Uniform Tenders

Credit Information Corporation Tender

Software and IT Solutions
Philippines
Closing Date28 Mar 2025
Tender AmountPHP 887.4 K (USD 15.6 K)
Details: Description March 22, 2025 Request For Quotation No.: 2025-cims(030)-npsvp-0012 Procurement Of Three Hundred (300) License For 2fa On Existing Cloud-based Waf (negotiated Procurement – Small Value Procurement) Sir/madam: The Credit Information Corporation Through Credit Information Management Services Invites You To Submit Your Quotation / Offer For The Item/s Described Below Using The Price Proposal Form (see Annex "a") Subject To The Terms And Conditions Stated In The Rfq And Terms Of Reference (see Annex “b”). Lot Particulars Qty Uom Unit Cost (in Php) Approved Budget For The Contract (abc In Php) 1 Procurement Of Three Hundred (300) Licenses For 2fa On Existing Cloud-based Waf 1. Login Protect, Renewal Of User Licenses 150 License 2,958.00 443,700.00 2. Login Protect, Procurement Of Additional User Licenses 150 License 2,958.00 443,700.00 Total Abc In Php (inclusive Of Vat) 887,400.00 Contract Duration: 1.) May 20, 2025 To May 19, 2026 2.) One (1) Calendar Year Delivery Schedule: Consistent With The Schedule In “annex B” Delivery Site: 4f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Submit Your Proposal, Together With The Following Documents, Duly Signed By You Or Your Duly Authorized Representative, Not Later Than March 28, 2025, 5:00 P.m. 1. Philgeps Certificate/number; 2. Mayor’s/business Permit For The Current Year; 3. Latest Income/business Tax Returns; 4. Notarized Omnibus Sworn Statement (annex C); And 5. For Authorized Representatives: Spa (sole Proprietorship/partnership), Secretary’s Certificate Or Board Resolution (corporation). Note: Philgeps Platinum Registration Certificate May Be Submitted In Lieu Of Philgeps Number, And Mayor’s/business Permit For The Current Year; In Case Of Sole Proprietorship, The Bidder Must Submit A Special Power Of Attorney (spa) If The Proprietor/owner Has Assigned/appointed A Person To, On His/her Behalf, Represent The Company In The Procurement Of Cic And Sign All Documents Pertaining To The Project/contract To Be Bid. Only One (1) Set Of Documents Certified To Be True Copies Of The Original Shall Be Required. Proposals And Other Documents Required Shall Be Sent Electronically To Procurementunit@creditinfo.gov.ph. Electronically Submitted Proposals And Documents Must Be Submitted On Or Before The Deadline Of Submission As Stated In This Rfq. Upon Determination Of Your Technical, Legal And Financial Eligibility, The Administration Unit Of The Cic Shall Undertake Negotiation With Your Company Based On The Technical Specifications For This Project. Phoebe Ann R. Wagan Administrative Services Officer V Annex "a" Price Proposal Form Date: _________________ Administration Unit Credit Information Corporation 4f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Sir/madam: Having Examined The Request For Quotation No. Rfq No. 2025-cims(030)-npsvp-0012, Which Includes The Technical Specifications, The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned, Offer To, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Lot Particulars Qty Uom Unit Price (in Php) Bid Price In Php (inclusive Of Vat) 1 Procurement Of Three Hundred (300) License For 2fa On Existing Cloud-based Waf 1. Login Protect, Renewal Of User Licenses 150 License 2. Login Protect, Procurement Of Additional User Licenses 150 License Total Bid Price In Php (inclusive Of Vat) Contract Duration: 1.) May 20, 2025 To May 19, 2026 2.) One (1) Calendar Year Total Bid Price In Words: ______________________________________________________ We Undertake, If Our Proposal Is Accepted, To Deliver The Goods/services As Identified In The Technical Specifications/terms Of Reference And In Accordance With The Delivery Schedule. Our Quotation Includes All Taxes, Duties And/or Levies Payable And Is Valid For A Period Of Thirty (30) Calendar Days Upon Issuance Of This Document. We Understand That The Cic Technical Working Group May Require From Us The Submission Of Documents That Will Prove Our Legal, Financial And Technical Capability To Undertake This Project. Until A Formal Contract Is Prepared And Executed, This Proposal, Together With Your Written Acceptance Thereof And The Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Proposal You May Receive. Both Parties Has The Option To Rescind Or Terminate The Contract Acceptable To Both Parties And Or Existing Laws. Dated This ________________. Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Proposal For And On Behalf Of: ___________________ Annex "b" Compliance Form Technical Specifications Procurement Of Three Hundred (300) License For 2fa On Existing Cloud-based Waf 1. Overview The Credit Information Corporation (cic) Is Mandated To Collect And Aggregate Borrower’s Credit Data To Establish The Credit Worthiness Of Borrowers. Cic Needs And Uses A Cloud-based Web Application Firewall (waf) Service That Offers Powerful Way To Protect Critical Web Applications Of Cic, And To Efficiently Manage And Optimize Website Performance Where The Submitting Entities (ses) And Accessing Entities (aes) Access The Credit Data And Reports Securely. Cic Uses The Cloud-based Web Application Firewall (waf) Solution With The Following Features And Capabilities: 1. 99.99% Uptime 2. Can Block Over 600 Million Attacks Per Day 3. Enterprise Reporting And Analytics 4. Security At The Speed Of Devops 5. Flexible Deployment Options 6. Use The Web Application Firewall To Secure: A. Active And Legacy Applications B. Third-party Applications C. Apis & Micro Services D. Cloud Applications, Containers, Virtual Machines And More 2. Purpose The Cic Aims To Secure Three Hundred (300) Licenses For 2fa Of Existing Cloud-based Waf Solution To Continually Provide A Secure And Easy-to-manage Technology That Integrate With Other Credit Information System (cis) Infrastructure And Systems Of The Cic To Secure, Protect, And Reduce Web Application Risks While Overcoming Its Limited Budget And Man-power Resources. 3. Scope The 2fa Covers To Receive Three Hundred (300) Licenses For 2fa Of Existing Cloud-based Waf For One (1) Year. 4. Definitions Of Terms Term Definition Cyber Threats In Computer Security, A Threat Is A Potential Negative Action Or Event Facilitated By A Vulnerability That Results In An Unwanted Impact To A Computer System Or Application Ddos In Computing, A Denial-of-service Attack Is A Cyber-attack In Which The Perpetrator Seeks To Make A Machine Or Network Resource Unavailable To Its Intended Users By Temporarily Or Indefinitely Disrupting Services Of A Host Connected To The Internet. Firewall In Computing, A Firewall Is A Network Security System That Monitors And Controls Incoming And Outgoing Network Traffic Based On Predetermined Security Rules. A Firewall Typically Establishes A Barrier Between A Trusted Network And An Untrusted Network, Such As The Internet. Https Hypertext Transfer Protocol Secure (https) Is An Extension Of The Hypertext Transfer Protocol (http). It Is Used For Secure Communication Over A Computer Network, And Is Widely Used On The Internet. In Https, The Communication Protocol Is Encrypted Using Transport Layer Security (tls) Or, Formerly, Secure Sockets Layer (ssl). The Protocol Is Therefore Also Referred To As Http Over Tls, Or Http Over Ssl. Key Exchange Key Exchange (also Key Establishment) Is A Method In Cryptography By Which Cryptographic Keys Are Exchanged Between Two Parties, Allowing Use Of A Cryptographic Algorithm. Multi-factor Authentication (mfa Or Sometimes 2fa) Multi-factor Authentication Is An Electronic Authentication Method In Which A Computer User Is Granted Access To A Website Or Application Only After Successfully Presenting Two Or More Pieces Of Evidence To An Authentication Mechanism: Knowledge, Possession, And Inherence. Service Level Agreement (sla) A Commitment Between A Service Provider And A Client. Particular Aspects Of The Service – Quality, Availability, Responsibilities – Are Agreed Between The Service Provider And The Service User Web Application Firewall A Web Application Firewall Is A Specific Form Of Application Firewall That Filters, Monitors, And Blocks Http Traffic To And From A Web Service. Website A Collection Of Web Pages And Related Content That Is Identified By A Common Domain Name And Published On At Least One Web Server --definitions Are Retrieved From Wikipedia.com, Techopedia.com 5. Duties And Responsibilities 5.1. Service Provider (sp) The Sp's Responsibilities With Respect To This Project Are As Follows: 1. The Renewal And Installation Of License Must Be Completed Within Thirty (30) Calendar Days From The Receipt Of The Notice To Proceed (ntp). Otherwise, The Sp Shall Pay A Penalty In The Amount Of One Tenth Of One Percent (1/10 Of 1 %) Of The Total Contract Price For Every Calendar Day Of Delay. 5.2. Credit Information Corporation Cic's Responsibilities With Respect To This Project Are As Follows: 1. Grant The Sp’s Authorized Representative Access To Its Premises, Equipment And Facilities Located Therein To Perform Its Obligations, Provided That Such Representative Shall Be Accompanied By The Duly Assigned Personnel Of The Cic Technical Support Department. 2. Secure The Necessary Access Pass And Building Permit Required By The Building Administrator And Assumes Responsibility For The Safe Custody And Use Of The Equipment. 3. Monitor The Provided Services And Verify If The Parameters Under The Service Level Agreement Are Met And Performed By The Sp. 4. Issuance Of A Certificate Of Inspection And Acceptance To The Sp Upon Successful Completion Of The Testing Certifying That The Sp Conforms To All Requirements Stipulated In This Document. 5. Pursuant To General Procurement Policy Board (gppb) Resolution No. 019-2006 Dated 06 December 2006, At The End Of Each Year, The Cic Will Conduct An Assessment Of The Quality Of Service Provided Particularly The Cost Charged By The Sp And The Range Of Services It Offers Against Other Service Providers In The Area. 6. Conducts Assessment/evaluation Of The Sp 60 Days Before The End Of The Contract. 6. Requirements 6.1. General Items Requirements Statement Of Compliance “comply” Or “not Comply” Proof/evidence Of Compliance 1. Service Provider A) Duly Notarized Statement That The Sp Has Been In Business Of Providing The Cic’s Existing Cloud-based Web Application Firewall Solution For At Least Five (5) Years Prior To The Deadline For The Submission Of Bids. B) The Sp Must Establish A Single Point Of Contact Call Center Operations/helpdesk With Hotline Numbers To Provide Timely And Responsive Trouble Reporting, Incident Handling, Problem Escalation And Field Support For All Problem Related Issues. C) The Sp Must Provide Escalation Or Incident Management Procedures, Including The Complete Names Of Contact Persons, Positions, Email Address, Mobile And Landline Numbers. The Sp Shall Inform Cic Of Any Changes On The Escalation Or Incident Management Procedure Immediately. D) The Sp Should Provide Unlimited Phone, Email, Chat And Any Form Of Electronic Communications And Messaging Support For One (1) Year. 8x5 (monday To Friday) For Local Support, And 24x7 For International Helpdesk Support. E) The Sp Should Provide A Consumable 8x5 Onsite Support With Next Business Day Response Time For One Year. Four (4) Visits Of Free Onsite Support During The Contract Period. F) Implement Recommended Remedial Action, Security Updates, System Upgrades As Needed. 2. Service Delivery Manager A) The Sp Should Assign A Service Delivery Manager (sdm) To Cic For The Project To Ensure All Requirements Of This Contract Are Successfully Delivered To Cic. B) The Sdm Should Have At Least Two (2) Year Service Delivery Or Project Management Experience In Handling Similar Project Implementation. (provide Curriculum Vitae And Related Certifications.) 3. Technical Support Staff A) The Sp Should Assign At Least Two (2) Technical Support/engineers To The Cic Project. They Must Be Permanent Employees Of The Service Provider For At Least One And Half (1 ½) Years. (provide Certificate Of Employment, Updated Curriculum Vitae & Related Certifications.) 6.2 Technical Requirements Items Requirements Statement Of Compliance “comply” Or “not Comply” Proof/evidence Of Compliance 1. System Overview A) Renewal Of One Hundred Fifty (150) Licenses For 2fa Of Existing Cloud-based Waf For One (1) Year. Coverage Period: May 20, 2025 – May 19, 2026 B) Additional Of One Hundred Fifty (150) Licenses For 2fa Of Existing Cloud-based Waf For One (1) Year. C) Other Details Will Be Provided Upon Request 6.3. Service Level Items Requirements Statement Of Compliance “comply” Or “not Comply” Proof/evidence Of Compliance 1. Change Requests (cr) A) Cr Must Be Acknowledged By The Sp Within Two (2) Hours Upon Receipt, Mondays To Fridays, 8:00-5:00 Pm. 2. Incident Response A) Help-desk Facility Available Twenty-four By Seven (24x7) To Receive Report On Any Issues B) Incident Response/support Tickets Relayed Through Help-desk, Email, Phone, Or Instant Messaging Must Be Acknowledged By The Service Provider Within Two (2) Hours Upon Receipt, And C) Resolve Issues Within Six (6) Hours Upon Acknowledgement. 3. Service Report A) The Sp Must Provide Service Reports For Each Onsite Or Remote Support Service Performed And Shall Be Verified And Acknowledged By Cic Authorized Personnel. B) The Sp Shall Submit A Detailed Problem Resolution Report For Every Service Requested Within 24 Hours. It Shall Include Details Of Actions Taken In Resolving The Problem Duly Acknowledged By The Authorized Cic Personnel. 7. Schedule Of Delivery The Service Provider Shall Commence Delivery And Implementation Of The Following Licenses: 1. First Batch Of Additional Fifty (50) Licenses Within 15 Calendar Days (lead Time For Delivery For Non-stock Items) Upon Receipt Of The Notice To Proceed. 2. Second Batch Of Additional Fifty (50) Licenses After 30 Days From The Delivery Of First Batch 3. Third Batch Of Additional Fifty (50) Licenses After 30 Days From The Delivery Of Second Batch 4. Renewal Of One Hundred Fifty (150) Licenses Before May 20, 2025 8. Terms Of Payment Payment Shall Be Made On The Following: 1. Payment Shall Be Made On The Below Payment Schedule, Subject To Submission Of Billing Statement And Other Supporting Documents By The Sp, And Shall Be Processed Within Thirty (30) Calendar Days, Subject To The Issuance Of Certificate Of Satisfactory Project Completion By Cic End-user. Payment Schedule Payment Of The Total Contract Price 1. Upon Deployment Of First Batch Of Additional Fifty (50) Licenses 16% Of The Total Contract Price 2. Upon Deployment Of First Batch Of Additional Fifty (50) Licenses 16% Of The Total Contract Price 3. Upon Deployment Of First Batch Of Additional Fifty (50) Licenses 18% Of The Total Contract Price 4. Upon Deployment Of Renewal Of One Hundred Fifty (150) Licenses 50% Of The Total Contract Price 2. The Start Of Billing Shall Be Based On The Date Of Issuance Of “certificate Of Acceptance”. 3. Payments Shall Be Subject To The “warranty” Provisions In The Form Of Retention Money In An Amount Equivalent To At Least One Percent (1%) Of The Contract Price Required In Section 62 Of R.a. 9184 And Its Irr. 9. Contract Termination Both Parties Have The Option Or Terminate The Contract Acceptable To Both Parties Based On The Philippine Government Procurement Reform Act And Its Implementing Rules And Regulations, Gppb Guidelines Or Its Issuances, And Other Philippine Laws As Applicable. Pursuant To Annex I Of The 2016 Revised Implementing Rules And Regulations, As Of 15 July 2022, Of The Republic Act No. 9184, The Cic Reserves The Right To Terminate The Procurement Of Three Hundred (300) License For 2fa On Existing Cloud-based Waf On The Following Grounds: A. Termination By Default: 1. Pursuant To Section 68 Of The 2016 Revised Irr, When Outside Of Force Majeure, The Sp Fails To Deliver Or Perform Any Or All Of The Contract Deliverables Within The Period Specified In The Contract, Or Within Any Extension Thereof Granted By The Cic Pursuant To A Request Made By The Sp Prior To The Delay, And Such Failure Amounts To At Least Ten Percent (10%) Of The Contract Price; 2. Pursuant To Section 68 Of The 2016 Revised Irr, The Sp, As A Result Of The Force Majeure, Is Unable To Deliver Or Perform Any Or All Of The Contract Deliverables, Amounting To At Least Ten Percent (10%) Of The Contract Price, For A Period Of Not Less Than Sixty (60) Calendar Days After Receipt Of Notice From The Cic Stating That The Circumstances Of Force Majeure Is Deemed To Have Ceases; Or 3. The Sp Fails To Perform Any Other Obligation Under The Contract. B. Termination For Convenience, In Whole Or In Part. If The Cic Has Determined The Existence Of Conditions That Make The Contract Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event/s Or Changes In Law And National Government Policies. C. Termination For Insolvency. If The Sp Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. D. Termination For Unlawful Acts. In Case It Is Determined Prima Facie That The Sp Engaged, Before Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation. Statement Of Compliance Dated This ________________. Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Compliance For And On Behalf Of: ___________________ Annex "c" Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 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]; 0. 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;)]; 0. [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; 0. 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; 0. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 0. Select One, Delete The Rest: [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 0. [name Of Bidder] Complies With Existing Labor Laws And Standards; 0. [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]. 0. [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. 0. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ______, 20___ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This __ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ______ . Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Doc. No. ___ Page No. ___ Book No. ___ Series Of ____. Note: “sec. 12. Competent Evidence Of Identity – The Phrase “competent Evidence Of Identity” Refers To The Identification Of An Individual Based On: At Least One Current Identification Document Issued By An Official Agency Bearing The Photograph And Signature Of The Individual, Such As But Not Limited To, Passport, Driver’s License, Professional Regulations Commission Id, National Bureau Of Investigation Clearance, Police Clearance, Postal Id, Voter’s Id, Barangay Certification, Government Service And Insurance System (gsis) E-card, Social Security System (sss) Card, Philhealth Card, Senior Citizen Card, Overseas Workers Welfare Administration (owwa) Id, Ofw Id, Seaman’s Book, Alien Certificate Of Registration/immigrant Certificate Of Registration, Government Office Id, Certification From The National Council For The Welfare Of Disabled Persons (ncwdp), Department Of Social Welfare And Development (dswd) Certification; The Board Resolution Or Secretary’s Certificate Referring To The Said Board Resolution Designating The Bidder’s Authorized Representative And Signatory Need Not Specifically Indicate The Particular Project Where Such Authority Is Given Provided That The Said Authority Covers Activities By Cic.

