defined In The Assignment Rules. ● The System Must Be Able To Filter Incident Ticket Lists Based On State (e.g., Open, In Progress, Hold, Resolved, Closed, And All). ● The System Must Be Able To Show An Overview Of Incident Ticket Statistics, I.e.; ■ Open ■ Inprogress ■ Overdue ■ Overview Of Incident Ticket By Severity And State ● The System Must Be Able To Capture The Notes, Attachments, And Resolution Information. ● The System Must Be Able To Notify The Team Member To Whom The Ticket Is Assigned. ● The System Must Be Able To Notify The Team Manager To Whom The Ticket Is Assigned Whenever A Critical Ticket Is Created. ● Problem Ticket Management ● The System Must Be Able To Create A New Problem Ticket. ● The System Must Be Able To Create A New Problem Ticket From An Existing Incident Ticket. ● The System Must Be Able To Identify Related Tickets Or Problem Tickets Based On Category, Type, System, And Description During Creation. ● The System Must Be Able To Assign The Problem Ticket To The Appropriate Team Based On The System Defined In Assignment Rules. ● The System Must Be Able To Filter Problem Ticket Lists Based On Status (e.g., Open, In Progress, Hold, Resolved, Close,d And All). ● The System Must Be Able To Show An Overview Of Problem Ticket Statistics, I.e.; ■ Open ■ Inprogress ■ Overdue ■ Overview Of Incident Ticket By Severity And State ● The System Must Be Able To Capture The Notes, Attachments, Analysis, And Resolution Information. ● The System Must Be Able To Notify The Team Member To Whom The Ticket Is Assigned. ● The System Must Be Able To Notify The Team Manager To Whom The Ticket Is Assigned Whenever A Critical Ticket Is Created. ● Security Module ● The System Must Ensure That Only Authorized Personnel Can Access And Modify Tickets. ● The System Must Maintain A Detailed Audit Trail Of All Actions Taken On A Ticket To Ensure Accountability And Traceability. B.10 Queueing / Appointment System ● Queueing Admin Module ● The System Must Be Able To Allow Administrators To Manage And Monitor The Entire Queueing Process And Appointments. ● The System Must Be Able To Apply The Concept Of Calling Population To Determine And Measure The Arrival Process Of Customers. ● The System Must Be Able To Have Its Service Counters, Its Own Common Queue, And The Probability Distribution Of Customers’ Service Time. ● The System Must Be Able To Have The First-in-first-out (fifo) Approach To Have A Systematic And Consistent Flow To Maximize The Throughput Of The Customer Service Center. ● The System Must Be Able To Measure The Logical Ordering Of Customers In A Queue And Determine Which Customer Will Be Chosen For Service When The Service Counter Becomes Free. ● The System Must Be Able To Measure Performance Based On Steady-state Average Delay And Steady-state Average Waiting Time In The System. ● The System Must Be Able To Measure The Conversation Steady State Time Average Number In The Queue And The Steady State Time Average Number In The System. ● The System Must Be Able To Administer Parallel Management Through Multiple Counters By Navigating The Queue And Finding The Appropriate Counter For Their Needed Service. ● The System Must Be Able To Allow The Customers To Request Services Without Being Physically Present Throughout The Waiting Time Of The Lineup Of Customers. ● The System Must Be Able To Give Freedom To The Customers To Wait Outside The Premises Of The Branch Upon Enabling Virtual Sign-up. ● Admin Appointment Module ● The System Must Be Able To Manage And Oversee The Scheduling, Modification, And Cancellation Of Appointments. ● Local Kiosk Module ● The System Must Be Able To Provide A Self-service Station That Allows Users (clients, Customers, Or Employees) To Interact With The System For Tasks Like Check-ins, Appointment Booking, Ticket Printing, And Managing Their Queue Status. ● Mobile Kiosk Module ● The System Must Be Able To Provide A Mobile-based Self-service Solution That Enables Users To Interact With The System Directly From Their Smartphones Or Tablets. ● Security Module ● The System Must Be Able To Offer Protection For The System And Its Users By Managing Access, Ensuring Data Privacy, And Preventing Unauthorized Actions. ● Appointment System ● The System Must Be Able To Provide Users To Schedule An Appointment According To Their Needs. ● The System Must Gather Needed Information For The Services That The Customer Wants To Avail Or Request. ● The System Must Have The Feature Of Canceling Or Rescheduling A Registered Appointment Within A Specific Period. ● The System Must Have The Feature Of Sending Out A Notification Or Reminder To The Customer Regarding His/her Appointment. ● As An Admin/ Team Member ● The System Must Be Able To Have A Dashboard To Provide An Overview Of Queues And Appointments From The Web And Mobile Web Access Such As: ■ Currently Serving ■ Next Queue Number ■ Next Appointment Number / Priority Lane (pwd, Senior Citizens, Pregnant) ■ Summary ● The System Must Be Able To Provide A Queuing List Including The Queue’s: ■ Status (unserved, Served, Canceled) ■ Queue Date And Time ■ Last Call Date And Time ■ Called By (counter, Name And Position) ■ Actions (view, Recall/call, Start/end, Cancel, Hold) ● The System Must Be Able To Identify Customer Appointment Referrals Including: ■ Id Number ■ First Name ■ Last Name ● The System Must Be Able To Receive Notification/s When A Certain Appointment Needs To Be Accommodated Within A Specific Period. ● The System Must Be Able To Receive Notification/s When An Appointment Has Been Canceled Or Rescheduled. ● The System Must Be Able To Provide Reports And Data Exports In Excel And Pdf Formats. ● The System Must Have Customization Capabilities And A Control Console. ■ Marquee ■ Advertisements On The Tv Screen ● The System Must Be Able To Track The History Of Registered Appointments And Passed Queues. B.11 Executive Information System ● Executive Dashboard Module ● The System Must Be Able To Allow Configurable Layouts, Enabling Users To Choose, Arrange, And Resize Charts To Suit Their Preferences Or Specific Needs. ● The System Must Be Able To Reflect Almost Real-time Information, Ensuring That Executives Are Always Working With The Latest Data. ● Security Module ● The System Should Be Able To Include A Security Module To Ensure Robust Access Control, Data Protection, And Compliance, Safeguarding Sensitive Information And System Integrity Against Unauthorized Access. ● Dashboard Configuration ● This Module Should Allow The Administrators To Create And Configure The Layout And Content Of Dashboards To Reflect Key Business Metrics And Performance Indicators, Ensuring That The Right Data And Accurate Data Are Properly Presented. ● Access Control ● This Module Should Allow The Administrators To Assign Users Or Groups Of Users Who Will Have Access To The Different Dashboards. B.12 Campus Portal System ● Sso-based User Management System ● The System Must Have Sso (single Sign-on) To Enable Users To Authenticate Once And Automatically Gain Access To Multiple Campus Services, Eliminating The Need To Log In To Each Service Separately. This Seamless Authentication Process Must Enhance User Convenience, Improve Security By Reducing The Number Of Passwords Needed, And Streamline Access To Various Tools And Resources, Saving Time, And Effort For Both Students And Staff. ● Basc Active Directory W/ Configuration ● The System Must Allow Centralized User Management Through Active Directory (ad), Which Stores And Organizes Information About Users, Groups, Computers, And Other Network Resources. ● Web Traffic Statistic ● The System Must Allow The Administrators To Monitor Standard Web Traffic Data, Such As Page Views, No. Of Visitors, Geographic Locations, Duration Of Visits, And Referrals, Integrated With Google Analytics (ga4). ● Content Management ● The System Must Allow The Administrators To Manage And Update The Contents Of The School’s Campus Portal Page. Such As Announcements, Blogs, Calendars, Articles, And Activities. B.13 University Library System ● Cataloging And Inventory Management Module ● The System Must Allow The Cataloging And Inventory Management Of The Library's Collection Of Books, Journals, Dissertations, And Other Materials. ● Circulation Module ● The System Must Allow The Librarian To Monitor The Borrowing, Returning, And Renewing Of Library Materials, Ensuring Efficient And Accurate Tracking Of Resources As They Move Between The Library And The Borrowers. ● Acquisition Module ● The System Must Allow The Processing Of Acquiring New Library Resources, Including Books, Journals, E-books, Multimedia Materials, And Other Educational Or Research Content. ● The System Must Allow The Management Of Book Requisitions From Students And/or Teachers. ● Student Module ● The System Must Allow Students To Access New Library Resources, Including Books, Journals, E-books, Multimedia Materials, And Other Educational Or Research Content. ● The System Must Be Able To Provide The Following Information And Services: ■ Book Details (non-dissertation) ■ Book Details (dissertation) ■ My Library Card ■ Request For Purchase/acquisition ■ Reservation ■ Notices Of Due Dates ■ Notices Of Overdue Penalties ● Librarian Module ● The System Must Have A Dashboard That Shows The Librarian’s Crucial Kpis For The Library Such As: ■ Search Word Statistics ■ Tags And Metadata Of The Book Statistics ■ Circulation Statistics ● Student Request List (book Reservation, Purchase Request, Clearance Request, Dissertation Access Request) ■ This Module Must Allow The Students To Submit Various Types Of Requests Related To Their Academic And Campus Activities. ● Book Reservation ■ This Module Must Allow The Students And Faculty To Reserve Library Books Or Materials. ● Purchase Request ■ This Module Must Enable The Students, Faculty, Or Staff To Submit Requests For Purchasing Books, Equipment, Or Other Materials Needed For Academic Or Administrative Purposes. ● Clearance Request ■ This Module Must Enable The Students, Faculty, Or Staff To Submit Requests For Clearance. ● Dissertation Access Request ■ This Module Must Enable The Students, Faculty, Or Researchers To Request Access To Dissertations Or Theses Stored In The Library’s Collection From The Authors. ● Kiosk (self Check-in And Check-out Student) ● The System Allows The Kiosk To Provide Students With A Self-service Station For Managing Their Borrowing And Return Activities. Using Touch-screen Kiosks Or Other Interactive Devices, Students Can Quickly And Efficiently Check Out Library Materials, Return Items, And Access Various Library Services Without Requiring Staff Intervention. ● Integration With Sso Services ● The System Allows Integrating Single Sign-on (sso) Services With An Application Or System, Providing A Unified Authentication Process That Allows Users To Log In Once And Gain Access To Multiple Connected Systems Or Applications Without Needing To Log In Again For Each Service. B.14 Econference Room With Video Conferencing ● Video Conferencing System ● The System Must Be Able To Provide A Seamless And User-friendly Video Conferencing Experience. ● The System Must Enhance Remote Collaboration And Communication. ● The System Must Have Integrated Audio, Video, And Collaboration Tools For Effective Virtual Meetings. ● The System Must Ensure The Scalability And Flexibility To Accommodate Future Needs. B.15 Mobile Version Module ● Mobile Version ● The System Must Have A Mobile Version Of The Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub Subsystems Website Designed For Smartphones And Tablets. It Gives Students, Professors, Staff, And Stakeholders Easy Access To University Information And Services. ● The System Should Promote Accessibility, Convenience, And A Great User Experience By Allowing Users To Communicate With The University Community Anytime. ● The System Should Accommodate Each Module's Specialized Functionalities While Staying Mobile-friendly And Focusing On Users. ● The System Must Be Able To Receive Notifications. C. Report Requirements These Are The Suggested Reports That Ought To Be Produced By The System To Analyze The Information Systems Trends In Bulacan's Colleges. It Is Recommended That The Data Be Automatically Submitted Through An Api In Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub To Give Basc Staff The Information They Need To Enhance The School Community. C.1 University Information System ● Admission Module ● List Of Applicants - The Overall List Of Potential Students With Their Personal Or Application Information. ● Registrar Module ● Academic Evaluation - Assessment Of A Student's Academic Performance, Conducted By The Institution's Instructors. ● Official List Of Enrollment - Document Provided By The Institution That Confirms The Students That Are Registered Or Enrolled For A Specific Academic Year. ● Diploma - Gives Thorough Details Regarding A Student's Academic Accomplishments And The Diploma's Presentation As Evidence Of Completion Of An Academic Program. ● Registration - A Document That Gives Information About A Student's Course Enrollment At The Institution For A Certain Term Or Semester. ● Shiftee - Document Of Proof For Students Who Are Changing Or Shifting Their Academic Programs Or Courses. ● Student Directory - Comprehensive And Manageable List Of Students Enrolled At The Institution. ● Subject Master List - A Thorough List Or Catalog Of Each Field Or Course That The Educational Institution Offers ● Summary Of Enrollment - Overview Of The Current Enrollment Status Of The Students At The Institution For A Specific Semester Or Academic Year. ● Enrollment Module ● Summary Of Enrolled Students - A Summary Of The Current Student Population, Including Enrollment Data And Demographics. ● Summary Of Unpaid School Fees - Gives A Summary Of The Unpaid Fees That Students Owe For The Current Semester Or Academic Term. ● Summary Of Tuition Fees Collected - Gives A Summary Of The Fees Collected/received From The Students For The Current Semester Or Academic Term. ● Clinic Record Management Module ● Health Management Report - A Document That Typically Focuses On The Health And Wellness Of Its Students And Covers Various Aspects Related To Healthcare Services Offered By The University. C.2 Learning Management System ● Professor Module ● Class Report - A Summary Of The Progress, Performance, And Involvement Of The Students In A Particular Course Or Class. ● Student Transcript Module: ● Subject Modules Report - Provides Comprehensive Insights And Summaries Related To The Modules Listed In A Specific Subject. ● Lesson Plan Report - Generates A Summary Lesson Plan That Is Defined By The Institution Or Organization. C.3 Human Resource Management System And Timekeeping System ● Audit Trail Report: ● Gives A Thorough Account Of All The Actions And Modifications Conducted Within The Hr System. Monitoring User Behavior, Protecting Data Integrity, And Upholding Adherence To Hr Rules And Regulations All Depend On This Report. C.4 Payroll Management System ● Payroll Management System ● Daily Time Record (dtr) - An In-depth Record Of Employees' Daily Attendance That Includes The Total Number Of Hours Worked, The Number Of Leaves Taken, And Other Essential Time-related Data. ● Payslip/s - A Detailed Breakdown Of An Employee's Earnings And Deductions For A Specific Pay Period. ● Payroll Report For A Specific Period - A Complete Summary Of Payroll Costs And Associated Information For A Specific Pay Period. C.5 Assets & Fleet Management System ● This Applies To Both Systems ● Assets And Fleets Reporting - A Document Containing Management Insights For Different Vehicles And Assets Used For Administrative And Academic Purposes. ● Depreciation Tracking - A Detailed Overview And Monitoring Of The Decrease In Value Of Such Assets Over Time Over A Specified Period. C.6 Document Management System ● Document Management System (dms) ● List Of On-hand Documents - Displays A List Of All Of The Documents That Are Available Or Accessible At The Moment Within The System. ● List Of Incoming Documents - Provides An Inventory Of Documents That Have Been Recently Received Or Uploaded Into The System. ● List Of Received Documents - Provides A List Of All The Documents The Institution Has Received In A Given Time Frame. ● List Of Finalized Or Kept Documents - Provides An Inventory Of All The Documents That Have Been Approved, Completed, And Archived In The System. ● List Of Archived Documents - Provides Comprehensive Details About The Documents That Have Been Stored In The System's Archive. ● Details Of Document Batch Tracked - Provides Full Details On The Batches Of Documents That The System Is Tracking. Documents Pertaining To Research Projects, Financial Transactions, Student Records, Admissions, And Other Aspects Of University Operations May Be Included In These Sections. ● Audit Logs Of Documents - Detailed Log Of Every Activity And Modification Performed To Any Document In The System. C.7 Trouble Ticketing System ● Reporting And Analytics ● The Solution Must Be Able To Provide Reports In Different Formats I.e., Pie Graph, Line Graph, Or Bar Graph. ● The Solution Must Be Able To Extract The Following Data Groupings: Open Tickets, Open With Critical Severity, In Progress, Overdue, Not Updated For 7 Days And Older Than 30 Days, And Tickets By State. C.8 Queueing / Appointment System ● The Solution Must Be Able To Generate Reports Which Show The Following: ● Queue List - Presents A Summary Of The System's Appointments And Queue Status At The Given Moment. ● Visitors List - Provides A Summary Of The Visitors' List And The Appointments They Have Made Using The Appointment/queuing System. ● Advertisements - Provides An Overview Of Advertisements And The Details That Are Displayed In The System. ● Queue Service - Presents An Overview Of The Queue Service Availability And Performance Within The Queueing/appointment System. ● Audit Trail - List Of Users' Activities On Who Approves, Disapproves, Cancels, And Reschedules Appointments. C.9 Executive Information System ● Reporting And Dashboard ● All-in-one Reporting, Dash Boarding, And Analysis. The Solution Should Support Multiple Use Cases Of Visualization Software Including Reporting, Interactive Analysis, And Business Intelligence. C.10 Campus Portal System ● Web Traffic Report ● The Web Traffic Report Provides Insights Into The Usage Patterns And Trends Within The Campus Portal, Offering Valuable Information About How Users Interact With The Platform. This Report Encompasses Various Metrics And Analytics That Help Administrators And Stakeholders Understand The Effectiveness Of The Portal And Identify Areas For Improvement. Key Components Of The Web Traffic Report Include: ■ Page Views: This Metric Quantifies The Total Number Of Times Each Page Within The Portal Has Been Viewed By Users Over A Specified Period. It Helps Gauge The Popularity And Relevance Of Different Sections Or Features Of The Portal. ● Unique Visitors: Unique Visitors Represent The Number Of Distinct Individuals Who Have Accessed The Portal Within A Given Timeframe. Tracking Unique Visitors Provides A Measure Of The Portal's Reach And User Engagement. ● Traffic Sources: Understanding Where The Traffic Originates From Can Provide Insights Into The Effectiveness Of Marketing Efforts Or The Impact Of External Events. Traffic Sources May Include Direct Visits, Referrals From Other Websites, Search Engines, Or Social Media Platforms. ● Bounce Rate: The Bounce Rate Indicates The Percentage Of Visitors Who Navigate Away From The Portal After Viewing Only One Page. A High Bounce Rate May Suggest Issues With Content Relevance, User Experience, Or Site Performance. ● User Demographics: Analyzing Demographic Data Such As Geographic Location, Device Type, And Browser Preferences Can Help Tailor The Portal's Content And Optimize Its Compatibility Across Different Platforms. ● Session Duration: This Metric Measures The Average Amount Of Time Users Spend On The Portal During Each Visit. Longer Session Durations Generally Indicate Higher User Engagement And Interest In The Provided Content. ● Popular Pages: Identifying The Most Visited Pages Or Sections Of The Portal Can Inform Content Prioritization And Resource Allocation Efforts. It Also Highlights Areas Of Interest Or Importance To The User Community. ● Audit Logs Report ● The Audit Logs Report Offers A Comprehensive Overview Of All Activities And Interactions Within The Campus Portal, Serving As A Vital Tool For Monitoring Compliance, Security, And Accountability. By Maintaining Detailed Records Of User Actions, System Events, And Administrative Changes, The Audit Logs Report Enables Administrators To Track User Behavior, Detect Anomalies, And Investigate Incidents Effectively. Key Features Of The Audit Logs Report Include: ■ User Activity Tracking: Every Action Performed By Users Within The Portal, Such As Login Attempts, File Uploads, Document Downloads, And Profile Modifications, Is Logged And Timestamped For Auditing Purposes. ■ Access Control Monitoring: The Report Monitors Changes To User Permissions, Role Assignments, And Access Privileges, Ensuring That Only Authorized Individuals Can View Or Modify Sensitive Information. ■ System Events Recording: Critical System Events, Including Software Updates, Database Modifications, Error Messages, And Security Alerts, Are Recorded To Facilitate Troubleshooting And Maintain System Integrity. ■ Compliance Verification: By Documenting Compliance-related Activities, Such As Data Access Requests, Consent Agreements, And Policy Acknowledgments, The Audit Logs Report Helps Organizations Demonstrate Adherence To Regulatory Requirements And Internal Policies. C.11 University Library System ● Reporting And Analytics Module ● The System Must Enable The Library To Gather, Analyze, And Present Data Related To Its Operations And Performance. ● The Solution Must Be Able To Generate Reports That Show The List Of Patrons. D. System Requirements • Sso Should Be Able To Manage People's Information And Authentication Of Security. • Hris Should Be Able To Manage The Employee Information • The System Should Be Developed Using The Coreui Framework. • The System Shall Support Connectivity And Access To Data Stored In Relational Ms– -sql Databases. • The System Must Support Interfaces To Common Packaged Applications Via The Standard Application Interface Provided. • The System Shall Support Paperless Reporting. • The System Shall Support Mobile (android & Ios) Devices. • The System Shall Support Web Desktop And Mobile Web Access. • A System With Superior Wide Area Network (wan) Performance, Highly Secured Features/functionalities, And Uses Web–enabled Workflow Systems Available To The Offices. E. Supply, Delivery, And Implementation E.1 University Information System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Server Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration (qa) 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.2 Learning Management System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.3 Cashiering System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.4 Human Resource Information System Infrastructure 1. Twenty (20) Units - Biometric - Time & Attendance A. Must Support Up To 1,500 Fingerprints, Up To 100,000 Records, And Up To 2,000 Cards (optional). B. Must Support Multi-languages. C. Must Have Communication: Tcp/ip, Usb-host, Wi-fi (optional). D. Must Have High Verification Speed. E. Must Have Professional Firmware And Platform. 