Ups Tenders
Ups Tenders
Municipality Of Pamplona, Negros Oriental Tender
Software and IT Solutions
Philippines
Details: Description Republic Of The Philippines Province Of Negros Oriental Municipality Of Pamplona Invitation To Bid For Purchase And Installation Of Electronic Record Archive And Legislative Tracking System With Paperless Esession Application, Pamplona, Negros Oriental The Municipality Of Pamplona, Through The General Fund Intends To Apply The Sum Of Four Million Five Hundred Thousand Pesos Only (4,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Purchase And Installation Of Electronic Record Archive And Legislative Tracking System With Paperless Esession Application, Negros Oriental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Municipality Of Pamplona, Through The General Fund Intends To Apply The Sum Of Two Million One Hundred Thousand Pesos Only (2,100,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot/item. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. Important: 1. Please Pay The Amount Of P 5,000.00 As Payment For This Bid At The Office Of The Municipal Treasurer. Quote Your Price For Each Item Only. 2. Remember That 2% Cash/check Deposit Of The Amount Of Abc Or Bid Securing Declaration Is Required Before Your Bid Will Be Considered No. Qty Unit Description Unit Price 1 1 Lot Desktop Computer Preloaded With Data Management System Specifications: Core I7 Processor Compatible Motherboard 16 Gb Memory 4 Terabyte Hdd (single Partition) 500 Gb Ssd Dvd Rw Drive Casing W/ 500watts Keyboard/mouse Ups 650va 19” Led Monitor Wide Screen Windows 11 64 Bit License Operating System Descriptions: • Designed To Electronically Archive, Preserve And Organize Huge Amount Of Documents (pdf, Microsoft Word, Scanned Documents, Picture, Audio, Video, Etc.) • Pdf Files, Ms Word And Other Files Are Converted To Binary When Uploaded And Saved In The Database (not Stored On The Local Folder Or Directory. • With More Than 15,000 Preloaded Electronic References (accessible By Paperless App): (dilg Legal Opinions (electronically Updatable By Clicking The Menu), Local Government Code, Irr Of The Local Government Code, 1987 Philippine Constitution, Guide For Local Legislations, Executive Orders From The President (electronically Updatable By Clicking The Menu), Dilg Circulars (electronically Updatable By Clicking The Menu), Coa Circulars, Dbm Circulars, The Philippines Legal Codes, Laws (electronically Updatable By Clicking The Menu), Jurisprudence (electronically Updatable By Clicking The Menu), Ordinances Of Other Lgus, Etc.). These References Are Accessible By Paperless Native Ios, Mac Os, Windows And Android Based Applications For Paperless Esession Setup. • System Can Access The Dilg Website And Download The Dilg Legal Opinions And Dilg Memorandum Circulars Using Internet. All Downloaded Files Will Be Automatically Included In The System’s Library Or Electronic References Under The Classification Of Dilg Legal Opinions And Circulars. • Upload And Search Menu: Ordinances, Resolutions, Minutes Of The Session, Agenda, Committee Reports, Journal, Privilege Speeches, Moa, List Of Standing Committees And Their Officers, Past & Present Sp/sb Officials, Local Chief Executive Order, Session Files (provision For Session’s Agenda/calendar Of Business Including Drafts And Attachments) (accessible By Paperless App). • Regulatory (vehicle Franchise, Ngos Accreditation, Subdivision Clearance And Other Issuances), In & Out Communications (received, Sent Out), Travel Order, Notice Of Meetings, Certifications, References, Attendance Of Sanggunian Members With Attachment • Easy And Quick Retrieval Menu: By Author, By Title, By Year, By Classification, By Date Approved • Legislative Tracking Or Status Of Proposed Measures With Attachments And Brief Remarks (from First Reading Up To Their Final Approval And Lce Action With Attachment) • Generate Printable Reports: Inventory Of Ordinances, Resolutions (by Inclusive Date/by Classification/by Author), Minutes And Journals • Generate Printable Report Of Sb Attendance (by Inclusive Date) • Session Done And Provision For Crawling Text Features For Paperless Esession Setup • Menu With Icons (all Menu And Icons Must Be Displayed Horizontally On The Top Part Of The Desktop Screen With The Following Arrangement Of The Icons From Left To Right: Ordinances, Resolutions, Committee Report, Privilege Speech, Minutes Of The Session, Journals, Agenda, Regulatory, In & Out Communications, Attendance, Referrals, Scheduler, View Files, Clear List, Delete, Session Files) • Preview Document • Print Document • Add And Delete Document • Compatible With Old And Latest Hardware And Programs (core I3, I5, I7) (windows 7, 8, 10, 11 And Windows Server) • Dual Connectivity: (local Signal Or Internet Exposure) • Main System’s Login Page Requires User Name And Password • Paperless Clients Logs (records Type Of Documents Searched And Documents Opened By Client With Date And Time) • Sb Employees Leave Credits Recording *register/edit/delete Employees, View All Employees, Computes Vacation Leave/sick Leave Credits Based On Start Of Employment, Setup Daily And Monthly Credit Values, View Credits By Year • Customize Communication Received With Document Tracking Up To Action Taken By Sp Secretary With The Following Features: Encode New Received Documents With Date Receive, Code Number, Source, Type Of Communication, Attached Files, Particulars And Action Taken By Sec/sp *printout Barcode Sticker *tracking Of Every Communication/letter From Date Of Received, Update Of Status, Up To Filling/archiving *auto Generate Code Number *open Attached Files *edit Details Of Encoded Communication *deleted Encoded Communications *refresh Option To Retrieve Newly Encoded Received Communications By Other Users *print, Options To Add Type Of Source, Type Of Communications, Action Taken By Sec/sp For Easy Selection *update And Tracking Of Documents Can Be Viewed On Paperless Application *the Administrator Of The System Can Assign User Rights To The Encoder Such As Add New Edit Details, Attach File, Open File And Delete Document Tracking Search And Retrieval Menu *check And View Status Of Specific Document *retrievals Or Search Options A. By Barcode Scanner B. By Code Number C. Data Inclusive D. Communication Type E. Source Of Documents F. Particulars G. Action Taken By Sp Secretary H. By