Environmental Management Bureau Tender

Laboratory Equipment and Services
Philippines
Closing Date21 May 2025
Tender AmountPHP 657.7 K (USD 11.5 K)
Details: Description Request For Quotation (rfq) Supply & Delivery Of Media And Chemicals Rfq No. Emb-erlsd-2025-05-039 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc Supply And Delivery Of Media And Chemicals 1 A1 Medium, Granulated, 500g/bottle, Similar To Merck Cat No. 1004150500, Or Equivalent 15 Bottles 10,700.00 160,500.00 2 Bacteria Gram Staining Kit (contains 250ml Of Each): Gram′s Crystal Violet Solution, Gram′s Iodine Solution, Gram′s Decolorizer Solution, And Gram′s Safranin Solution, Similar To Condalab #4600, Or Equivalent 3 Packs 5,986.00 17,958.00 3 Azide Dextrose Broth, 500g/bottle, Similar To Condalab #1422, Or Equivalent 5 Bottles 5,720.00 28,600.00 4 Bile Esculin Azide Agar, 500g/bottle, Similar To Condalab #1005, Or Equivalent 2 Bottles 10,800.00 21,600.00 5 Brilliant Green Bile Broth, 500g/bottle, Similar To Bd Difco 274000, Or Equivalent 5 Bottles 13,190.00 65,950.00 6 Bromothymol Blue Ph Indicator, 25g (acs Reagent, Dye Content 95% Cas 76-59-5), Similar To Scharlau Az01300025, Or Equivalent 1 Bottle 6,400.00 6,400.00 7 Sulfide Indole Motility Agar, 500g/bottle, Similar To Bd Bbl 211578, Or Equivalent 1 Bottle 10,310.00 10,310.00 8 Lysine Iron Agar, 500g/bottle, Similar To Merck 1116400500, Or Equivalent 1 Bottle 12,500.00 12,500.00 9 Simmons Citrate Agar, 500g/bottle, Similar To Merck 1038550500, Or Equivalent 1 Bottle 14,700.00 14,700.00 10 Agar, Granulated, 500g/bottle, Cas No. 9002-18-0, Similar To Bd Difco 214530, Or Equivalent 1 Bottle 6,030.00 6,030.00 11 Urea Agar Base, 500g/bottle, Similar To Merck 1084920500, Or Equivalent 1 Bottle 13,900.00 13,900.00 12 Nutrient Agar, 500/bottle, Similar To Merck 1054500500, Or Equivalent 3 Bottles 9,600.00 28,800.00 13 Plate Count Agar, 500g/bottle, Similar To Merck 1054630500, Or Equivalent 2 Bottles 4,800.00 9,600.00 14 Lauryl Sulfate Broth, 500g/bottle, Similar To Merck 1102660500, Or Equivalent 5 Bottles 5,100.00 25,500.00 15 Tryptone Broth, 500g/bottle, Similar To Merck 1108590500, Or Equivalent 2 Bottles 12,500.00 25,000.00 16 Mueller-hinton Agar, 500g/bottle, Similar To Merck 1038720500, Or Equivalent 1 Bottle 11,100.00 11,100.00 17 Tryptone Bile X-glucuronide (tbx) Medium, 500g/bottle, Similar To Merck 1161220500, Or Equivalent 1 Bottle 88,000.00 88,000.00 18 Glycerol, Ar, 500ml/bottle, Cas No. 56-81-5, Similar To 1st Base Buf-1120-500ml, Or Equivalent 1 Bottle 9,275.40 9,275.40 19 Ec-mug Broth, 500g/bottle, Similar To Merck M1678-500g, Or Equivalent 5 Bottles 4,900.00 24,500.00 20 Sodium Chloride, Ar, 500g/bottle, Cas No. 7647-14-5, Similar To Scharlau So02270500, Or Equivalent 1 Bottle 2,500.00 2,500.00 21 Phosphate Buffered Saline, 1l/bottle, Similar To 1st Base Buf-2040-1x1l, Or Equivalent 1 Bottle 5,987.50 5,987.50 22 Oxidase Strips/discs, Test Kit, 100 Tests/kit, Similar To Millipore 40560, Or Equivalent 1 Set 10,298.00 10,298.00 23 Cefotaxime, Usp-grade, 500mg Powder, Cas No. 64485-93- 4, Similar To Sigma Cat#1097909, Or Equivalent 1 Bottle 58,700.00 58,700.00 Notes: 1. The Expiration Of These Media Should Be At Least 2 Years After The Receipt Of The Items 2. Safety Data Sheet (with Complete 16 Sections) And Certificate Of Analysis Should Be Provided Upon Delivery Of Items. 3. Delivery Period: Sixty (60) Calendar Days After Receipt Of Purchase Order/job Order. 2. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php657,708.90. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Per Item Basis. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 02:00 P.m. Of May 21, 2025. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Supply & Delivery Of Media And Chemicals Rfq No. Emb-erlsd-2025-05-039 Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Sixty (60) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance Only /latest Income Tax Clearance E) Oss-omnibus Sworn Statement (notarized) Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Supply & Delivery Of Media And Chemicals Quantity: Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications 15 Bottles A1 Medium, Granulated, 500g/bottle, Similar To Merck Cat No. 1004150500, Or Equivalent 3 Packs Bacteria Gram Staining Kit (contains 250ml Of Each): Gram′s Crystal Violet Solution, Gram′s Iodine Solution, Gram′s Decolorizer Solution, And Gram′s Safranin Solution, Similar To Condalab #4600, Or Equivalent 5 Bottles Azide Dextrose Broth, 500g/bottle, Similar To Condalab #1422, Or Equivalent 2 Bottles Bile Esculin Azide Agar, 500g/bottle, Similar To Condalab #1005, Or Equivalent 5 Bottles Brilliant Green Bile Broth, 500g/bottle, Similar To Bd Difco 274000, Or Equivalent 1 Bottle Bromothymol Blue Ph Indicator, 25g (acs Reagent, Dye Content 95% Cas 76-59-5), Similar To Scharlau Az01300025, Or Equivalent 1 Bottle Sulfide Indole Motility Agar, 500g/bottle, Similar To Bd Bbl 211578, Or Equivalent 1 Bottle Lysine Iron Agar, 500g/bottle, Similar To Merck 1116400500, Or Equivalent 1 Bottle Simmons Citrate Agar, 500g/bottle, Similar To Merck 1038550500, Or Equivalent 1 Bottle Agar, Granulated, 500g/bottle, Cas No. 9002-18-0, Similar To Bd Difco 214530, Or Equivalent 1 Bottle Urea Agar Base, 500g/bottle, Similar To Merck 1084920500, Or Equivalent 3 Bottles Nutrient Agar, 500/bottle, Similar To Merck 1054500500, Or Equivalent 2 Bottles Plate Count Agar, 500g/bottle, Similar To Merck 1054630500, Or Equivalent 5 Bottles Lauryl Sulfate Broth, 500g/bottle, Similar To Merck 1102660500, Or Equivalent 2 Bottles Tryptone Broth, 500g/bottle, Similar To Merck 1108590500, Or Equivalent 1 Bottle Mueller-hinton Agar, 500g/bottle, Similar To Merck 1038720500, Or Equivalent 1 Bottle Tryptone Bile X-glucuronide (tbx) Medium, 500g/bottle, Similar To Merck 1161220500, Or Equivalent 1 Bottle Glycerol, Ar, 500ml/bottle, Cas No. 56-81-5, Similar To 1st Base Buf-1120-500ml, Or Equivalent 5 Bottles Ec-mug Broth, 500g/bottle, Similar To Merck M1678-500g, Or Equivalent 1 Bottle Sodium Chloride, Ar, 500g/bottle, Cas No. 7647-14-5, Similar To Scharlau So02270500, Or Equivalent 1 Bottle Phosphate Buffered Saline, 1l/bottle, Similar To 1st Base Buf-2040-1x1l, Or Equivalent 1 Set Oxidase Strips/discs, Test Kit, 100 Tests/kit, Similar To Millipore 40560, Or Equivalent 1 Bottle Cefotaxime, Usp-grade, 500mg Powder, Cas No. 64485-93- 4, Similar To Sigma Cat#1097909, Or Equivalent Notes: 1. The Expiration Of These Media Should Be At Least 2 Years After The Receipt Of The Items 2. Safety Data Sheet (with Complete 16 Sections) And Certificate Of Analysis Should Be Provided Upon Delivery Of Items. 3. Delivery Period: Sixty (60) Calendar Days After Receipt Of Purchase Order/job Order. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Qty Uom Unit Price Total Price Supply & Delivery Of Media And Chemicals Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1 A1 Medium, Granulated, 500g/bottle, Similar To Merck Cat No. 1004150500, Or Equivalent 15 Bottles 2 Bacteria Gram Staining Kit (contains 250ml Of Each): Gram′s Crystal Violet Solution, Gram′s Iodine Solution, Gram′s Decolorizer Solution, And Gram′s Safranin Solution, Similar To Condalab #4600, Or Equivalent 3 Packs 3 Azide Dextrose Broth, 500g/bottle, Similar To Condalab #1422, Or Equivalent 5 Bottles 4 Bile Esculin Azide Agar, 500g/bottle, Similar To Condalab #1005, Or Equivalent 2 Bottles 5 Brilliant Green Bile Broth, 500g/bottle, Similar To Bd Difco 274000, Or Equivalent 5 Bottles 6 Bromothymol Blue Ph Indicator, 25g (acs Reagent, Dye Content 95% Cas 76-59-5), Similar To Scharlau Az01300025, Or Equivalent 1 Bottle Sulfide Indole Motility Agar, 500g/bottle, Similar To Bd Bbl 211578, Or Equivalent 1 Bottle Lysine Iron Agar, 500g/bottle, Similar To Merck 1116400500, Or Equivalent 1 Bottle Simmons Citrate Agar, 500g/bottle, Similar To Merck 1038550500, Or Equivalent 1 Bottle Agar, Granulated, 500g/bottle, Cas No. 9002-18-0, Similar To Bd Difco 214530, Or Equivalent 1 Bottle Urea Agar Base, 500g/bottle, Similar To Merck 1084920500, Or Equivalent 1 Bottle Nutrient Agar, 500/bottle, Similar To Merck 1054500500, Or Equivalent 3 Bottles Plate Count Agar, 500g/bottle, Similar To Merck 1054630500, Or Equivalent 2 Bottles Lauryl Sulfate Broth, 500g/bottle, Similar To Merck 1102660500, Or Equivalent 5 Bottles Tryptone Broth, 500g/bottle, Similar To Merck 1108590500, Or Equivalent 2 Bottles Mueller-hinton Agar, 500g/bottle, Similar To Merck 1038720500, Or Equivalent 1 Bottle Tryptone Bile X-glucuronide (tbx) Medium, 500g/bottle, Similar To Merck 1161220500, Or Equivalent 1 Bottle Glycerol, Ar, 500ml/bottle, Cas No. 56-81-5, Similar To 1st Base Buf-1120-500ml, Or Equivalent 1 Bottle Ec-mug Broth, 500g/bottle, Similar To Merck M1678-500g, Or Equivalent 5 Bottles Sodium Chloride, Ar, 500g/bottle, Cas No. 7647-14-5, Similar To Scharlau So02270500, Or Equivalent 1 Bottle Phosphate Buffered Saline, 1l/bottle, Similar To 1st Base Buf-2040-1x1l, Or Equivalent 1 Bottle Oxidase Strips/discs, Test Kit, 100 Tests/kit, Similar To Millipore 40560, Or Equivalent 1 Set Cefotaxime, Usp-grade, 500mg Powder, Cas No. 64485-93- 4, Similar To Sigma Cat#1097909, Or Equivalent 1 Bottle Notes: 1. The Expiration Of These Media Should Be At Least 2 Years After The Receipt Of The Items 2. Safety Data Sheet (with Complete 16 Sections) And Certificate Of Analysis Should Be Provided Upon Delivery Of Items. 3. Delivery Period: Sixty (60) Calendar Days After Receipt Of Purchase Order/job Order. 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Sixty (60) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct. 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted. 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____