2. One (1) Unit - Desktop Computer A. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) B. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) C. Operating System (os): Windows 11 Or Higher D. Memory: 16 Gb (or Higher) E. Storage: 500 Gb Ssd (or Higher) F. Display: 14” Display G. Graphic Card: Integrated Graphics H. Camera: 1080p Fhd Ir/rgb Hybrid I. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above J. Ethernet Port Or Usb K. Power Cord: At Least 45w L. Warranty: 1 Year Courier Or Carry-in M. Must Have 1*650va Ups 3. One (1) Service - Vulnerability And Pen-testing 4. One (1) Service - Database Modelling Design Services 5. One (1) Service - Installation And Configuration Services 6. One (1) Service - Application Installation 7. One (1) Service - User Workflow Integration 8. One (1) Service - Ssl And Dns Configuration 9. One (1) Service - Integration To Basc Rdbms Database 10. One (1) Service - Data Migration 11. One (1) Service - Project Management Services 12. One (1) Service - User Acceptance Testing (uat) 13. One (1) Service - User Training Services 14. One (1) Service - Scaling And Optimization 15. One (1) Service - Manpower Cost 16. One (1) Service - Mobilization Cost 17. Two (2) Years - Support 18. One (1) Year - Warranty E.5 Payroll Management System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization Of Payroll Management System 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.6 Assets & Fleet Management System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.7 Document Management System Infrastructure 1. Ten (10) Units - Barcode Printer A. Should Be Capable Of Printing High-quality, Durable Barcodes On Various Label Materials. B. Should Offer Customizable Printing Options, Including Label Size, Orientation, And Font. C. Must Be Easy To Integrate With The Document Management System For Automated Barcode Generation And Printing. 2. One-hundred (100) Rolls - 2 X 1 Risen Label Sticker (2688 Stickers Per Roll) A. Should Be Durable And Resistant To Wear And Tear. B. Must Be Compatible With The Chosen Barcode Printer. 3. One-hundred (100) Rolls - 2 X 1 Ribbon For Risen Label Sticker (4 Rolls Sticker: 1 Ribbon) A. Should Produce Clear And Legible Barcode Prints. B. Must Be Compatible With The Chosen Barcode Printer And Label Stickers. C. Should Provide A Long Print Life And Minimize Ribbon Wastage. 4. Twenty (20) Units - Industrial Doc Imaging Machine A. Should Be Capable Of High-volume, High-speed Scanning Of Various Document Types (e.g., Paper, Plastic Cards). B. Must Offer Advanced Image Processing Features, Such As Automatic Document Feeding, Image Enhancement, And Ocr. C. Should Be Durable And Reliable, Suitable For Heavy-duty Use In Industrial Environments. D. Must Be Easy To Integrate With The Document Management System For Automated Image Capture And Indexing. 5. Three (3) Units -departamental Doc Imaging Machine A. Should Be Suitable For Lower-volume Scanning Needs In Departmental Settings. B. Must Offer Basic Image Processing Features, Such As Automatic Document Feeding And Image Enhancement. C. Should Be Compact And Easy To Use. D. Must Be Compatible With The Document Tracking System For Automated Image Capture And Indexing. 6. Twelve (12) Units -departamental Doc Imaging Machine Peripherals A. Should Include Necessary Accessories For Efficient Document Scanning, Such As Paper Trays, Feeder Units, And Cleaning Kits. B. Must Be Compatible With The Chosen Departmental Doc Imaging Machine. C. Should Be Easy To Install And Maintain. 7. Forty (40) Units -barcode Scanner A. Should Be Capable Of Accurately Scanning Various Barcode Types. B. Must Offer High-speed Scanning And Reliable Performance. C. Should Be Durable And Ergonomic, Suitable For Frequent Use. D. Must Be Easy To Integrate With The Document Management System For Automated Data Entry And Workflow Triggering. 8. One (1) Service - Vulnerability And Pen-testing 9. One (1) Service - Database Modelling Design Services 10. One (1) Service - Installation And Configuration Services 11. One (1) Service - Application Installation 12. One (1) Service - User Workflow Integration 13. One (1) Service - Ssl And Dns Configuration 14. One (1) Service - Integration To Basc Rdbms Database 15. One (1) Service - Data Migration 16. One (1) Service - Project Management Services 17. One (1) Service - User Acceptance Testing (uat) 18. One (1) Service - User Training Services 19. One (1) Service - Scaling And Optimization 20. One (1) Service - Manpower Cost 21. One (1) Service - Mobilization Cost 22. Two (2) Years - Support 23. One (1) Year - Warranty E.8 Trouble Ticketing System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.9 Queueing / Appointment System Infrastructure 1. Six (6) Units - Kiosk Stand With Touch Screen Monitor And Printer 2. Six (6) Units - Kiosk Audio Panel 3. Twelve (12) Units - Kiosk Interactive 65” Smart Tv 4. One Million (1m) Credits - Sms 5. One (1) Service - Vulnerability And Pen-testing 6. One (1) Service - Database Modelling Design Services 7. One (1) Service - Installation And Configuration Services 8. One (1) Service - Application Installation 9. One (1) Service - User Workflow Integration 10. One (1) Service - Ssl And Dns Configuration 11. One (1) Service - Integration To Basc Rdbms Database 12. One (1) Service - Data Migration 13. One (1) Service - Project Management Services 14. One (1) Service -user Acceptance Testing (uat) 15. One (1) Service - User Training Services 16. One (1) Service - Scaling And Optimization 17. One (1) Service - Manpower Cost 18. One (1) Service - Mobilization Cost 19. Two (2) Years - Support 20. One (1) Year - Warranty E.10 Executive Information System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.11 Campus Portal System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service -installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service -project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.12 University Library System Infrastructure 1. One (1) Unit - Kiosk (self Check-in & Self Check-out) With Monitor And Barcode Reader. 2. Fifty Thousand (50,000) Pcs - Rfid Tags For Books 3. Two (2) Units - Rfid Reader 4. One (1) Unit - Barcode Printer 5. Twenty Five (25) Rolls - Barcode Sticker 6. One (1) Unit - Barcode 3d Scanner 7. One (1) Service - Vulnerability And Pen-testing 8. One (1) Service - Database Modelling Design Services 9. One (1) Service - Installation And Configuration Services 10. One (1) Service - Application Installation 11. One (1) Service - User Workflow Integration 12. One (1) Service - Ssl And Dns Configuration 13. One (1) Service - Integration To Basc Rdbms Database 14. One (1) Service - Data Migration 15. One (1) Service - Project Management Services 16. One (1) Service - User Acceptance Testing (uat) 17. One (1) Service - User Training Services 18. One (1) Service - Scaling And Optimization 19. One (1) Service - Manpower Cost 20. One (1) Service - Mobilization Cost 21. Two (2) Years - Support 22. One (1) Year - Warranty E.13 Internet Connectivity 1. Eighteen (18) Months - Speed Requirement: 5 Gbps Bandwidth A. Connection Should Be Of Cable Type, Preferably Fiber-optic; Wireless Solutions May Be Considered. B. No Limitations On Traffic/ports; Bandwidth Capacity Should Be Ensured Through A Direct Ip Connection. C. A Subnet Of At Least 14 Static Publicly Routable Ip Addresses Is Required. D. Service Reliability Must Be Ensured. Overall Uptime Should Not Be Less Than 99%. E. All Necessary Hardware, Cabling, And Software (if Required For Internet Service) Should Be Provided And Set Up By The Provider. F. Support Managed Vpn Services. G. Isp Must Be Able To Manage The Customer Premises Equipment (cpe) To Be Installed In The Bulacan Agricultural State College. H. Traffic Management, Network Monitoring, And Access To Raw Log Files. I. Fiber Optic Connectivity From The Isp To The Internet Backbone. 2. One (1) Unit - Multiple Wan Router 3. One (1) Unit - Core Routing Switch 4. Four (4) Units - Distribution Switch 5. Ten (10) Units - Qsfp+ Module Xq+cm0000-xs+ 6. One (1) Service - Project Management Services Network Configuration Services 7. One (1) Service - Training And Knowledge Transfer 8. One (1) Service - Scaling And Optimization (testing And Analysis By Fluke Systems) 9. One (1) Service - Manpower Cost 10. One (1) Service - Mobilization Cost 11. Two (2) Years - Support 12. One (1) Year - Defect Liability E.14 Campus Network System 1. Ninety-four (94) Units - Indoor Wireless Access Points A. The Proposed Equipment Shall Support 802.11a/b/g/n/ac/ac Wave2/ax Protocol B. Triple-band Design, Support 2*2 Mimo, 2.4g ≥570mbps, 5g ≥3200 Mbps, The Maximum Speed ≥3.8gbps. C. Support Built-in Omnidirectional Antenna D. 1 Gigabit Ethernet Port E. 1*micro-usb Port F. Support 802.3at Standard Poe Power Supply And Power Adaptor G. Ap Full Load Working Power Consumption ≤ 17.5w H. Ap Transmit Power ≤20dbm (smaller Than 100mw), And Power Can Be Adjusted (adjustment Granularity Is 1dbm, Adjustment Range Is 3dbm~27dbm) I. Protection Degree≥41 J. Operating Temperature: -10~50℃, Humidity:5%~95% Non-condensing K. Maximum Concurrent Client ≤ 256 L. Support For Ssid-based Access User Limit M. Support Virtual Ap Technology, The Number Of Ssid Per Rf ≥16, Per Ap ≥32; N. Support Hiding Of Ssid O. Support Multiple Vlans Per Ssid P. Support Standalone Mode And Controller-based Mode, The Controller Must Be On-premise. Q. Ap Supports Tunnel Mode And Bridge Mode. Each Ssid Can Choose Its Own Working Mode. R. Support Ap Zero Configuration, Support Layer 2 And Layer 3 Discovery, Dhcp Option43, Dns Domain Name, And Other Network Access Controller Automatic Discovery Mechanisms S. Supports Ap Deployment Across Layer 3 Network, Wan, And Nat, And Supports Management Tunnel Encryption With Network Access Controller. T. Support The Service Sense Via Ai Rf, Including Connection And Delay For Network Access, Dhcp, Gateway, Dns, Internet And Other Server Address U. Support The Environment Sense Via Ai Rf, Including Channel Utilization, Co-channel Ap, Interference Ssid V. Supports 802.1x, Portal, Mac Address Authentication, Ca Certificate Authentication, Qr Code Approval Authentication, Sms Authentication, App Authentication, Guest Account, Facebook, 802.1x Wep, Wpa, Wpa2, And Other Authentication Methods; W. Support 802.11i, Aes, Tkip, And Other Encryption Methods X. Support Wips/anti-phishing Wifi Via Independent Rf (non-user Connected Radio Frequency) To Conduct Real-time Detection, Alarm, And Countermeasures For Illegal Access Points. Y. Support East-west Traffic Security, By Detecting Abnormal Behavior To Block Viruses Within The Intranet Z. Support Ap Vpn, An Encrypted Communication Tunnel Can Be Established Across The Internet And Remote Wireless Controllers For Encrypted Remote Access, The Ap Vpn Should Also Support Bidirectional Access From Site To Site. Aa. Support Intelligent Load Balancing Based On The Number Of Users, Signal Strength, And Channel Utilization, And Automatically Balance The Access Pressure Between Aps Bb. Support Rf Guiding Function To Guide Wireless Terminals To Preferentially Access 5g Frequency Bands With Low Interference Cc. Supports Fit Ap Switching To Gateway Mode (non-fat Ap Mode), Supports Pppoe Dial-up, Static Ip, And Dhcp. Dd. Support Dhcp Server And Dns Proxy Ee. Support The Wireless Controller Escape Function, When The Wireless Controller Is Down, The Ap Still Can Guarantee The Normal Online Access Of Online Users, And Ensure That New Users Can Also Connect To The Wireless Network Through Authentication; 2. One (1) Lot - Network Access Controller A. The Proposed Controller Shall Support At Least 5 Service Ports, 1 Rj45 Console Port, 1 Rj45 Manage Port, 2 Usb Ports, And 2 Expansion Slots. B. The Proposed Controller Shall Support Up To 1200 Access Points. C. The Proposed Controller Shall Support At Least 8 Built-in Captive Portal Templates. D. The Proposed Controller Shall Support Access Controller And Qos-based Applications And Urls. The Application Fingerprints In The Controller Database Should Be Larger Than 6400 At Least One Year Application And A Url Update License Should Be Included E. The Proposed Controller Shall Support A Questionnaire Survey And The Survey Result Can Be Shown In The Controller F. Web Ui To Show Survey Results In The Controller G. The Proposed Controller Can Configure The Time/data Quota Policy For Wi-fi Users. H. The Proposed Controller Shall Support The Topology Of The Switch. I. The Proposed Controller Shall Support The Big Data Analysis For The Guests, And Staff. The Content Should Include The Favorite Application, Online Duration, Time Starts, And Checkout. J. The Proposed Controller Shall Be Capable Of Identifying Terminal Types And Assigning The Different Policy-based Terminal Types. K. The Proposed Controller Shall Support The Graphical Dhcp Address Pool From The Controller And Switch And Can View The Following Information In Each Address Pool: I. Conflict Ip Address Ii. Terminal Devices Fail To Obtain An Ip Address Iii. Address Pool Utilization Iv. Ip Allocation Times Distribution L. The Proposed Controller Can Be Used As The Gateway, Support Ppoe, Nat, Policy-based Routing, Dhcp Server, Dhcp Replay, Provide Authentication And Access Controller For Both Wired And Wireless Users, M. The Proposed Software Controller Shall Support The Following: I. 802.1x Authentication Ii. Portal Authentication Iii. Mac Address-based Authentication N. Also Need To Support The Integration With Radius, Ldap, Ad, And Other Databases O. The Proposed Controller Shall Support Viewing Of The Following Status Of Ap. I. Power Supply Load Ii. System Resources (memory, Cpu) Iii. Chip Resources (mac Table, Arp Table, Acl Table, Route Table Utilization) Iv. Packet Drop Ratio V. Jumbo/normal Frame Vi. Traffic Load Vii. Packet Analysis (broadcast, Multicast, And Unicast Packets) Viii. Network Protocol Packet Receiving Rate Analysis (dhcp, Icmp, Arp, And Tcp Packet Rate) P. The Proposed Controller Shall Support A Security Log To View Switch Attack Events, Including Event Types, Attacker Mac Address, And Attack Device Types. Q. The Proposed Controller Shall Support The Binding Of Terminals To Ip Based On Switch Port Groups, And The Binding Of Terminals And Ports Based On Switch Port Groups. R. The Proposed Controller Manufacturer Shall Have A Cmmi5 Certificate To Ensure The Maturity Of The Product Software. S. The Proposed Brand Must Be Iso 9001 Certified 3. Forty-seven (47) Units - Access Poe Switch A. The Proposed Equipment Shall Have At Least I. 24 Gigabit Ethernet Poe Ports Ii. 4* Sfp+ Ports B. The Proposed Equipment Shall Support Ieee 802.3af/at Power Supply Standard, Single Port Maximum Output Poe Power 30w, The Whole Machine Maximum Output Poe Power 370w C. The Proposed Equipment Shall Have A Console Port D. The Proposed Equipment Shall Support Standalone Web Gui Management And Controller-based Management. E. The Proposed Equipment Shall Have A Switching Capacity Of At Least 336gbps F. The Proposed Equipment Shall Have Packet Forwarding Of At Least 108mpps G. The Proposed Equipment Shall Support Acl Policies Based On Single-port And Aggregation Of Interfaces. H. The Proposed Equipment Shall Support Acl Policies Based On Source Ip Address And Mac Address. I. The Proposed Equipment Shall Support Acl Policies Based On Protocols (ospf, Udp, Arp) J. The Proposed Equipment Shall Support Time-based Acl Policies K. The Proposed Equipment Shall Support 802.1p, Ip And Service Level, Dscp Priority Settings L. The Proposed Equipment Shall Support Traffic Shaping; And Packet Forwarding Rate Setting Based On The Outbound And Inbound Directions Of Switch Ports. M. The Proposed Equipment Shall Support Cos And Dscp Priority Mapping Based On Switch Groups N. The Proposed Equipment Shall Support Congestion Management That Supports Multiple Scheduling Modes To Implement Traffic Based On Packet Or Port Priority. O. The Proposed Equipment Shall Support Port Mirroring And Redirection. P. The Proposed Equipment Shall Support Dhcp Snooping, Dhcp Server Q. The Proposed Equipment Shall Support The Spanning Tree Protocol (stp, Rstp, Mstp) R. The Proposed Equipment Shall Support Igmp V1/v2/v3 Snooping S. The Proposed Equipment Shall Support 4,000 Vlan T. The Proposed Equipment Shall Support 16,000 Mac Address U. The Proposed Equipment Shall Support Mac Address Dynamic Learning V. The Proposed Equipment Shall Support Mac Address Filtering W. The Proposed Equipment Shall Support Mac Address Learning Limit X. The Proposed Equipment Shall Support Link Aggregation Y. The Proposed Equipment Shall Support M-lag Technology, Cross-device Link Aggregation Z. The Proposed Equipment Shall Have Layer 3 Routing Protocols Such As Static Routing, Rip, Ospf, Vrrp Aa. The Proposed Equipment Shall Support East-west Traffic Security With Policies Based On Area Or User Role, And Prevent The Virus Spread Within The Intranet Bb. The Proposed Equipment Shall Support Topology In The Controller, Configuration And Status Checking Can Be Done By Clicking The Topology. Cc. The Proposed Equipment Shall Support The Replacement By One Click On The Controller Platform To Replace The Defective Device Dd. The Proposed Equipment Manufacturer Shall Have A Cmmi5 Certificate To Ensure The Maturity Of The Product Software Ee. The Proposed Brand Must Be Iso 9001 Certified 4. One (1) Lot - Installation Consumables 5. One (1) Service - Network Design, Consultation (signed By Pece) And Permits 6. One (1) Service - Project Management Services 7. One (1) Service - Switch & Access Point Installation 8. One (1) Service -network Configuration Services 9. One (1) Service - User's Training And Knowledge Transfer 10. One (1) Service - Scaling And Optimization (testing And Analysis By Fluke Systems) 11. One (1) Service - Manpower Cost 12. One (1) Service - Mobilization Cost 13. One (1) Service - Forwarding Cost 14. One (1) Year - Campus Network System Defect Liability (base Bundle Warranty-support) A. 