Remarks / Status • No Monthly Subscription Fee • System Is Managed And Operated By The User • One Time Purchase And Software License Has No Expiration • Back Up & Restore Option • Agency’s Logo And Names Of Incumbent Officials And Sb Secretary Text Blasting For Information Dissemination • Capable To Send Thousands Of Text Messages (single Composed Message) From Server To Celfones Of Constituents With Just A Click • Capable To Receive And Store Thousands Of Replied Text Messages From Celfones • 8 Sims Ready: Each Sim Processes Two (2) Messages At A Time In Totality The System Is Processing 16 Messages At Time In Sending Messages • It Does Not Rely On Internet. But It Can Be Shifted To Internet When Sending Brand Text Messages. • Text Message Has Header And Footer • Sending Option: By Barangay Or All Barangay, Sector Or Ngos, Barangay Officials, Business Owners, Real Property Owners, 4ps Members, Tricycle Drivers Association • Sending: 1,400 Characters Icons And Settings Are Displayed Horizontally On The Top Part Of The Laptop/desktop Screen With Following Arrangements Of The Icons: Profile, Messages (inbox Or Sent Items Box), Contacts By, Search Contacts, Remove Selected, Clear Contacts. 2 12 Copies Paperless Electronic Session Application To Be Installed On Laptops Or Desktop Computers (windows Based Application) Descriptions: • This Windows Based Application Is Electronically Connected To Data Management System. • This Is A Windows-based Application (not Web-based) • View Sp Documents, All Session’s Files Or Calendar Of Business Including Drafts And Attachments (scheduled To Be Tackled In The Sessions) Are Uploaded On The Main System (server) But Electronically Viewed/accessed By The Sp/sb Members, Sp/sb Secretary & The Vice Mayor/vice Governor Through Their Laptops/desktops Using The Application. • The Paperless Application Has An Archive And Elecronic References Menu Where Sp Members Can Electronically Search And Retrieve, Even During The Session, Through Application, The Approved Measures (archived Ordinances, Resolutions, Committee Reports, Minutes, Journals, Internal Rules, Approved Moa, List Of Standing Committees And Their Officers Including Executive Orders Issued By The Lce) And More Than Fifteen Thousands (15,000) Preloaded References (dilg Legal Opinions, Local Government Code, Irr Of The Local Government Code,1987 Philippine Constitution, Guide For Local Legislations, Executive Orders From The President, Dilg Circulars, Coa Circulars, Dbm Circulars, The Philippines Legal Codes, Laws, Ordinances Of Other Lgus, Etc.). • Paperless Penless Application Does Not Rely On Internet, No Need Of Lan Wires As Long As Within The Range. But Its Connection Can Be Shifted Or Exposed On The Internet For Outdoor Usage. • Notepad Feature (to Take Down Notes With Easy And Quick Retrieval Options) (no Pen Or Pencil Needed). • Crawler • Session History • Refresh Option • Paperless Application’s Login Page Requires User Name And Password • Search Engine • Printout Document Feature. • Electronic Voting • Chatroom (receiving In Real Time), Create/delete/rename Group, Add And Delete Members In A Group • Files Electronic Submission • Login Page Requires Username And Password • For Easy And Quick Retrieval, The Current Session Files, Documents And Attachment Are In Rectangular Blue Boxes Displayed Vertically On The Left Side Of The Laptop Or Desktop Screen With The Arrangement That Conforms With The Actual Order Of Business.. Every Rectangular Blue Box Contains One Separate File Where It Can Be Quickly Opened By The End-user By Clicking It. 3 12 Units Desktop Computer (for Paperless Application) 4 Cores, 8 Threads Processor Memory: 8gb Ddr4 Memory Compatible Motherboard 500 Gb Ssd Windows 11 64 Bit (license) 19.5” Monitor Display Hd (1366 X 768 Resolution) Graphics: Hd Graphics Processor Audio Support Hd Audio Usb Wifi 5ghz Casing With Psu Keyboard/mouse 4 5 Units Access Point Wall Mount Dual Band 2.4ghz/5ghz • Poe Port • 450 Mbps Speed Mimo Antenna 5 1 Unit Wireless Router Dual Band 2.4 Ghz/5ghz 6 1 Box Cat6 Utp Cable 7 1 Unit 16 Port Gigabit Switch 8 1 Unit Printer 3 In 1 • Printer/scanner/copier • With Document Feeder Capable To Scan Long Size Bond Paper 8.5” X 13 “ 9 1 Unit 2tb Usb External Hardisk 10 1 Set 3kw Inverter/charger For Power Backup • Descriptions: • 1 Units 3kw Inverter With Charger Capability • 2 Units 200ah 12 Volts Battery Battery Cables, Battery Lug Nuts 2. The Municipality Of Pamplona Now Invites Bids For Purchase And Installation Of Electronic Record Archive And Legislative Tracking System With Paperless Esession Application, Pamplona, Negros Oriental. Delivery Of The Goods Is Required 30 Calendar Days After Purchase Order. Bidders Should Have Completed, Within [insert Relevant Period] From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. In Addition, Select One Of The Two Following Paragraphs And Delete The Other Depending On The Existence Of Conditions Under Section 23.4.1.2 Of The Irr Of Ra 9184: (i) Select This Paragraph If Conditions (a), (c), And (d) Under Section 23.4.1.2 Of The Irr Of Ra 9184 Do Not Exist: Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. (ii) Select This Paragraph If Condition (a), (c), Or (d) Under Section 23.4.1.2 Of The Irr Of Ra 9184 Exists: Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 4. Interested Bidders May Obtain Further Information From Municipality Of Pamplona And Inspect The Bidding Documents At The Address Given Below During 8:00 Am- 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 From The Address Below. Bid Documents Will Be Available Only To Eligible Bidders Upon Payment Of A Non-refundable Amount Of Php 5,000.00 (fee For Bidding Documents) To The Municipal Treasurer Of Pamplona, Negros Oriental. 6. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The Municipality Of Pamplona Will Hold A Pre-bid Conference On January 28, 2025 At The Office Of The Municipal Mayor Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 13, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February 13, 2025 At The Municipality Of Pamplona, Office Of The Municipal Mayor. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. N/a. 10. The Municipality Of Pamplona 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ronald A. Rojas Municipal Mayor’s Office Municipal Hall, Poblacion, Pamplona Negros Oriental 09751449538 Ronald.rojas38@gmail.com Pamplonito S. Catacutan Bac Chairman