DINGLE POTOTAN WATER DISTRICT Tender

Civil And Construction...+1Water Storage And Supply
Corrigendum : Closing Date Modified
Philippines
Closing Date7 May 2025
Tender AmountPHP 407 K (USD 7.1 K)
Details: Description Republic Of The Philippines Dingle-pototan Water District Bids And Awards Committee Pototan, Iloilo _____________________________________________________________________________________________________ Request For Quotation (negotiated Procurement- Two Failed Biddings) No. Np-25-003 1. The Dingle-pototan Water District, Through Its Bids And Awards Committee (bac), Intends To Procure Services For The Installation Of Dingle-pototan Water District Billing And Collection System Of Commercial Division With An Approved Budget For The Contract (”abc”) Of Four Hundred Seven Thousand Eighty- One Pesos And 50/100 (₱ 407,081.50). 2. The Bids And Awards Committee (bac) Will Hold A Pre-bid Conference On May 6, 2025 At 8:30 Am At Dingle-pototan Water District, Brgy. Abangay, Pototan. 3. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided At The Last Page Of This Request For Quotation (rfq). Kindly Submit Your Quotation Duly Signed By You And Your Duly Authorized Representative Not Later Than May 19, 2025 At 8:30 Am At Dingle-pototan Water District, Brgy. Abangay, Pototan. 4. A Copy Of Your 2025 Business/mayor’s Permit And Philgeps Registration Number Is Also Required To Be Submitted Along With Your Signed Quotation/proposal. A Valid Certificate Of Philgeps Registration (platinum Membership) May Be Submitted In Lieu Of The Mayor’s/business Permit. 5. The Duly Accomplished And Notarized Omnibus Sworn Statement (gppb-prescribed Forms), Income/business Tax Return Will Be Required To Be Submitted Prior To Award. 6. For Any Clarification, You May Contact Us At Telephone No. (033)-529-6057 Or Email Us At Bacdpwd2025@gmail.com. Request For Quotation (rfq) May Also Be Downloded From The Dingle-pototan Water District Website: Http://dinglepototanwd.gov.ph (original Signed) Sweden Joy R. Leseondato Bac Secretariat Date: Name Of Company: Address: Tin: Philgeps Registration Number: Instructions: 1. Accomplish This Rfq Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 4. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Sir/madam: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Qoutation, Hereunder Is Our Quotation For The Services For The Installation Of Dingle Pototan Water District Billing And Collection System: Technical Specification Important Note: State “comply” In The Column “statement Of Compliance” Against Each Of The Individual Parameters Of The Each “specifications”. Technical Specifications Statement Of Compliance Software Components: Concessionaires • Create Concessionaires (account Number Auto Generared) • Update Concessionares  Re-open  Re-open/new Connection  Disconnected  Temporary Close  Permanent Close  Renewal Of Service Contract  Change Name/ownership  Change Of Service Type  Active  Inactive • View Account Ledger  View And Print Water Meter Billing Ledger  View And Print Other Accounts Billing Ledger • View Concessionare Information • Print Concessionaire Information • Search/filter Concessionaire Water Rates • Create Water Rates • Update Water Rates • View Water Rates • Print Water Rates • Search Water Rates • Generate Water Rates Meter Reading • Create Meter Reading • View Meter Reading • Edit Reading  Pull-out/change Meter(old And New Meter)  Generate Bill  Remove Reading • Print List Of Meter Reading  Monthly Per Zone • Print Bills • Search/filter Meter Reading Billing • Billing Schedule • Other Accounts Receivable  Create Other Account Receivable  View Other Account Receivable  Print List Of Other Account Receivable  Generate Bill  Delete Other Account Receivable (ungenerated Bill)  Remove Other Accounts Receivable Billing Statement  Discounts For Senior Citizen And Others Collection • Manage Account Receivable  Other Collection Transactions O Create Payment For Other Charges  Consumer Payment Online O Create Payment For Water Bills  Print Accounts Receivable • Mange Detailed Account Receivable  Create Bill Adjustment Memo  Record Multiple Payment/billing  View And Print Billing History  Search/filter Detailed Account Receivable  Filter Concessionaires With Zero Balance Bill • Manage Collection  Adjust Paid Account  Apply Penalty  Post Arears  Print Receipt  Unpost Paid Accounts  Print List Of Payments Reports • Collection Report  List Of Collection Report  Daily Collection Report  Monthly Collection Report  Monthly Summary Collection Report • Billing Report  Daily Billing Summary  Monthly Billing Report  Monthly Billing Summary Repport  Total Billed  Unbilled Concessionaire • Aging Report  Daily Aging Report  Detailed Monthly Aging Report (no Movement)  Monthly Aging Summary Report • Consumption Report  Monthly Zero Consumption  Individual Consumption Analysis  Monthly Consumption Pattern  Top Users On Water Usage  Average Consumption Report  Percentage Concessionaire Rate  Consumption Per Barangay • Concessionaire Report  Concessionaire Per Barangay  Total Number Of Concessionires Monthly (barangay/zone/service Type)  Total Number Of Service Type Per Barangay And Per Zone  Categorize Number Of Concessionaire Per Barangay With Consumption  Total Monthly Concessionaires O New Connection O Re-open O Re-open/new Connection O Disconnected O Temporary Close O Permanent Close O Active O Inactive O Change/pull Out Meter • Penalty Report  Monthly Penalty Charge Summary  Daily Penalty Report  Monthly Penalty Report • Connection Status Report  Monthly Connection Status Report  Connection Status Report As Os Date  Disconnection List • List Of Pull Out/change Meters • Monthly Adjustment Report (penalty, Withholdig Tax, Additioanal Adjustments) • Incorporated Reporting Conversion (data) • Disconnection Order • Read And Bill Ready Settings • Zone • Manage Services • Manage Concessionaires • Manage Pament History • Manage Meter • Manage Arrears • Manage Status • Manage Bill • Adjustmemt System Maintenance Schedule Of Requirements Bidder’s Statement Of Compliance A. Services For The Installation Of Dingle-pototan Water District Billing And Collection System (bcs) Of Commercial Division. May 19, 2025 Financial Offer Approved Budget For The Contract Total Offered Quotation Four Hundred Seven Thousand Eighty-one Pesos And 50/100 (p407,081.50) In Words: In Figures: Payment Details: Payment Shall Be Made Through Dbp Check After Completion Of The Billing And Collection System (bcs) And After The Required Dry Run And/or Test Of The Program And Upon Submission Of The Required Supporting Documents, In Accordance With Existing Government Accounting Rules And Regulations. Bank Institution Account Number Account Name Branch Signature Over Printed Name Position/designation Office Telephone No. Fax/mobile No. Email Address/es Terms And Conditions: 1. Service Providers Should Provide The Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of (60) Calendar Days From The Date Of Submission Of Quotation. 3. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. Award Of Contract Shall Be Made To The Lowest Calculated And Responsive Quotation For Services Which Complies With Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 6. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialized By You Or Any Of Your Duly Authorized Representative/s. 7. The Billing And Collection System (bcs) Shall Be Installed According To The Requirements Specified In The Technical Specifications. 8. The Dingle-pototan Water District Shall Have The Right To Require A Dry Run And/or Test The Program To Confirm Their Conformity To The Technical Specifications For Period Of (30) Calendar Days. 9. In Case Two Or More Programmers/bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Dingle-pototan Water District Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Winning Programmer/bidder In Accordance With Gppb Circular 06-2005. 10. Full Payment Shall Be Processed After Completion Of Billing And Collection System (bcs) And After The Required Dry Run And/ Or Test Of The Program, And Upon Submission Of The Required Supporting Documents, In Accordance With Existing Government Accounting Rules And Regulations. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Total Cost Of The Program Not Installed Within The Prescribed Period Shall Be Imposed Per Day Of Delay. The Dingle-pototan Water District May Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reached Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Programmer/bidder Shall Complete The Updating Of Billing And Collection System Program For 60 Calendar Days. 13. Any Time After The Completion Of The Updating Of Billing And Collection System, The Programmer/bidder Shall Provide The Client Attention To Answer Any Questions Or Assist In Solving Any Problems With Regard To The Operation Free Of Charge And Hour For Any Assistance Thereafter, That The System Has A 24-hours And 7 Days A Week System Support In Case The System Has A Concern That Includes On Site And On –line Repair. The Programmer/bidder Agrees To Respond To Any Reasonable Request For Assistance. 14. The Programmer/bidder Shall Provide A Cumulative 15 Hours Of Training With The End User. 15. The System Maintenance Will Be Free Of Charge For A Duration Of One (1) Year From The System Is Fully Operation Or Installed. 16. Notice To Proceed Will Follow After The Procurement Of Hardware. (hardware Specifications Will Be Provided By The Winning Programmer/bidder) 17. In Compliance With Section 4.3 Appendix 33 Of The 2016 Revised Irr Of Ra No. 9184 And Consistent With Administrative Order No. 34, S. Of 2020, The Dingle-pototan Water District Shall Publish In Its Official Website And Social Media Platform The Following Post-award Information: A) Project Name; B) Approved Budget For The Contract; C) Contract Period; D) Name Of The Winning Bidder And Its Official Business Address; E) Amount Of Contract Awarded F) Date Of Award And Acceptance G) Implementing Office/unit/division/bureau Of The Concerned Agency Or Instrumentality. (original Signed) Marie Lyannbeth C. Sindingan Signature Over Printed Name Oic Commercial Division Position/designation (033) 529 - 6057 Office Telephone No. Fax/mobile No. Dpwdcomdiv2023@gmail.com Email Address/es Republic Of The Philippines Dingle-pototan Water District Pototan, Iloilo Proposed Approve Budget Of The Contract (abc), Technical Specifications And Terms And Conditions For The Installation Of Billing And Collection System (bcs) Of Dingle-pototan Water District Approved Budget Of The Contract (abc) - Four Hundred Seven Thousand Eighty-one Pesos And 50/100. (p407,081.50) Technical Specification Important Note: State “comply” In The Column “statement Of Compliance” Against Each Of The Individual Parameters Of The Each “specifications”. Technical Specifications Statement Of Compliance Software Components: Concessionaires • Create Concessionaires (account Number Auto Generared) • Update Concessionares  Re-open  Re-open/new Connection  Disconnected  Temporary Close  Permanent Close  Renewal Of Service Contract  Change Name/ownership  Change Of Service Type  Active  Inactive • View Account Ledger  View And Print Water Meter Billing Ledger  View And Print Other Accounts Billing Ledger • View Concessionare Information • Print Concessionaire Information • Search/filter Concessionaire Water Rates • Create Water Rates • Update Water Rates • View Water Rates • Print Water Rates • Search Water Rates • Generate Water Rates Meter Reading • Create Meter Reading • View Meter Reading • Edit Reading  Pull-out/change Meter(old And New Meter)  Generate Bill  Remove Reading • Print List Of Meter Reading  Monthly Per Zone • Print Bills • Search/filter Meter Reading Billing • Billing Schedule • Other Accounts Receivable  Create Other Account Receivable  View Other Account Receivable  Print List Of Other Account Receivable  Generate Bill  Delete Other Account Receivable (ungenerated Bill)  Remove Other Accounts Receivable Billing Statement  Discounts For Senior Citizen And Others Collection • Manage Account Receivable  Other Collection Transactions O Create Payment For Other Charges  Consumer Payment Online O Create Payment For Water Bills  Print Accounts Receivable • Mange Detailed Account Receivable  Create Bill Adjustment Memo  Record Multiple Payment/billing  View And Print Billing History  Search/filter Detailed Account Receivable  Filter Concessionaires With Zero Balance Bill • Manage Collection  Adjust Paid Account  Apply Penalty  Post Arears  Print Receipt  Unpost Paid Accounts  Print List Of Payments Reports • Collection Report  List Of Collection Report  Daily Collection Report  Monthly Collection Report  Monthly Summary Collection Report • Billing Report  Daily Billing Summary  Monthly Billing Report  Monthly Billing Summary Repport  Total Billed  Unbilled Concessionaire • Aging Report  Daily Aging Report  Detailed Monthly Aging Report (no Movement)  Monthly Aging Summary Report • Consumption Report  Monthly Zero Consumption  Individual Consumption Analysis  Monthly Consumption Pattern  Top Users On Water Usage  Average Consumption Report  Percentage Concessionaire Rate  Consumption Per Barangay • Concessionaire Report  Concessionaire Per Barangay  Total Number Of Concessionires Monthly (barangay/zone/service Type)  Total Number Of Service Type Per Barangay And Per Zone  Categorize Number Of Concessionaire Per Barangay With Consumption  Total Monthly Concessionaires O New Connection O Re-open O Re-open/new Connection O Disconnected O Temporary Close O Permanent Close O Active O Inactive O Change/pull Out Meter • Penalty Report  Monthly Penalty Charge Summary  Daily Penalty Report  Monthly Penalty Report • Connection Status Report  Monthly Connection Status Report  Connection Status Report As Os Date  Disconnection List • List Of Pull Out/change Meters • Monthly Adjustment Report (penalty, Withholdig Tax, Additioanal Adjustments) • Incorporated Reporting Conversion (data) • Disconnection Order • Read And Bill Ready Settings • Zone • Manage Services • Manage Concessionaires • Manage Pament History • Manage Meter • Manage Arrears • Manage Status • Manage Bill • Adjustmemt System Maintenance Terms And Conditions: 1. Service Providers Should Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of (60) Calendar Days From The Date Of Submission Of Quotation. 3. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. Award Of Contract Shall Be Made To The Lowest Calculated And Responsive Quotation For Services Which Complies With Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 6. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialized By You Or Any Of Your Duly Authorized Representative/s. 7. Billing And Collection System (bcs) Shall Be Installed According To The Requirements Specified In The Technical Specifications. 8. The Dingle-pototan Water District Shall Have The Right To Require A Dry Run And/or Test The Program To Confirm Their Conformity To The Technical Specifications For Period Of (30) Calendar Days. 9. In Case Two Or More Programmers/bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Dingle-pototan Water District Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Winning Programmer/bidder In Accordance With Gppb Circular 06-2005. 10. Payment Shall Be Processed After Completion Of The Billing And Collection System (bcs) And After The Required Dry Run And/ Or Test Of The Program, And Upon Submission Of The Required Supporting Documents, In Accordance With Existing Government Accounting Rules And Regulations. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Total Cost Of The Program Not Installed Within The Prescribed Period Shall Imposed Per Day Of Delay. The Dingle-pototan Water District May Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reached Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Programmer/bidder Shall Complete The Updating Of Billing And Collection System Program For 60 Calendar Days. 13. Any Time After Completion Of The Updating Of Billing And Collection System, The Programmer/bidder Shall Provide The Client Attention To Answer Any Questions Or Assist In Solving Any Problems With Regard To The Operation Free Of Charge And Hour For Any Assistance Thereafter, That The System Has A 24-hours And 7 Days A Week System Support In Case The System Has A Concern That Includes On Site And On –line Repair. The Programmer/bidder Agrees To Respond Any Reasonable Request For Assistance. 14. The Programmer/bidder Shall Provide A Cumulative 15 Hours Of Training With The End User. 15. The System Maintenance Will Be Free Of Charge For A Duration Of One (1) Year From The System Is Fully Operation Or Installed. 16. Notice To Proceed Will Follow After The Procurement Of Hardware. (hardware Specifications Will Be Provided By The Winning Programmer/bidder) 17. In Compliance With Section 4.3 Appendix 33 Of The 2016 Revised Irr Of Ra No. 9184 And Consistent With Administrative Order No. 34, S. Of 2020, The Dingle-pototan Water District Shall Publish In Its Official Website And Social Media Platform The Following Post-award Information: H) Project Name; I) Approved Budget For The Contract; J) Contract Period; K) Name Of The Winning Bidder And Its Official Business Address; L) Amount Of Contract Awarded M) Date Of Award And Acceptance N) Implementing Office/unit/division/bureau Of The Concerned Agency Or Instrumentality. Prepared By: (original Signed) Marie Lyannbeth C. Sindingan Oic Commercial Division Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republic Of The Philippines) City/municipality Of ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree;[if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 2025 At , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]