1-year Warranty For All Active Devices B. 1-year Subscription To Licenses C. 1-year Workmanship Warranty And After-sales Support E.15 Fiber Optics Works 1. Fiber Optics Passive Components A. Thirteen Thousand (13,000) Meters - Fiber Optic Cable Single Mode I. 8-core Single-mode 8 Ii. Fiber Type=g.652.d And G.657.a1, Teraspeed, Os2 Iii. Armored-type Corrugated Steel Iv. Stranded Loose-tube Cable-type V. Gel-free Sub-unit Type B. Forty-seven (47) Units - Fms Panel I. 1u Standard Size 19” Ii. Includes 6 X Lc Sm Adaptors (12f) Iii. Includes 12 X Sm Lc Pigtails Iv. Includes 12 X Splice Protectors V. With Splice Tray And Cable Glands (12 Port Loaded) C. One (1) Unit - Epx 4u Sliding Panel Splicing Cassette I. Symmetrical Body Style Ii. Sliding Shelf Iii. Splicing Type = Heat Shrink, Single Fiber Fusion Iv. Dimension: 44.45h X 482.6w X 320d Mm V. Powder Coated Finish D. Sixteen (16) Units - G2 Splice Cassette 24lc/upc With Internal Shutters Os2 With Pigtails I. Lc/upc Interface Ii. Method A Polarity Iii. Shuttered Iv. Maximum Insertion Loss = 0.25db V. Minimum Return Loss = 50db E. One Hundred Eighty-eight (188) Pcs - Fiber Patch Cords I. Lc-lc Patch Cord Ii. 1.6mm Duplex Iii. Riser Single Mode Os2, 0.9m F. Forty-seven (47) Units - Data Cabinet 15u I. Wall-mounted Type Ii. 600 X 600mm X 15u Dimension Iii. Glass Door With Lock With 8-gang Pdu G. One (1) Lot - Handhole Fabrication And Heat Shrinkable Seal Fiber Optic Splice Dome Closure I. With 24-core Pigtail Splicing Plate Termination H. One (1) Lot - Earth Ground Material And Accessories 2. Fiber Optics Active Components A. Two (2) Units - Network Core Switches I. 24-ports 10ge Layer 3 Managed Core And Aggregation Switch Ii. With 4 X 25g Ports Backward Compatible With 10g Iii. With 40g Uplink Capability Iv. With 150w Ac Power Module V. 19” Rack-mountable Vi. Steel Case B. Forty-seven (47) Units - Network Managed Switch I. 24-ports Layer 2 Managed Switch Ii. With 4 X 10g Uplink Ports Iii. 19” Rack-mountable Iv. Steel Case C. Four (4) Units - 40g Transceiver Modules I. 40g Lr Single-mode Fiber Module Ii. Qspf+ Transceiver Iii. Lc (1310nm) D. Ninety-four (94) Units - 10g Transceiver Modules I. 10g Lr Single-mode Fiber Module Ii. Qspf+ Transceiver Iii. Lc (1310nm) 3. One (1) Service - Roughing Ins Cost (piping Of Foc Per Building, Pvc/hdpe Pipes, Pullbox 10" X 10" X 6", Metal Clamps, Tox & Screws, Gi Wire) 4. One (1) Service - Labor Cost: Horizontal Direct Drilling (hdd) Wire Pulling, Roughing Ins For Expose Foc Going To Idf And/mdf 5. One (1) Service - Termination/splicing Of Pigtail Connectors/otdr Testing 6. One (1) Service - Electronic Permit Layout And Design (as-built Plan) 7. One (1) Service - Network Design And Consultation (signed By Pece) 8. One (1) Service - Project Management Services 9. One (1) Service - Switch Installation 10. One (1) Service - Network Configuration Services 11. One (1) Service - Training And Knowledge Transfer 12. One (1) Service - Cable Testing And Analysis By Fluke Systems 13. One (1) Service - Scaling And Optimization Of Network Security 14. One (1) Service - Manpower Cost 15. One (1) Service - Mobilization Cost 16. One (1) Service - Forwarding Cost 17. One (1) Year - Defect Liability 18. One (1) Year - Fiber Optic Passive Components Support Warranty A. 1-year Warranty For All Active Devices B. 1-year Subscription To Licenses C. 1-year Workmanship Warranty And After-sales Support E.16 Structured Cabling Works 1. Structured Cabling Passive Components A. Sixty-seven (67) Units – 24-ports 1u Keystone-type Patch Panel With Io Assembly I. 24-ports 1u Keystone Blank Panel Ii. 24-pcs Cat6+ Modular Jack, Rj45 Keyconnect Style B. One Thousand Four Hundred Thirty-three (1,433) Pcs – Cat6+ Modular Jack I. Cat6+ Modular Jack, Rj45 Keyconnect Style Ii. T568 A/b Wiring Scheme C. One Thousand Four Hundred Thirty-three (1,433) Pcs – 1-meter Cat6 Stranded Patch Cord I. 1-meter Cat6 Stranded Patch Cord Ii. T568b- Standard Machine-made Termination D. One Thousand Four Hundred Thirty-three (1,433) Pcs – 2 Meters Cat6 Stranded Patch Cord I. 2-meter Branded Cat6 Stranded Patch Cord Ii. T568b- Standard Machine-made Termination E. Sixty-seven (67) Units – Cable Organizer 1u I. 24 Slots Plastic With Cover F. Three Hundred Seventy-five (375) Rolls– Utp Cat6 Pure Copper I. Solid Bare-copper 24awg 4-pairs Ii. Pe-polyethylene Insulation Material Iii. 0.97 Mm Insulation Diameter Iv. Outer Jacket = Pvc Polyvinyl Chloride V. Operating Temperature = -20°c To +75°c Vi. Bending Radius = 23.2 Mm (0.913 In) G. Sixty-seven (67) Units – 15u Data Cabinet 600 X 600mm I. Wall-mounted Type Ii. 600 X 600mm Iii. Glass Door With Lock Iv. With 8-gang Pdu H. Sixty-seven (67) Sets – Fabricated Data Cabinet Bracket I. Five Hundred Fifteen (515) Pcs – Simplex Faceplate I. Keyconnect Faceplates, 1-port Ii. Plastic-made J. One Hundred Thirty-three (130) Pcs – Duplex Faceplate I. Keyconnect Faceplates, 2-ports Ii. Plastic-made K. Six Hundred Forty-five (645) Pcs – Faceplate Box I. Standard, Rectangular 2. Structured Cabling Active Components Technical Specification A. Seventy-two (72) Units – 24-ports L2+ Gigabit Switch + 4-sfp Ports Rack-mountable Ii. 24 X Gigabit Rj45 Iii. 4 X 10g Sfp+ Ports Iv. 19” Standard Size Rack-mountable B. Eighty-one (81) Units – 24-ports L2+ High-poe Switch Gigabit, With 4-sfp Module Rack-mountable I. 24 X Gigabit Poe Ports Ii. 4 X Sfp+ Slots Iii. 19” Standards Size Rack-mountable Iv. Poe Budget: At Least 370w C. Six (6) Units – 16-ports Aggregation Switch With 16-ports 10ge Ports I. 16 X 10g Sfp+ Slots Ii. 1u Rack Mountable 19” Iii. 802.3at/af D. Three Hundred Six (306) Units – Sfp+ Module, Single Mode Lc Connector I. 1310nm Single Mode Ii. Lc Duplex Connector Iii. Up To 10km Distance E. Three Hundred Six (306) Pcs – Lc Fiber Patch Cord I. Lc-lc Patch Cord Ii. 1.6mm Duplex Iii. Riser Single Mode Os2 0.9m F. Sixty-seven (67) Units – 1kva Ups, Tower Type I. 1000va/600w Ratings Ii. 1 X 12v/9ah Battery Iii. 4 X Universal Socket Iv. Not More Than 5.3kg G. One (1) Unit – 5kva Ups 4u, Online I. 5000va/5000w Ii. Dimension: Not Bigger Than 420 X 630 X 217mm Iii. Operating Voltage = 176 To 288 Vac Iv. Maximum Allowable Voltage = 288 Vac V. Input Frequency Without Battery Operation = 40 To 70hz Vi. Factory Default Voltage = 230 Vac Vii. Waveform = Pure Sinewave Viii. Backup Time At Full Load = 7 Ix. Backup Time At Half Load = 18.5 X. Audible Noise <55dba H. Sixty-seven (67) Units– Pdu With Reset And Switch, Metal Case I. 8-gang Metal With Reset Button Ii. Standard 19’’ Rack Mountable 3. Structured Cabling Roughing-ins A. One (1) Lot – Conduiting/piping Materials B. One (1) Lot – Cable Tray, Cable Ladder And Support Assembly (noc) C. One (1) Lot – Cable Tray Support & Hangers (distribution Per Building) D. One (1) Lot – Restoration Materials E. One (1) Lot – Cable Distribution Materials F. One (1) Lot – Grounding Materials, Installation And Consumables G. One (1) Lot – External Cabling Materials 4. One (1) Service - Network Design And Consultation (signed By Pece) 5. One (1) Service - Project Management Services 6. One (1) Service- Switch Installation 7. One (1) Service - Network Configuration Services 8. One (1) Service - Training And Knowledge Transfer 9. One (1) Service - External Cabling 10. One (1) Service - Scaling And Optimization (cable Testing And Analysis By Fluke Systems) 11. One (1) Service - Manpower Cost 12. One (1) Service - Mobilization Cost 13. One (1) Service - Forwarding Cost 14. One (1) Year - Service -structured Cabling Works Defect Liability 15. One (1) Year - Structured Cabling Passive Components Support Warranty A. 1-year Warranty For All Active Devices B. 1-year Workmanship Warranty And After-sales Support E.17 It Security Operations Center & Network Operations Center 1. One (1) Lot – Indoor Video Wall A. One (1) Lot – Led Panel I. Must Have 4.2x2.025m P0.9375 Indoor Led Screen Ii. Led Lamp Parameter: Color Configuration: Rgb 3in1, Color: Red, Green, Blue, Luminance: 990-1210 Mcd, 1980-2420 Mcd, 495-605 Mcd, Viewing Angle: 160º/160º, Wavelength: 625-630 Nm, 520-525 Nm, 465-470 Nm Iii. Must Have Led Module Parameter: Pixel Pitch(mm) 0.9375, Iv. Pixel Configuration Cob, Module Size(mm) W 300 H 168.75, Module Resolution(dots) W 320 H 180, Drive Ic Icn1069 V. Must Have Led Cabinet Parameter: Cabinet Size (mm) W 600 H 337.5, Cabinet Resolution (dots) W 640 H 360, Cabinet Pixels (dots) 230400, Cabinet Material Die Casting Aluminum, Cabinet Weight (kg) 4.8 Vi. Must Have Led Screen Parameter: Screen Size(m)w 4.2 W 2.025 H, Screen Resolution(dots)w 4480 W 2160 H, Cabinet Quantity(pc)w 7 W 6 H, Pixel Density(pixel/m2) 1137778, Brightness(cd/m2) 600, Brightness Adjusted 256 Grade By Software Or By Auto-optic Induced, Driving Method 1/46 Scan Display Color 439, 804, 651, 110, Viewing Distance (m) ≥0.9375m, View Angle Horizontal 160°; Vertical 160° Color Contrast Ratio 5000:1, Gray Grade 16bit, Refresh Frequency (hz) 3840, Protective Grade Ip43, Working Temperature(ºc) -30~+70, Stored Temperature (ºc) -40~+80, Operation Humidity(rh) 0-95%, Lifetime 100,000 Hrs Maintenance Front Side Working Voltage Ac110 / Ac220v±10% 47~63hz, Power Consumption Max: 800w/㎡ ; Ave:310w/㎡" B. One (1) Unit – Controller I. Must Have Three Kinds Of Led 4k Sending Cards: (1) − H_20xrj45 Sending Card Loads Up To 13,000,000 Pixels, (2) − H_16xrj45+2xfiber Sending Card Loads Up To 10,400,000 Pixels And Provides Two Opt Ports That Copy The Outputs On Ethernet Ports, (3) − H_4xfiber Sending Card Loads Up To 20,800,000 Pixels And Supports Three Working Modes, Including Independent, Copy And Backup. The Three Cards Mentioned Above Cannot Be Used Together To Load The Same Screen. Ii. Must Have Multi-capacity Configuration On A Single Card Slot: − 4x 2k×1k@60hz, − 2x 4k×1k@60hz, − 1x 4k×2k@60hz Iii. Must Have A Simple Screen Configuration Using A Single Card And Connector Iv. Must Have Online Status Monitoring Of All Input And Output Cards V. Must Have Hot-swappable Input And Output Cards Vi. Must Have An H_2xrj45 Ip Input Card That Supports Up To 512 Ip Camera Inputs And Input Mosaic. Vii. Must Have Auto Decryption Of Hdcp-encrypted Sources Viii. Must Have Decimal Frame Rates Supported Ix. Must Have Hdr10 And Hlg Processing X. Each Screen Can Have Its Output Resolution. Xi. Must-have Output Mosaic: Adopts The Frame Synchronization Technology, Which Ensures All The Output Connectors Output The Image Synchronously, And The Image Is Complete And Played Smoothly, Without Any Stuck, Frame Loss, Tearing, Or Piercing. Xii. Must Support Irregular Screen Configuration: Supports Irregular Rectangle Mosaic Without Any Limitations. Xiii. Must Have Input Source Grouping Management Xiv. Must Have Eye-saver Mode: Display The Image In A Warmer But Less Bright Way To Relieve Eye Strain. Xv. Lcd Bezel Compensation Xvi. Must Have Multi-layer Display: A Single Card Supports 16x 2k Layers, 8x Dl, Layers Or 4x 4k Layers. All Layers Support Cross-connector Output And The Layer Quantity Is Not Reduced For Cross-connector Output. Xvii. Must Have High-definition Scrolling Text, Customize The Scrolling Text Content, Such As Slogans Or Notification Messages, And Set The Text Style, Scrolling Direction, And Speed. Xviii. Must Support Up To 2,000 Presets: Fade Effect And Seamless Switching Supported, Less Than 60ms Preset Switching Duration Xix. Must Have Scheduled Playback Of Preset Playlist, Set Whether To Add The Presets To Playlist, Which Is Ideal For Monitoring, Exhibitions, Presentations, And Other Applications. Xx. Must Have Osd Settings On A Single Screen And Adjustable, Osd Transparency Xxi. Must Have Bkg Settings, Bkg Images Do Not Occupy The Layer Resources. The Max Width And Height Of A Bkg Image Is Up To 15k And 8k Respectively. Xxii. Must Have Channel Logo Management: Set A Text Or Image Logo For Identifying The Input Source. Xxiii. Must Have Input Source Cropping And Renaming After Cropping, Crop Any Input Source Image And Form A New Input Source After Cropping. Xxiv. Must Have Hdr And 10-bit Video Processing, Allowing For A More Exquisite And Clear Image. Xxv. Must Have Color Adjustment: Output Connector Color And Screen Color Adjustable, Including Brightness, Contrast, Saturation, Hue, And Gamma. Xxvi. Must Have Xr Scenario Control Xxvii. Must Have Low Latency: Reduce The Latency From The Input Source To The Receiving Card To As Low As 1 Frame. Xxviii. Must Have Web Control: Real-time Response And 1000m/100m Self-adaptive Network Control, Allowing For Multi-user Collaboration. Xxix. Must Have Monitoring Of Inputs And Outputs On A Web Page Xxx. Must Support Firmware Updates On Web Page Xxxi. Must Have Ark Visualized Management And Control Platform App Control On Pad Device. Xxxii. Must Have Self-test For Fault Detection Xxxiii. Must Have Auto-monitoring And Alarms: Supports Hardware Monitoring, Such As Fan Rotation Speed, Module Temperature And Voltage, And Running Status, And Sends Fault Alarms If Necessary. Xxxiv. Must Support An Optional Power Supply For Higher System Reliability. Xxxv. Must Have Backup Design − Backup Between Devices − Backup Between Led 4k Sending Cards. C. Accessories I. One (1) Unit - Vacuum Suction Ii. One (1) Unit - Structure/bracket 4.2x2.025m Iii. Nine (9) Units - Hdmi Cable (4k) 10 Meters D. Six (6) Units - 1500va/900w Line Interactive Ups E. Three (3) Units – Desktop Computers I. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) Ii. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) Iii. Operating System (os): Windows 11 Or Higher Iv. Memory: 16 Gb (or Higher) V. Storage: 500 Gb Ssd (or Higher) Vi. Display: 14” Display Vii. Graphic Card: Integrated Graphics Viii. Camera: 1080p Fhd Ir/rgb Hybrid Ix. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above X. Ethernet Port Or Usb Xi. Power Cord: At Least 45w Xii. Warranty: 1 Year Courier Or Carry-in 2. Desktop Computers W/ Extended Monitor A. Six (6) Units – Desktop Computer I. Processor: Intel I7 Or Amd Ryzen7 Processor (or Higher) Ii. Memory: 16 Gb Ddr4 Or Higher Iii. Form Factor: Tower Iv. Storage: At Least 500 Gb Ssd (or Higher) V. Graphics Processing Unit (gpu): 4gb Vram, Gddr5 (or Higher) Vi. Display: At Least 23.8” Hd Led Display (or Higher) Vii. Motherboard: B760-g Wifi D5 Micro-atx Motherboard Viii. Power Supply: Modular Power Supply 850w 80+ Gold Argb Modular Psu Ix. Peripherals: Power Cords, Keyboard & Optical Mouse X. Chassis: Usb Ports, Audio Port, Mic Port, Power Switch, Reset Switch Xi. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) Xii. Operating System (os): Windows 11 Pro Or Higher Xiii. Warranty: 1 Year Courier Or Carry-in B. Six (6) Pcs For 6 Units Of Desktop – Extended Monitor I. Display: At Least 23.8” Hd Led Display (or Higher) C. Six (6) Units – Ups For Command Center I. Must Have Capacity 650va 3. Communication Equipment A. Six (6) Units – Desktop Computer Headphone I. Audio Specifications Must Have, Frequency Response: 20 Hz To 20,000 Hz (standard Range For Human Hearing), Impedance: 32 Ohms (standard For Most Headsets; Higher Impedance May Be Better For High-end Audio), Sensitivity: 90-120 Db (decibels) At 1 Mw For Sound Level, Driver Size: 30-50 Mm (larger Drivers Often Provide A Better Bass Response), Sound Output: Stereo Or 7.1 Surround Sound (for Gaming And Multimedia), Total Harmonic Distortion (thd): Less Than 1% (minimizes Audio Distortion), Noise-canceling: Active (anc) Or Passive, Ii. Microphone Specifications Must Have, Type: Omnidirectional Or Unidirectional, Frequency Response: 100 Hz To 10,000 Hz, Sensitivity: -38 Db ± 3 Db, Noise Cancellation: Active Or Passive Noise-canceling Microphone, Mute Function: Usually Included For Easy On/off Control, Iii. Connectivity Wired: 3.5 Mm Audio Jack, Usb (type-a Or Type-c) Iv. Controls Volume Control: On-ear Cup Or Inline Volume Adjustment, Playback Control: Some Models Allow Pause/play/skip For Media. B. Six (6) Units – Ip Phone Handset Note: Covered In Ip-pa System And Ip-pbx System I. Must Have The Following Physical Specifications: 2.3-inch 128x48 Pixel Dot-matrix Display, Graphical Lcd With Backlight, Keypad: 33 Keys, Including: 4soft-keys, 9 Function Keys (hold / Transfer / Voice Message / Conference / Phonebook, Mwi / Headset / Redial / Hands-free) 4 Navigation Keys, 12 Standard Phone Digits Keys, 3 Volume Control Keys (up/down/mute (microphone), Desktop Stand X1 Status Indicator Light X1 (red), Rj9/rj11 Port X2: Handset X1, Headset X1, Rj45 Port X2: Network X1, Pcx1 (bridged To Network), Security Slot X1, Dc Power Input: 5v/0.6a, Power Consumption (adapter): 0.8~1.29w, Power Consumption (poe): 1.25~1.86w, Device Dimensions: Desktop Stand (45°): 169x201.1x177.4 Mm, Desktop Stand (50°): 169x191.9x185.8 Mm, Wall Mountable: 169x120.1x213.7 Mm Ii. Must Have 6-way Audio Conference Iii. Must Have At Least 600 Call Logs Iv. Must Have At Least 1000 Local Phonebook V. Must Have At Least 1000 Remote Phonebook Vi. Must Have G.722, Opus Wideband Codec Vii. Must Have G.711a/u,g.726,g.723.1, G.729a/b, Ilbc Narrowband Codec Viii. Must Have 2 X 10/100/1000 Mbps Network Rate Ix. Must Have Power Supply Poe X. Must Support Ehs Wireless Headset Xi. Must Have Desktop Stand Xii. Must Support Plantronics Wireless Headset (through Plantronics Apd-80 Ehscable) Xiii. Must Support Recording (through Server) Xiv. Must-have Physical: 10/100/1000 Mbps Ethernet, Dual Bridged Port For Pc Bypass Xv. Must Support Ip Configuration: Static Ip / Dhcp / Pppoe Xvi. Must Support The Following Protocols: Sip 2.0 Over Udp/tcp/tls, Rtp/rtcp/srtp, Stun, Dhcp, Ipv6, Lldp, Pppoe, 802.1x, L2tp, Openvpn, Sntp, Ftp/tftp, Http/https, Tr-069, Aes 128 & Aes 256 Xvii. Must-have Generic Ip Phone Features: 2siplines, Hdvoice, Poeenabled, Dot-matrix Display Screen, Handset/hands-free /headset Mode, Desktopstand/ Wall Mountable (optional), Optional External Power Supply Xviii. Must Have The Following Call Functions: Callout/ Answer/ Reject, Mute/unmute(microphone), Callhold / Resume, Callwaiting, Intercom, Caller Id Display, Speeddial, Anonymouscall(hide Caller Id), Callforward(always/busy/no Answer), Calltransfer (attended/unattended), Callparking/pick-up (depending On Server), Redial, Do-not-disturb, Auto-answering, Voicemessage(with Server), 6-wayconference, Hotline, Hot Desking. 4. Two (2) Units – Laptop A. Processor: Intel I7 Or Amd Ryzen7 Processor (or Higher) B. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) C. Operating System (os): Windows 11 Pro Or Higher D. Memory: 16 Gb (or Higher) E. Storage: 500 Gb Ssd (or Higher) F. Display: 14” Display G. Graphic Card: Integrated Graphics H. Camera: 1080p Fhd Ir/rgb Hybrid I. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above J. Ethernet Port Or Usb K. Power Cord: At Least 45w L. Warranty: 1 Year Courier Or Carry-in 5. One (1) Lot - Outdoor Video Wall W/ Smart Led Solar Powered Light A. Led Panel I. Pixel Pitch 3.91mm Ii. Pixel Configuration 1r1g1b Iii. Led Type Smd1921 Iv. Brightness (max) 5000 Nit V. Color Temperature 3500k-10000k(adjustable) Vi. Viewing Angle H140° / V120° Vii. Pixel Density 65,536 Dots/m² Viii. Module Size 500mm×250mm Ix. Module Resolution 128x64 Dots X. Cabinet Size W500mm×h1000mm×d77mm Xi. Cabinet Resolution (w×h) 128×256 Dots Xii. Cabinet Weight 17.0 Kg ± 0.5 Xiii. Cabinet Material Aluminum Xiv. Operating Temperature/ Xv. Humidity -40℃~+60℃/10~80%rh Xvi. Storage Temperature/ Xvii. Humidity -40℃~+60℃/10~80%rh Xviii. Ip Rating Front Ip68/rear Ip66 Xix. Mounting: Ground Structured Support For Outdoor Video Wall Display Unit (181"w X 138"h) B. Four (4) Unit – Smart Led Solar Powered Light I. Independent Distributed Power Supply System Ii. Solar Powered W/ Smart Sensors Iii. High Quality Lithium Battery Iv. Input Voltage Ac 110~220v (+/-10%) V. Pole-mounted Installation Vi. Mounting: Ground Structured Support For Outdoor Smart Led Solar Powered Light C. One (1) Lot - Controller Required: Quantity I. Must Have Sending Box, Receiving Card, And Light Sensor D. Accessories I. One (1) Unit - Vacuum Suction Ii. One (1) Unit - Structure/bracket 4.2x2.025m Iii. Nine (9) Units - Hdmi Cable (4k) 10 Meters Iv. Two (2) Units - 1500va/900w Line Interactive Ups E. One (1) Unit – Desktop Computer I. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) Ii. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) Iii. Operating System (os): Windows 11 Pro Or Higher Iv. Memory: 16 Gb (or Higher) V. Storage: 500 Gb Ssd (or Higher) Vi. Display: 14” Display Vii. Graphic Card: Integrated Graphics Viii. Camera: 1080p Fhd Ir/rgb Hybrid Ix. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above X. Ethernet Port Or Usb Xi. Power Cord: At Least 45w Xii. Warranty: 1 Year Courier Or Carry-in 6. One (1) Lot – Security Software Licenses A. Access Rights Manager B. Patch Manager C. Serv-u File Transfer Protocol Server D. Serv-u Managed File Transfer Server E. Server Configuration Monitor F. Engineer's Toolset G. Ip Address Manager H. Log Analyzer I. Network Performance Monitor J. Security Event Manager K. Network Topology Mapper 7. One (1) Service - Electronic Permit Layout And Design (as-built Plan) 8. One (1) Service - Electronic Permit Layout And Design Signed By Pece 9. One (1) Lot - Security Software Licenses W/ Dashboard 10. One (1) Lot - Structured Cabling (including External Cabling) 11. One (1) Lot - Roughing-in Materials 12. One (1) Service - Network Design And Consultation 13. One (1) Service - Project Management Services 14. One (1) Service - Temporary Facility (temfacil) For 30 Days 15. One (1) Service - Installation & Configuration 16. One (1) Service - Network Configuration Services 17. One (1) Service - User's Training And Knowledge Transfer 18. One (1) Service - Scaling And Optimization 19. One (1) Service - Manpower Cost 20. One (1) Service - Mobilization Cost 21. One (1) Service - Forwarding Cost 22. One (1) Year - Support Warranty E.18 Campus Data Center Upgrade 1. Non-electrical Components A. Seven (7) Units - Data Racks I. 1200mm Deep Static Rack Cabinet. Ii. Rack Capacity Must Be 42u Iii. Must Be Equipped With Casters And Leveling Feet Iv. Front And Back Doors Must Be Perforated V. Must Have A Load-carrying Capacity Of 950 Kg Or Higher Vi. Optional: Front And Side Stabilizers B. Three (3) Units - Gpu Server I. Must Have Warranty Support (4hr Resp) Ii. Gpu Server Add Ons Iii. Management Controller With 3-year Subscription For Server Endpoint Iv. Console Manager With 3-year Software Subscription C. One (1) Unit - Telephone Terminal Cabinet (ttc) I. The Ttc Must Be Made With Stainless Steel (304 Or 316) Gauge 16. Ii. At Least (800mm X 500mm X 200mm), With Canopy And Locking Mechanism. Iii. Water-resistant 2. Electrical Components A. One (1) Lot - Power Management System I. Design And Install Based On The Requirements Of Section 5.b (electrical Works Services) B. Fourteen (14) Lot - Power Distribution Unit I. 2 Units Shall Be Installed Per Data Rack. Ii. Input Voltage (v): 200-230 Iii. Input Plug Type: Iec 60309 32 A 2p + E Iv. Input Current Limit: 32 A V. Load Capacity: 7400 Va Vi. Network Frequency: 47...63 Hz Vii. Outlet Type And Quantity: (20) Iec 60320 C13, (4) Iec 60320 C19 C. One (1) Unit - Uninterruptible Power Supply 20kva (ups) And One (1) Unit - Uninterruptible Power Supply 5kva (ups) I. At Least 20kva/20kw Rackmount And 5kva/5kw Rackmount 1. Input: A) Ac Input Nominal Voltage (single-phase): 220/230/240 Vac, 3 Wire (l + N + G), Connected Via Hardwire. B) Ac Input Nominal Voltage (three-phase): 380/400/415 Vac, 5 Wire (l1 + L2 + L3 + N + G), Connected Via Hardwire. C) Ac Input Voltage Range: 160 – 285 Vac (l-n) At Full Load, While Providing Nominal Charging To The Battery System; Or 100 – 160 Vac (l-n) At 50% Load, While Providing Nominal Charging To The Battery System. D) Input Frequency Range: 40-70 Hz, Auto-selecting. E) Online Input Power Factor: 0.99 For 75% And 100% At 230 Vac. F) Green Mode Input Power Factor: ≥ 0.95 (for Resistive Load ≥ 25%) At 230 Vac.) At 230 Vac G) Input Current Distortion: <4% For 50% Resistive Load, <3% For 100% Resistive Load. H) Surge Protection: 600 Joules 2. Output: A) Ac Nominal Output Voltage: Single-phase B) Single-phase: 220/ 230/ 240 Vac. Models Are Factory Set At 230 Vac. C) 3-phase: 380/400/415 Vac. Models Are Factory Set At 400 Vac. (for 20kva) D) Output Frequency: 50/60 +/- 4 Hz (auto-sense). 3. Battery: A) Battery Type: Maintenance-free Sealed Lead-acid Battery With Suspended Electrolyte, Leakproof. 4. Installation: A) All Materials To Be Used In The Installation Should Be Included. From The Tapping Point To Ups. D. One (1) Unit - Generator With Automatic Transfer Switch (ats) I. 50kva Generator With Built-in Ats Or Ats Ready Ii. Automatic Start, Electric Start Iii. Phase: 3-phase/1-phase Iv. Operating Mode: Silent/soundproof V. Frequency Rating (hz): 50-70 Vi. Voltage Rating (v): 220-240 Vii. Engine Type: Turbo Diesel Viii. Large Capacity Fuel Tank Ix. Cooling System: Water Cooled X. Protection System: Low Oil Alarm, Temperature Sensor Xi. Should Include Installation And Configuration Services E. One (1) Set - Precision Air Conditioning Unit (pacu) I. Cooling Capacity: 7 Tr (20kw Or 75,400 Btu/hr) Ii. Power Supply: 230 Volts/60 Hz./3 Phase/pe Iii. System Type: Air-cooled Non-inverter Compressor Iv. Air Circuit: 1. Air Direction - Downflow Vertical Discharge 2. Air Inlet Into The A/c On A Large Surface From The Top Of The Unit V. Refrigerant Circuit: 1. Equipped With An Open Refrigerant Circuit The Basic Version Consists Of The Following Components: A. Fully Hermetic, Variable-speed Dc Scroll Compressor B. Oil Separator C. High-performance Evaporator With A Large Surface Area D. Liquid Receiver With Rota Lock On-off Valve And Safety Valve E. Dehydrating Filter F. Liquid Sight Glass G. Thermostatic Electronic Expansion Valve H. High-pressure Switches With Manual Resetting I. Needle Valves For The Refrigerant Change For Pressure Control J. External Welded Connections Vi. Standard Functions: Cooling Mode, Humidification & Dehumidification Mode Vii. User Terminal: 1. 64 X 120 Pixel Backlit Lcd Display And 6 Backlit Keys To Move Between And Change Parameters. 2. Set The Operating Parameters, Monitor The Trend Of The Main Working Parameters, And Read Any Alarm Messages. 3. Capable Of Enabling The Following Functions: A. Temperature And Humidity Control B. Setting Double Temperature And Humidity Set Point C. Complete Alarm Detection System D. Alarm Event History Storage E. Automatic Restart When Power Returns After A Cutout F. Remote Switching On/off Of The Unit G. Graphical Display With Icons Displaying The State Of The Unit Components H. Time Bands For Differential Weekly Switching On/off Of The Unit I. Management Of The Local Network With Setting The Rotation Of One Or Two Units In Standby J. Alarm Sequence History With Up To 100 Alarm Events Viii. Fan Section (indoor): 1. Radial Fan With Electronically Commutated (ec) Motor 2. High-efficiency Ec Motor With Wear-resistant And Maintenance-free Ball Bearing 3. Variable Speed Motor Modulating Fan Speed According To Load Density 4. Eurovent Certification 5. Ce Certification Ix. Air Filter: 1. Made From Self-extinguishing, Synthetic Fiber Cellular Material. 2. Large Filter Surface, Small Pressure Loss, Long Service Life, And Easy Replaceability X. Condenser: 1. Connections To The Remote Condenser 2. Witha Kit Of Legs For Vertical Discharge 3. With Rota Lock Shutoff Valves 4. Regulate The Fan Speed To Ensure Trouble-free Operations F. One (1) Unit - Dehumidifier I. At Least 80 Liters Capacity Ii. Adjustable Humidistat Iii. Auto Restart Iv. Automatic Bucket Full Shut-off V. Automatic Humidistat Control Vi. Bucket Full Indicator Light Vii. External Drain Connect Viii. Removable Water Tank Ix. Washable Air Filter 3. Safety Components A. Eight (8) Units - Fire Suppression System I. Hfc236fa (fe36) / /hcfc-123 Ii. At Least 20 Lbs Iii. Non-residual Iv. Non-corrosive V. Lifetime Chemical Efficacy Vi. Built-in Sensor For Automatic Discharge Vii. Should Include Mounting Plates And Installation Service B. Two (2) Units - Metal Door With Panic Lock Mechanism Note: Included In E-classroom, E-conference Room And Smart Led Solar Powered Light I. The Door Jamb Must Be Able To Hold The Weight Of The Metal Door. Ii. The Door Hinge Must Be Able To Contain The Stress Of The Sudden Swing Of The Metal Door Induced By The Panic Lock Mechanism. Iii. Panic Lock Mechanism Has Priority Over Electronic Security Locks For Exit. C. Four (4) Units - Environmental Monitoring System I. Temperature Sensor And Humidity Data Logger. Ii. Logging Capacity: 60000 Readings Or Higher. Iii. Alarm Status Indicator. Iv. Wired Or Wireless Connection Mode. V. Inclusion Of Cloud Access And/or Mobile Application For Data Access. Vi. Optional: Sms And/or Email Capability. 4. Warranty-three (3) Years Warranty A. Non-electrical Components I. Data Racks Ii. Telephone Terminal Cabinet (ttc) B. Electrical Components I. Electrical Management System Ii. Uninterruptible Power Supply 20kva Iii. Uninterruptible Power Supply 5kva Iv. Power Distribution Units V. 100 Kw Generator With Automatic Transfer Switch (ats) Vi. Air Conditioning Units Vii. Dehumidifier C. Safety Components I. Fire Suppression System Ii. Metal Door With Panic Lock Mechanism Iii. Environmental Monitoring System 5. Included Supply, Installation, And Configuration Services A. Civil Works Services I. Supply And Installation Of Telephone Terminal Cabinet (ttc) (800mm X 500mm X 200mm) With Canopy And Locking Mechanism. Ii. Supply And Installation Of 2 Fire Rated Metal Door With Panic Locking Mechanisms 400mm(w) X 900mm(w) X 2100mm(h)(1-unit) Iii. Supply And Installation Of 2hr Fire-rated Wall Partition 4” Thick (40 Sqm.) Iv. Supply And Installation Of Anti-static Raised Flooring (75 Sqm.) V. Supply And Installation Of The Acoustic-type Ceiling (75 Sqm.) Vi. Supply And Installation Of Led Lighting With Complete Wiring Vii. Painting Inside The Data Center Viii. Water Proofing (covering Part Of Data Center) Ix. Supply And Installation Of Emergency Lights X. Installation Of Generator System Housing B. Electrical Works Services I. Creation And Installation Of An Electrical Design Supporting Ups Power, Air-conditioning, Emergency Light And Exhaust Fan System, With The Capability To Switch To A Generator System With Ats And Auto-start Function. Ii. Independent Circuits For Ups And Regular Power Distributed On A Per Rack Basis. Iii. Independent Circuits For Air Conditioning Systems (ahu) On A Per Unit Basis. Iv. Provision Of Ups Circuits For Security And Environment Monitoring Devices. V. Provision Of Circuits For Future Use. Vi. Installation Of Grounding Systems. Vii. Electrical Panel Boxes Should Be Equipped With Surge Suppressors, Low Voltage Detectors And Power Monitoring. C. Mechanical Works Services I. Plumbing Works For Ahu Drain System. Ii. Plumbing Works For The Dehumidifier Drain System. Iii. Supply And Installation Of Electrical Wire Ways From Main Electrical Panel To Generator Location. Iv. Supply And Installation Of Data Wire Ways For Inter-rack Connections. 6. One (1) Service - System Design Services 7. One (1) Service - Cabling Works 8. One (1) Service - Structured Cabling (including External Cabling) 9. One (1) Service - Forwarding Cost 10. One (1) Service - Project Management Services 11. One (1) Service - User Acceptance Testing (uat) 12. One (1) Service - User's Training And Knowledge Transfer 13. One (1) Service - Scaling And Optimization 14. One (1) Service - Manpower Cost 15. One (1) Service - Mobilization Cost E.19 Data Center Network Switches 1. Two (2) Units - Core Switch A. Hot Swap Power Supply B. Open Ports Configuration With At Least 16 100g Qsfp28 Ports C. Open Ports Configuration With At Least 4 25g Qsfp28 Ports D. All Open Ports Enabled E. Zero License Fee For Modules Inserted I. Four (4) 100 Gbit Fiber Module Ii. Four (4) 40 Gbit Fiber Module Iii. Six (6) 10 Gbit Copper Module Iv. Six (6)10 Gbit Fiber Module V. 100 Gbit Dac Cable 2. Two (2) Units - Core Fiber Switch 3. One (1) Unit - Router A. Redundant Power Supply B. Load Balancing/failover Capability For Unequal Bandwidth C. At Least 12 1gbit Ports D. All Open Ports Enabled E. Zero License Fee For Modules Inserted F. One (1) Lot - X 10g Sfp+ Ports G. One (1) Lot - 10gbit Fiber Module (sfp / Sfp+ / Sfp28) H. One (1) Lot - 10gbit Copper Module 4. One (1) Unit- Top Of Rack (tor) Switch Poe A. Redundant Power Supply B. At Least 48 Gbit Ports C. All Open Ports Enabled D. Zero License Fee For Modules Inserted E. Four (4) X 10g Sfp+ F. Two (2) 40g Qsfp+ G. 48 Poe Ports H. Poe Out Standard: 802.3af/at I. Max Power Output Per Port (input 18-30 V): 1000 Ma J. Max Power Output Per Port (input 30-57 V): 570 Ma K. Total Power: 700w L. Six (6) 40gbit Fiber Module 5. One (1) Unit - Top Of Rack (tor) Switch Non-poe A. Redundant Power Supply B. At Least 48 Gbit Ports C. All Open Ports Enabled D. Zero License Fee For Modules Inserted E. Four (4) X 10g Sfp+ F. Two (2) 40g Qsfp+ G. 48 Poe Ports H. Six (6) 40gbit Fiber Module 6. One (1) Unit - Management Switch A. Redundant Power Supply B. At Least 24 Gbit Ports C. 10gbit Fiber Module D. Sfp+ To Sfp+ Connector 7. Two (2) Units - Access Point Cap-ac 8. One (1) Service - Electrical And Racking Design Services 9. One (1) Service - Network Design And Consultation 10. One (1) Service - Project Management Services 11. One (1) Service - Switch Installation 12. One (1) Service - Network Configuration Services Supplier 13. One (1) Service - Training And Knowledge Transfer 14. One (1) Service - Scaling And Optimization Of Data Center Network Switches 15. One (1) Service - Manpower Cost 16. One (1) Service - Mobilization Cost 17. One (1) Service - Forwarding Cost 18. One (1) Year - Support Warranty E.20 Data Center Compute System & Data Center Block And File Storage 1. Eight (8) Lots - Hci Cluster: A. Form Factor: 2u Rack Server B. A Total Of Eight (8) Hci Nodes C. Must Have 2x 6426y 16c 185w 2.5ghz Processor Per Node D. Must Have A Total Of 256gb 2rx8 4800mhz Memory Per Node. Can Support Up To 8tb Of Memory E. Network Interfaces Must Have A 2x 2-ports 10gb Base-t F. Storage Drives Must Have 2.5" Cache Drives And 3.5" For The Capacity Drives G. Must Have 2x M.2 Nvme 960gb Read Intensive Pcie Gen 4 Ssd For The Boot Drive H. Must Have A Total Effective Capacity Of At Least 500 Tb And 700 Tb Raw Capacity On Rf2 With 0% Savings I. Must Have Redundant 1100w Platinum Psu J. 2u Rack Mounted K. Software Inclusion: I. Must Include Rhel For Virtual Datacenters Premium 3 Years. Ii. Must Include Microsoft Center Licenses, Cals, And Sql Server With Software Assurance For The Education Sector. L. Hypervisor Support: I. Supports Industry-standard Hypervisors Like Vmware Esxi, And Native (bundled) M. Hci Features: Ii. Hci Licenses Should Be Oem Iii. Can Support Heterogeneous Clusters And Storage Nodes Only Iv. Must Have Vm-centric Snapshots & Clones V. Must Have Data Tiering Vi. Must Have Online Cluster Grow/shrink Vii. Must Have Data Path Redundancy Viii. Up To 2 Tunable Redundancy Factor Ix. Basic Compression (lz4) - Inline And Post-process X. Deep Compression (lz4hc) - Greater Efficiency For Cold Data Xi. Cache Deduplication Xii. Capacity Deduplication Xiii. Volume Groups - For In-cluster Vms Xiv. Async Replication (rpo = 1 Hr Or Greater) Xv. Application Consistent Snapshots Xvi. Client Authentication Xvii. Centralized Management Can Support Multi-cluster Management Xviii. Infrastructure Management, Monitoring, And Health Xix. Enterprise Authentication And Rbac Xx. Rest Apis Xxi. Comprehensive Search Xxii. Management Can Support The Report Xxiii. Management Has A Customizable Dashboard Xxiv. Management Can Plan And Forecast The Capacity Xxv. Resource Inefficiency Detection And Right-sizing Xxvi. Low-code/no-code Operations Automation Xxvii. Must Have 50tib Licenses For Unified Storage N. Hardware Management Features: I. Configure An Hci Node Ii. Update An Hci Node Iii. Integrate Into External Apps Through Integrators Or Rest Apis Iv. Manage Servers, Network, And Storage V. Auto-discover Systems Vi. Monitor And Track Multiple Systems, And Handle Faults Including Call Home Or Equivalent Vii. Manage Server, Network, And Storage Updates With Policies Viii. Configure Multiple Servers With Software Patterns Ix. Install Operating Systems And Hypervisors X. View The Status Summary Of All Hardware Components Xi. Encapsulation, Which Enables Us To Configure The Management Software To Change The Firewall Rules For The Devices So That Incoming Requests Are Accepted Only From The Management Software Xii. Compliant With Nist Sp 800-131a Or Fips 140-2. Hardware Management Should Support Self-signed Ssl Certificates (issued By An Internal Certificate Authority) Or External Ssl Certificates (private Or Commercial Ca). Xiii. Must Include An Audit Log That Provides A Historical Record Of User Actions, Such As Logging On, Creating Users, Or Changing User Passwords. O. Hardware Management Platform Should Have A Mobile App With The Following Features: I. View The Status Summary Of All Hardware Ii. Monitor The Detailed Status Of Each Device Iii. Monitor Inventory Of Each Device Iv. Monitor Audit Events, Hardware And Management Events, Alerts, And Jobs. V. Performs Power Actions On The Device. Vi. Act On Common System-level Tasks To Minimize The Risk Of Disruptions And Downtime. Vii. Forward Emails To Share Inventory, Alerts, And Event Information. Viii. Perform Initial Configuration Of Servers, Retrieve Diagnostic Information (virtual Lcd) And Perform Actions, Initiate Hardware Management From A Mobile Device. Ix. Monitor Hardware Inventory For Unexpected Component Changes, And Simply Log The Event Or Prevent Booting X. Enforces Cnsa 1.0 Level Security Xi. Enables Administrators To Manage And Synchronize Configurations And Firmware Levels Across Multiple Servers Xii. Should Be Available On Both Ios And Android. Xiii. The Hci Should Provide A Single Unified Management Console For The Management Of The Entire Environment Including Virtualized Environment As Well As Software Defined Storage Environment, Underlying Hardware, And Associated Components. Xiv. The Hci Should Provide Enterprise Data Services Such As Deduplication And Compression With Erasure Coding Completely In Software Without Dependency On Any Proprietary Hardware. Xv. System Management Must Be Able To Provide Proactive Alerts For Processors, Voltage Regulators, Memory, Internal Storage, Fans, Power Supplies, Raid Controllers, And Server Ambient And Sub-component Temperatures. Xvi. Must Be 100% Software-defined Without Dependency On Proprietary Hardware Or Networking Components. Xvii. Supports Differing Cpu & Memory Configurations Of Nodes Within The Same Cluster Xviii. The Hyper-converged Platform Must Have Fips 140-2 Certification Xix. The Hyper-converged Platform Must Have Common Criteria Security Certification. 2. One (1) Lot - Kvm Switch With Lcd Console A. 16-ports Kvm Switch And One (1) Lcd Console. Must Be The Same Brand As The Hci Nodes. B. Must Be Able To Handle 2 Concurrent Users. C. Local User Connection For Kvm: Vga + Usb D. Maximum Number Of Target Systems: 16 E. Maximum Video Resolution: 1600x1200 (4:3),1680x1050 (wide) 3. Thirty-two (32) Roll - Green Cat6 Cable 4. One (1) Service - Storage System Installation 5. One (1) Service - Storage Network Configuration Services 6. One (1) Service - System Design Services 7. One (1) Service - Application Installation 8. One (1) Service - Project Management Services 9. One (1) Service - User Acceptance Testing (uat) 10. One (1) Service - User's Training And Knowledge Transfer 11. One (1) Service - Scaling And Optimization Of Data Center Compute System 12. One (1) Service - Manpower Cost 13. One (1) Service - Mobilization Cost 14. One (1) Service - Forwarding Cost 15. Three (3) Years - Software Warranty 16. Three (3) Years - Support Warranty E.21 Data Center Backup And Recovery System 1. One (1) Lot - Enterprise On-premises Data Backup System - Hardware A. Must Have At Least 4410t 10c 150w 2.7ghz Processor. B. Must Have At Least 32gb 4800mhz Memory With Expansion Of Up To 8tb. C. Must Have 4-ports 10gb Base-t. D. Must Have At Least 22tb Storage Capacity. E. Must Have 2x M.2 480gb Read Intensive Sata Ssd. F. Raid Controller Should Support Raid 0,1,10,5,50,6 Configurations With 4gb Cache. G. Must Include Microsoft Windows Server Standard And Client Access Licenses (cals) For The Education Sector. 