Closing Date13 Feb 2025
Tender AmountPHP 2.1 Million (USD 36.1 K)
Municipality Of Bakun, Benguet Tender
Others
Philippines
Details: Description 1. The Lgu-bakun Through The General Fund Intends To Apply The Sum Of P 605,594.00 Being The Total Abc To Payments Under The Contract For Procurement Of Office Supplies For The 1st Quarter/ G- 18-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Lgu-bakun Now Invites Bids For The Above Procurement Project, Specifically Describe Below; Item # Item And Description/specifications/stock No. Unit Qty. Abc Per Item Office 2 Ballpen Blue,0.5mm,gel Dozen 2 680.00 Mago-2 3 Ballpen Black,0.5mm,gel Dozen 8 2,720.00 Mtu-1,masso-2,dilg-1,mago-4 4 Ballpen,black,0.5mm Dozen 4 312.00 Mtu-3,kalahi-1 5 Ballpen,blue,0.5mm Dozen 3 234.00 Mtu-3,mcro-10 6 Ballpen,smooth Ink Pen,0.5mm Fo-gel,blue Dozen 11 1,793.00 Mtu-1 7 Ballpen,smooth Ink Pen,0.5mm Fo-gel,black Dozen 11 1,793.00 Mtu-1,mcro-10 8 Ballpen .5mm Needle Point (black) Dozen 2 550.00 Mto-2 9 Ballpen .5mm Needle Point (blue) Dozen 2 550.00 Mto-2 10 Ballpen Retractable,black,0.5mm Dozen 20 3,260.00 Mmo-5,masso-2,mnao-6,sbo-2,mago-5 11 Ballpen Retractable,blue,0.5mm Dozen 5 815.00 Mmo-5 12 Battery Dry Cell,aa 2pcs/blister Pack Blister 15 975.00 Enru-10,macco-5 13 Battery Alakaline,size Aaa,2pcs/blister Blister 7 490.00 Sbo-5,mago-2 14 Bond Paper (8.5x11),80gsm Ream 15 3,900.00 Masso-5,macco-10 17 Bond Paper,a4 100gsm Ream 20 6,000.00 Mmo-20 19 Binder Clips,backfold, Clamping 1 Inch Box 35 1,050.00 Mpdo-10,mtu-5,mbo-4,kalahi-1,mps-5,enru-10 20 Binder Clip,backfold,1.5 Inches Box 32 1,344.00 Mmo-5,mtu-5,kalahi-1,mps-5,mto-10,mago-6 21 Binder Clip,backfold,2 Inches Box 16 1,616.00 Mmo-5,mbo-5,kalahi-1,sbo-5 22 Binding Tape,2" Pcs 16 1,232.00 Mdrrmo-9,mtu-7 23 Binding Staple,heavy Duty 50la Pcs 1 1,700.00 Sbo-1 24 Calculator,14digits,2 Way Power,js-140tvs Unit 4 2,480.00 Mpdo-2,mtu-1,mnao-1 25 Certificate Holder,a4,plastic Pcs 125 6,250.00 Mmo-50,mswdo-75 26 Certificate Case Plastic,a4 (folder Type),assorted Colors Pcs 25 2,250.00 Mago-25 27 Clip Board Legal Pcs 4 240.00 Bfp-4 28 Clipboard With Cover,long Pcs 4 880.00 Enru-4 29 Clipboard With Cover,a4 Pcs 4 880.00 Enru-4 30 Clipboard Desktop Document Holder W/ Stand Pcs 2 544.00 Mtu-2 32 Cutter Heavy Duty Pcs 8 320.00 Mmo-6,mdrrmo-2 34 Craft Envelope Brown Hard Portrait,7"x11" With Tie Pcs 50 2,000.00 Mcro-50 35 Craft Envelope Brown Hard Landscape,7"x11" With Tie Pcs 100 2,000.00 Mcro-100 36 Dtr 100s #48 Pad 40 3,080.00 Mpdo-10,enru-20,mago-10 37 Envelope Brown A4 Dozen 20 860.00 Mmo-5,masso-10,mps-5 38 Envelope Brown A4 (50s/pack) Pack 2 350.00 Mago-25 39 Envelope Brown,long Dozen 39 1,677.00 Mmo-5,mtu-5,mcro-20,mps-9 40 Envelope,expanding, Kraftboard,for Legal Size Doc. Dozen 12 2,556.00 Mmo-5,dilg-2,mps-3,mago-2 43 Eraser,m/s With Ballpen Eraser Pcs 200 8,000.00 Mcro-200 45 Extension Cord,10meters Wheel Pcs 7 12,103.00 Mmo-3,mdrrmo-1,kalahi-1,mago-2 46 Facemask,disposable 3-ply Ear-loop Type,50s Box 7 630.00 Mdrrmo-2,enru-5 47 Facemask,3 Ply,10pcs/pack,3d Pack 6 300.00 Mago-6 48 Faber-castell Ballpen 1423,0.5mm Black Dozen 5 815.00 Mps-5 49 Fastener,plastic Coated,multi-color Box 13 546.00 Mmo-3,mtu-5,mps-5 50 Filing Box Long Pcs 10 1,900.00 Mswdo-10 51 File Magazine Box,legal Pcs 25 2,750.00 Mmo-25 52 Flip Head Calculator,14 Digits Pcs 3 3,000.00 Mto-3 53 Folder,brown,a4 Dozen 9 765.00 Mmo-5,mto-4 54 Folder,brown,legal Dozen 23 1,955.00 Mmo-5,mtu-8,mcro-5,bfp-1,kalahi-2,mto-2 55 Folder Brown Legal Pcs 250 2,500.00 Mswdo-250 56 Folder,green,legal Dozen 1 85.00 Bfp-1 57 Folder,expanding,violet ,legal Size Dozen 3 255.00 Bfp-3 58 Folder,expanding ,legal Size Dozen 11 2,805.00 Mpdo-5,kalahi-1,mps-5 59 Folder,expanding, Pressboard,legal Size Dozen 5 1,275.00 Mmo-5 60 Folder Expanding Long (100blue & 150green) Pcs 250 3,750.00 Mswdo-250 61 Glue,white All Purpose,240g Jar 3 270.00 Mmo-3 62 Glue,40ml(multipurpose) Pcs 8 432.00 Mtu-8 63 Glue Gun With Switch Pcs 3 450.00 Mswdo-3 64 Ink Refill For Sign Pen,my Gel .5mm (dong-a) Black Dozen 2 426.00 Mpdo-2 65 Ink Refill For Parker Sign Pen (roller Ball Refill),0.7,black Pcs 3 750.00 Masso-3 67 Lever Arch File Folder Horizontal Extra Long 3 Inches Pcs 10 1,500.00 Mswdo-10 68 Marker,pilot,broad/fine, Permanent Box 6 2,976.00 Mmo-1 ,mpdo-2,mps-1,mtu-1,bfp-1 69 Note Pad,sticky (3"x3") Pack 16 464.00 Mmo-10,bfp-3,kalahi-3 70 Note Pad,sticky ('sign Here" Tag)0.5"x1.7"/1.3x4.3cm 5x25sheets Pack 25 1,750.00 Mmo-10,bfp-2,meo-10,kalahi-3 71 Note Pad Stick,3"x4" Pad 3 105.00 Dilg-3 72 Note Pad,stick 2"x3" Pad 10 290.00 Mtu-10 73 Nt Cutter,stainless Steel Auto Lock,l-500grp Pcs 3 3,000.00 Mcro-3 74 Office Calculator,foldable Js-140tvs 14 Digits,two Way Power,solar Cell Battery Cr2016x1 N78,dc 3v Pcs 3 5,400.00 Mcro-3 76 Paper Clip,vinyl/plastic Coat,32mm Length Box 43 1,333.00 Mmo-5,mpdo-5,mtu-8,bfp-3,kalahi-2,masso-10,sbo-10 78 Photopaper A4 180gsm,10s Glossy Pack 14 1,078.00 Mmo-5,mpdo-2,comelec-5,sbo-2 79 Photopaper,self Adhesive,glossy,a4 Size Ream 2 2,000.00 Mago-25 80 Photopaper A4,20sheets Pack 4 404.00 Mpdo-2,bfp-2 81 Puncher,2 Hole,heavy Duty Pcs 5 950.00 Mmo-3,mswdo-2 82 Push Pin ,100pcs Pack 4 284.00 Mdrrmo-2,sbo-2 85 Scientific Calculator,high Quality,solar Pcs 2 2,000.00 Enru-2 86 Scissors ,big Size,heavy Duty Pcs 16 1,600.00 Mmo-6,mdrrmo-3,masso-2,mto-4,mago-1 87 Scissor Stainless,b/s Heavy Duty,12inch Long Pcs 3 1,050.00 Mcro-3 88 Sign Pen,liquid Gel,0.5mm Needle Point,black,ga 172804 Dozen 5 2,835.00 Mcro-4,bfp-1 89 Sign Pen,liquid Gel,.5mm Needle Point,black Dozen 4 2,268.00 Mmo-3,kalahi-1 90 Sign Pen,liquid Gel,.5mm Needle Point,black Dozen 4 2,268.00 Mcro-4 91 Sign Pen,liquid Gel,.5mm Needle Point,blue Dozen 3 1,701.00 Mmo-3 92 Sign Pen,gel,.5mm Blue Dozen 3 1,020.00 Dilg-1,mto-2 93 Sign Pen,gel,.5mm,black Dozen 4 1,360.00 Sbo-2mto-2 94 Sign Pen,gel,.5mm Black Box 4 2,592.00 Sbo-4 95 Sign Pen,red Dozen 4 2,268.00 Mcro-4 96 Sign Pen,my Gel,.5mm,black Dozen 2 680.00 Masso-2 97 Sign Pen,liquid Gel,energel,0.5mm,blue Pcs 1 136.00 Mtu-1 98 Sign Pen My Gel,0.8mm Black Dozen 2 900.00 Mps-2 99 Specialty Board Paper,a4,200gsm Pack 10 710.00 Mmo-10 100 Specialty Board Paper,a4,120gsm Pack 15 1,065.00 Mpdo-10,mtu-5 101 Specialty Board Paper,legal 120gsm (cream) Pack 1 77.00 Sbo-1 102 Specialty Board Paper,a4 120gsm (cream) Pack 10 710.00 Sbo-10 103 Specialty Board