Environmental Management Bureau Tender

Laboratory Equipment and Services
Philippines
Closing Date26 May 2025
Tender AmountPHP 180.8 K (USD 3.1 K)
Details: Description Request For Quotation (rfq) Supply, Delivery, Installation & Commissioning Of Benchtop/ Tabletop Ph Meter Rfq No. Emb-erlsd-2025-05-037 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc Supply, Delivery And Installation And Commissioning Of Complete Bench Top/ Tabletop Ph Meter 1 Technical Specifications: (1) Ph Meter, Single Channel Similar To Eph Meter Sevendirect Sd20 (item No. 30671550) - Ph Accuracy (±): 0.002 Or Better - Ph Resolution: 0.1; 0.01; 0.001 Or Better - Mv Resolution: 1; 0.1 Or Better - Mv Accuracy (±): 0.1 Or Better - Temperature Accuracy (±): ±0.1 °c Between 0 °c And 100 °c Or Better - Temperature Range: -30°c - 130°c Or Better - Temperature Resolution: 0.1 C Or Better - Touch Screen Display - With Large Color Screen That Provides Direct Measurement And Easy Data Entry And Guide Instruction For The Sensor Calibration Process. - With Data Storage For Every Measurement. - Has Printing Function And Automatic Export Of Records - Data Transfer: Pc, Printer, Usb Stick (with Free Usb) - With Closed Connector Compartment And Replaceable Cover To Prevent Dust And Spills (ip54). - Compatible With Intelligent Sensor Management (2) Ph Sensor Similar With Inlab® Surface Pro-ism (item No. 30249570) - Measuring Range: Ph 1-11 Or Better - Connector: Multipintm Compatible With Emb Meters - Temperature Range: 0°c – 50°c Or Better - Type Of Junction: Ceramic Ring - Sensor Type: Combined Electrode - Sensor Characteristics: Automatic Sensor Recognition, Calibration History Stored, Mechanically Robust, Flat Membrane, Small Volume And Temperature Probe - True Flat Membrane: Can Measure Surfaces Like Paper, Skin Or Agar Plates And Integrated Temperature Probe Guarantees You Always Measure With Right Temperature Compensation. - With Intelligent Sensor Management: Support For Fast, Accurate, And Safe Results. (3) Multipin Adapter Cable Similar With Inlab Cable Multipin-bnc/rca 1.2m (item No. 30281896) - Multipin Adapter Cable Safely That Connects An Ph Electrode With Temperature Probe To A Benchtop Meter. - 1.2 M Isolated Sensor Cable With Copper Core To Ensure Fast Signal Transfer Of The High Impedance Ph Signal By Simultaneously High Resistance Against Mechanical Straining. - Must Be Compatible With Items 1 And 2. (4) Storage Solution Similar With Inlab Storage Solution (item No. 30111142) - Packaging Type: 250 Ml Bottle For Ph Parameter - Purpose: For Maintenance Of Probe (membrane Electrode) - With Safety Data Sheets (sds) In Accordance With The Globally Harmonized System (ghs) 1 Lot 180,886.00 180,886.00 Notes: (1) Delivery Period: Sixty (60) Calendar Days After Receipt Of Purchase Order. (2) One (1) Year Warranty On Parts And Services After The Unit Has Been Installed. (3) With Calibration Certificate That Is Metrologically Traceable And Conducted By An Iso/iec 17025:2017 Accredited Laboratory (4) Installation Qualification (iq), Operational Qualification (oq), And Performance Qualification (pq) Shall Be Performed On The End-user's Site. (5) Supplier Must Have A Certificate Of Authorized/exclusive Distributorship And Must Have A Trained Application Support Specialist To Provide The Training. (6) Iq, Oq And Pq Test Report, Calibration Certificate, Traning Certificate, Sds Shall Be Submitted Within Ten (10) Days After The Installation. (7) With Basic Calibration For Temperature Sensor, Mv, Ph Sensor, Etc 2. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php180,886.00. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Per Lot Basis Whichever Is Advantageous To The Government. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 12:00 P.m. Of May 26, 2025. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Supply, Delivery, Installation & Commissioning Of Benchtop/ Tabletop Ph Meter Rfq No. Emb-erlsd-2025-05-037 Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Ninety (90) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance Only /latest Income Tax Return E) Oss-omnibus Sworn Statement (notarized) Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Supply, Delivery And Installation And Commissioning Of Complete Bench Top/ Tabletop Ph Meter Quantity: Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications 1 Lot Technical Specifications: (1) Ph Meter, Single Channel Similar To Eph Meter Sevendirect Sd20 (item No. 30671550) - Ph Accuracy (±): 0.002 Or Better - Ph Resolution: 0.1; 0.01; 0.001 Or Better - Mv Resolution: 1; 0.1 Or Better - Mv Accuracy (±): 0.1 Or Better - Temperature Accuracy (±): ±0.1 °c Between 0 °c And 100 °c Or Better - Temperature Range: -30°c - 130°c Or Better - Temperature Resolution: 0.1 C Or Better - Touch Screen Display - With Large Color Screen That Provides Direct Measurement And Easy Data Entry And Guide Instruction For The Sensor Calibration Process. - With Data Storage For Every Measurement. - Has Printing Function And Automatic Export Of Records - Data Transfer: Pc, Printer, Usb Stick (with Free Usb) - With Closed Connector Compartment And Replaceable Cover To Prevent Dust And Spills (ip54). - Compatible With Intelligent Sensor Management (2) Ph Sensor Similar With Inlab® Surface Pro-ism (item No. 30249570) - Measuring Range: Ph 1-11 Or Better - Connector: Multipintm Compatible With Emb Meters - Temperature Range: 0°c – 50°c Or Better - Type Of Junction: Ceramic Ring - Sensor Type: Combined Electrode - Sensor Characteristics: Automatic Sensor Recognition, Calibration History Stored, Mechanically Robust, Flat Membrane, Small Volume And Temperature Probe - True Flat Membrane: Can Measure Surfaces Like Paper, Skin Or Agar Plates And Integrated Temperature Probe Guarantees You Always Measure With Right Temperature Compensation. - With Intelligent Sensor Management: Support For Fast, Accurate, And Safe Results. (3) Multipin Adapter Cable Similar With Inlab Cable Multipin-bnc/rca 1.2m (item No. 30281896) - Multipin Adapter Cable Safely That Connects An Ph Electrode With Temperature Probe To A Benchtop Meter. - 1.2 M Isolated Sensor Cable With Copper Core To Ensure Fast Signal Transfer Of The High Impedance Ph Signal By Simultaneously High Resistance Against Mechanical Straining. - Must Be Compatible With Items 1 And 2. (4) Storage Solution Similar With Inlab Storage Solution (item No. 30111142) - Packaging Type: 250 Ml Bottle For Ph Parameter - Purpose: For Maintenance Of Probe (membrane Electrode) - With Safety Data Sheets (sds) In Accordance With The Globally Harmonized System (ghs) Notes: (1) Delivery Period: Sixty (60) Calendar Days After Receipt Of Purchase Order. (2) One (1) Year Warranty On Parts And Services After The Unit Has Been Installed. (3) With Calibration Certificate That Is Metrologically Traceable And Conducted By An Iso/iec 17025:2017 Accredited Laboratory (4) Installation Qualification (iq), Operational Qualification (oq), And Performance Qualification (pq) Shall Be Performed On The End-user's Site. (5) Supplier Must Have A Certificate Of Authorized/exclusive Distributorship And Must Have A Trained Application Support Specialist To Provide The Training. (6) Iq, Oq And Pq Test Report, Calibration Certificate, Traning Certificate, Sds Shall Be Submitted Within Ten (10) Days After The Installation. (7) With Basic Calibration For Temperature Sensor, Mv, Ph Sensor, Etc Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Qty Uom Unit Price Total Price Supply, Delivery And Installation And Commissioning Of Complete Bench Top/ Tabletop Ph Meter Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City Technical Specifications: (1) Ph Meter, Single Channel Similar To Eph Meter Sevendirect Sd20 (item No. 30671550) - Ph Accuracy (±): 0.002 Or Better - Ph Resolution: 0.1; 0.01; 0.001 Or Better - Mv Resolution: 1; 0.1 Or Better - Mv Accuracy (±): 0.1 Or Better - Temperature Accuracy (±): ±0.1 °c Between 0 °c And 100 °c Or Better - Temperature Range: -30°c - 130°c Or Better - Temperature Resolution: 0.1 C Or Better - Touch Screen Display - With Large Color Screen That Provides Direct Measurement And Easy Data Entry And Guide Instruction For The Sensor Calibration Process. - With Data Storage For Every Measurement. - Has Printing Function And Automatic Export Of Records - Data Transfer: Pc, Printer, Usb Stick (with Free Usb) - With Closed Connector Compartment And Replaceable Cover To Prevent Dust And Spills (ip54). - Compatible With Intelligent Sensor Management 1 Lot (2) Ph Sensor Similar With Inlab® Surface Pro-ism (item No. 30249570) - Measuring Range: Ph 1-11 Or Better - Connector: Multipintm Compatible With Emb Meters - Temperature Range: 0°c – 50°c Or Better - Type Of Junction: Ceramic Ring - Sensor Type: Combined Electrode - Sensor Characteristics: Automatic Sensor Recognition, Calibration History Stored, Mechanically Robust, Flat Membrane, Small Volume And Temperature Probe - True Flat Membrane: Can Measure Surfaces Like Paper, Skin Or Agar Plates And Integrated Temperature Probe Guarantees You Always Measure With Right Temperature Compensation. - With Intelligent Sensor Management: Support For Fast, Accurate, And Safe Results. (3) Multipin Adapter Cable Similar With Inlab Cable Multipin-bnc/rca 1.2m (item No. 30281896) - Multipin Adapter Cable Safely That Connects An Ph Electrode With Temperature Probe To A Benchtop Meter. - 1.2 M Isolated Sensor Cable With Copper Core To Ensure Fast Signal Transfer Of The High Impedance Ph Signal By Simultaneously High Resistance Against Mechanical Straining. - Must Be Compatible With Items 1 And 2. (4) Storage Solution Similar With Inlab Storage Solution (item No. 30111142) - Packaging Type: 250 Ml Bottle For Ph Parameter - Purpose: For Maintenance Of Probe (membrane Electrode) - With Safety Data Sheets (sds) In Accordance With The Globally Harmonized System (ghs) Notes: (1) Delivery Period: Sixty (60) Calendar Days After Receipt Of Purchase Order. (2) One (1) Year Warranty On Parts And Services After The Unit Has Been Installed. (3) With Calibration Certificate That Is Metrologically Traceable And Conducted By An Iso/iec 17025:2017 Accredited Laboratory (4) Installation Qualification (iq), Operational Qualification (oq), And Performance Qualification (pq) Shall Be Performed On The End-user's Site. (5) Supplier Must Have A Certificate Of Authorized/exclusive Distributorship And Must Have A Trained Application Support Specialist To Provide The Training. (6) Iq, Oq And Pq Test Report, Calibration Certificate, Traning Certificate, Sds Shall Be Submitted Within Ten (10) Days After The Installation. (7) With Basic Calibration For Temperature Sensor, Mv, Ph Sensor, Etc 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Ninety (90) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct. 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted. 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____