2. One (1) Lot - Enterprise On-premises Data Backup System – Software A. The Backup And Recovery Solution Should Work With Virtualized Infrastructure Based On Version 6.x, 7.0, 8.0, Microsoft Hyper V 2022 Or Higher And Later Versions, Nutanix Ahv Version 6.5 And Later, And Red Hat Virtualization Version 4.4 Sp1 (red Hat Virtualization Manager Version 4.5.0 Or Later) In A Single Product B. The Solution Should Provide A Centralized Console To Coordinate Backup, Replication, Recovery Verification And Restore Tasks. It Is Also Used To Set Up And Manage Backup Infrastructure Components. C. The Solution Must Provide Immutability To Prohibit Modification Or Deletion Of Backup Data As A Result Of Malware Activity Or Ransomware Attacks. D. Must Provide Agentless Protection Without The Need To Install Agents Inside Each Vm Running On Vmware, Hyper-v, Nutanix Ahv, And Rhv Platforms E. Must Support Direct Attached Storage, Network Attached Storage, Deduplicating Storage Appliances, And Object Storage As Backup Repositories F. Ability To Utilize Forever Forward Incremental, Forward Incremental & Reverse Incremental Backup Methodology. G. Ability To Perform Agentless Transaction Log Backup And Replay And Database Restore To Original Or New Sql Server H. Ability To Select And Choose Multiple Mssql Databases When Performing A Mass Database Export, Restore, Or Instant Recovery. I. The Solution Must Provide Automated Tests And Verification Of Each Backup Or Replica To Assure Recoverability In Case Of Production Failure. The Verification Must Include Vm Files, Os, And Applications Including Custom Testing Using Scripts J. The Solution Must Provide 105 Options To Perform Recovery. K. The Solution Must Have The Ability To Provide Recovery Delegation For Individual Or Group Vms L. Included Built-in Aes 256-bit Encryption, Compression, And Deduplication In A Single Product Without An Additional Option To Purchase M. The Solution Should Support Direct Backup To Object Storage Such As Amazon S3, Google Cloud Storage, Ibm Cloud Object Storage, Microsoft Azure Blob Storage, And Any S3-compatible Object Storage On-premise And In The Cloud. N. Ability To Combine One Or More Backup Repositories Or Object Storage (aws S3, Azure Blob, Gcp & Any S3 Object Compatible) Repositories And Tier Backup Data From Performance To Capacity And Archive Tier. O. Provide Agent-based Data Protection For Physical Server On Windows Or Linux With Support For Bare Metal Recovery, Export As Virtual Disk & Able To Perform Instant Recovery To Vmware Platform, Microsoft Hyper-v, And Nutanix Ahv P. Able To Provide Secure Access To The Backup Console With Optional Two-factor Authentication (2fa) That Is Based On Time-based One-time Passwords (totp) 3. Twenty-four (24) Months - Cloud-based Disaster Recovery System A. The Solution Must Have The Ability To Provide Recovery Delegation For Individual Or Group Vms B. The Solution Should Support Direct Backup To Object Storage Such As Amazon S3, Google Cloud Storage, Ibm Cloud Object Storage, Microsoft Azure Blob Storage, And Any S3-compatible Object Storage On-premise And In The Cloud. C. Provide Agent-based Data Protection For Physical Server On Windows Or Linux With Support For Bare Metal Recovery, Export As Virtual Disk & Able To Perform Instant Recovery To Vmware Platform, Microsoft Hyper-v, And Nutanix Ahv D. The Billing Of Dr Site Resources Must Only Be In Effect When The Resources Are Used. E. Must Provide For Monitoring And Periodic Conduct Of Dr Drills F. Must Have The Capability To Instantiate Test Instances For Non-disruptive Testing G. Must Be Able To Set Up And Initiate Continuous Data Replication. H. Must Provide Replication For At Least 10 Servers 4. One (1) Service - Electrical And Racking Design Services 5. One (1) Service - Network Design And Consultation 6. One (1) Service - Disaster Recovery Site Provisioning And Testing 7. One (1) Service - Application Installation 8. One (1) Service - Project Management Services 9. One (1) Service - Network Configuration Services 10. One (1) Service - User's Training And Knowledge Transfer 11. One (1) Service - Scaling And Optimization Of Data Center Backup And Recovery System 12. One (1) Service - Forwarding Cost 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Three (3) Years - Support Warranty E.22 Cloud Infrastructure-as-a-service 1. Cloud Infrastructure Subscription A. Payment Terms I. Basc Shall Pay The Vendor A Fixed Monthly Fee For All Cloud-related Services. Ii. The Accumulated Payables Within The Validity Of The Subscription Period Must Not Exceed The Budget Set For This Procurement. Iii. All Activated Additional Resources Must Be Billed Not Less Than 30 Calendar Days From The Date Of Activation, Or 60 Calendar Days Should It Be Activated Beyond The Agreed “cut-off” Period. Iv. All Chargeable Costs Must Be Inclusive Of Vat. V. Basc Shall Reserve The Right To Take Over The Root Account And Pay The Billings Directly. To Avail Of This Prerogative, Basc Must Inform The Vendor In Writing At Least 3 Months Prior To Contract Expiration. B. One (1) Lot – Cloud Management Services I. The Vendor Shall Have Cloud Provider Preference, Provided That The Cloud Provider Adheres To The Standards Stated In Section 2.b. Ii. The Vendor Shall Migrate Agreed-upon Resources From The Current Cloud Computing Service Platform Or Its Current Site To The New Cloud Computing Platform In Coordination/collaboration With Basc’s It Team. Iii. The Vendor Shall Provide Counterpart Technical Support In The Setup, Configuration And Monitoring Of Cloud Infrastructure. 2. Cloud Infrastructure Standards A. Cloud Infrastructure Providers Should Have Global Presence. B. Certified For Information Security Management Systems (iso 27001) C. Certified For Code Of Practice For Information Security Controls Based On Iso/iec 27002 For Cloud Services (iso/iec 27017) D. Certified For Code Of Practice For Protection Of Personally Identifiable Information (pii) In Public Clouds Acting As Pii Processors (iso/iec 27018) 3. Data Center Standards A. Must Have The Capability To Deploy A Highly Available And Multi-zone Disaster Recovery Solution Across Multiple Data Centers Within The Asean Region B. Must Have The Ability To Provide A Managed Relational Database Service That Can Be Integrated With Any Chosen Software Solutions. C. Must Have The Capability To Deploy Standard Virtual Machines And Cloud-native Services. 4. Account Management A. The Account Ownership And Its Related Services Shall Belong To The Vendor. Access Rights Should Be Given To Basc, As Deemed Necessary, To Perform Monitoring Services Related To The Project 5. Warranty A. Cloud Management Services - One (1) Year 6. One (1) Lot - Secure Access Path A. Split Tunneling: Routes Only Specific Traffic Through The Vpn. B. Always-on Vpn: Maintains A Constant Secure Connection. C. Kill Switch: Disconnects If The Vpn Tunnel Fails. D. Dynamic Multipoint Vpn (dmvpn): For Dynamic And Scalable Vpn Networks. 7. One (1) Service - Cloud Infrastructure Design And Consultation Services 8. One (1) Service -vpn Network Design And Consultation 9. One (1) Service - Cloud Resources Provisioning And Testing 10. One (1) Service- Project Management Services 11. One (1) Service - User's Training And Knowledge Transfer 12. One (1) Service - Manpower Cost 13. One (1) Service - Mobilization Cost 14. Three (3) Years - Support Warranty E.23 Ip-pa System And Ip-pabx System 1. Ip-pabx System Components A. One (1) Unit - Ip Phone System I. Base Users / Max Users Up To 300 / 500 Ii. Max Concurrent Calls 60 / 120 Iii. Base / Max Call Center Agents 300 / 500 Iv. Max Fxs Ports 16 V. Max Fxo/bri Ports 16 Vi. Max Gsm/3g/4g Ports 6 Vii. Max E1/t1/j1 Ports 2 Viii. Expandable D30 2 Ix. Nfc Read/write X. Ethernet Interfaces 2 X (10/100/1000 Mbps) Xi. Hard Disk 1 Sata (up To 2tb) Xii. Usb 1 (usb Portable Ssd, Up To 2tb) (usb Flash Drive, Up To 256) Xiii. Power Supply Ac 100-240v 50/60hz Xiv. Form Factor 1u Rackmount Xv. Environment Operation Range: 0°c To 40°c, 32°f To 104°f Storage Range: -20°c To 65°c, -4°f To 149°f Humidity: 10-90% Non-condensing B. One (1) Unit - D30 Expansion Module I. Dsp Module, Used To Expand The Capacity Of Pbx. Ii. Extensions Increase By 100 And Concurrent Calls Increase By 30 Additionally. C. One (1) Unit - Ex 08 Module I. Must Support Up To 4 Modules (8 Rj11 Ports). D. Two (2) Units - O2 Module I. Ports 2 Rj11 Fxo Ports Ii. Supported Model S20, S50, S100, S300 Iii. Ring Frequency Detection 15~50 Hz Iv. Ring Voltage Detection 30+ Vrms (depending On The Fxo Mode) V. Termination Pstn Lines Vi. Echo Cancellation Signaling Modes Foreign Exchange Office: 2-way Connection To Prx Or Key System Trunk. Foreign Exchange Station Defined Network: Provides Access To Major Carrier Services. Private Line Automatic Ringdown (plar)-point-to-point Unswitched Connections. E. One (1) Unit - Voip Gateway I. Rj11 Fxo Ports Ii. Lan 1 10/100mbps Iii. Protocol Sip (rfc3261), Iax2 Iv. Transport Udp, Tcp, Tls, Srtp V. Codec G.711 (alaw/ulaw), G.722, G.723, G.726, G.729a, Gsm, Adpcm Vi. Voice Capability Itu-t G.168 Lec Echo Cancellation, Dynamic Jitter Buffer, Vad, Cng, Plc Vii. Dtmf Mode Rfc2833, Sip Info, In-band Viii. Fax T.30 Ix. Qos Diffserv, Tos, 802.1 P/q Vlan Tagging X. Network Dhcp, Ddns, Openvpn, Pppoe, Static Route, Vlan Xi. Network Protocol Ftp, Tftp, Http, Https, Ssh Xii. Management Protocol Radius Xiii. Signaling Fxs Loop Start, Fxs Kewlstart Xiv. Caller Id: Bell202, Etsi (v23), Ntt (v23-japan), And Dtmf-based Cid Xv. Disconnect Methods: Busy Tone, Polarity Reversal Xvi. Fxo Connectivity: Programmable Ac Impedance, Hangup Detection, Answer Detection, Caller Id Detection Xvii. Power 12v, 1a Xviii. Mounting Desktop, Wall-mount Xix. Compatibility: Interoperable With Asterisk, Lync Server, Freepbx And Certified With Elastix F. Forty-six (46) Units - Ip Phone Handset I. Must Have A Linux Operating System Ii. Must Have 132x64 2.3” Dot-matrix Display Iii. Must Have 6-way Audio Conference Iv. Must Have At Least 600 Call Logs V. Must Have At Least 1000 Local Phonebook Vi. Must Have At Least 1000 Remote Phonebook Vii. Must Have G.722, Opus Wideband Codec Viii. Must Have G.711a/u,g.726,g.723.1, G.729a/b, Ilbc Narrowband Codec Ix. Must Have 2x10/100/1000mbps Network Rate X. Must Have Power Supply Poe Xi. Must Have An Ehs Headset Xii. Must Have Desktop Stand G. Two (2) Units - Enterprise Ip Phone I. Must Have A 3.5-inch Main Color Screen And 2.4-inch Extended Screen For Dss Keys Ii. Hd Audio On Speakerphone And Handset Iii. Support 6-way Audio Conference Iv. Line Keys On The Main Display V. 6 Dss Keys On The Extended Screen, Up To 30 Dss Keys Via 5 Pages Vi. Built-in Bluetooth 4.2, Support Bluetooth Headset; Support Wi-fi Dongle Vii. Support Ehs Wireless Headset Viii. Dual Gigabit Ports, Integrated Poe Ix. Stand With 2 Adjustable Angles Of 45 And 50 Degrees 2. Ip-pa System Components A. One (1) Unit - Digital Ip Network Broadcasting Client Management Software I. Support Each Audio Terminal’s Operation, Audio Streaming Transmission Management, Broadcasting From Each Audio Terminal, And Full Duplex Exchange Of Audio. It Adopts B /s Architecture And Supports Terminal Management, User Management, Program Broadcasting Management, Audio Files Management, Record Storage, And Internal Communication Scheduling Through Web Login. Ii. Support Program Database Sources Management, Timing Broadcast, And Real-time Media Service Vod For All Audio Terminals, Program Broadcasting For Each Terminal, And Data Interface Service For Each Audio Workstation Iii. Support Full-duplex Voice Data Exchange, Paging And Call From Each Intercom Terminal, Various Calling Modes (like One Button To Call, One Button To The Intercom, One Button To Ask For Help, One Button To Alarm, And So On), Automatic Answer, Manual Answer, And Custom Answer Tone. Iv. Support Multiple Calling Strategies, Including Call Waiting, Call Forwarding, No Answer Reminder, And Custom Setting For Time Strategy And Forwarding Strategy. It Supports Setting Up The Call Strategy Of The Intercom Terminal. It Can Customize The Call Time From 0 To 180s Or No Limit. It Can Choose Whether To Answer Automatically Or Not. It Also Supports Customizing The Choice Of Calling Ringtones And Waiting Ringtones. V. Support Terminal Short Circuit Linkage Trigger. Users Can Arbitrarily Set The Trigger Scheme And Trigger Terminal Quantity. The Trigger Scheme Includes Short Circuit Output, Music Playback, And Patrol Alarm. Vi. Support To Program Timing Tasks, Multiple Timing Programs, Support Selecting Any Terminal, And Setting Any Time. Support Timed Task Execution Test, Setting Repetition Period And A Variety Of Audio Source Selections For Timing Tasks (music Playback, Sound Card Acquisition, Terminal Acquisition). Vii. Support Multiple Schemes Of Timed Ringing To Be Enabled At The Same Time. Viii. Support Multiple Tasks To Be Carried Out At The Same Time Ix. Support All Schemes To Be Enabled/ Disabled By One Button. X. Support Bell Scheme Cloning, Task Execution, And Stop Control, Disable And Enable The Function Of A Timing Task. Xi. Support Timing Patrol, Support Execution Time And Repetition Period Of The Custom Patrol Task, 0-30s Customized Interval Of The Indicator Flashing, And External Lock-free Button Short-circuit Switch (with 3.3v Led Indicator Light). Xii. Support Today's Task List View, Which Makes It Easy To Manage All Scheduled Task Information And Execution Status Performed Today. Xiii. Support Terminal Tamper Alarm. Trigger Terminal Alarm When A Terminal Is Demolished Or Trigger Alarm For Other Terminal Linkages. Support Alarm Task To Automatically Cancel The Alarm Function. Xiv. Support External Power Management Of Audio Terminals, Timing Switch O,n And Delay Off. Xv. Support Light Control And The Light Mode Configuration. Xvi. Support All Zones, Part Of The Zones Fire Linkage, N±n Fire Mode, Manual Alarm And Digital Alarm Mixing, Alarm Configuration To Trigger Terminal Collection Tasks Xvii. Support Terminals’ Login Password Central Management, Multiple Priority Management, Easy Automatic Authorization, Task Priority, Terminal Priority, And User Priority Customization. Xviii. Support Sub-control Management Of Multi-users And Arbitrary Degrees To Achieve Remote Program Broadcasting Management. Xix. Support Multi-user, Multi-level, Specified Permissions, Specified Functions, And Specified Terminals To Classify And Manage The Background. Xx. The Terminals Support Three-wire And Four-wire Volume Control Functions; The Four-wire Volume Control Needs An External Power Supply. Xxi. Support To Set The Zones And Control The Power To The 8-channel Terminal Through Web Background Or Sub-control Client Side. Xxii. Support To Set The Time Display In The Terminals Can Set 0 - 6 Level Brightness Value, It Can Realize No Time Display Mode When The Terminal Is Offline. Xxiii. Support Broadcast, Intercom, Real-time Acquisition, Terminal Monitoring ,and Recording. Xxiv. Support Remote On-demand Operation By Remote Controller. Xxv. Support Terminal Audio Acquisition And Broadcast Function. Xxvi. Support Local Audio Collection Function, The Local File Can Be Played To Any Designated Terminal. Xxvii. Support Scheduled Offline Ringing Function, Which Enables The Terminal To Perform Scheduled Ringing Tasks When The Network Is Disconnected Xxviii. Support Offline Downloading Of Ringing Tasks; Xxix. Support To Clear The Offline Tasks On The Terminals. Xxx. Support The Telephone Broadcasting Function, Realize The Function That The Telephone Initiates All Zone Broadcasting Or Part Of The Zones Or Single Zone Broadcasting. Xxxi. Support Remote Firmware Upgrade To The Terminal, No Need To Upgrade Locally, Which Can Reduce The Maintenance Work. Xxxii. Support Background Skin Change Function, You Can Switch Skin Themes Freely According To Your Preference. Xxxiii. Support Terminal Details Exporting Function, Support To Export The Configuration Details Of The Current System Terminal By Table. Xxxiv. Support Batch Modification Of The Time Of Scheduled Tasks And Execution Terminal. Xxxv. Support Sdk Kits, Standard Mfc Dynamic Link Libraries, And Http Protocols To Achieve Integration With Third-party Platforms. Xxxvi. Support The Terminal To Self-define The Area Division, Realizing The Management Of The Terminal’s Real-time Status According To Different Zones. Xxxvii. The Log Records The System Operation Status And Records The System Operation And Terminal Working Status In Real-time. Each Paging, Call, And Broadcast Operation Is Recorded. Xxxviii. The System Is Compatible With Any Network Structure Such As Router, Switch, Bridge Gateway, Modem, Internet, 2g, 3g, And 4g. Xxxix. Windows Service Mode, Support Win7, Server2008, And Higher Systems. Xl. It Uses The Background System Service To Run, Which Is An Enterprise-level Standard Server Working Mode. The System Can Run Automatically When The System Is Turned On. It Has Higher Stability And Reliability Than The Software Running In The Foreground Of The Interface. B. One (1) Unit - Desktop Computer I. Processor: Intel I7 Or Amd Ryzen7 Processor (or Higher) Ii. Memory: 16 Gb Ddr4 Or Higher Iii. Form Factor: Tower Iv. Storage: At Least 500 Gb Ssd (or Higher) V. Graphics Processing Unit (gpu): 4gb Vram, Gddr5 (or Higher) Vi. Display: At Least 23.8” Hd Led Display (or Higher) Vii. Peripherals: Power Cords, Keyboard & Optical Mouse Viii. Chassis: Usb Ports, Audio Port, Mic Port, Power Switch, Reset Switch Ix. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) X. Operating System (os): Windows 11 Pro Or Higher Xi. Warranty: 1 Year Courier Or Carry-in C. One (1) Unit - 2kva Ups I. Must Have Capacity 2000va Ii. Must Support Input Rated Voltage 220vac~240vac 110vac~120vac Iii. Must Support Voltage Range 140vac~290vac 81vac~145vac Iv. Must Have A Rated Frequency Range Of 50hz Or 60hz V. Must Have Output Voltage 220/230/240 Vac 110/120 Vac Vi. Must Have Ac Voltage Regulation (batt. Mode) ±10% Vii. Must Have Frequency Range (batt. Mode) 50hz Or60hz±1hz Viii. Must Transfer Time 2-6ms Ix. Must Support Battery Type & Number 12 V/9 Ah X 2 X. Must Charging Voltage 27.4v±1% Xi. Must Have Indicators: Battery Mode Green Lighting, Ac Mode Green Lighting Xii. Must Have Alarm: Battery Mode Sounding Every 10 Seconds Xiii. Must Have A Low Battery Sounding Every Second Xiv. Must Have Overload Sounding Every 0.5 Second Xv. Must Have Fault Continuously Sounding Xvi. Must Have Protection: Full Protection Overload, Discharge, And Overcharge Protection Xvii. Must Operating Temperature 0°c ~ +40°c (+32°f ~ +104°f) Xviii. Must Operating Humidity 0~90% Rh(non-condensing) D. Two (2) Units - Desktop Intercom Paging Microphone I. With Desktop Design, It’s Built-in 7-inch Resistance Touch Screen By 800 × 480 Dot Matrix K600 + Kernel 65k Color, To Fulfill Clear Display And Sensitive Touch. Ii. With Numeric And Function Keys Interface. Iii. Support Paging To Single Or Multiple Zones, All Zones. Support Direct Paging Or Intercom With Terminal, Support Environmental Monitoring To Any Terminal, With Distance Up To 5 Meters. Iv. With Embedded Computer Technology And Dsp Audio Processing Technology, High-speed Industrial-grade Chips. V. Built-in 1 Channel Network Hardware Audio Decoding Module That Supports Tcp / Ip, Udp, Igmp (multicast) Protocol To Achieve 16-bit Stereo Cd Quality Network Audio Signal Transmission. Vi. It Is Compatible With Routers, Switches, Bridges, Gateways, Modem, Internet, 2g, 3g, 4g, Multicast, Unicast, And Other Arbitrary Network Structures. Vii. Support Full-duplex Two-way Intercom Function, Built-in Network Echo Cancellation Module. Viii. Support Two-way Intercom Between The Terminals, With A Network Delay Of Less Than 100ms, And Suppress The Network Echo Howling Completely. Ix. Support Hints Of Asking For Help Signal Ringing And Flashing Lights, One Key To Accept The Call, Intercom, Hands-free Calls And Receive Broadcast, To Achieve Quick Links. X. Support Multiple Paging Modes, Including Paging Waiting, Paging Forwarding, And Answer Reminding. Xi. Support For Answering Automatically, Manual Answering, And Support For Custom Answer Tone. Xii. Support The User-defined Setting Of Time For Call Forwarding, No Answer, And Call Waiting. Xiii. Built-in 2w Full-frequency Hi-fi Speaker, To Fulfill Two-way Conversation And Network Monitoring. Xiv. One Φ3.5 Headphone Jack And One Φ3.5 Mic Input Socket, Matching 95% Headphones And A Portable Microphone In The Market. Xv. With One Line Output For External Amplifier Expansion, And One Line Input For More Audio Source Transmission. Xvi. One-way Alarm Output For Short Circuit Trigger Can Be Cascaded With An External Alarm Device Or Access Control; One-way Short Circuit Input Can Be Used To Trigger Preset Voice Prompts (or Alarm) And Also Can Be Used To Control The Access Control To Linkage With Input Short-circuit Signal. Xvii. The Digital Products Are More Convenient For Extension, With No Limit By The Geographical Position, No Need To Increase Management Equipment In The Control Center, Sharing Network To Save Cabling And Simple Installation. Xviii. It Supports Remote Updating To The Hardware Terminal, With No Need To Upgrade Locally, To Reduce Maintenance Work And Make Simpler Operation. Xix. With 10 Buttons, Supports Customized One-button Paging And One-button Broadcasting. E. Twenty (20) Units - Wall Mount Speakers 30w I. The Equipment Is Designed With Embedded Computer Technology And Dsp Audio Processing Technology. Ii. Built-in 1-channel Network Hardware Audio Decoding Module, Supports Tcp/ip, Udp Protocol, Realizes The Network Transmission Of 16-bit Cd Audio Signal. Iii. Supporting Poe (ieee 802.3af) Power Supply Mode, Only One Network Cable Is Needed To Connect To The Poe Switch, So The Operation Is Simple And Convenient. Iv. Equipped With A Dc 24v Standby Power Interface, It Is Suitable For Power Supply When Power Demand Is Greater Than 10w Or For Non-poe Networks. V. Digital Power Amplifiers With Intelligent Gain Adjustment, Adaptive Power Supply, And Automatic Power Adjustment Are Always In The State Of Performance Optimization And Efficiency Maximization. Vi. Full-band, High-sensitivity Amplifier Unit With Abundant Power And High Fidelity. Vii. Compatible With Any Network Architecture Such As Router, Switch, Bridge Gateway, Modem, Internet, 2g, 3g, And 4g. Viii. Supporting The Broadcasting System To Upgrade The Terminal Firmware Remotely, Without Upgrading To The Terminal Locally, So As To Reduce The Work Intensity Of Maintenance. F. Forty-six (46) Units - Outdoor Column Speaker 20w I. Outdoor Waterproof Column Speaker, Streamlined Design. Ii. The Shell Is Made Of One-piece Thickened Aluminum Alloy, Which Can Effectively Reduce The Resonance Of The Cabinet When The Sound Pressure Is High, And The Surface Adopts Outdoor Powder Spraying To Prolong The Service Life. Iii. The Mesh Cover Is Made Of Aluminum Alloy, One-piece Stamping, And Covered With A High Acoustic Sponge, Further Improving The Waterproof Performance And Increasing The Service Life. Iv. Using Six 2.5-inch Full-range Speaker Units, Bearing High Power, Low Distortion, And Excellent Vocal Performance. V. Built-in High-performance 100v Audio Transformer, Which Can Reduce The Loss In The Circuit Due To Impedance. Vi. Using High-quality Wires, It Can Be Used At Full Load For A Long Time, With Good Anti-scald And Conductivity Capabilities. Vii. L-shaped Bracket Design, Convenient And Flexible Adjustment Scheduling, User-friendly Operation, And Installation Debugging. 