Paper,legal (different Colors) Pack 10 770.00 Mpdo-10 104 Specialty Board Paper Assorted Color,a4 Ream 2 2,000.00 Mago-2 105 Spiral Notebook,80leaves,148mm X 200mm Pad 80 1,040.00 Mnao-80 106 Stamp Pad #2 Pcs 3 210.00 Mswdo-3 107 Staple With Remover,heavy Duty Pcs 16 4,000.00 Mmo-6,masso-4,mto-6 108 Stapler Hd-50r With Remover Pcs 10 380.00 Macco-10 111 Staple Wire For Binding,23/24 (15/16") Box 2 232.00 Sbp-2 112 Staple Wire For Binding,23/13 Box 2 160.00 Sbo-2 113 Staple Wire For Binding,23/20 Box 2 220.00 Sbo-2 114 Stick Glue 5mm Pcs 100 500.00 Mswdo-100 115 Steeltape,5 Meters Pcs 2 320.00 Bfp-2 116 Tape Dispenser Heavy Duty Pcs 3 570.00 Mswdo-3 117 Tape Double Sided 1" Roll 26 884.00 Mpdo-12,masso-5,sbo-5,enru-2,mago-2 118 Tape Transparent,1" Roll 27 594.00 Mmo-5,bfp-3,meo-10,enru-4,mto-5 122 Tape Packaging 1" Roll 3 120.00 Bfp-3 123 Tape Packaging 2" Roll 12 768.00 Kalahi-2,mto-10 124 Transparent Binding Cover,long,100s 0.1mm (sensitized Film) Pack 1 75.00 Sbo-1 126 Toilet Tissue Paper,2 Ply,12pcs/pack Pull Ups Pack 36 7,668.00 Mpdo-5,kalahi-1,mswdo-20,mago-10 Sub-total Consumables 128 Epson #003 Black Cart 39 13,611.00 Enru-2,sbo-8,kalahi-5,mmo-2,mnao-2,mtu-8,mswdo-12 129 Epson #003 Cyan Cart 20 6,980.00 Enru-2,kalahi-4,mmo-2,mnao-1,mtu-5,mswdo-6 130 Epson #003 Magenta Cart 17 5,933.00 Enru-2,kalahi-3mmo-2,mnao-1,mtu-3,mswdo-6 131 Epson #003 Yellow Cart 20 6,980.00 Enru-2,kalahi-5,mmo-2,mnao-1,mtu-4,mswdo-6 132 Epson #664 Black Cart 4 1,628.00 Sbo-4 133 Epson #664 Cyan Cart 1 349.00 Mnao-1 134 Epson #664 Magenta Cart 1 349.00 Mnao-1 135 Epson #664 Yellow Cart 1 349.00 Mnao-1 136 Epson #664 Black Cart 1 349.00 Mnao-1 137 Ink Cart Gt-53-7 Black;ink Cart Gt52-2 Yellow; Ink Cart Gt-52-2 Magenta;ink Cart Gt-52-2 Cyan Cart 13 5,070.00 Macco-13 138 Ink Cart For Brother Dcp-t720dw Printer,bt5000,cyan Cart 1 561.00 Dilg-1 139 Ink Cart For Brother Dcp-t720dw Printer,bt5000,yellow Cart 1 561.00 Dilg-1 140 Ink Cart For Brother Dcp-t720dw Printer,bt5000,magenta Cart 1 561.00 Dilg-1 141 Ink Cart For Brother Dcp-t720dw Printer,d60,black Cart 2 1,122.00 Dilg-2 142 Brother Dcp-t710w Black Cart 2 1,122.00 Mmo-2 143 Brother Dcp-t710w Cyan Cart 2 1,122.00 Mmo-2 144 Brother Dcp-t710w Magenta Cart 2 1,122.00 Mmo-2 145 Brother Dcp-t710w Yellow Cart 2 1,122.00 Mmo-2 149 Toner Cartridge And Drum Unit Assemblies (2 Cyan, 2magenta, 2 Yellow)mfc-l8340cdw Cart 6 19,200.00 Macco-6 150 Toner Cartridge And Drum Unit Assemblies (black) Mfc-l8340cdw Cart 3 9,600.00 Macco-3 Sub Total Common Computer Devices 152 Memory Card,original Ultra Micro Sd Card,128gb Pcs 2 2,350.00 Mdrrmo-2 153 Flashdrive,otg,32gb Pcs 4 2,800.00 Mdrrmo-4 154 External Hard Drive,1tb Unit 3 12,312.00 Mdrrmo-3 155 Ups,backup Power Supply Unit 6 16,254.00 Mpdo-4,masso-2 156 Keyboard Cleaner And Brush Pcs 4 1,160.00 Mmo-2,mtu-2 158 Anti Virus Sofrtware (including Internet Protection)(avast) Good For 3 Computers Licensed Pcs 2 3,530.00 Meo-2 159 Mouse Optical,usb Connection Pcs 1 295.00 Dilg-1 160 Mouse Pad Pcs 1 100.00 Mnao-1 161 Hard Disk Drive,portable,1tb Pcs 2 6,000.00 Comelec-2 162 Cooling Pad For Laptop,heavy Duty Units 4 4,000.00 Masso-4 163 Projector Screen,pull Down(w/o Stand) 120inches (16:9) Pcs 1 5,000.00 Sbo-1 164 External Cd Drive Pcs 1 2,000.00 Mcro-1 165 Hdmi To Vga Pcs 2 300.00 Mago-2 166 Anti Virus Software,genuine Pcs 4 7,060.00 Mago-4 167 Multi Media Computer Speaker 2.1 Pcs 1 500.00 Mago-1 Sub Total Other Common Supplies 169 Bulb,15w Led Pcs 5 750.00 Bfp-5 170 Powerbank,10000mah, With Type C & Micro Cord Pcs 2 4,000.00 Comelec-2 171 Wallclock 12" (analog Display) Pcs 1 1,000.00 Sbo-1 172 Curtain Rod,steel Pipe ,3/4",354mm Pcs 1 400.00 Sbo-1 173 Curtain Rod,steel Pipe,3/4",365mm Pcs 1 400.00 Sbo-1 174 Curtain Rod,steel Pipe,3/4",385mm Pcs 2 800.00 Sbo-2 175 Curtain Hook,3/4" Pcs 15 3,000.00 Sbo-15 176 Wall Clock Pcs 3 1,500.00 Mswdo-2,mago-1 178 Laser Pointer Wireless Presentation Clicker Pcs 1 1,000.00 Mcro-10 193 Adapter (female Plug)for Three Hole Pcs 4 600.00 Mcro-4 202 Office Swivel Chair With Arms And Wheels Pcs 1 6,000.00 Mbo-1 203 Electric Coffee Boiler/water Heater,8 Liters Capacity 304 Stainless Steel Double Insulation Jug Pcs 1 6,000.00 Masso-1 205 Office Swivel Chair (leather W/ Headrest) Unit 3 15,000.00 Mswdo-3 210 Water & Coffee Boiler,stainless Steel 15liters Set 1 7,000.00 Mto-1 211 Foldable Table,6ft,white ,180cm Length/75cm Width/74cm Height Pcs 10 50,000.00 Mmo-10 212 Monobloc Chair,weave/rattan Type,200kg Capacity Pcs 50 30,000.00 Mmo-50 213 Steel Rack,heavy Duty 5-tier,boltless (storage Rack With Metal Shelving) Set 5 25,000.00 Mmo-5 214 Pot "talyasi" #3 Pcs 1 1,300.00 Sbo-1 215 Cup Enamel Pcs 30 1,800.00 Sbo-30 216 Basin Stainless,b/s Pcs 1 450.00 Sbo-1 217 Table Spoons Dozen 2 500.00 Sbo-2 218 Folding Table B/s Pcs 2 7,000.00 Sbo-2 219 Double Burner Gas Stove Unit 1 2,200.00 Meo-1 220 Solane Tank 11 Kg. W/ Content,hose And Regulator Set 1 4,500.00 Meo-1 221 Plates Retangle Beige Dozen 2 1,100.00 Meo-2 222 Cups Dozen 2 1,040.00 Meo-2 223 Table Spoons Dozen 1 200.00 Meo-1 224 Teaspoon Ddozen 1 140.00 Meo-1 225 Pot (kaldero)#4 Pcs 1 1,100.00 Meo-1 226 Pot (kaldero)#3 Pcs 1 1,480.00 Meo-1 227 Frying Pan #3 (kawali) Pcs 1 650.00 Meo-1 228 Frying Pan #1 (kawali) Pcs 1 900.00 Meo-1 229 Stainless Pot (caserole)24cm Pcs 1 600.00 Meo-1 230 Stainless Pot (caserole)28cm Pcs 1 950.00 Meo-1 231 Bowl Dozen 1 480.00 Meo-1 232 Led Bulb 20watts Pcs 4 1,000.00 Mswdo-4 233 Dish Cabinet Organizer Pcs 1 1,500.00 Mswdo-11 234 Electric Kettle Heavy Duty Pcs 1 1,000.00 Mswdo-11 Sub Total Janitorial Supplies 235 Ajax Cleanser Powder 500grams Tube 15 1,305.00 Mmo(gh)-15 236 Air Freshener 300ml Pcs 2 626.00 Sbo-2 237 Baking Soda 250g Pcs 10 400.00 Mmo(gh)-10 238 Bulb Daylight 48w Pcs 4 1,200.00 Mmo(gh)-4 239 Detergent Soap Powder 1700g,calamansi Pcs 10 2,340.00 Mmo(gh)-5,meo-5 240 Dipper (tabo) Pcs 3 180.00 Mmo(gh)-3 241 Dishwashing Paste W/ Calamansi 420grams Pcs 58 3,364.00 Mmo(gh)-30,meo-5,mdrrmo-18,sbo-5 242 Disinfectant Spray 150g Tubes 19 5,605.00 Meo-10,mswdo-6,sbo-3 243 Doormat Rubberized Pcs 7 1,260.00 Mmo(gh)-5,mdrrmo-2 244 Bleaching Liquid,original,900ml Pcs 25 5,475.00 Mmo(gh)-15,meo-10 245 Bleaching Liquid,color Safe 1l Pcs 17 3,723.00 Bfp-2,mm)(gh)-15 246 Fabric Conditioner 1l Pcs 6 534.00 Mmo(gh)-6 247 Faucet,bras,heavy Duty Pcs 5 2,500.00 Mmo(gh)-5 248 Floorwax,red,1kg Can 5 2,000.00 Mmo(gh)-5 249 Footrugs,cloth