Department Of Tourism Tender

Housekeeping Services
Philippines
Closing Date28 Feb 2025
Tender AmountPHP 150 K (USD 2.6 K)
Details: Description Terms Of Reference Procurement Of Pest And Termite Control Services For Cy 2025 I. Introduction The Department Of Tourism (dot) Has Annually Procures The Service Provider For The Conduct The Regular Pest And Termite Control Services To The Department To Ensure Prevention Against Pest Infestation In The In The Entire Building Being Rented At Makati City. Ii. Objective To Procure A Technically And Financially Capable Service Provider To Deliver The Pest And Terminate Control Services Requirement Of The Dot For Cy 2025. Iii. Qualifications Of Bidder/service Provider: • The Service Provider Must Have The Necessary Experience And Expertise In Providing Pest And Termite Control Services For The Last Five (5) Years; • The Service Provider Must Be Philgeps Registered; • The Service Provider Must Submit The Following Documents Together With Their Bid Proposal/price Quotation To The Dot: • Certificate Of Satisfactory Performance From Its Previous/current Clients Attesting To The Services For The Last Three (3) Years; • Copy Of The Certificate Of Membership And/or Accreditation For At Least Any Of The Following Organizations: • Pest Control Association Of The Philippines (pcap); • Philippine Federation Of Pest Management Operators Association, Inc. (pfpmoa); • National Pest Management Association (npma); • Federation Of Asian & Oceania Pest Managers Associations (faopma); • Philippine Green Building Council, And The Philippine Association Of Certified Pesticide Applicators (pacpa); • Fertilizer And Pesticide Authority (fpa) License 2007 Or 2008 With Cpa Id As Household And Structural Pest Control (exterminator) • Food And Drug Administration (fda) License To Operate As Exterminator/fumigator • Copy Of The Company’s Current Certificate Of Product Registration Issued By The Food And Drug Administration (fda) For The Chemicals To Be Used; And • Copy Of Training Certificates From Any Association Specified Above Attended By Personnel/technicians Who Will Be Assigned To The Dot For The Last Five (5) Years. • No History Of Blacklisting. Iv. Duties And Responsibilies Of Bidder/service Provider: • The Service Provider Shall Provide All The Labor And Materials, Tools And Equipment, Supervision And Other Incidentals For The Comprehensive Termite And General Pest Control Of The Department. All Tools And Equipment Shall At All Times Be In Good Working Conditions; • The Service Provider Shall Ensure That The Scope Of Work And Schedule Of Requirements Are Diligently Rendered; • The Service Provider Shall Ensure That The Services To Be Rendered Will Effectively Exterminate Any And All Pests, Insects, And Rodents Without The Visible Presence And Disturbing Odor Or Smoke Of Fumes. In Any Case That The Dot Finds To Be Ineffective On The Services Provided, The Dot Has The Right To Terminate The Contract At Any Time And Shall Not Be Obliged To Pay The Contractor For The Services Rendered; • The Service Provider Shall Ensure That All The Chemical Supplies And Materials Necessary For The Implementation Of The Work Are Of The Best Quality, Safe And Approved By The Food And Drug Administration (fda); • The Service Provider Shall Ensure That All The Preparations, Formulation, And The Use Of The Chemicals Are In Accordance With Its Label And Safety Data Sheet; • The Service Provider Shall Provide/assign Honest, Skilled, And Well-trained Technicians/workforce To Ensure Proper Application And Treatment. All Personnel Assigned To The Dot Must Wear Proper Company Uniforms And Identification Cards. • The Service Provider Shall Exercise Extraordinary Diligence In The Performance Of Its Services To Ensure That No Illnesses, Accident, And/or Damage To Any Of Its Employees Will Take Place. The Service Provider Shall Shoulder All The Medical Expenses Of Their Personnel (if Any) Arising From The Accidents While Performing The Services; • The Service Provider Shall Provide An On-call Service In-between Schedule For Immediate Additional Service/s If There Be A Sudden Outbreak Of Infestation At The Dot Premises At No Additional Cost; • The Service Provider Shall Submit A Weekly Service Treatment Report To The Gsd-maintenance Section, Indicating Therein, The Areas That Were Treated And Monitored, Duly Confirmed/acknowledge By The Gsd-maintenance Sections’ Representative Present During The Treatment; • The Service Provider, Through Its Representative, Shall Visit The Premises Two (2) Days After Each Treatment And Evaluate The Result Of The Services Rendered, Together With Gsd Representative. All Concerns (if Any) Shall Be Addressed By The Service Provider Immediately. • A Quality Control Supervisor, Affiliated With The Contractor, Shall Visit The Dot Premises Once A Month Or Whenever Necessary To Undertake The Following: • Coordinate With The Dot Authorized Representatives In Evaluating The Effectiveness Of The Contract Pest And Termite Control Services; • The Service Provider Shall Use A Bfad Approved Chemicals With Strong Formulation That Has Long Residual Action And Can Effectively Eliminate Insects And Other Kinds Of Pests. • Service As Pest Control Consultant By Recommending Ways And Means To Control Infestation. • Treatment Using Chemicals Shall Only Be Executed Every Saturdays Or Sundays 3 P.m. Onwards With Supervision Of The Dot’s Authorized Representative. V. Scope Of Work • Areas Of Treatment – The Service Provider Shall Ensure That The Following Areas/premises Of The Dot Are Covered Of The Treatment: • All Areas/offices Inside The Dot Building, Including The Basement Area, And • Upper Parking Area • Frequency Of Services Work/item Description Schedule Inspection • Pre-inspection Of The Entire Premises To Determine The Degree Of The Infestation, Unforeseen Breeding Sites/harborages And Entry Points Particularly In The Drainage System, Pipe Chase, Basement Areas, Electrical Rooms, Stock Rooms, Pantries, And Toilets. Two (2) Days Before Treatment Schedule • Post-treatment Inspection To Assess The Effectiveness Of Service Treatment Performed. Two (2) Days After The Treatment Schedule Flying And Crawling Insects/pests Control • Conduct Residual Spraying In Places And Areas Where Insects Congregate, Crawl And Hide, Including Cracks, Crevices Undersides Of Furniture, And Appliances Which They May Enter/hide; 1st And 3rd Saturday Of The Month After Office Hours • Apply/place Cockroach/insecticidal Gel Bait Near Harborages And In All Electrical Rooms, Kitchen Cabinets, Stockrooms, And Comfort Rooms; 2nd And 4th Saturday Of The Month • Misting Of All Offices, Hallways, Conference/meeting Rooms, Outdoor Areas And Other Facilities 1st And 3rd Saturday Of The Month After Office Hours • Thermal Fogging Of Outdoor Areas And Other Facilities 1st Saturday Of The Month After Office Hours • Application Of Larvicide In Stagnant Water, E.g. Rain Drains And Other Possible Water Reservoirs, Which Pose As A Breeding Source Of Mosquitoes 2nd Saturday Of The Month Termite Control • One Massive Spot Treatment Of Wooden Areas With Active Termite Activity. Second Saturday Or Sunday Of March Rodents (rats And Mice) Control • Install Cage Traps, Glue Board, Snap And Other Mechanical Devices In Locations That Serve As Travel Areas Or Food Sources Of Rodents, As Well As Points Of Entry 1st And 3rd Saturday Of The Month • Inspect The Installed Rodent Glue And Cage Traps And Dispose Or Rats Caught In The Traps 2 Or 3 Days After Installation • Inspect And Replenish All Bait Stations Twice A Month • Pre-inspection And Post Treatment Results/reports Shall Be Submitted To The General Services Division – Maintenance Section. • One Massive Spot Treatment Of Wooden Areas With Active Termite Activity. Vi. Approved Budget For The Contract (abc) And Source Of Fund: One Hundred Fifty Thousand Pesos Only (php150,000.00), Inclusive Of Applicable Taxes, Chargeable Against Fy 2025 General Appropriations Act (gaa), General Administration Expenses (gae) Funds. Vi. Contract Duration: 10 Months Upon Receipt Of The Service Contract. Vii. Payment Procedure: Payment To The Service Provider Shall Be Based On Actual Services Conducted/rendered On A Monthly Basis Upon Submission Of The Complete Statement/billing Statement, Duly Accomplished Service And Inspection Report, And Other Documentary Requirements. Prepared By: (original Signed) Resil F. Solis Oic-chief, General Services Division Noted By: (original Signed) Atty. John Benedict T. Tigson Director, Administrative Service