3. One (1) Lot - Roughing-in Materials 4. One (1) Lot - Scope Of Works I. Device Installation And Termination Ii. Cable Testing And Tracing Iii. Technical Configuration, Testing, Commissioning, System Configuration, Training, System Design, And System Management. 5. One (1) Service - Network Design, Consultation (signed By Pece) And Permits 6. One (1) Service - Project Management Services 7. One (1) Service - Switch & Access Point Installation 8. One (1) Service - Network Configuration Services 9. One (1) Service - Training And Knowledge Transfer 10. One (1) Service - Scaling And Optimization (testing And Analysis By Fluke Systems) 11. One (1) Service - Temporary Facility (temfacil), Field Office 12. One (1) Service - Mobilization Cost 13. One (1) Service - Forwarding Cost 14. Two (2) Years - Warranty E.24 E-library Infrastructure 1. Twenty (20) Units – Desktop Computers A. Processor: Intel I5 Or Amd Ryzen 5 Processor (or Higher) B. Memory: 8 Gb Ddr4 Or Higher C. Form Factor: Tower D. Storage: At Least 500 Gb Ssd (or Higher) E. Graphics Processing Unit (gpu): 4g Gddr5 (or Higher) F. Display: At Least 23.8” Hd Led Display (or Higher) G. Peripherals: Power Cords, Keyboard & Optical Mouse H. Chassis: Usb Ports, Audio Port, Mic Port, Power Switch, Reset Switch I. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) J. Operating System (os): Windows 11 Or Higher K. Warranty: 1 Year Courier Or Carry-in L. Must Have 650va Ups 2. Twenty (20) Units – Desktop Computers Headphones A. Audio Specifications Must Have, Frequency Response: 20 Hz To 20,000 Hz (standard Range For Human Hearing), Impedance: 32 Ohms (standard For Most Headsets; Higher Impedance May Be Better For High-end Audio), Sensitivity: 90-120 Db (decibels) At 1 Mw For Sound Level, Driver Size: 30-50 Mm (larger Drivers Often Provide A Better Bass Response), Sound Output: Stereo Or 7.1 Surround Sound (for Gaming And Multimedia), Total Harmonic Distortion (thd): Less Than 1% (minimizes Audio Distortion), Noise-canceling: Active (anc) Or Passive, B. Microphone Specifications Must Have, Type: Omnidirectional Or Unidirectional, Frequency Response: 100 Hz To 10,000 Hz, Sensitivity: -38 Db ± 3 Db, Noise Cancellation: Active Or Passive Noise-canceling Microphone, Mute Function: Usually Included For Easy On/off Control, C. Connectivity Wired: 3.5 Mm Audio Jack, Usb (type-a Or Type-c) D. Controls Volume Control: On-ear Cup Or Inline Volume Adjustment, Playback Control: Some Models Allow Pause/play/skip For Media. 3. One (1) Lot - Roughing-ins Materials 4. One (1) Service - Project Management Services 5. One (1) Service - User's Training & Knowledge Transfer 6. One (1) Service - User Training 7. One (1) Service - Manpower Cost 8. One (1) Service - Mobilization Cost 9. One (1) Service- Forwarding Cost 10. One (1) - Temporary Facility (temfacil) 11. One (1) Service - Desktop Installation/software Setup And Configuration 12. One (1) Year - Support Warranty E.25 E-classroom, E-room Infrastructure And Smart Led Solar Powered Light 1. Twenty (20) Units - Smart Tv A. Screen Size: 65” B. Resolutions: 3840x2160, Picture Quality: 4, Brightness Detection C. Ultimate Dimming, Contrast Enhancer, Adaptive Sound D. Multi-device Experience, Hdmi At Least Two (2) Port, Bluetooth E. Usb At Least One (1) Port, Wireless Lan Built-in, F. Power-supply: Ac100-240v~ 50/60hz 2. Eight (8) Unit – Smart Led Solar Powered Light I. Independent Distributed Power Supply System Ii. Solar Powered W/ Smart Sensors Iii. High Quality Lithium Battery Iv. Input Voltage Ac 110~220v (+/-10%) V. Pole-mounted Installation Vi. Mounting: Ground Structured Support For Outdoor Smart Led Solar Powered Light 3. Eleven (11) Units - Interactive Smart Board A. Screen Size: 75” Or Higher I. Must Have Built-in System 1. Cpu Frequency 2.2 Ghz + 2.0 Ghz 2. Gpu Arm Mali-g52 Mp8 (8ee) 3. Operating System Android 11.0 4. Cpu Quad-core A73 + Quad-core A53 5. Ram 12 Gb (system: 8 Gb, Camera: 4 Gb) 6. Rom 64 Gb Ii. Must Support The Following Function 1. Operating System Of External Module Windows 7/8/10;android 2. Wifi Dual-band 2.4 G/5 G; Supports 802.11 A/b/g/n/ac Wireless Frequency Range 3. Wi-fi Hotspot Dual-band 2.4 G/5 G; Supports Enabling Hotspot And Wi-fi At The Same Time Iii. Lcd Panel Must Have The Following Features 1. Response Time 8ms 2. Panel Dimensions 75-inch To 98-inch 3. Backlight Dled 4. Aspect Ratio 16:9 5. Lifespan At Least 50,000 H 6. Refresh Rate 60 Hz 7. Static Contrast Va: 4000 (typ.); Ips: 1200 (typ.) Iv. Must Have The Camera Features 1. Pixel At Least 48 Mp 2. Auto Control, Auto Flip; Auto White Balance 3. Max. Resolution 3840 × 2160@30 Fps 4. Storage 8 Gb Emmc 5. Face Detection: Yes V. Must Have Device Ports 1. Light Sensor 1 2. Front Button 1 × Power Button (right Side) 3. Front Ports 1 × Usb 3.0 (left Side) 4. Network Port 1 × Rj-45 5. Wi-fi 1 × Wi-fi; 1 × Hotspot Vi. Must Support The Following Power Features 1. Power Requirements: 100v-240v, 50-60 Hz 2. Power Consumption (normal): ≤430w 3. Power Consumption (standby): ≤0.5w 4. Usb 3 × Usb 3.0; 1 × Micro Usb 5. Rs-232 1 × Rs-232 6. Video Input 1 × Hdmi In 7. Video Output 1 × Hdmi Out 8. Audio Output 1 × 3.5 Mm (line Out) Port 9. Irda 1 10. Microphone 8 Array 11. Type-c Port 1 × Type-c Vii. Must Have The Following Touchscreen Features 1. Touch Technology Type Infrared Touch Technology 2. Response Time < 10 Ms 3. Touch Points Supports 20 Touch Points And Drawing Up To 20 Lines 4. Valid Touch 2 Mm 5. Touch Accuracy ± 1 Mm 6. Writing Mode Finger + Pen (attaches Magnetically) 7. Touch Resolution 32767 × 32767 8. Number Of Multi-user Writing Points 10 Viii. Must Have The Following Speaker Features 1. Frequency 150 Hz–20 Khz 2. Power 15 W × 3 (max.) 3. Built-in Speaker 3 Ix. Must Have Fingerprint Features 1. Fingerprint Capacity 100 2. Fingerprint Resolution 160 × 160 3. Far 0.001% X. Microphone Must Have The Following Features 1. Pick-up Distance Far-field Sound Pickup: 6 M–8 M (19.69 Ft–26.25 Ft) 2. Number Of Microphones 8 3. Agc: Yes 4. Echo Cancellation: Yes 5. Polar Pattern: Omnidirectional 6. Intelligent Noise Filtering: Yes Xi. Must Have The Following Features 1. Power Supply 100–240 Vac, 50/60 Hz 2. Product Material Metal Casing 3. Protective Glass Anti-dazzle Tempered Glass With A Hardness Of 7 On The Mohs Scale 4. Installation - Wall Mount; Mobile Bracket 5. Standby Power Consumption ≤ 0.5 W 6. Energy Star (except 98-inch Model); Cb; Ce 4. Eleven (11) Units - Ups A. Must Have Capacity 1500va/900w B. Must Support Input Rated Voltage 220vac~240vac 110vac~120vac C. Must Support Voltage Range 140vac~290vac 81vac~145vac D. Must Have A Rated Frequency Range Of 50hz Or 60hz E. Must Have Output Voltage 220/230/240 Vac 110/120 Vac F. Must Have Ac Voltage Regulation (batt. Mode) ±10% G. Must Have Frequency Range (batt. Mode) 50hz Or60hz±1hz H. Must Transfer Time 2-6ms I. Must Support Battery Type & Number 12 V/9 Ah X 2 J. Must Charging Voltage 27.4v±1% K. Must Have Alarm: Battery Mode Sounding, Low Battery Sounding, Overload Sounding, And Fault Continuously Sounding L. Must Have Protection: Full Protection Overload, Discharge, And Overcharge Protection M. Must Operating Temperature 0°c ~ +40°c (+32°f ~ +104°f) 5. Biometric And Door Access With Connectivity (restricted Rooms And Offices Only) A. Eighty-six (86) Units - Fingerprint And Card Reader I. Must Have Rs-485 Protocol1 Ii. Must Support Mifare 13.56 Mhz Card Or Fingerprint Iii. Must Store Up To 3,000 Fingerprints Iv. Must Have Watchdog Function For Tamper Detection V. Must Have Audible And Visual Indicators Vi. Must Support Surface-mount Installation Vii. Must Support Unlock Mode Ic Card, Fingerprint, Combination Viii. Must Have Card Reader Format 13.56 Mhz Mifare Ix. Must Have Response Time 0.1s B. Eighty-six (86) Units - Access Controller I. Must Have Tcp/ip Communication. Ii. Must Support Communication Protocols Rs-485 And Wiegand. Iii. Must Support Storing 100,000 User And 500,000 Card-swiping Records. Iv. Must Support Multi-door Interlock, Multi-user Unlock, Aand Nti-passback. V. Must Support Remote Unlock. Vi. Must Support Reader Tamper Alarm, Intrusion Alarm, Unlocking Timeout Vii. Must Have An Alarm, Duress Alarm, Invalid Card Exceeding Threshold Alarm, And Incorrect Password Alarm. Viii. Must Support Built-in Rtc, Manual Time Fixing, And Automatic Time Fixing. Ix. Must Support Online Upgrades. X. Must Support A Watchdog Mechanism To Ensure The Operation Stability. C. Eighty-six (86) Units - Ups I. Must Have Capacity 1500va/900w Ii. Must Support Input Rated Voltage 220vac~240vac 110vac~120vac Iii. Must Support Voltage Range 140vac~290vac 81vac~145vac Iv. Must Have A Rated Frequency Range Of 50hz Or 60hz V. Must Have Output Voltage 220/230/240 Vac 110/120 Vac Vi. Must Have Ac Voltage Regulation (batt. Mode) ±10% Vii. Must Have Frequency Range (batt. Mode) 50hz Or60hz±1hz Viii. Must Transfer Time 2-6ms Ix. Must Support Battery Type & Number 12 V/9 Ah X 2 X. Must Charging Voltage 27.4v±1% Xi. Must Have Alarm: Battery Mode Sounding, Low Battery Sounding, Overload Sounding, And Fault Continuously Sounding Xii. Must Have Protection: Full Protection Overload, Discharge And Overcharge Protection Xiii. Must Operating Temperature 0°c ~ +40°c (+32°f ~ +104°f) D. Ninety-eight (98) Units - Electromagnetic Lock I. The Casing Must Made Of Aluminum Alloy Ii. Must Have The Following Functions: Signal Output Com/no/nc, Door Status Detection 1, Relay Iii. Must Have Tension Up To 280 Kg (617.29 Lb), Tensile Force Iv. Must Have Anti-corrosion Level Basic Protection E. Ninety-eight (98) Units - Bracket For Door I. Must Support Up To 280kg Magnetic Lock Ii. Must The Material: High Strength Aluminum Alloy Iii. Must Support Door Type: Wooden, Metal, Fire Door Iv. Must Support Open Way: 90°/180° F. Eight (8) Units - Card Enrollment Reader I. Must Be Equipped With The 32-bit High-speed Processor Ii. Must Have A Built-in Audible Beeper Iii. Must Support Read Format 13.56mhz 125khz Iv. Must Have Read Range 3cm-5cm (max.) V. Must Have Communication Interface Usb To Pc Vi. Must Have Power Supply 5v Dc/100ma Vii. Must Have Ce And Fcc Certificates G. Five Hundred (500) Pcs - Laminated Integrated Circuit (ic) Card I. Must Have Read/write Function Ii. Must Be Made Of Pvc Material Iii. Must Support Standard: Mifare S50, 13.56 Mhz Iv. Must Have Range: Approximately 10 Cm (3.94 In.) H. Accessories I. Eighty-six (86) Units - Infrared Exit Button 1. Must Have Plastic Or Stainless Steel Case 2. Must Support Working Temperature Is -30°c~+60°c Ii. Eighty-six (86) Units - Emergency Break Glass Button 1. Must Have Nc/no/com Ports 2. Must Support Working Temperature Is -20°c~+55°c I. One (1) Lot - Software Note: Stand-alone 1. Must Have Video Surveillance, Access Control, And Various Attendance Functions. 2. Must Built To Be Versatile, Provide Direct Access To The Web Client, And Feature P2p Linking, Real-time Monitoring, Video Playback, Event Center, Access Control And Attendance, 3. Must Have A Monitoring Screen That Can Be Viewed In Real-time On The Platform. Can Also View Snapshots Taken Of The Monitoring Screen, And Play Video Recordings. 4. Built To Work With Access Control Devices, It Can Be Used To Remotely Open And Close Doors, Access Videos From Cameras, And Remotely Configure Alarm Settings. 5. Works Together With Attendance Devices To Allow You To Manage Shifts, Handle Errors, Configure Settings For Business Trips And Leave Of Absence, And Generate Statistics On Attendance. 6. Access Control: Device Type Face Recognition Access Terminal (asi), Access Controller, (asc), Time & Attendance Terminal (asa), Number Of People 1000, Time Template 128, Time Period Up To 4, Holiday Plan Up To 16, Anti-passback Group Max. 2, First Card Unlock Record Max. 64, Multi Card Unlock Record Max. 64, Inter-door Lock Record Max. 64, Real-time Event Display Max. 100 J. One (1) Unit - Desktop Computer 1. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) 2. Memory: 16 Gb Ddr4 Or Higher 3. Form Factor: Tower 4. Storage: At Least 500 Gb Ssd (or Higher) 5. Graphics Processing Unit (gpu): 4g Gddr5 (or Higher) 6. Display: At Least 23.8” Hd Led Display (or Higher) 7. Peripherals: Power Cords, Keyboard & Optical Mouse 8. Chassis: Usb Ports, Audio Port, Mic Port, Power Switch, Reset Switch 9. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) 10. Operating System (os): Windows 11 Pro Or Higher 11. Warranty: 1 Year Courier Or Carry-in 12. Must Have 1*1500va Ups 6. Thirty (30) Units - Biometric For Employees With Connectivity For Time-in And Timeout A. Thirty (30) Units - Biometric - Time & Attendance I. Must Support Up To 1.500 Fingerprints, Up To 100.000 Record,s And Up To 2.000 Cards (optional). Ii. Must Support Multi-languages. Iii. Must Have Communication: Tcp/ip, Usb-host, Wi-fi (optional). Iv. Must Have High Verification Speed. V. Must Have Professional Firmware And Platform. B. One (1) Lot - Management Software Note: Included In Hris And Payroll Management System C. One (1) Unit - Desktop Computer I. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) Ii. Memory: 16 Gb Ddr4 Or Higher Iii. Form Factor: Tower Iv. Storage: At Least 500 Gb Ssd (or Higher) V. Graphics Processing Unit (gpu): 4g Gddr5 (or Higher) Vi. Display: At Least 23.8” Hd Led Display (or Higher) Vii. Peripherals: Power Cords, Keyboard & Optical Mouse Viii. Chassis: Usb Ports, Audio Port, Mic Port, Power Switch, Reset Switch Ix. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) X. Operating System (os): Windows 11 Or Higher Xi. Warranty: 1 Year Courier Or Carry-in Xii. Must Have 1*650va Ups 7. One (1) Site - Electrical Works Temporary Facility (temfacil) 8. One (1) Site - Structured Cabling (including External Cabling) / Roughing - In 9. One (1) Service - Smart Tv Installation 10. One (1) Service - Smartboard Installation, Setup, And Configuration 11. One (1) Site - Installation Components (biometric Installation, Setup, And Configuration) 12. One (1) Service - Project Management Services 13. One (1) Service - User's Training & Knowledge Transfer 14. One (1) Service - Manpower Cost 15. One (1) Service Mobilization Cost 16. One (1) Service - Forwarding Cost 17. One (1) Year - Extended Support Warranty E.26 Software And Network Laboratories 1. Twenty (20) Units - Desktop Computers A. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) B. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) C. Operating System (os): Windows 11 Or Higher D. Memory: 16 Gb (or Higher) E. Storage: 500 Gb Ssd (or Higher) F. Display: 14” Display G. Graphic Card: Integrated Graphics H. Camera: 1080p Fhd Ir/rgb Hybrid I. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above J. Ethernet Port Or Usb K. Power Cord: At Least 45w L. Warranty: 1 Year Courier Or Carry-in 2. Four (4) Units - Interactive Smart Tv ( 65") A. Screen Size: 65” B. Resolutions: 3840x2160 C. Picture Quality: 4 D. Brightness Detection E. Ultimate Dimming F. Contrast Enhancer G. Adaptive Sound H. Multi-device Experience I. Hdmi At Least Two (2) Port J. Usb At Least One (1) Port K. Wireless Lan Built-in L. Bluetooth M. Power-supply: Ac100-240v~ 50/60hz 3. One (1) Unit - Interactive Smart Board A. Screen Size: 75” Or Higher I. Must Have Built-in System 1. Cpu Frequency 2.2 Ghz + 2.0 Ghz 2. Gpu Arm Mali-g52 Mp8 (8ee) 3. Operating System Android 11.0 4. Cpu Quad-core A73 + Quad-core A53 5. Ram 12 Gb (system: 8 Gb, Camera: 4 Gb) 6. Rom 64 Gb Ii. Must Support The Following Function 1. Operating System Of External Module Windows 7/8/10;android 2. Wifi Dual-band 2.4 G/5 G; Supports 802.11 A/b/g/n/ac Wireless Frequency Range 3. Wi-fi Hotspot Dual-band 2.4 G/5 G; Supports Enabling Hotspot And Wi-fi At The Same Time Iii. Lcd Panels Must Have The Following Features 1. Response Time 8ms 2. Panel Dimensions 75-inch To 98-inch 3. Backlight Dled 4. Aspect Ratio 16:9 5. Lifespan At Least 50,000 H 6. Refresh Rate 60 Hz 7. Static Contrast Va: 4000 (typ.); Ips: 1200 (typ.) Iv. Must Have The Camera Features 1. Pixel At Least 48 Mp 2. Auto Control, Auto Flip; Auto White Balance 3. Max. Resolution 3840 × 2160@30 Fps 4. Storage 8 Gb Emmc 5. Face Detection: Yes V. Must Have Device Ports 1. Light Sensor 1 2. Front Button 1 × Power Button (right Side) 3. Front Ports 1 × Usb 3.0 (left Side) 4. Network Port 1 × Rj-45 5. Wi-fi 1 × Wi-fi; 1 × Hotspot Vi. Must Support The Following Power Features 1. Power Requirements: 100v-240v, 50-60 Hz 2. Power Consumption (normal): ≤430w 3. Power Consumption (standby): ≤0.5w 4. Usb 3 × Usb 3.0; 1 × Micro Usb 5. Rs-232 1 × Rs-232 6. Video Input 1 × Hdmi In 7. Video Output 1 × Hdmi Out 8. Audio Output 1 × 3.5 Mm (line Out) Port 9. Irda 1 10. Microphone 8 Array 11. Type-c Port 1 × Type-c Vii. Must Have The Following Touchscreen Features 1. Touch Technology Type Infrared Touch Technology 2. Response Time < 10 Ms 3. Touch Points Supports 20 Touch Points And Drawing Up To 20 Lines 4. Valid Touch 2 Mm 5. Touch Accuracy ± 1 Mm 6. Writing Mode Finger + Pen (attaches Magnetically) 7. Touch Resolution 32767 × 32767 8. Number Of Multi-user Writing Points 10 Viii. Must Have The Following Speaker Features 1. Frequency 150 Hz–20 Khz 2. Power 15 W × 3 (max.) 3. Built-in Speaker 3 Ix. Must Have Fingerprint Features 1. Fingerprint Capacity 100 2. Fingerprint Resolution 160 × 160 3. Far 0.001% X. Microphone Must Have The Following Features 1. Pick-up Distance Far-field Sound Pickup: 6 M–8 M (19.69 Ft–26.25 Ft) 2. Number Of Microphones 8 3. Agc: Yes 4. Echo Cancellation: Yes 5. Polar Pattern: Omnidirectional 6. Intelligent Noise Filtering: Yes Xi. Must Have The Following Features 1. Power Supply 100–240 Vac, 50/60 Hz 2. Product Material Metal Casing 3. Protective Glass Anti-dazzle Tempered Glass With A Hardness Of 7 On The Mohs Scale 4. Installation - Wall Mount; Mobile Bracket 5. Standby Power Consumption ≤ 0.5 W 6. Energy Star (except 98-inch Model); Cb; Ce B. Ops I5 8+256 Win 10 C. Screen Sharingdongle 4. One (1) Unit - 1500va/900w Line-interactive Ups 5. One (1) Lot - Roughing-ins Materials 6. One (1) Service - Project Management 7. One (1) Service - Temporary Facility (temfacil) For 30 Days 8. One (1) Service - Smart Board Installation, Set Up, And Configuration 9. One (1) Service - Training And Knowledge Transfer 10. One (1) Service - Smart Tv Installation 11. One (1) Service - Desktop Installation/software Setup And Configuration 12. One (1) Service - Manpower Cost 13. One (1) Service - Mobilization Cost, Demobilization 14. One (1) Service - Forwarding Cost 15. One (1) Service - Cabling Works 16. One (1) Lot - Structured Cabling (including External Cabling) 17. One (1) Year - Support Warranty E.27 Smart Function Hall 1. Smart Function Hall (audio System) A. Six (6) Units - Active Speakers I. Power: 1300w Peak, 650w Rms Ii. Lf Driver: 12" Ferrite Woofer Iii. Hf Driver: 1" Neodymium Tweeter Iv. Frequency Range: 50hz - 20khz V. Maximum Spl: 127db Vi. Mounting Options: Suspension Points, Pole Socket, Universal Yoke Mount B. One (1) Unit - Digital Mixer With Ipad Controller I. Channels: 32 Input, 40 Mix Channels Ii. Inputs: 8 X Xlr, 8 X Xlr-1/4" Combo, 1 X Dual Rca Stereo Iii. Outputs: 2 X Xlr, 1 X Xlr (mono Sum), 6 X Xlr (mix Out) Iv. Effects: Flex Fx Multi-effects