Pcs 23 1,495.00 Mm0(gh)-10,mdrrmo-8,sbo-5 250 Gallon 20liters Pcs 2 460.00 Mmo(gh)-2 251 Hand Towel Pcs 28 2,492.00 Mmo(gh)-16,meo-12 252 Handp Soap Liquid 500ml Bottle 12 1,920.00 Mdrrmo-12 253 Hand Soap Cake (bath Soap Family Size) Pcs 11 847.00 Mswdo-11 254 Heavy Duty Tornado Mop Pcs 7 11,529.00 Mmo(gh)-5,meo-2 255 Hand Rubber Gloves (l/m Size) Pair 27 2,079.00 Enru-25,sbo-2 256 Heavy Duty Gas Stove Burner (superkalan) Unit 2 6,000.00 Mmo(gh)-2 257 Ignite Lighter Pcs 5 325.00 Mmo(gh)-5 258 Insect Killer Aerosol Type 600ml Spray Cans 10 5,140.00 Meo-10 259 Gloves Hand,rubberized,medium Pair 5 385.00 Meo-5 260 Lpg Hose W/ Clamp Pcs 4 2,000.00 Mmo(gh)-4 261 Mop W/ Squeezer Heavy Duty Standard Unit 2 972.00 Meo-2 262 Regulator Heavy Duty W/ Gauge Pcs 4 3,480.00 Mmo(gh)-4 263 Cleaner,toilet Bowl And Urinal,1l Pcs 65 16,120.00 Mmo(gh)-45,meo-20 264 Scotchbrite With Foam Pcs 20 1,160.00 Meo-5,mmo(gh)-10,sbo-5 265 Toilet Air Freshener Bottle 5 1,565.00 Sbo-5 266 Toilet Air Freshener Pcs 2 496.00 Sbo-2 268 Soap Hand Liquid Tubes 15 525.00 Meo-15 269 Stainless Steel Scrub Pcs 5 310.00 Mmo(gh)-5 270 Sponge Absorbent Mop Pcs 5 1,000.00 Mmo(gh)-5 271 Soft Broom Pcs 19 3,705.00 Mmo(gh)-5,meo-10,sbo-4 272 Stick Broom Pcs 10 650.00 Bfp-2,mmo(gh)-5,meo-3 273 Toilet Brush Pcs 5 750.00 Mmo(gh)-5 274 Toilet Bowl Cleaner Pcs 10 2,480.00 Meo-5,sbo-5 275 Toilet Deodorant Cake Pcs 8 480.00 Mswdo-8 276 Trash Bag Medium,10s Roll 55 4,125.00 Mto-11,mmo(gh)-10,meo-20,mdrrmo-14 277 Trash Bag(small),black Roll 13 702.00 Mmo(gh)-13 278 Trash Bag (large),black,thick Roll 40 4,520.00 Mtu-10, Mmo(gh)-10, Meo-15,sbo-5 279 Window Mop W/ Foam (8" Foam,4" Handle) Pcs 7 1,750.00 Mmo(gh)-5,sbo-2 280 Yard Mop 118cm Pcs 3 900.00 Mmo(gh)-3 281 Utility Pail W/ Comfrot Grip 24 Liters Pcs 2 600.00 Sbo-2 Sub-total Grand Total: Delivery Of The Goods Is Required By 45 Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A.bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4.prospective Bidders May Obtain Further Information From Bids And Awards Committee Secretariat Office, Main Municipal Building, Ampusongan, Bakun, Benguet And Inspect The Bidding Documents During 8-12 Am And 1-5 Pm Monday- Friday. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 17, 2025 From The Bids And Awards Committee Secretariat Office, Main Municipal Building, Ampusongan, Bakun, Benguet, In The Amount Of P 1,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6.the Lgu- Bakun Will Not Hold A Pre-bid Conference For This Contract. 7.bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bids And Awards Committee Secretariat Office, Main Municipal Building, Ampusongan, Bakun On Or Before February 24 , 2025, 9:30 Am. Late Bids Shall Not Be Accepted. 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9.bid Opening Shall Be On February 24, 2025, 10:00 Am At The 3rd Floor Municipal Building, Ampusongan, Bakun .bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Lgu-bakun Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: John B. Gu Municipal Engineering Office Municipal Hall,ampusongan, Bakun, Benguet 09213004881 Date Of Issue: February 17, 2025 John B. Gu Bac Chairperson
Closing Soon24 Feb 2025
Tender AmountPHP 605.5 K (USD 10.4 K)
City Of Bais Tender
Software and IT Solutions
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For One (1) Lot Supply And Installation Of Ict Equipment Network Infrastructure And Furniture & Fixture For Data Gathering And Banking With Provision Of Training Of 25 Pax On Computer System Servicing As Per Tesda Training Regulation, Cpicad, Viz: Item Approved Budget For The Contract (abc) J/sor No. 337-24 Php 2,693,025.00 One (1) Lot Supply And Installation Of Ict Equipment Network Infrastructure And Furniture & Fixture For Data Gathering And Banking With Provision Of Training Of 25 Pax On Computer System Servicing As Per Tesda Training Regulation, 36 Sets Computer Hardware Delivery Core I5-12400 Processor Motherboard With Built In Wi-fi 8gb Ddr4 Memory ; 512gb Ssd 2.5" 19" Monitor Led Mouse And Keyboard Usb Mousepad With Voltage Regulator 10 Sets Laptop Computer/netbook Delivery Operating System: Genuine Windows 11 Aluminum Lcd Cover-material 14.0-inch Panel Size ; Intel® Uhd Graphics Led Backlit Touch Screen Touch Panel Brightness 300nits Wuxga (1920 X 1200) 16:10 Intel® Core™ I3-1315u Processor 10m Cache, Up To 4.5ghz, 6 Cores) 8gb Ddr5 So-dimm. 512gb M.2 2280 Nvme™ Pcie® 4.0 Ssd Front-facing Camera With Privacy Shutter Wi-fi 6e(802.11ax) (dual Band) 2*2 + Bluetooth® 5.3 Wireless Card Fingerprint Authentication Backlit Chiclet Keyboard 1x Usb 3.2 Gen 2 Type-c Support Power Delivery 2x Usb 3.2 Gen 2 Type-a ; 1x Hdmi 2.1 Tmds 1x Thunderbolt™ 4, Compliant With Usb4, Supports Display / Power Delivery 1x 3.5mm Combo Audio Jack ; 1x Rj45 Gigabit Ethernet Built-in Speaker. Audio By Dirac Us Mil-std 810h Military-grade Standard Built-in Array Microphone ; Battery 50whrs, 3s1p, 3-cell Li-ion Kensington Nano Security Slot™(6x 2.5mm) Bios Booting User Password Protection Bios Setup User Password Hdd User Password Protection And Security Support Absolute Persistence 2.0 (computrace) Trusted Platform Module (tpm) 2.0 Battery Health Charging, Fan Profile, Splendid, Tru2life, Function Key Lock, Wifi Smartconnect, Appdeals Included In The Box Wireless Optical Mouse Reparability Index (for France) 8.0 Ecolabels & Compliances: Epeat Gold, Energy Star 8.0, Fsc Recycled, Reach, Rohs, Tco Certified Warranty: 3years On-site Including Battery And Charger Computer Accessories Delivery 6u Network Data Cabine Apc Ups 650va With Avr 8 Port Gigabit Switch 1000mbps 16-port Gigabit Managed L2 Switch Centralized Wifi Controller Adsl Router With Wifi Ac1200 Wireless Mu-mimo Gigabit Indoor/outdoor Access Point Durable, Weatherproof Enclosure For Outdoor Wi-fi Applications Up To 1200mbps1 With 2×2 Mimo Technology Omada Mesh Technology Enables Wireless Connectivity Between Aps For Extended Range, Making Wireless Deployments More Flexible And Convenient Supports Seamless Roaming To Smooth The Video Playbacks And Voice Calls When Moving Between Locations High Transmission Power And High Gain Antennas Provide A Long-range Coverage Area Cloud Centralized Management For Ultra Convenience And Easy Management Captive Portal Provides A Convenient Method For Guest Authentication Facebook Wi-fi And Sms Authentication Help To Boost Your Business 