Province Of Iloilo Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date15 Apr 2025
Tender AmountPHP 970 K (USD 17 K)
Details: Description Z  Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 4 Section Ii. Instructions To Bidders 8 1. Scope Of Bid 8 2. Funding Information 8 3. Bidding Requirements 8 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 8 5. Eligible Bidders 9 6. Origin Of Associated Goods 9 7. Subcontracts 9 8. Pre-bid Conference 9 9. Clarification And Amendment Of Bidding Documents 10 10. Documents Comprising The Bid: Eligibility And Technical Components 10 11. Documents Comprising The Bid: Financial Component 10 12. Alternative Bids 11 13. Bid Prices 11 14. Bid And Payment Currencies 11 15. Bid Security 11 16. Sealing And Marking Of Bids 11 17. Deadline For Submission Of Bids 12 18. Opening And Preliminary Examination Of Bids 12 19. Detailed Evaluation And Comparison Of Bids 12 20. Post Qualification 12 21. Signing Of The Contract 12 Section Iii. Bid Data Sheet 13 Section Iv. General Conditions Of Contract 15 1. Scope Of Contract 15 2. Sectional Completion Of Works 15 3. Possession Of Site 15 4. The Contractor’s Obligations 15 5. Performance Security 16 6. Site Investigation Reports 16 7. Warranty 16 8. Liability Of The Contractor 16 9. Termination For Other Causes 16 10. Dayworks 17 11. Program Of Work 17 12. Instructions, Inspections And Audits 17 13. Advance Payment 17 14. Progress Payments 17 15. Operating And Maintenance Manuals 18 Section V. Special Conditions Of Contract 19 Section Vi. Specification 20 Section Vii. Drawings 26 Section Viii. Bill Of Quantities 29 Section Ix. Checklist Of Technical And Financial Documents 30 Glossary Of Terms, Abbreviations, And Acronyms Abc – Approved Budget For The Contract. Arcc – Allowable Range Of Contract Cost. 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. Cda – Cooperative Development Authority. 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]) 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. Contractor – Is A Natural Or Juridical Entity Whose Proposal Was Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. Contractor As Used In These Bidding Documents May Likewise Refer To A Supplier, Distributor, Manufacturer, Or Consultant. Cpi – Consumer Price Index. Dole – Department Of Labor And Employment. Dti – Department Of Trade And Industry. 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]). 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. 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. Pcab – Philippine Contractors Accreditation Board. 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. Un – United Nations. Republic Of The Philippines Iloilo Provincial Government Section I. Invitation To Bid For Improvement Of Multi-commodity Nursery At Art-center, Brgy. Nanga, Pototan, Iloilo Bid No. Agr-25-370-b 1. The Iloilo Provincial Government, Through The 20% Nta Development Fund Cy 2025 Intends To Apply The Sum Of Nine Hundred Seventy Thousand Pesos (p970,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-25-370-b For The Improvement Of Multi-commodity Nursery At Art-center, Brgy. Nanga, Pototan, Iloilo For The Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Sixty (60) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 07 2025 From 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 One Thousand Pesos (p1, 000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On None At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines, And/or Through Videoconferencing/webcasting Via Zoom Conference Which Shall Be Open To Prospective Bidders. The Default Meeting Id And Password Shall Be: Meeting Id: 4340851724 // Password: 0922 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before April 15, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On April 15, 2025, 9:01 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Iloilo Provincial Government 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: Atty. Raemman M. Lagrada Head, Bac Secretariat 5f New Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Tel. No. (33) 336-0736 Fax No. (33) 337-7731 Email: Ipg_bacs@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.iloilo.gov.ph March 28, 2025 Atty. Dennis T. Ventilacion Bac Chairperson Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Invites Bids For The Construction Of Multi-commodity Nursery At Art-center, Brgy. Nanga, Pototan, Iloilo, With Project Identification Number Agr-25-370-b. The Procurement Project (referred To Herein As “project”) 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 Nine Hundred Seventy Thousand Pesos (p970,000.00) 2.2. The Source Of Funding Is: A.) Lgu’s, 20% Nta Development Fund Fy 2025, As Approved By The Sanggunian. 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. 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 Office, 5th Floor, New Iloilo Provincial Capitol, Iloilo City And/or Through Videoconferencing 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. In Joint Ventures, A Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project, Shall Be Required. 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 Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 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 August 13, 2025. 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 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: A) Construction/ Improvement Of A Building 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 10.3 [specify If Another Contractor License Or Permit Is Required] 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience 1-project Engineer 1 Year 1 Year 1-material Engineer 1 Year 1 Year 1- Health & Safety Officer 1 Year 1 Year 1-construction Foreman 1 Year 1 Year 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Welding Machine - 1 One Bagger Concrete Mixer - 1 12 Alternative Bids Are Not Allowed 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 Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less Than Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 16 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. Itb Clause 16 All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters: “improvement Of Multi-coomudity Nursery At Art Center, Brgy. Nanga, Pototan, Iloilo” B. Bear The Name And Address Of The Bidder In Capital Letters; A. Addressed To: Atty. Dennis T. Ventilacion, Chairperson, Bids And Awards Committee: D. Bear The Specific Identification Of This Procurement: “agr-25-370-b” E. Bear A Warning “do Not Open Before April 15, 2025” Indicating The Date And Time For The Submission Of Bids On The Blank: Bid Envelopes That Are Not Properly Sealed And Marked, As Required In The Bidding Documents, Shall Not Be Rejected, But The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Or The Procuring Entity Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or For Its Premature Opening. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder 20 No Further Instructions. 21 The Additional Contract Documents Relevant To The Project That Are Required By The Procuring Entity Are: A. Construction Schedule And S-curve; B. Manpower Schedule; C. Construction Methods; D. Equipment Utilization Schedule; E. Construction Safety And Health Program Approved By The Department Of Labor And Employment; And F. Pert/cpm 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 4.1. 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. 4.2. 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 Gcc Clause 2 As Per Construction Schedule/contract Period 3.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon Effectivity Of The Contracts. 6 No Further Instructions 7.2 [in Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures:] Fifteen (15) Years. 10 Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 No Further Instructions 11.2 No Further Instructions 13 The Amount Of The Advance Shall Not Exceed 15% Of The Total Contract Price. 14 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 Operating And Maintenance Manuals Are Required Shall Be At Least 5 Days Before The Testing And Commissioning. The Date By Which “as Built” Drawings Are Required Shall Be Prior To The Final Inspection. 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 1% Of The Final Contract Amount. Section Vi. Specification General Requirements All Works To Be Done Shall Be With First Class Workmanship And Shall Conform To The Plans And Specifications. All Materials To Be Used Shall Be Of Good Quality And Properly Inspected By The Project Engineer. The Provincial Agriculturist Is Reserved The Right To Rescind, Terminate, Suspend The Contract If He Deems Necessary And To The Best Interest Of The Government. The Contractor Shall Be Liable For All Damages That Will Occur During The Construction Of The Project. Scope Of Work The Works Include Clearing, Grubbing And Staking, Excavation, Embankment, Gravel Bedding, Concrete Works, Masonry Works With Plastering, Roofing Works And Installation Of Pipelines. General Condition A. The Works To Be Done Herein Shall Be The Improvement Of Multi-commodity Nursery As Of Approved And Of Quality Materials Completed As Per Plans, Details And Specifications. Supervision Of The Work Shall Be Done Under The Responsibility Of The Project Engineer With The Help Of The Construction Foreman. B. All Materials Employed And To Be Used In The Construction Shall Be Brand New, Unless Otherwise Or As Directed And Approved By The Project Engineer. C. Skilled Workmen And Workmanship Subject To Project Engineer’s Approval Shall Perform Methods Of The Construction In The Most Acceptable Manner. D. The Drawings Referred To In The Specifications Including Supplementary One, To Be Furnished As The Work Progress Are Intended To Cooperate With The Specification And To Form Part Hereof. Where Figures Are Given, They Are To Be Followed In Performance To Measurement By Scale. E. The Assigned Engineer Or Construction Foreman Shall Lay – Out The Building In Accordance With The Drawings And Directions On Plans As He Shall Not Only Responsible But Liable For Any Failure To Comply In This Respect With The Said Drawings, Specifications And Directions For Its Due And Accurate Location On The Lot. Project Sign Board / Billboard The Contractor Shall Ensure That The Project Site Is Identified With Information Billboard Which Shall Be Erected At The Beginning And Ending Of The Proposed Project. The Layout Of The Billboard Shall Accord To The Specifications Pursuant To The Commission On Audit (coa) Circular No. 2013-004 Issued On January 30, 2013. Coa Billboard Name Of Agency Business Address Project: _________________________________________________ Cost: - - - - - - - - - - - - Location: Fund Source/s: Implementing Agency/ies: Development Partner/: Contractor Supplier: Brief Description Of Project: Project Details: Projects Status Project Status Remarks Duration Started Target Date Of Completion Percentage Of As Of Completion (date) Cost Incurred To Date Date Completed For Particulars Or Complaints About This Project, Please Contact The Regional Office Cluster Which Has Audit Jurisdiction On This Project: Coa Regional Office No./ Cluster: Address: Contact No.: Pao Billboard Republic Of The Philippines Province Of Iloilo Provincial Agriculture Office Iloilo City Name Of Project: Location Of Project: Contractor: Implementing Agency: Appropriation: Fund Source: Contract Duration: Project Starting Date: Project Completion Date: Another Priority Project Of The Iloilo Provincial Government The Billboard’s Specifications Shall Conform To The Following Requirements: A. Tarpaulin, White 8ft X 8ft (coa) 4ft X 8ft (pao) B. Resolution 70 Dpi; C. Font Helvetica; D. Font Size: Main Information – 3”; E. Sub Information – 1”; F. Font Color: Black; G. Suitable Frame: Rigid Wood Or Steel Frame With Post; And, H. Posting: Outside Display At The Project Location After Award Has Been Made. Measurement The Supply And Erection Of The Project Billboard Shall Be In Accordance With Provisions Of This Specifications. Basis Of Payment No Additional Payment Shall Be Made In This Regard. Description Of Works: I. Clearing, Grubbing And Staking Clearing And Grubbing And Cutting Of Trees Shall Include Handling, Salvaging, Piling And Disposing Off The Cleared Materials With All Leads And Lifts. Trees Shall Be Cut In Sections From The Top Downwards. All Timber Shall Not Be Used By The Contractor For Any Purpose And Shall Remain The Property Of The Provincial Agriculture Office. Clearing Shall Consist Of The Cutting, Removing And Disposal Of All Trees, Bushes, Shrubs, Grass, Weeds, Other Vegetation, Anthills, Rubbish, Fences, Top Organic Soil And Rocks And Boulders Exposed Or Lying On The Surface. The Construction Site Shall Be Leveled According To The Plans And Cleared Of Rubbish, Roots And Other Perishable And Objectionable Matters To A Suitable Subgrade. All Such Unsuitable Materials Shall Be Removed From The Construction Site And Spread Uniformly Over The Areas Adjacent To The Proposed Building, Or Otherwise Disposed Of As Maybe Directed By The Architect/engineer In-charge Of The Construction. Materials Obtained From Clearing And Grubbing Shall Be Disposed Off In Borrow Pits Or Other Suitable Places And Be Covered Up With Soil Or Gravel As Directed By The Engineer. The Burning Of Combustible Materials Shall Not Be Permitted. Staking-out The Building Lines Shall Be Staked Out On The Lines And Grades Shown In The Drawings Established Before Any Excavation Is Started. Batter Boards And Reference Marks Shall Be Erected At Such Place Where They Will Not Be Disturbed During The Excavation Of The Building. During The Period Of Commencement Of Works, The Contractor Shall Survey The Construction Area And Confirm The Levels. He Shall Immediately Notify The Engineer Of Any Discrepancies And Shall Agree With The Engineer Any Amended Values On The Plan. All Stations And Reference Points Shall Be Clearly Marked And Protected To The Satisfaction Of The Engineer. All Working Benchmarks Shall Be Near Major/medium Structure Sites. Accurate Establishment Of The Centerlines Based On The Drawing Is Required. The Existing Profile And Cross-section Shall Be Jointly Taken With The Engineer. Ii. Excavation Foundation Trench Shall Be Dug To The Exact Width And Depth And Levels As Indicated In The Drawings. Sides Of The Trenches Shall Be Vertical. In Case Soil Does Not Permit Vertical Sides, The Contractor Shall Protect The Sides With Timber Shoring. Excavated Earth Shall Not Be Placed Within 1.5 Meter Of The Edge Of The Trench. No Excavation Or Foundation Work Shall Be Filled In Or Covered Up Before The Inspection And Approval Of The Project Engineer. Iii. Embankment And Gravel Bedding Promptly Backfill Excavation As Work Permits. Use Earth Or Sand Free From Waste And Objectionable Materials. Place Embank/backfill In Uniform Horizontal Layer Not More 150mm Thick At A Time, Puddle And Tamper Each Layer As Required To Make Firm Adequate Compaction. Fill Bottom Of Excavation For Structured Foundation With At Least 75mm Thick Gravel Before Placing Reinforcing Steel Bars And Pouring Concrete. V. Concrete Works A. General: All Concrete Works To Be Done Herein Shall Be In Accordance With Aci Requirement And/ Or Standard Specifications As Adopted By The Government. B. Cement Shall Be Portland Cement (type1) With 40 Kgs/bag. C. Fine Aggregates Shall Be Clean Hold River Sand, Free From Injurious Amount Of Clay, Loam And Vegetable Matter. D. Coarse Aggregates Shall Be River Run Gravel Or Broken Stones. The Maximum Size Shall Be 1/5 Of The Nearest Dimensions Between Side Forms Of The Concrete Members Or ¾ The Maximum Clear Spacing Between Reinforcing Bars. E. Reinforcing Bars: Reinforcing Bars Shall Be Intermediate Grade And Deformed And Shall Have Minimum Yield Strength Of 275 Mpa (40,000 Psi) F. The Wires Shall Be Locally Produced G.i. Wire Gauge No. 16. G. Placing Reinforcement Provide Bars, Wire Fabrics, Wire Ties, Supports And Other Devices Necessary To Install And Secure Reinforcement. Reinforcement Shall Not Contain Rust, Scale Oil, Grease Clay And Foreign Substances That Would Reduce The Bond. Rusting Of Reinforcement Is A Basis Of Rejection If The Effective Cross Sectional Area Of The Normal Weight Per Foot Of The Reinforcement Has Been Reduced To Less Than Specified In Paragraph Entitled “reinforcing Bars”. Remove Loose Rust Prior To Placing Of Steel. Splices Shall Be Approved Prior To Use. Do Not Splice At Points Of Maximum Stress. Overlapped Welded Wire Fabric The Spacing Of The Cross Wires, Plus 50 Mm (2 Inches). H. All Concrete Cured For Least Seven (7) Days To Twenty-eight (28) Days If Possible After Placement To Attain The Required Strength Of Concrete. Vi. Masonry Works With Plastering 1. For Concrete Seed Bed, Use Chb Or Its Equivalent. 2. Minimum Comprehensive Strength Shall Be 700 Psi. Mixture For Plastering: Thickness Of Plaster Shall Be 16mm Thick. A Mixture Of Washed Sand And Portland Cement. Vii. Roofing Works A. For Roofing, Use 75%-80% Seed Net B. For Roof Frame And Post Use 2” Diameter X 6m G.i. Pipe S-40 C. Fasten Framing Members Together By Welding Or By Using Bolts. Welding Shall Conform To Aws D1.3 Welding Procedure. Viii. Installation Of Pipelines A. Use 1 ¼” Diameter Hdpe Sdr11 Pipe From Source And ½” Diameter Hdpe Sdr11 Pipe For Water Line B. Use ½” Diameter Faucet With Hose Bibb Compatible To Garden Hose C. Use ½” Diameter Garden Hose With Hose Clip D. Faucet Must Be Attached To The G.i. Post Using ½” X 1 ¼” Diameter Pvc Saddle Clamp   Section Vii – Schedule Of Drawings All Annexes Shall Be Annexed And The Title Shall Be Specified As To What Plan The Drawing Pertain To Annex A – Architectural Design Annex B- Project Billboard Plan   Section Viii – Bill Of Quantities Bid No. Agr-25-370-b Item No. Description Quantity Unit Unit Cost Total Cost I. Clearing, Grubbing And Staking 193.64 Sq.m. Pesos ……................................... ………………………........ …………………………………........ And …………………………. Ctvs (₱ ……………………….) / Sq.m. ₱ …………… Ii. Excavation 6.26 Cu.m. Pesos ……................................... ………………………........ …………………………………........ And …………………………. Ctvs (₱ ……………………… .) / Cu.m. ₱…………… Iii. Embankment 309.79 Cu.m. Pesos ……................................... ………………………........ …………………………………........ And …………………………. Ctvs (₱ ………………………) /cu.m. ₱ …………… Iv. Gravel Bedding 13.76 Cu.m. Pesos ……................................... ………………………........ …………………………………........ And …………………………. Ctvs (₱ ………………………) / Cu.m. ₱ …………… V. Concrete Works 21.33 Cu.m. Pesos ……................................... ………………………........ …………………………………........ And …………………………. Ctvs (₱ ……………………...) / Cu.m. ₱ …………… Vi. Masonry Works With Plastering 33.80 M. Pesos ……................................... ………………………........ …………………………………........ And …………………………. Ctvs (₱ ……………………..) /m. ₱ …………… Vii. Roofing Works 122.84 Sq.m. Pesos ……................................... ………………………........ …………………………………........ And …………………………. Ctvs (₱ …………………….) / Sq.m. ₱ …………… Viii. Installation Of Pipelines 1.00 Lot Pesos ……................................... ………………………........ …………………………………........ And …………………………. Ctvs (₱ ………………………) /lot ₱ …………… Total Bid Cost In Figures ₱ …………… Total Bid Cost In Words ……………………………………………………………………………………. ………………………………………………………………………………………………………………………………. Summary Of Costs Bid No. Agr- 25-370-b Item No. Description Bid Amount I. Clearing, Grubbing And Staking ₱ __________________________ Ii. Excavation ₱ __________________________ Iii. Embankment ₱ __________________________ Iv. Gravel Bedding ₱ __________________________ V. Concrete Works ₱ __________________________ Vi. Masonry Works With Plastering ₱ __________________________ Vii. Roofing Works ₱ __________________________ Viii. Installation Of Pipelines ₱ __________________________   Section Ix. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; (b) 1. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship Or Cda For Cooperatives, Or Any Proof Of Such Registration. 2. Mayor’s Permit Issued By The City Or Municipality – Where The Principal Place Of Business Of The Prospective Bidder Is Located; 3. Tax Clearance Per Executive Order 398, Series Of 2005, As Finally Reviewed And Approved By The Bir 4. Audited Financial Statements, Showing, Among Others, The Prospective 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; For The Type And Cost Of The Contract To Be Bid. 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; ⬜ 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 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 ⬜ (h) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (i) If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (k) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (l) 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 ⬜ Cash Flow By Quarter. Bid Form For The Procurement Of Infrastructure Projects [shall Be Submitted With The Bid] Bid Form Date : Project Identification No. : To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: A. We Have No Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Project: [insert Name Of Contract]; B. We Offer To Execute The Works For This Contract In Accordance With The Pbds; C. The Total Price Of Our Bid In Words And Figures, Excluding Any Discounts Offered Below Is: [insert Information]; D. The Discounts Offered And The Methodology For Their Application Are: [insert Information]; E. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein And Reflected In The Detailed Estimates, F. Our Bid Shall Be Valid Within The A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; G. If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract, Or A Performance Securing Declaration In Lieu Of The The Allowable Forms Of Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines For This Purpose; H. 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; I. 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 J. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. K. 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 [name Of Project] Of The [name Of The Procuring Entity]. L. 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: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Date: Bid Securing Declaration Form [shall Be Submitted With The Bid If Bidder Opts To Provide This Form Of Bid Security] Republic Of The Philippines) City Of ) S.s. Bid Securing Declaration Project Identification No.: [insert 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 Procurement Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f),of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: A. Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; B. I Am/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; And 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 Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] 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]