Processor, 4 Effects Slots V. Control: Touch-sensitive Motorized Faders, Daw Control C. One (1) Set - Control Room Monitor Speakers I. Driver: 6.5" Composite Cone Lf, 1.25" Silk Tweeter Hf Ii. Power: 130w Rms Iii. Frequency Response: 42hz - 20khz Iv. Maximum Spl: 104db D. Two (2) Units - Wireless Microphones With Stands I. Frequency Response: 50hz - 20khz Ii. Operating Range: 300 Ft Line-of-sight Iii. Battery Life: Up To 14 Hours E. Four (4) Units - Wired Microphones With Stands I. Frequency Response: 50hz - 15khz Ii. Max Spl: 94db Spl F. One (1) Unit - Rack Mount Server I. Cpu: Intel I7 12th Gen Ii. Ram: 32gb Iii. Storage: 1tb Sata, 500gb Ssd Iv. Graphics Cards: 4 G. One (1) Unit - Ptz Camera Ai Auto Tracking I. Resolution: Uhd 4k, 1080p Signal Format Ii. Zoom: 30x Optical, 16x Digital Iii. Connectivity: Ethernet, Hdmi, 3g-sdi H. One (1) Unit - Ptz Camera Controller With Lcd Screen I. Control: Ndi, Ip, And Serial Control Ii. Protocols: Visca, Pelco-p & D Iii. Compatibility: Sony, Newtek Iv. Display: Lcd Screen For Real-time Status I. One (1) Lot - Cabling And Installation Smart Function Hall 2. Smart Function Hall (indoor Video Wall) A. One (1) Lot - Led Panel I. Must Have 4.2x2.025m P0.9375 Indoor Led Screen Ii. Led Lamp Parameter: Color Configuration: Rgb 3in1, Color: Red, Green, Blue, Luminance: 990-1210 Mcd, 1980-2420 Mcd, 495-605 Mcd, Viewing Angle: 160º/160º, Wavelength: 625-630 Nm, 520-525 Nm, 465-470 Nm Iii. Must Have Led Module Parameter: Pixel Pitch(mm) 0.9375, Iv. Pixel Configuration Cob, Module Size(mm) W 300 H 168.75, Module Resolution(dots) W 320 H 180, Drive Ic Icn1069 V. Must Have Led Cabinet Parameter: Cabinet Size (mm) W 600 H 337.5, Cabinet Resolution (dots) W 640 H 360, Cabinet Pixels (dots) 230400, Cabinet Material Die Casting Aluminum, Cabinet Weight (kg) 4.8 Vi. Must Have Led Screen Parameter: Screen Size(m)w 4.2 W 2.025 H, Screen Resolution(dots)w 4480 W 2160 H, Cabinet Quantity(pc)w 7 W 6 H, Pixel Density(pixel/m2) 1137778, Brightness(cd/m2) 600, Brightness Adjusted 256 Grade By Software Or By Auto-optic Induced, Driving Method 1/46 Scan Display Color 439, 804, 651, 110, Viewing Distance (m) ≥0.9375m, View Angle Horizontal 160°; Vertical 160° Color Contrast Ratio 5000:1, Gray Grade 16bit, Refresh Frequency (hz) 3840, Protective Grade Ip43, Working Temperature(ºc) -30~+70, Stored Temperature (ºc) -40~+80, Operation Humidity(rh) 0-95%, Lifetime 100,000 Hrs Maintenance Front Side Working Voltage Ac110 / Ac220v±10% 47~63hz, Power Consumption Max: 800w/㎡ ; Ave:310w/㎡" B. One (1) Lot - Controller I. Must Have Three Kinds Of Led 4k Sending Cards: (1) − H_20xrj45 Sending Card Loads Up To 13,000,000 Pixels, (2) − H_16xrj45+2xfiber Sending Card Loads Up To 10,400,000 Pixels And Provides Two Opt Ports That Copy The Outputs On Ethernet Ports, (3) − H_4xfiber Sending Card Loads Up To 20,800,000 Pixels And Supports Three Working Modes, Including Independent, Copy And Backup. The Three Cards Mentioned Above Cannot Be Used Together To Load The Same Screen. Ii. Must Have Multi-capacity Configuration On A Single Card Slot: − 4x 2k×1k@60hz, − 2x 4k×1k@60hz, − 1x 4k×2k@60hz Iii. Must Have A Simple Screen Configuration Using A Single Card And Connector Iv. Must Have Online Status Monitoring Of All Input And Output Cards V. Must Have Hot-swappable Input And Output Cards Vi. Must Have An H_2xrj45 Ip Input Card That Supports Up To 512 Ip Camera Inputs And Input Mosaic. Vii. Must Have Auto Decryption Of Hdcp-encrypted Sources Viii. Must Have Decimal Frame Rates Supported Ix. Must Have Hdr10 And Hlg Processing X. Each Screen Can Have Its Own Output Resolution. Xi. Must-have Output Mosaic: Adopts The Frame Synchronization Technology, Which Ensures All The Output Connectors Output The Image Synchronously, And The Image Is Complete And Played Smoothly, Without Any Stuck, Frame Loss, Tearing, Or Piercing. Xii. Must Support Irregular Screen Configuration: Supports Irregular Rectangle Mosaic Without Any Limitations. Xiii. Must Have Input Source Grouping Management Xiv. Must Have Eye-saver Mode: Display The Image In A Warmer But Less Bright Way To Relieve Eye Strain. Xv. Lcd Bezel Compensation Xvi. Must Have Multi-layer Display: A Single Card Supports 16x 2k Layers, 8x Dl, Layers, Or 4x 4k Layers. All Layers Support Cross-connector Output And The Layer Quantity Is Not Reduced For Cross-connector Output. Xvii. Must Have High-definition Scrolling Text, Customize The Scrolling Text Content, Such As Slogans Or Notification Messages, And Set The Text Style, Scrolling Direction, And Speed. Xviii. Must Support Up To 2,000 Presets: Fade Effect And Seamless Switching Supported, Less Than 60ms Preset Switching Duration Xix. Must Have Scheduled Playback Of Preset Playlist, Set Whether To Add The Presets To Playlist, Which Is Ideal For Monitoring, Exhibitions, Presentations, And Other Applications. Xx. Must Have Osd Settings On A Single Screen And Adjustable, Osd Transparency Xxi. Must Have Bkg Settings, Bkg Images Do Not Occupy The Layer Resources. The Max Width And Height Of A Bkg Image Are Up To 15k And 8k Respectively. Xxii. Must Have Channel Logo Management: Set A Text Or Image Logo For Identifying The Input Source. Xxiii. Must Have Input Source Cropping And Renaming After Cropping, Crop Any Input Source Image And Form A New Input Source After Cropping. Xxiv. Must Have Hdr And 10-bit Video Processing, Allowing For A More Exquisite And Clear Image. Xxv. Must Have Color Adjustment: Output Connector Color And Screen Color Adjustable, Including Brightness, Contrast, Saturation, Hue, And Gamma. Xxvi. Must Have Xr Scenario Control Xxvii. Must Have Low Latency: Reduce The Latency From The Input Source To The Receiving Card To As Low As 1 Frame. Xxviii. Must Have Web Control: Real-time Response And 1000m/100m Self-adaptive Network Control, Allowing For Multi-user Collaboration. Xxix. Must Have Monitoring Of Inputs And Outputs On A Web Page Xxx. Must Support Firmware Updates On A Web Page Xxxi. Must Have Ark Visualized Management And Control Platform App Control On Pad Device. Xxxii. Must Have Self-test For Fault Detection Xxxiii. Must Have Auto-monitoring And Alarms: Supports Hardware Monitoring, Such As Fan Rotation Speed, Module Temperature And Voltage, And Running Status, And Sends Fault Alarms If Necessary. Xxxiv. Must Support An Optional Power Supply For Higher System Reliability. Xxxv. Must Have Backup Design − Backup Between Devices − Backup Between Led 4k Sending Cards. C. Accessories I. One (1) Unit - Vacuum Suction Ii. One (1) Unit - Structure/bracket 4.2x2.025m Iii. Nine (9) Units - Hdmi Cable 8k 10 Meters Iv. Six (6) Units - 1500va/900w Line Interactive Ups D. Three (3) Units - Desktop Computer I. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) Ii. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) Iii. Operating System (os): Windows 11 Pro Or Higher Iv. Memory: 16 Gb (or Higher) V. Storage: 500 Gb Ssd (or Higher) Vi. Display: 14” Display Vii. Graphic Card: Integrated Graphics Viii. Camera: 1080p Fhd Ir/rgb Hybrid Ix. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above X. Ethernet Port Or Usb Xi. Power Cord: At Least 45w Xii. Warranty: 1 Year Courier Or Carry-in 3. One (1) Service - Project Management Services 4. One (1) Service - User Acceptance Testing (uat) 5. One (1) Service - User Training And Knowledge Transfer 6. One (1) Service - Manpower Cost 7. One (1) Service - Mobilization Cost 8. One (1) Service - Forwarding Cost 9. One (1) Year- Support Warranty E.28 Econference Room With Video Conferencing 1. Six (6) Units - Interactive Smart Board A. Screen Size: 75” Or Higher I. Must Have Built-in System 1. Cpu Frequency 2.2 Ghz + 2.0 Ghz 2. Gpu Arm Mali-g52 Mp8 (8ee) 3. Operating System Android 11.0 4. Cpu Quad-core A73 + Quad-core A53 5. Ram 12 Gb (system: 8 Gb, Camera: 4 Gb) 6. Rom 64 Gb Ii. Must Support The Following Function 1. Operating System Of External Module Windows 7/8/10; Android 2. Wifi Dual-band 2.4 G/5 G; Supports 802.11 A/b/g/n/ac Wireless Frequency Range 3. Wi-fi Hotspot Dual-band 2.4 G/5 G; Supports Enabling Hotspot And Wi-fi At The Same Time Iii. Lcd Panels Must Have The Following Features 1. Response Time 8ms 2. Panel Dimensions 75-inch To 98-inch 3. Backlight Dled 4. Aspect Ratio 16:9 5. Lifespan At Least 50,000 H 6. Refresh Rate 60 Hz 7. Static Contrast Va: 4000 (typ.); Ips: 1200 (typ.) Iv. Must Have The Camera Features 1. Pixel At Least 48 Mp 2. Auto Control, Auto Flip; Auto White Balance 3. Max. Resolution 3840 × 2160@30 Fps 4. Storage 8 Gb Emmc 5. Face Detection: Yes V. Must Have Device Ports 1. Light Sensor 1 2. Front Button 1 × Power Button (right Side) 3. Front Ports 1 × Usb 3.0 (left Side) 4. Network Port 1 × Rj-45 5. Wi-fi 1 × Wi-fi; 1 × Hotspot Vi. Must Support The Following Power Features 1. Power Requirements: 100v-240v, 50-60 Hz 2. Power Consumption (normal): ≤430w 3. Power Consumption (standby): ≤0.5w 4. Usb 3 × Usb 3.0; 1 × Micro Usb 5. Rs-232 1 × Rs-232 6. Video Input 1 × Hdmi In 7. Video Output 1 × Hdmi Out 8. Audio Output 1 × 3.5 Mm (line Out) Port 9. Irda 1 10. Microphone 8 Array 11. Type-c Port 1 × Type-c Vii. Must Have The Following Touchscreen Features 1. Touch Technology Type Infrared Touch Technology 2. Response Time < 10 Ms 3. Touch Points Supports 20 Touch Points And Drawing Up To 20 Lines 4. Valid Touch 2 Mm 5. Touch Accuracy ± 1 Mm 6. Writing Mode Finger + Pen (attaches Magnetically) 7. Touch Resolution 32767 × 32767 8. Number Of Multi-user Writing Points 10 Viii. Must Have The Following Speaker Features 1. Frequency 150 Hz–20 Khz 2. Power 15 W × 3 (max.) 3. Built-in Speaker 3 Ix. Must Have Fingerprint Features 1. Fingerprint Capacity 100 2. Fingerprint Resolution 160 × 160 3. Far 0.001% X. Microphone Must Have The Following Features 1. Pick-up Distance Far-field Sound Pickup: 6 M–8 M (19.69 Ft–26.25 Ft) 2. Number Of Microphones 8 3. Agc: Yes 4. Echo Cancellation: Yes 5. Polar Pattern: Omnidirectional 6. Intelligent Noise Filtering: Yes Xi. Must Have The Following Features 1. Power Supply 100–240 Vac, 50/60 Hz 2. Product Material Metal Casing 3. Protective Glass Anti-dazzle Tempered Glass With A Hardness Of 7 On The Mohs Scale 4. Installation - Wall Mount; Mobile Bracket 5. Standby Power Consumption ≤ 0.5 W 6. Energy Star (except 98-inch Model); Cb; Ce B. Ops I5 8+256 Win 10 C. Screen Sharingdongle’ D. Must Have 6*1500va/900w Line-interactive Ups 2. Four (4) Lots - Microphones, Speakers And Accessories A. Four (4) Units - Full Digital Conference System Controller I. Microphone Capacity: Wired Microphone≤4096: Wireless Microphone≤300 Ii. Simultaneous Interpretation Channel: 63+1 Channels Iii. Frequency Response: 80~16khz Iv. Main Power: 100-120vac / 200-240vac By Switch V. Audio Input: Linein1: 775mvrms Balanced; 2 Output Phoenix Terminals: 775mvrms Balanced; Linein2: 775mvrms Unbalanced Vi. Audio Output: Lineout1: 1vrms Balanced; 16 Multi-function Output Phoenix Terminals: 1vrms Balanced; Lineout2: 1vrms Unbalanced Vii. Output Load >1kω Viii. Extension Port 1 For Connecting Conference System Extension Equipment Ix. Pc Network Port: 1 For Connect To The Computer X. Delegates Output Interface: 4 For Connecting Conference Speaking Units Xi. Rs-232 Interface: 2 Channels, 1 Channel For Camera Tracking, 1 Channel For Docking External Equipment Xii. Rs-485 Interface: 1 For Camera Tracking Xiii. Wired Microphone Connection Method Special Cable (6 Pins) Xiv. Rack Mountable B. Four (4) Units - Audio Processor, Afc Feedback Suppression Function I. The Panel Is Designed With Afc Touch Keys And Working Indicators. Ii. Equipped With 2 Network Ports For Connecting Wireless Ap And Communicating With The Conference Server; Connect To The Digital Conference Server Through Network Protocol To Realize Audio Data Transmission. Iii. With Automated Functions, Including Gain Sharing Type Auto-mixing And Gate Type Auto-mixing. Iv. Support Afc Feedback Suppression Function, Adopt Dual Notch + Frequency Shift Method, Automatically Grab The Howling Point, And Set The Notch Frequency, The Notch Filter Supports 12 Fixed Points + 12 Dynamic Points To Effectively Eliminate The Howling Function. V. With Automatic Gain Function, It Can Effectively Keep The Microphone Volume Within A Certain Dynamic Range. Vi. With The Microphone Voice Activation Function, Set The Tracking Threshold, And The Camera Tracking Function Can Be Realized When The Microphone Speech Reaches The Threshold. Vii. Working With The Digital Conference Server, With The Auto-mixing Function, It Can Support Up To 16 Wired Microphones And 8 Wireless Microphones At The Same Time. Viii. With 1 Xlr Balanced Output And 1 Rca Unbalanced Output. Ix. With 1 Extension Interface, Used To Connect The Extension Port Of The Digital Conference Server. X. With 1rs-232 Communication Interface (camera Tracking), Connected To The Central Controller Or The Camera Tracking Controller To Realize The Speech Camera Tracking Function. Xi. With 1 Rs-485 Communication Interface, Used To Connect Cameras To Achieve Camera Tracking. Xii. With 1 Rs-232 Communication Interface (speech Transcription), Used To Connect A Speech Transcription Server To Realize The Function Of Speech Transcription. Xiii. Simultaneous Turned-on Microphone: 16 Wired Mics + 8 Wireless Mics Xiv. Main Power Supply: 100-240ac/50-60hz Xv. Audio Output: Line Out 1: 1v Xlr Balanced Output ; Line Out 2: 1v Rca Unbalanced Output Xvi. Output Load: >1kω Xvii. Connection Method: Rj45 Network Port Xviii. Rack Mountable C. Four (4) Units - 5g Wifi Full Digital Conference - Chairman Unit I. Adopt A 48khz Sampling Rate, Clear And Bright Sound. Ii. Using Advanced Processing Chip Architecture And A Unique Processing Algorithm, The Microphone Power-on Connection Time Only Takes 5 Seconds. Iii. Support Intelligent Detection Of Faults, Prompting Users Of Ap Faults, Host Communication Faults, And Low Signal Strength. Iv. Support Charging Through Type-c Port, Support 18w Fast Charging, With Smart Indicator Status. V. Support Setting Ssid Function Through Ui. Vi. Support Multi-language Switching, And Uniformly Set Through Pc Software. Vii. The Chairman Unit Has A Speech Timing Function. When The Timing Speech Function Is Turned On, The Chairman Unit Is Not Restricted. Viii. With A Voice Control Function, The Microphone Can Be Turned On Intelligently. Support Adjusting The Sensitivity Of The Voice Control And Setting The Closing Time Through The Software. Ix. Support Sign-in Function, Set And Initiate Through Pc Software. X. Support Conference Voting Function, Five-key Voting, Three-key Voting Function, Flexible And Convenient. Xi. Adopt 128-bit Aes Encryption Technology, Support Wpa/wpa2 Wireless Security Technology, Prevent Eavesdropping And Unauthorized Access, And Provide Higher Confidentiality Of The Conference System. Xii. Using Wireless Transmission Technology, It Only Takes Very Little Time For The Venue Layout To Carry Out Activities. Xiii. The Chairman Has A Priority Function To Turn Off All Speaking Delegate Microphones. Xiv. Equipped With A 3.5mm Headphone Jack For Connecting An External Microphone. Xv. Built-in Lithium Battery, The Battery Capacity Supports 14 Hours Of Continuous Speech. D. Sixty-eight (68) Units - 5g Wifi Full Digital Conference - Delegate Unit I. Adopt A 48khz Sampling Rate, Clear And Bright Sound. Ii. Using Advanced Processing Chip Architecture And A Unique Processing Algorithm, The Microphone Power-on Connection Time Only Takes 5 Seconds. Iii. Support Intelligent Detection Of Faults, Prompting Users Of Ap Faults, Host Communication Faults, And Low Signal Strength. Iv. Support Charging Through Type-c Port, Support 18w Fast Charging, With Smart Indicator Status. V. Support Setting Ssid Function Through Ui. Vi. Support Multi-language Switching, And Uniformly Set Through Pc Software. Vii. Support Speech Timing And Timing Speech Functions, And The Delegate Unit Has The Function Of Applying For Speech. Viii. With A Voice Control Function, The Microphone Can Be Turned On Intelligently. Ix. Support Adjusting The Sensitivity Of The Voice Control And Setting The Closing Time Through The Software. X. Support Sign-in Function, Set And Initiate Through Pc Software. Xi. Support Conference Voting Function, Five-key Voting, Three-key Voting Function, Flexible And Convenient. Xii. Adopt 128-bit Aes Encryption Technology, Support Wpa/wpa2 Wireless Security Technology, Prevent Eavesdropping And Unauthorized Access, And Provide Higher Confidentiality Of The Conference System. Xiii. Using Wireless Transmission Technology, It Only Takes Very Little Time For The Venue Layout To Carry Out Activities. Xiv. The Delegate Unit Can Apply To Speak With The Approval Of The Chairman. Xv. Equipped With A 3.5mm Headphone Jack For Connecting An External Microphone. Xvi. Built-in Lithium Battery, The Battery Capacity Supports 14 Hours Of Continuous Speech. E. Seven (7) Units - Power Charger, With 10 Usb Charger Interfaces Support 18w Charge I. All Usb Ports Of The Charger Can Be Used Simultaneously For Batch Charging Of Devices. Ii. Use A Usb Cable, Connect One End To The Charger And The Other End To The Conference Unit; Support 18w Fast Charging. Iii. With Auto Circuit Protection, All Usb Ports Support Short-circuit Protection And Self-recovery Functions F. Four (4) Units - Ap Transmitter I. Comply With The Wi-fi 6 Protocol Standard (ieee 802.11ax), Backward Compatibility With 802.11a/b/g/n/ac/wave2, Support Mu-mimo, And Allow The Ap To Receive Data From Multiple Terminals At The Same Time. The Maximum Transmission Rate Of The Whole Machine Can Reach 1.601gbps, Effectively Providing Higher-performance Wireless Access Services In Terms Of Coverage, Access Density, And Traffic Throughput. Ii. Support Ofdma Spatial Multiplexing Technology And 1024 Qam Modulation And Demodulation Algorithm, Which Can Provide Faster Wireless Internet Access And Larger Wireless Coverage. Iii. Through The Virtual Wireless Access Point (virtual Ap) Technology, Up To 32 Essids Can Be Provided. Iv. Layer 2 Isolation Can Be Performed On The Subnets Using The Same Ssid Or Under The Same Vlan To Ensure User Data Security. V. Support Wpa3 Security Protocol. Vi. Support 80/160mhz High Bandwidth Frequency Band. Vii. Support Local Power Supply And Poe Remote Power Supply. Viii. It Is Suitable For Ceiling Mounting, Wall Mounting, And Desktop Installation. G. Eight (8) Units - Speaker I. Adopt 1 Mid-woofer And 2 Cone Tweeters. Ii. 12mm Plywood Housing, Lightweight, Wear-resistant Spray Paint Treatment, And Dust-proof Net Cotton Outside. Iii. The Frequency Divider In Precise Design Optimizes The Vocal Mf Performance H. Four (4) Units - Amplifier I. 1u Cabinet Design, Small In Size And Light In Weight. Ii. Adopt The Latest Class D Digital Amplifier Design, With Low Distortion And High Efficiency. Iii. Adopt Switched Power Supply Technology, With High Efficiency. Iv. Adopt A Smart Peak Clipper To Control The Power Module And Speaker System To Work In A Safe Range. V. Designed With Standard Xlr Input Interface And Link Output Interface. Vi. Support Soft Start To Prevent Absorbing Large Currents From The Power Grid During Startup And Interfering With Other Electrical Equipment. Vii. Smart Control Forced Heat Dissipation Design, Low Fan Noise, And High Heat Dissipation Efficiency. Viii. Support Overvoltage Protection, Undervoltage Protection, Overcurrent Protection, Dc Protection, Output Short Circuit Protection, Temperature Control, Fan, And So On. I. Eight (8) Units - Professional Loudspeaker Wall - Mounted Bracket I. Fixed Panel Size: 34×34mm (length×width) Ii. Cabinet Fixed Panel Size: 110mm Iii. Weight: 0.31kg 3. One (1) Lot - Roughing-ins Materials 4. Six (6) Lots - Cabling Works 5. Six (6) Lots - Structured Cabling (including External Cabling) 6. Three (3) Licenses - Video Conferencing System 7. One (1) Service - Project Management Services 8. One (1) Service - User Acceptance Testing (uat) 9. One (1) Service - User's Training & Knowledge Transfer 10. One (1) Service - Manpower Cost 11. One (1) Service - Mobilization Cost 12. One (1) Service - Forwarding Cost 13. One (1) Year - Warranty Iv. Mandatory Technical Requirements/qualifications A. Statement Of Accumulated Similar Completed Government And Private Contracts Within The Last Five (5) Years With A Total Contract Amount Of At Least Php 500,000,000.00 Or 50% Of The Abc. A. Contract Definition Must Be Supported By The Following Documents: I. Copy Of Contract Or Po; Ii. Certificate Of Completion And Acceptance B. The Software Provider (sp) Should Be In The Business Of Software Development For At Least Five (5) Years With At Least Five (5) Completed And Accepted Combined Network And Software Projects. C. The Sp Shall Have At Least One (1) Software Accredited By The Bureau Of Internal Revenue (bir) Either An Inventory System Or Pos System Or Accounting System. D. The Sp Should Have Delivered At Least (2) Government Projects Within The Past 3 Years. E. The Sp’s Technical Director(s) Such As Senior Project Manager, Senior System Project Manager, Senior Network Project Manager, Senior Infrastructure Project Manager Must Have A Project Management Experience Of At Least Five (5) Years. Attach Curriculum Vitae, Diploma, Any Government Id With Signature, Relevant Certification/s And Relevant Training/s, Seminar. F. The Sp Shall Be A Partner/distributor Of The Oem Of The Devices Which Has Been In The Market For At Least 3 Years. G. The Sp’s Program Director Must Have A Project Management Experience Of At Least Five (5) Years, With Itil Service Management Certification Or Training And Fifteen (15) Years Of Experience In Software Architecture - Development, Service Delivery Management, State-of-the-art Network Infrastructure, And Delivered Project(s) In At Least One Of The 500 Fortune Companies Or At Least One Of The Telecommunication Companies In The Philippines. Attach Curriculum Vitae, Diploma, Any Government Id With Signature, Relevant Certification/s And Relevant Training/s, Seminar. H. The Sp’s Software Architect Must Have A Devops Foundation Certification Of At Least Five (5) Years Of Experience. Attach Curriculum Vitae, Diploma, Any Government Id With Signature, Relevant Certification/s And Relevant Training/s, Seminar. I. The Sp’s Security Lead Must Be A Certified Information Systems Security Professional (isc)2 For At Least Ten (10) Years Of Experience And Certified Ethical Hacker (ceh) For At Least Ten (10) Years Of Experience. Attach Curriculum Vitae, Diploma, Any Government Id With Signature, Relevant Certification/s And Relevant Training/s, Seminar. J. The Delivery Period Of The Project Is Two Hundred Eighty (280) Days. V. Progress Billing The Project Milestones Are Identified And Aimed At Improving The Hard, Soft, And Infrastructure Of The Basc Organization Leading To The Following Output And Outcome: 15% : Upon Submission Of Signed Contract 25% : Submission And Acceptance Of Detailed Work Plan And Systems Design 29. University Information System 30. Learning Management System 31. Cashiering System 32. Human Resource Management System & Time Keeping System 33. Payroll Management System 34. Assets & Fleet Management System 35. Document Management System 36. Trouble Ticketing System 37. Queuing / Appointment System 38. Executive Information System 39. Campus Portal System 40. University Library System 41. Econference Room W/ Video Conferencing 42. Internet Connectivity 43. Campus Network System 44. Fiber Optics Works 45. Structured Cabling Works 46. It Security Operations Center & Network Operations Center 47. Campus Data Center Upgrade 48. Data Center Network Switches 49. Data Center Compute System & Data Center Block And File Storage System 50. Data Center Backup And Recovery System 51. Cloud Infrastructure 52. Ip-pabx System 53. Software & Networking Laboratories 54. E-classroom, E-room Infrastructure And Smart Led Solar Powered Light 55. E-library Infrastructure 56. Smart Function Hall 26.43% 1st Batch Hardware Completion Of Equipment Deliverables For The Following Components At Basc Facility 17. It Security Operations Center & Network Operations Center 18. Campus Data Center Upgrade 19. Data Center Network Switches 20. Data Center Compute System & Data Center Block And File Storage System 21. Data Center Backup And Recovery System 22. Ip-pabx System 23. Software & Networking Laboratories 24. E-classroom, E-room Infrastructure And Smart Led Solar Powered Light 25. E-library Infrastructure 26. Smart Function Hall 27. Campus Network System 28. Fiber Optics Works 29. Structured Cabling Works 30. Human Resource Management System & Time Keeping System 31. Document Management System 32. Queuing / Appointment System 1st Batch User Acceptance Testing (uat) Completion For The Following System Components At Basc Facility 8. Human Resource Management System & Time Keeping System 9. Payroll Management System 10. Assets & Fleet Management System 11. Document Management System 12. Trouble Ticketing System 13. Queuing / Appointment System 14. Campus Portal System 23.57% 2nd Batch Hardware Completion Of Equipment Deliverables For The Following Components At Basc Facility 4. Internet Connectivity 5. University Library System 6. Econference Room W/ Video Conferencing 2nd Batch User Acceptance Testing (uat) Completion For The Following System Components At Basc Facility 6. Cloud Infrastructure 7. University Information System 8. Learning Management System 9. Executive Information System 10. University Library System Hardware Installation, Configuration And Integration 8. Campus Network System 9. Structured Cabling Works 10. It Security Operations Center & Network Operations Center 11. Data Center Network Switches 12. Data Center Backup And Recovery System 13. Ip-pabx System 14. E-library Infrastructure Acceptance Of Volume Testing 14. University Information System 15. Learning Management System 16. Cashiering System 17. Human Resource Management System & Time Keeping System 18. Payroll Management System 19. Assets & Fleet Management System 20. Document Management System 21. Trouble Ticketing System 22. Queuing / Appointment System 23. Executive Information System 24. Campus Portal System 25. University Library System 26. Econference Room W/ Video Conferencing : Completion Of Training 19. University Information System 20. Learning Management System 21. Cashiering System 22. Human Resource Management System & Time Keeping System 23. Payroll Management System 24. Assets & Fleet Management System 25. Document Management System 26. Trouble Ticketing System 27. Queuing / Appointment System 28. Executive Information System 29. Campus Portal System 30. University Library System 31. Econference Room W/ Video Conferencing 32. Campus Network System 33. It Security Operations Center & Network Operations Center 34. Campus Data Center Upgrade 35. Data Center Backup And Recovery System 36. Smart Function Hall 10% : Project Acceptance And Turnover 29. University Information System 30. Learning Management System 31. Cashiering System 32. Human Resource Management System & Time Keeping System 33. Payroll Management System 34. Assets & Fleet Management System 35. Document Management System 36. Trouble Ticketing System 37. Queuing / Appointment System 38. Executive Information System 39. Campus Portal System 40. University Library System 41. Econference Room W/ Video Conferencing 42. Internet Connectivity 43. Campus Network System 44. Fiber Optics Works 45. Structured Cabling Works 46. It Security Operations Center & Network Operations Center 47. Campus Data Center Upgrade 48. Data Center Network Switches 49. Data Center Compute System & Data Center Block And File Storage System 50. Data Center Backup And Recovery System 51. Cloud Infrastructure 52. Ip-pabx System 53. Software & Networking Laboratories 54. E-classroom And E-room Infrastructure And Smart Led Solar Powered Light 55. E-library Infrastructure 56. Smart Function Hall Vi. Warranties And Guarantees A. Software – At Least 1-year License Coverage, Starts Upon The First Day Of Acceptance. B. Network And Hardware Support – At Least 1-year Warranty In Parts And Labor Upon Acceptance, Onsite 24x7x365. C. Db Services – At Least 1-year License Coverage, Starts Upon Delivery And Installation. D. Implementation Services – At Least 1 Year Of License Coverage With 1,000 Users. E. Technical Support – Local 24x7x365 Online/onsite Support For At Least 1 Year. F. Onsite Support – Within 8 Hours From Receipt Of The Notice, Spare Parts Ready If Necessary. G. Supply Of Spare Parts – Availability Of Parts Shall Be Within 72 Hours. H. Provision Of Service Units If The Repair Will Exceed 3 Days. I. Sp Shall Provide A Testing Facility For Functionality Demonstration. Vii. Training The Project Supports The Capacity Building For Top-level Managers, Trainers, Developers, Network/systems/database/security Administrators, Hardware Maintenance And Troubleshooting. Training For A Minimum Of 10 Persons Per Component/system For The Following Categories: A. 3 -top-level Management – Designed For The Basc Executives B. 10 - Trainers – Specifically For The Trainers Of The Basc To Ensure Continuous Training To End-users. C. 10 - Network/systems/database/security Administrators - Training Designed For Administrators To Ensure 24x7x365 Monitoring Of The Services As Well As Prompt Response As Needed. D. 10 - End-user Training Is Designed For The Users Of The System And/or Encoders. Viii. Manpower The Proposed Project Team Shall Be Composed Of Experts And Specialists As Indicated In The Table Below. The Roster Shall Include A Minimum Of 19 Distinct Physical Persons. There Shall Be No Overlapping Of Functions. In This Respect, The Persons’ Names And Functions Shall Be Explicitly Specified. However, The Sp Has The Option To Add More Personnel Depending On His Work Strategy. The Curriculum Vitae Shall Be Signed By The Person. They Will Closely Collaborate And Coordinate With The Project Management Team Of The Basc. Personnel Role / Qualification Min. No. Program Director Point Person For Issues And Concerns About The Contract And Deliverables. With Project Management Experience Of At Least Ten (10) Years, Cs/it/engineering Degree Or Equivalent. 1 Senior Project Manager With Project Management Experience Spanning Seven (7) Years And A Leadership Role, Also Have Experience Managing Teams Of Project Managers And Business Analysts. With Servicenow Certification For Certified System Administrator. 1 Senior System Project Manager With Project Management Experience Spanning Five (5) Years And A Leadership Role, Also Have Experience Managing Teams Of Project Managers And Developers. With A Itil Service Management Certification, Cs/it/engineering Degree Or Equivalent. 1 Senior Network Project Manager With At Least Seven (7) Years Of Experience In Planning, Implementing, And Maintaining It Networks. With A Network Cable Installer Certification And A Jablotron 100+ Alarm System Training Course Certification. With A Cs/it/engineering Degree Or Equivalent. 1 Senior Infrastructure Project Manager With At Least Seven (7) Years Of Experience In Taking Charge Of The Planning, Implementation, And Maintenance Of Infrastructure And Service Delivery Management. With A Microsoft Certified Professional Certification With A Cs/it/engineering Degree Or Equivalent. 1 Senior Project Manager For Peripherals With At Least Seven (7) Years Of Experience In Project Management With A Focus On It Networks, Infrastructure, And Peripherals (biometrics, Cctv, And Alarm Systems). With A Fiber Optic Preparation & Splicing And Jablotron 100+ Alarm System Training Course Certification With A Cs/it/engineering Degree Or Equivalent. 1 Business Analyst Person In Charge Of The Business And System Specifications With Experience In Systems Analysis And Design. With A Cs/it/engineering Degree Or Equivalent. 4 Enterprise/ Software Architect Person In Charge Of System Architecture And Structural Design With At Least Ten (10) Years Of Experience In Software Architecture And Development. Microsoft Office Sharepoint Server 2007, Application Development Certification Of At Least Three (3) Years Or Openspan Certified Developer Certification Of At Least Ten (10) Years. With A Cs/it/engineering Degree Or Equivalent. 2 Systems Analyst/ Developers Person In Charge Of The System Specifications With At Least Three (3) Years Of Experience In Systems Analysis And Design. Basic React Programming Certification Or With A Cs/it/engineering Degree Or Equivalent. 9 Senior Database Administrator Person In Charge Of Installing, Administering, Maintaining, And Performance Tuning Databases With At Least Seven (7) Years Of Experience In Rdbms. With A Cs/it/engineering Degree Or Equivalent. 2 Senior Security Analyst Person In Charge Of Securing And Administering Smart Campus Security System With At Least Seven (7) Years Of Experience In It Security. With A Cs/it/engineering Degree Or Equivalent. Certified Information Systems Security Professional (isc) And Certified Ethical Hacker (ceh). 1 Quality Assurance Manager With Quality Assurance Experience Spanning Three (3) Years And A Leadership Role, Also Have Experience Managing Teams Of Project Managers And Developers. With A Cs/it/engineering Degree Or Equivalent. 4 Operations Support Lead With Operations Support Experience Spanning Three (3) Years Of The Same Role In A Customer Service, Help Desk, Technical Support, And/or Call Center. With A Bachelor's Degree Or Equivalent. 1 Help Desk And Technical Support With Operations Support Experience Spanning Two (2) Years Of The Same Role In A Help Desk, Technical Support, And/or Call Center. With A Bachelor's Degree Or Equivalent. 5 Senior Trainers With Trainer Or Teaching Experience Spanning Five (5) Years Of The Same Role In Education Institutions. With A Bachelor's Degree Or Equivalent. 2 Total (minimum Physical Count) 36 Section Viii. Checklist Of Technical And Financial Documents Notes On The Checklist Of Technical And Financial Documents The Prescribed Documents In The Checklist Are Mandatory To Be Submitted In The Bid, But Shall Be Subject To The Following: A. Gppb Resolution No. 09-2020 On The Efficient Procurement Measures During A State Of Calamity Or Other Similar Issuances That Shall Allow The Use Of Alternate Documents In Lieu Of The Mandated Requirements; Or B. Any Subsequent Gppb Issuances Adjusting The Documentary Requirements After The Effectivity Of The Adoption Of The Pbds. The Bac Shall Be Checking The Submitted Documents Of Each Bidder Against This Checklist To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion Pursuant To Section 30 Of The 2016 Revised Irr Of Ra No. 9184. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages);or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (f) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (g) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (h) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (i) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (j) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (k) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (l) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (m) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (n) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (o) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. 25 Financial Component Envelope ⬜ (a) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (b) Original Of Duly Signed And Accomplished Price Schedule(s). Bid Form Date: ____________ Project Identification No. 2025-01g To: Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan 3010 Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers______ [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hubin Conformity With The Said Bidding Documents For The Sum Of __________________________________________________________(php____________)[total Bid Amount In Words And Figures] Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In The Bidding Documents Provisions And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per The Bidding Documents. We Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Name Of Project Of The Name Of The Procuring Entity] [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter’s Behalf For Name Of Project Of The Name Of The Procuring Entity]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 2022. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of _______________________ Price Schedule Name Of Bidder ____. Invitation To Bid Number 2025-01g Page _____ Of______. 1 2 3 4 5 6 7 8 9 10 Item Description Country Of Origin Quantity Unit Price Exw Per Item Transportation And Insurance And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col 9) X (col 4) 1 Grand Total (in Words) (in Figures) [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of _________________________ [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-01g: Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub Location Of The Project : San Ildefonso, Bulacan List Of All Ongoing Government & Private Contracts Including Contracts Awarded But Not Yet Started Business Name : Business Address :______________________________________________________________________ Name Of Contract/ Project Cost A. Owner’s Name B. Address C. Telephone Nos. Nature Of Work Bidder’s Role A. Date Awarded B. Date Started C. Date Of Completion % Of Accomplishment Value Of Outstanding Works / Undelivered Portion Description % Planned Actual Government Private Note: This Statement Shall Be Supported With: Total Cost 1 Notice Of Award (for Government Projects) 2 Notice To Proceed (for Government Projects) 3 Contract Submitted By : (printed Name & Signature) Designation : Date : [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-01g: Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub Statement Of Single Largest Completed Contracts (slcc) In The Last Five (5) Years Business Name : Business Address : Name Of Contract A. Owner Name B. Address C. Telephone Nos. Nature Of Work Bidder’s Role A. Amount At Award B. Amount At Completion C. Duration A. Date Awarded B. Contract Effectivity C. Date Completed Description % Government Private Attached Herewith Are The Following Documents: Contract Agreement, Notice Of Award, Notice To Proceed, Official Receipt/invoice, Certificate Of Final Inspection, Certificate Of Good Performance And Certificate Of Acceptance, As Evidences In Support Of The Foregoing Information. Submitted By : (printed Name & Signature) Designation : ____________________________________________ Contract Agreement Form This Agreement Made The _____ Day Of __________ 20_____ Between [name Of Procuring Entity] Of The Philippines (hereinafter Called “the Entity”) Of The One Part And [name Of Supplier] Of [city And Country Of Supplier] (hereinafter Called “the Supplier”) Of The Other Part: Whereas The Entity Invited Bids For Certain Goods And Ancillary Services, Viz., [brief Description Of Goods And Services] And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of [contract Price In Words And Figures] (hereinafter Called “the Contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Referred To. 2. The Following Documents Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: (a) The Supplier’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g. Bidder’s Response To Clarifications On The Bid), Including Corrections To The Bid Resulting From The Procuring Entity’s Bid Evaluation; (b) The Schedule Of Requirements; (c) The Technical Specifications; (d) The General Conditions Of Contract; (e) The Special Conditions Of Contract; (f) The Performance Security; And (g) The Entity’s Notice Of Award. 3. In Consideration Of The Payments To Be Made By The Entity To The Supplier As Hereinafter Mentioned, The Supplier Hereby Covenants With The Entity To Provide The Goods And Services And To Remedy Defects Therein In Conformity In All Respects With The Provisions Of The Contract 4. The Entity Hereby Covenants To Pay The Supplier In Consideration Of The Provision Of The Goods And Services And The Remedying Of Defects Therein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of The Contract At The Time And In The Manner Prescribed By The Contract. In Witness Whereof The Parties Hereto Have Caused This Agreement To Be Executed In Accordance With The Laws Of The Republic Of The Philippines On The Day And Year First Above Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Supplier) Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ * This Form Will Not Apply For Wb Funded Project Bid Securing Declaration Form Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: [insert Name And Address Of The Procuring Entity] I/we , The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder’s Authorized Representative] [insert Signatory’s Legal Capacity] Affiant Financial Documents For Eligibility Check Year 20 1 Total Assets 2 Current Assets 3 Total Liabilities 4 Current Liabilities 5 Net Worth (1-3) 6 Net Working Capital (2-4) The Net Financial Contracting Capacity (nfcc) Based On The Above Data Is Computed As Follows: Nfcc = [(current Assets – Current Liabilities) (15)] Minus Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. The Values Of The Domestic Bidder’s Current Assets And Current Liabilities Shall Be Based On The Latest Audited Financial Statements Submitted To The Bir. Nfcc = Php Submitted By: Name Of Bidder Signature Of Authorized Representative Over Printed Name Date:
Closing Date7 Feb 2025
Tender AmountPHP 1 Billion (USD 17.1 Million)
2811-2820 of 2822 archived Tenders