802.3af/passive Poe (poe Adapter Included) Compatible And Simple Mounting Design Allow For Flexible Deployment And Convenient Installation Webcam Full Hd Usb External Dvd Writer 1tb External Hdd Network External Hdd 1tb 4 Duplex Sheet-fed Document Scanner Duty Cycle Up To 3,000 Pages Per Day Scan Speed Up To 26ppm/52ipm (300dpi) One-pass Duplex Scanning Document Capture Pro Software Scan 50gsm To 209gsm A4 All-in-one Ink Tank Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Borderless Printing Up To 4r A4 Ink Tank Network Printer Print, Scan, Copy With Adf Print Speeds Up To 17ipm For Black And 9.5ipm For Colour Auto-duplex Printing Wi-fi & Wi-fi Direct 2-years Warranty Or 50,000 Pages, Whichever Comes First Powered By Epson Heat-free Technology 32gb Flash Drive Usb Digital Multimeter Lan Cable Tester Furniture And Fixture Delivery Customized U-type Computer Table With Capacity Of 36 Computer Units Working Table Whiteboard With Stand It Materials Delivery Rj-45 Plug Network Accessories: Modular Box Rj-45 Cat6 I/o Port 1 Gang Faceplate Pvc Surface Type Utility Box Raceway Or Slotted Pvc 1.5" X 1.5" X 48" Cat6 Utp Cable Belden/hikvision/dahua 305m Fastener Filer Lead Free Spool Fiber Optic Cable 2meters (terminated) Sc/upc-sc/upc Singlemode Simplex 2 Meters Terms Of Reference Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Title: Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Approved Budget For The Contract: Php 2,700,000.00 Bid Validity Period: 120 Days Local Office In Negros Island Safety Officer Required And Should Be Regular Employee Certifcate Of Dealership Sealed And Signed By Microsoft Engineer City Government Of Bais Bais City, Negros Oriental, Region Vii Invitation To Bid Project Name: Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Description: This Project Aims To Enchance The Information And Communication Technology (ict) Capabilities Of The Local Government Of Unit (lgu) Of Bais City Through The Comprehensive Supply And Installation Of State-of-the-art Network Infrastructure And Equipment. Located At The Bais Training Center, The Initiative Will Facilitate Efficient Data Gathering And Banking Processes, Supporting The City's Administrative Functions And Service Delivery. This Pertains Aims To The Procurement Of Computer Equipment And Fixtures Specifically Designed To Meet The Needs For Data Gathering And Banking Processes. Please Refer To The Document Titled "conformity With Technical Specifications Bidding Enumerated" As Our Terms Of Reference. The Approved Budget For The Contract Is To Be Taken From Data Gathering And Banking (equipment) 2022, Generation And Maintenance Of Gad Database 2024. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed 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, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It 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 Activity, And I) 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. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On January 21, 2025, 1:30 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On February 4, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera Sao (cashier Iv)/oic-cbo Chair, Bids And Awards Committee
Closing Date4 Feb 2025
Tender AmountPHP 2.6 Million (USD 46 K)
Adela Serra Ty Memorial Medical Center Tender
Laboratory Equipment and Services
Philippines
Details: Description Invitation To Bid For The Procurement Of Microbiology Reagents (tie-up Basis) And Supplies With Ib No. 2025-02-04 (08) 1. The Adela Serra Ty Memorial Medical Center, Using A Single Year Framework Agreement, Through The Astmmc Fund Intends To Apply The Sum Twenty Five Million Two Hundred Nineteen Thousand Two Hundred Pesos Only [php 25,219,200.00], Being The Abc To Payments Under The Contract For Each Item. Bids Received In Excess Of The Abc Shall Be Automatically Rejected. 2. The Adela Serra Ty Memorial Medical Center Now Invites Bids For The Procurement Of Microbiology Reagents (tie-up Basis) And Supplies. Delivery Of The Goods Is Required Within 15 Calendar Days After Issuance Of A Call-off. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Adela Serra Ty Memorial Medical Center And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm, Monday Thru Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2025 To February 4, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents In The Amount Of Twenty Five Thousand Pesos Only [php 25,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment In Person. 6. The Adela Serra Ty Memorial Medical Center Will Hold A Pre-bid Conference On January 23, 2025; 10:30 Am At Bac Conference Room, Opd Bldg, Astmmc, Tandag City And Or Through Video Conferencing Or Webcasting Via Meet.google.com/rbu-snjw-vga Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 10:30 Am; February 4, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 10:31 Am; February 4, 2025 At Bac Conference Room, Opd Bldg, Astmmc, Tandag City And Or Through Video Conferencing Or Webcasting Via Meet.google.com/rbu-snjw-vga Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Adela Serra Ty Memorial Medical Center Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bac Office, 2nd Floor Opd Bldg. Astmmc, Tandag City, Sds, 8300 Tel No. 086-211-4306 Astmmcprocurement@gmail.com 12. For Downloading Of Bidding Documents, You May Visit: Philgeps.gov.ph January 15, 2025 Date Issued Dominador B. Toral, Rn, Md, Dpbohns Hbac Chairman Lot / Item Number Description Quantity Unit Unit Cost Total Delivered, Weeks/ Months Lot 1 Winning Bidder Responsibilities: > Must Provide For Free An Iso-certified Fully Automated Blood Culture Machine That Utilizes Comprehensive Detection Technology. > Free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. >supplier Must Have A Warehouse Or Functional Service Center With Company Employed Qualified Technical Service Engineers. >supplier Must Possess A Certificate Of Exclusive Distributorship ( Ced ) For The Security Of The Laboratory's Uninterrupted Operation > Should Have Atleast 2 Current Installations To Tertiary Laboratories Anywhere In The Philippines With The Same Offered Machine. > Machine Should Be Delivered Complete With A Heavy Duty Accessories (ups 6 Kva, Avr, Keyboard, Printer, Table And Any Other Needed Accessories, Safety Breaker Etc.) > Capable Of A Prompt Replacement Of Defective Parts In Case Of Breakdown (not Later