COMMISSION ON HUMAN RIGHTS REGION III Tender

Security and Emergency Services
Philippines
Closing Date17 Mar 2025
Tender AmountPHP 729 K (USD 12.8 K)
Details: Description The Commission On Human Rights (chr) Is An Independent Office Created Under The 1987 Constitution Of The Philippines With The Primary Function Of Investigating All Forms Of Human Rights Violations Involving Civil And Political Rights, Desires To Engage The Services Of Security Agency To Guard And Provide Security For Its Occupants, Its Space Including All Properties Within The Building Premises And The General Public Transacting Business Thereat. Thus, The Chr Iii Is Inviting Interested And Qualified Parties From Reputable Security Agencies To Submit Bids, In Accordance With This Terms Of Reference (tor), For The Provision Of 24-hour Security Services, Including Saturdays, Sundays And Holidays To Secure The Chr Building Located At Malikhain St., Diosdado Macapagal Government Center, Barangay Maimpis, City Of San Fernando, Pampanga. Under Section 5 (h) Of R.a. 9184, As Reiterated In Section 5 (r) Of The Implementing Rules And Regulations (irr), Procurement Of General Support Services, Including Non-personal Or Contractual Services, Such As Security And Janitorial Services, Falls Under The Definition Of Goods. Moreover, Relative To The 2016 Revised Irr Of Ra 9184 Specifically Article V Section 11, The Commission Resolved To Create A Bids And Awards Committee (bac) To Handle Competitive Bidding And Alternative Methods Of Procurement In The Regional Office As Per Resolution Chr (v) No. Am 2017-385. Thus, For Purposes Of Bidding In The Procurement Of Security Services, The Commission On Human Rights Iii Through The Bac Shall Determine The Winning Bid By The Lowest Calculated And Responsive Bid. To Achieve Proper And Efficient Procurement, The Bac Shall, Aside From The Cost, Consider Other Factors In Determining The Winning Bid Such As, But Not Limited To: A) Contracts With Other Clients B) Standards Of Internal Governance C) Adequacy Of Resources D) Levels Of Training E) Adherence To Labor Standards And Other Social Legislation Compliance By The Bidder To The Minimum Requirements Set Forth By The Bac Shall Be Used As Basis In Evaluating The Technical Proposal Of The Bidder. The Bac However, May Require The Submission Of Additional Documents Or Materials Which Shall Form Part Of The Bidder’s Technical Proposal To Substantiate Its Compliance To The Minimum Requirements. The Procurement Of Security Services Shall Be A Period Of Nine Months And Covered By A Contract. Thereafter, It Shall Be Deemed Renewed For The Same Period Unless Either Party Notifies The Other Party In Writing Not Later Than One (1) Month Before The Expiry Date Of The Contract Of Its Intent Not To Renew. The Contract Shall Be Fixed And The Approved Budget For The Contract (abc) Shall Be The Amount Corresponding To The Contract Amount. It Shall Not Be Adjusted During The Contract Implementation Except For Increase In Minimum Daily Wage Pursuant To Law Or New Wage Order After Date Of Bidding, Increase In Taxes, And If During The Term Of The Contract, Both The Chr Sees The Need For An Increase Or Decrease In The Number Of Security Guards, Provided However, That The Abc For The Relevant Year Is Not Exceeded. The Financial Proposal Shall Contain A Breakdown Of All Costs, Including Cost Of Supplies And Equipment Necessary For The Execution Of The Contract. The Winning Bidder Is Expected By Chr To Maintain A Satisfactory Level Of Performance Throughout The Term Of The Contract. Said Satisfactory Level Of Performance Shall Be Assessed By Chr Before The End Of Each Year And Shall Serve As Basis For The Renewal Of Its Contract. The Chr May Pre-terminate The Contract Of The Security Service Contractor If And When, After Assessment, There Is A Failure To Perform Its Obligations. 1. The Security Agency Must Be Duly Licensed, Registered And Must Have Institutional Membership (i.e. Philippine Association Of Detective And Protective Agency Operators, Inc. (padpao) With Proper Operating Permits From Government Regulatory Body And Other Statutory Requirements. It Must Have Been Engaged In The Business For At Least Seven (7) Years. 2. The Security Agency Must Be Philgeps (platinum) Registered. 3. The Security Agency Must Provide A Certification Of Paid Remittances/contributions Of The Agency’s Security Guards Within The Last Two (2) Years From The Date Of Submission Of Bid From The Following Government Agencies, Namely: Sss, Philhealth And Pag-ibig. 4. The Security Agency Must Provide An Original Certification From Dole & Nlrc Of No Pending Case Within The Last Two (2) Years. In Like Manner, The Assigned Security Guards Shall Present Clearance Of No Pending Case At The Time Of Deployment. 5. The Security Agency Must Provide Incorporation Papers From Sec, Company By-laws, Vat/evat Registration Certificate, Bid Security Bond/bid Bond, Performance Bond, Recent Audited Financial Report, Latest Itr, And Updated List Of Clients. 6. The Net Financial Contracting Capacity (nfcc) Of The Security Agency Must Be At Least Equal To The Approved Budget For The Contract (abc). 7. The Security Agency Must Submit A Sworn Statement In Compliance With Labor Laws And Other Social Legislation, As Mandated By Section 25.2 Of The Implementing Rules And Regulations Of R.a. No. 9184. 8. The Security Agency Must Submit A Duly Signed Certification Attesting That The Deployed Security Guards Have Fully Complied With And Met All The Requirements Set Forth By The Chr. The Certification Must Be Accompanied By The Properly Accomplished And Signed Non-disclosure Agreement (nda). 9. The Following Must Be Provided By The Security Agency, To Wit: 6.1 List Of Equipment To Be Supplied By The Security Agency. 6.2 Communication Equipment To Be Supplied By The Security Agency. 1. The Security Agency Shall Provide Two (2) Security Guards For A Scheduled Rotation On Two (2) Working Shifts, Mondays To Sundays Including Holidays On A 24-hour Basis Who Has The Technical Know-how On Appropriate Use Of Security Devices. Each Security Guard Shall Render Twelve (12 Hours) Duty Per Day As Follows: 7:00 Am To 7:00 Pm – Day Shift And 7:00 Pm To 7:00 Am – Night Shift 2. The Security Agency Shall Provide Consistent And Quality Service Through Qualified, Licensed, Bonded, Uniformed, Trained And Armed Security Guards Who Shall Guard And Protect The Properties And Premises Of The Chr Including Its Personnel, Clients And Guests. 3. The Security Guards Nust Have The Capacity To Respond To Eventualities By Reason Of Force Majeure And The Like And Shall Have The Capacity To Write And Submit Reports Of Any Incident To Chr Management And/or To Other Concerned Authorities For Purposes Of Official Investigations. 4. The Security Guards Shall Be Equipped With Duly Licensed Firearms And Ammunitions Necessary In The Course Of Their Security Enforcement And Maintenance Of Peace And Order At The Premises Of The Chr And Its Immediate Vicinity. The Security Guards May Be Required To Have Nightsticks And Handheld Metal Detector As Additional Paraphernalia To Complement The Issued Firearms. Flashlights/searched Lights For Every Night Use, Raincoats, Rain Boots, Reflectorized Vest, Medical Kit And Umbrellas Should Also Be Provided By The Agency. 1. The Assigned Security Guards Must Be At Least High School Graduate And Must Have At Least One (1) Year Experience As Security Guard. They Must Be Reliable, Honest, And Courteous. They Must Likewise Submit Updated Bio-datas. 2. The Security Guards Must Undergo Drug Test Conducted By A Reputable Philippine National Police (pnp)/national Bureau Of Investigation (nbi) Accredited Testing Agency As Evidenced By A Certification Issued By The Concerned Authority. 3. The Security Guards Must Be Ready To Perform Other Tasks As May Be Required By Chr Management, Related To Accuracy, Safety And Protection Such As Registering Visitors, Inspection Of Bags And Cargo (in And Out). Note: For Your Submission Of Quotation, Please Submit To Our Official Email: Regofc3@chr.gov.ph