Than 48 Hours From Bug Down) >supplier Must Possess A Certificate Of Exclusive Distributorship (ced) For The Security Of The Laboratory's Uninterrupted Operation. > Suppliers Must Provide A Free Phlebotomy Training And Blood Culture Collection Training >provide 10 Or More Dedicated Phlebotomy Warding Trays And Tourniquets For Blood Culture Collection Alone. > Quantity Of Reagents Must Be Delivered Based On Nefa Or Notice To Execute Of Framework Agreement Or Staggered Scheme Or Upon The Request Of The End-user. > Payments Will Be Issued Per Delivery Of Reagents. > Reagents Delivered Must Be 18 Months From The Expiration Date, A Guarantee Letter Of Replacement May Be Issued For Less Than 18 Months Reagents And Supplies. > A Framework Agreement For A 1-year Contract Shall Be Made. >reagent Or Supplies With Shelf Life Of Less Than 5 Months Must Submit A Certificate Of Option To Return (otr),if Not Consumed Within The Expiry Date And It Must Be Replaced. Machine Specifications: > Has Colorimetric Technology And Specialized Liquid Emulsion Sensors (les) At The Bottom Of Each Culture Bottle > Offers A Comprehensive Range Of Media Bottles To Ensure The Recovery Of A Wide Variety Of Microorganisms Including Bacteria, Mycobacteria, And Fungi > Can Provide Graph Analysis > Blood Culture Bottles Must Be Plastic And Color Coded For Pediatric And Adult Patients > Bottles With Direct Draw > With Agitation Technology > With Built-in Quality Control > With Immediate Bottle Recognition > With Rapid Response Time And Greater Accuracy. Faster Time To Detection (minimum Of 2 Hours) > At Least 60 Cells Or More Of Capacity Per Drawer > Could Fit Shatter-proof Plastic Culture Bottles > Supplier Must Provide 2 Lis Ready Analyzer. The Other One Serves As Back-up Machine That Is Also Ready To Use And Lis Connection. > Supplier Must Shoulder The Two (2) Analyzer's Lis Connectivity Fee/charges With The Existing Astmmc Lis Provider. Please Refer Below For The Lis Connectivity Corresponding Charges To Be Paid Directly To Adela Serra Ty Memorial Medical Center Account. Lis Connectivity Charges/fees Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Fully Automated Analyzer 288,000.00 270,000.00 252,000.00 234,000.00 216,000.00 2nd And Succeeding Analyzer 160,000.00 150,000.00 140,000.00 130,000.00 120,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Semi-automated Analyzer 192,000.00 180,000.00 168,000.00 156,000.00 144,000.00 2nd And Succeeding Analyzer 112,000.00 105,000.00 98,000.00 91,000.00 84,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Poct Analyzer 128,000.00 120,000.00 112,000.00 104,000.00 96,000.00 2nd And Succeeding Analyzer 80,000.00 75,000.00 70,000.00 65,000.00 60,000.00 Pedia Culture Bottles For Automated Isolation Of Aerobic Microorganisms In Sterile Samples 50's/box With Pre-attached Closeblood Collection System. 80 Boxes 25,000.00 2,000,000.00 15 Calendar Days After Issuance Of A Call-off Adult Culture Bottles For Automated Isolation Of Aerobic Microorganisms In Sterile Samples 50's/box With Pre-attached Closeblood Collection System. 120 Boxes 25,000.00 3,000,000.00 15 Calendar Days After Issuance Of A Call-off Subtotal 5,000,000.00 Lot 2 Winning Bidder Responsibilities: > Must Provide For Free An Iso-certified Fully Automated Machine For The Identification And Susceptibility Of All Bacteria And Yeast > Free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. >supplier Must Have A Warehouse Or Functional Service Center With Company Employed Qualified Technical Service Engineers. >supplier Must Possess A Certificate Of Exclusive Distributorship ( Ced ) For The Security Of The Laboratory's Uninterrupted Operation > Should Have At Least 2 Current Installations To Tertiary Laboratories Anywhere In The Philippines With The Same Offered Machine. > Machine Should Be Delivered Complete With A Heavy Duty Accessories (ups 6 Kva, Avr, Keyboard, Printer, Table And Any Other Needed Accessories Etc.) >preferably With Remote Connectivity For Updates And Fast Troubleshooting > Supplier Must Provide Two Machine. The One Will Serve As Back-up Machine That Is Also Ready To Use And Lis Connected. > Capable Of A Prompt Replacement Of Defective Parts In Case Of Breakdown (not Later Than 48 Hours From Bug Down) > Two Machine Provided Must Be Ready And Connected To Lis The Main And Back-up Machine > Supplier Must Shoulder Connectivity Fee/charges For Lis Services For Two Machine And Coordinate With Astmmc Lis Provider For The Lis Connection. >supplier Must Provide 2 Lis Ready Analyzer. >the Other One Serves As Back-up Machine That Is Also Ready To Use And Lis Connection. > Supplier Must Shoulder The Two (2) Analyzer's Lis Connectivity Fee/charges With The Existing Astmmc Lis Provider. > Please Refer Below For The Lis Connectivity Corresponding Charges To Be Paid Directly To Adela Serra Ty Memorial Medical Center Account. Lis Connectivity Charges/fees Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Fully Automated Analyzer 288,000.00 270,000.00 252,000.00 234,000.00 216,000.00 2nd And Succeeding Analyzer 160,000.00 150,000.00 140,000.00 130,000.00 120,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Semi-automated Analyzer 192,000.00 180,000.00 168,000.00 156,000.00 144,000.00 2nd And Succeeding Analyzer 112,000.00 105,000.00 98,000.00 91,000.00 84,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Poct Analyzer 128,000.00 120,000.00 112,000.00 104,000.00 96,000.00 2nd And Succeeding Analyzer 80,000.00 75,000.00 70,000.00 65,000.00 60,000.00 > Supplier Must Have Technical Engineer Readily Available Within The Region. >supplier Must Have A Regular Personnel With A Certificate Of Training Capable In Troubleshooting The Machine They Intent To Bid. >supplier Must Posses A Certificate Of Exclusive Distributorship (ced) For The Security Of The Laboratory's Uninterrupted Operation. >supplier Must Provide A Free Of Charge Consumables Like Reagents Of Machine Needed To Operate And To Generate Result,portable Digital Turbidimeter To Ensure Correct Macfarland Standard,calibrators,calibrated Pipettes,other Consumables For Ast Suspencion And Complete Atcc Control Strains: Pae 27853, Eco 25922, Eco 35218, Sau 25923, Spn 49619, Hin 29427, Ngo 49226). > Quantity Of Reagents Must Be Delivered Based On Nefa Or Notice To Execute Framework Agreement Or Staggered Scheme Or Upon The Request Of The End-user. > Payments