Province Of Iloilo Tender

Textile, Apparel and Footwear
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 66.2 K (USD 1.1 K)
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No. Dis-25-45-np(sv) Reference Pr No.dis-25-45 January 30, 2025 (supplier's Name And Office Address) The Iloilo Provincial Government, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Supplier/distributor To Quote Their Lowest Price On The Item/s Listed Below Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery, And Submit The Same Duly Signed By Their Authorized Representatives Not Later Than February 13, 2025 At 9:00 A.m.at The Bids And Awards Committee Secretariat Office 5th Floor, Iloilo Provincial Capitol After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos (₱500.00). Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱66,250.00 Place Of Delivery: Provincial Disaster Risk Reduction Management Office Date Of Delivery: Within Thirty (30) Calendar Days From Receipt Of Notice To Proceed X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 106 Piece Polo Shirt Xs - 2 S - 12 M - 15 L - 6 Xl - 10 2xl - 5 3xl - 3 625.00 Terms And Conditions: 1. The Winning Bidder Must Coordinate With Admin Division For The Logo. 2. The Attached Design Must Be Printed Uniformly On The T-shirts. 3. Date Of Delivery Must Be Thirty (30) Days After Receipt Of The Notice To Proceed (ntp). Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ________________________________________________________________ Bid Amount In Words: ______________________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For The Procurementprojects With Abc Above ₱500,000.00; 4. Notarized Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Technical Specifications In The Prescribed Form (for Non-expendables/non-consumables) 8. Schedule Of Requirements/delivery Period In The Prescribed Form; 9. After-sales Service/parts (for Goods Requiring Maintenance Service/parts); 10. Manpower Requirements (for The Procurement Of Projects Withlabor Component); 11. Financial Proposal In The Prescribed Form; 12. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 13. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer) 14. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No. Dis-25-45-np (sv) Reference Pr No. Dis-25-45 Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period:within Thirty (30) Calendar Days After Receipt Of Notice To Proceed. 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Daysfrom The Date Of The Opening Of Bids. 4. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 5. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 6. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 7. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 8. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 9. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 10. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 11. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 12. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 13. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 14. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 15. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 16. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail.

PUBLIC BUILDINGS SERVICE USA Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Closing Date1 Jun 2025
Tender AmountRefer Documents 
Details: *** Notice Of Update To Anticipated Procurement Schedule *** please Be Aware That The Project Requirement Is On A Hold Status. the Purpose Of This Revision To This Sources Sought Notice Is To Provide Industry With Updates On The Anticipated Procurement Schedule. Please Refer To The Section In This Notice For Theanticipated Dates For Procurement And Project:for Details.the Anticipated Dates For The Procurement And Project Are Only Estimates And Contingent Upon Several Unknown Factors. This Procurement Action Is Subject To The Availability Of Appropriated Funds. businesses May Submit Updated Details Described In Therequests For Informationsection. If Any Information Has Been Already Provided To The Requests For Information Then Please Do Not Resubmit. *** End Of Notice *** this Is A Sources Sought Synopsis For The General Services Administration, Public Buildings Service, Region 8. This Is Not A Solicitation Announcement, And There Is No Request For Proposal Or Related Documents. This Synopsis Is A Means Of Market Research To, In Part, Identify Small Businesses Interested In This Opportunity With The Capabilities, Knowledge And Resources To Perform The Work. Additionally, Information Gathered From Market Research May Be Used To Assess The Competitive Environment, Method Of Solicitation, Interest From Potential Sources, Type Of Contract, Content Of The Solicitation, Method Of Evaluation, And Type Of Set-aside Used In The Procurement (if Any). Furthermore, Information Gathered From This Sources Sought Notice May Be Used For Any Other Planning Purposes And Decisions About The Procurement Process. this Sources Sought Notice Shall Not Be Construed As A Request For Proposal Nor As A Commitment By The Government. This Notice Does Not Commit The Government To Issue A Solicitation Or Make An Award For The Described Project Requirements. Submission Of Any Information In Response To This Notice Is Voluntary And The Government Assumes No Responsibility, Financial Or Otherwise, For Any Costs Incurred Or Information Relied Upon In This Sources Sought Notice. Any Information Described In This Sources Sought Notice Is Subject To Change At The Sole Discretion Of The Government. place Of Performance: Fox Street Garage, 1300 Fox Street, Denver, Co 80202 general Description Of The Anticipated Scope: The General Services Administration (gsa), Public Buildings Service (pbs), Rocky Mountain Region (region 8) Requires A Contractor To Provide Commercial Services For Parking Management And Administration At The Fox Street Garage, 1300 Fox Street, Denver, Co 80202. The Parking Garage Consists Of Approximately 250 To 300 Parking Spaces. The Parking Spaces Will Be Fully Administered And Managed By The Contractor. The Following Is A Summary Of The Parking Management Services. the Contractor Shall Provide, Develop, And Coordinate The Parking Contracts For Monthly Parking Of Private Vehicles Belonging To Employees Who Work For The Federal Government. the Contractor Shall Issue Parking Contracts And Applications With Federal Employees Who Desire To Obtain Parking Privileges. the Contractor Shall Develop And Distribute Communication Materials To Parking Customers Detailing Relevant Procedures Such As How To Open A Parking Account, How To Make Payments (including Applicable Payment Dates), How To Join The “waiting List” If Applicable, And Where And How To Obtain Replacement Access Cards (if Applicable). The Method For Distribution Of These Communications Materials Should Include Electronic Transmission Such As Email. These Materials Must Discuss Policies Related To Nonpayment By Specific Due Dates Each Month (e.g., Deactivation Of Access Cards And Termination Of Access To The Garage, Etc.). All Communication Materials Shall Be Submitted To The Contracting Officer Representative (cor) For Approval Before Release To The Customer. the Contractor Shall Notify And Communicate To The Gsa Building Manager And Cor Any Major Or Extraordinary Matters And Decisions Affecting The Parking Garage, Including, Without Limitation, Any Security Concerns, Operational Concerns, Problems, Accidents, Space Utilization Decisions Or Concerns, And Operations. the Contractor Shall Collect Monthly Parking Lease Payments From Individual Parking Tenants Under Contract. (note: The Monthly Tenant Parking Rate Will Be Established By The Government And Provided Upon Contract Award). the Contractor Shall Submit Monthly Parking Lease Payments To Gsa’s Finance Collection Office On Or Before The First Day Of Each Month Of The Term. The Address Will Be Provided By The Government Upon Contract Award. The Term Begins The First Full Calendar Month In The Terms And Ends With The Last Day In The Month In The Term. Prorated Payments Are Not Allowed. the Contractor Shall Establish Online/automatic Payment Processing. The Contractor Is Responsible For All Convenience Fees Or Surcharges Associated With Credit/debit Card Processing. The Contractor Shall Provide Any Available Payment Options Such As Via Mail, Credit Card, Check, Cash, Or Other Means Of Payment. the Contractor Shall Maintain A Prioritized First-come-first-serve List For New Employees Waiting For Parking Contracts Based On The Date Of Application. the Contractor Shall Offer Current Federal Employee Patrons First-right Privileges To Have Their Existing Assigned Spaces Re-assigned Under The Terms Of This Contract. the Contractor Shall Communicate Parking Non-compliance To Gsa; Otherwise The Federal Employee Is Subject To Ticketing Or Towing Subject To Advance Review And Approval By Gsa. the Contractor Shall Manage All Communications Associated With The Management Of Parking Tenants. the Contractor Shall Immediately Report Any Parking Incidents To The Government’s Cor. The Cor Information Will Be Provided By The Government Upon Contract Award. the Contractor Shall Provide Monthly Reports To The Gsa Cor And/or Other Designated Representatives. the Contractor Shall Administer And Manage The Parking Garage In A Professional And Businesslike Manner. the Contractor Is Responsible For Any Needed Equipment, Supplies, And Materials (e.g., Printers, Telephones, Fax, Computers, Radios, Paper, Uniforms, Etc.) In The Performance Of The Work Required By This Contract. the Contractor Shall Coordinate With The Government To Establish A Process For Garage Access Of Authorized Parking Tenants. ***udpated 04/25/2025 *** Anticipated Dates For Procurement And Project. The Anticipated Dates Below Are Subject To Availability Of Funds And Are Only Estimates. anticipated Release Of Solicitation: June 2025 anticipated Award Date: August 2025 anticipated Effective Start Date: September 1, 2025 anticipated Period Of Performance: One-year Base Period With Four, One-year Options the Above Dates Are For Informational And Planning Purposes Only And May Be Subject To Change. contract Type: The Anticipated Type Of Contract Is A Firm-fixed Price Contract (or Agreement). The Government Intends To Award A Single-award Contract Vehicle. The Project Method Of Delivery Is Through Performance-based Services For Operations And Maintenance Services And Facilities Engineering. naics: The Naics Code For This Procurement Is 812930, Parking Lots And Garages, With A Size Standard Of $47.0 Million. subcontracting: In Accordance With Far 52.219-14, Limitations On Subcontracting, Contractors Must Perform At Least 50 Percent Of The Cost Of The Contract. set-aside: The Government Intends To Use Information From This Sources Sought And Other Market Research To Guide Decisions About Any Type Of Set-aside. At This Time, No Decision Has Been Made To Set-aside This Requirement. method Of Evaluation: The Government Plans To Evaluate Proposals (or Quotes) Through A Best Value Selection And Tradeoff Process. Factors That May Be Evaluated Include Past Performance, Relevant Experience, And Price. It Is Anticipated That Selection Will Be Made Based On The Proposal (or Quote) That Represents The Best Value To The Government. The Government Reserves The Right To Establish A Competitive Range In The Interest Of Conducting An Efficient Procurement. The Details Of The Method Of Evaluation Are Subject To Change Based On Planning Decisions, And Interested Parties Should Reference The Solicitation After It Has Been Posted To Contract Opportunities Through The System For Award Management (or Ebuy System If Solicited Under Gsa's Mas Program). *** Updated 04/25/2025 *** Requests For Information: At This Time, Please Do Not Submit Any Information Or An Expression Of Interest To The Gsa Contracting Officer. If This Requirement Is Identified To Have Funding For This Fiscal Year, Then The Government Will Provide Such Notice As An Update To This Sources Sought. other Information: If A Solicitation Is Released For The Need Described Above, Then All Interested Firms Must Be Registered In The Government's System For Award Management (sam) To Be Eligible To Submit An Offer.

Environmental Management Bureau Tender

Others
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 226.3 K (USD 3.9 K)
Details: Description Request For Quotation (rfq) Supply, Delivery And Installation Of Blinds At Director’s Office And Rd’s Lounge Rfq No. Emb-pgss-2025-02-016 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc Supply, Delivery And Installation Of Blinds At Director’s Office And Rigional Director’s Lounge Office Of The Director D.1 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.99 Sq.ft. 310.00 5,886.90 W.1 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. 310.00 5,952.00 B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. 310.00 5,952.00 C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. 310.00 5,592.00 D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. 310.00 5,592.00 E. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. 310.00 5,592.00 F. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. 310.00 5,592.00 W.2 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. 310.00 6,841.70 B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. 310.00 6,841.70 C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. 310.00 6,841.70 D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. 310.00 6,841.70 E. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. 310.00 6,841.70 F. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. 310.00 6,841.70 W.3 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. 310.00 5,840.40 B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. 310.00 5,840.40 C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. 310.00 5,840.40 D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. 310.00 5,840.40 W.4 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. 310.00 6,674.30 B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. 310.00 6,674.30 W.5 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. 310.00 6,674.30 B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. 310.00 6,674.30 Regional Director’s Lounge W.1 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. 310.00 5,483.90 B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. 310.00 5,483.90 C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. 310.00 5,483.90 D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. 310.00 5,483.90 W.2 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 23.73 Sq.ft. 310.00 7,356.30 B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 23.73 Sq.ft. 310.00 7,356.30 W.3 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.92 Sq.ft. 310.00 5,555.20 W.4 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.92 Sq.ft. 310.00 5,555.20 Total 226,377.18 2. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php226,377.18. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Lot Basis. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 02:00 P.m. Of February 20, 2025. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Supply, Delivery And Installation Of Blinds Under Rfq No. Emb-pgss-2025-02-016 Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Fifteen To Thirty (15-30) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit The Following: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance Or Annual Income Tax Returns E) Omnibus Sworn Statement-original & Notarized Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Supply, Delivery And Installation Of Blinds Quantity: Lot Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications Supply, Delivery And Installation Of Blinds At Director’s Office And Rigional Director’s Lounge Office Of The Director 18.99 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. E. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. F. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. E. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. F. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part Regional Director’s Lounge 17.69 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 23.73 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 23.73 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.92 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.92 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Quantity Uom Unit Price Total Price Suppl, Delivery And Installation Of Blinds At Director’s Office And Rigional Director’s Lounge Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City Office Of The Director A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.99 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. E. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. F. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. E. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. F. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. Regional Director’s Lounge A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 23.73 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 23.73 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.92 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.92 Sq.ft. 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen To Thirty (15-30) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct. 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted. 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____
8151-8160 of 8369 archived Tenders