Will Be Issued Per Delivery Of Reagents. >reagent Or Supplies With Shelf Life Of Less Than 5 Months Must Submit A Certificate Of Option To Return (otr),if Not Consumed Within The Expiry Date And It Must Be Replaced. > Reagents Delivered Must Be 18 Months From The Expiration Date, A Guarantee Letter Of Replacement May Be Issued For Less Than 18 Months Reagents And Supplies. > A Framework Agreement For A 1-year Contract Shall Be Made. Machine Specifications: > Automated Bacterial Identification And Susceptibility Testing System That Uses Fluorescence-based Technology.with Gold-standard Accuracy For Microorganism Identification And Susceptibility > Delivers Accurate Emerging Resistance Detection For The Toughes Pathogens, Including Visa, Vrsa, Mrsa,icr And Rapid Detection Of Esbl Production And Confirmation. > Processes Rapid And Specialty Id Panels For Reduced Turnaround Time.could Generate Results As Little As 5 To 8 Hours > Utilizes Closed Tests Card And Cassettes For Id And Ast > Allows Consolidation Of Data From Multiple Testing Systems On Epidemiology Reports > Lis-who Net Configuration And Connection Ready.has Remote Support Feature In Instrument Monitoring And Lis Connectivity >with Built-in Barcode Scanner And Scan Card And Isolate Barcodes To Establish Traceability > Has Rapid Result Searches By Patient, Date Tested, Organism, Technician And Accession Number > Allow Remote Access By Multiple Users And Real-time Connectivity To Our Existing Lis > Updated Clsi Guidelines Compliant Ast Interpretation/formulations Available Producing Mic's Based On Reference Clsi And Iso Mic Methods Gram Positive Id & Ast Panel 20's 150 Boxes 30,000.00 4,500,000.00 15 Calendar Days After Issuance Of A Call-off Gram Positive (streptococcus Spp) Ast 20's 20 Boxes 30,000.00 600,000.00 15 Calendar Days After Issuance Of A Call-off Gram Negative Id And Ast Panel 20s 200 Boxes 30,000.00 6,000,000.00 15 Calendar Days After Issuance Of A Call-off Rapid Yeast Id & Afst Panel 20s 30 Boxes 30,000.00 900,000.00 15 Calendar Days After Issuance Of A Call-off Gram Negative Id 20's 20 Boxes 30,000.00 600,000.00 15 Calendar Days After Issuance Of A Call-off Gram Positive Id 20's 20 Boxes 30,000.00 600,000.00 15 Calendar Days After Issuance Of A Call-off Haemophilus And Neisseria Id And Ast Panel 20s 20 Boxes 30,000.00 600,000.00 15 Calendar Days After Issuance Of A Call-off Subtotal 13,800,000.00 Lot 3 Ciprofloxacin Disc (50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Trimethoprim-sulfamethoxazole Disc (50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Piperacillin-tazobactam Disc (50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Amikacin Disc (50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Ampicillin Disc (50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Ampicillin-sulbactam Disc (50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Azithromycin Disc (50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Amoxicillin-clavulinic Acid Disc (50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Ceftriaxone Discs (50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Cefotaxime Disc(50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Clindamycin Disc (50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Cefuroxime Disc (50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Ciprofloxacin Disc(50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Erythromycin Disc(50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Levofloxacin Disc(50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Nitrofurantoin Disc(50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Oxacillin Disc(50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Aztreonam Disc(50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Ceftazidime Disc(50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Cefazolin Disc(50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Cefipime Disc(50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Cotton Roll 10 Cart 1500.00 15,000.00 15 Calendar Days After Issuance Of A Call-off Gentamicin High (hlar) Disc (50's) 120ug 10 Cart 2200.00 11,000.00 15 Calendar Days After Issuance Of A Call-off Gentamicin Disc (50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Imipenem Disc (50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Ertapenem (50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Meropenenm Disc (50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Nitrofurantoin Disc (50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Cefiderocol (50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Penicillin G Disc (50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Tetracycline Disc (50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Tobramycin Disc (50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Vancomycin Disc (50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Cefoxitin Disc (50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Chloramphenicol Disc (50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Cefixime Disc (50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Rifampin Disc (50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Linezolid Disc (50's) 10 Cart 800.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Taxo P (optochin) 50's 5 Cart 3,000.00 15,000.00 15 Calendar Days After Issuance Of A Call-off Taxo A (bacitracin) 50's 5 Cart 3,000.00 15,000.00 15 Calendar Days After Issuance Of A Call-off V Factor Disc (50's) 5 Cart 5,000.00 25,000.00 15 Calendar Days After Issuance Of A Call-off X Factor Disc (50's) 5 Cart 5,000.00 25,000.00 15 Calendar Days After Issuance Of A Call-off Xv Factor Disk (50"s) 1 Cart 5,000.00 5,000.00 15 Calendar Days After Issuance Of A Call-off Oxidase Disc/strip (50's) 10 Cart 5,000.00 50,000.00 15 Calendar Days After Issuance Of A Call-off Subtotal 449,000.00 Lot 4 Sheep Blood Agar (commercially Prepared) 10s 5,000 Plates 220.00 1,100,000.00 15 Calendar Days After Issuance Of A Call-off Chocolate Agar (commercially Prepared) 10's 3,000 Plates 250.00 750,000.00 15 Calendar Days After Issuance Of A Call-off Alkaline Peptone Water Agar (500g) 2 Bottle 7.000.00 14,000.00 15 Calendar Days After Issuance Of A Call-off Salmonella Shigela Agar (500g) 2 Bottle 13,600.00 27,200.00 15 Calendar Days After Issuance Of A Call-off Selenite F (500g) 2 Bottle 15,000.00 30,000.00 15 Calendar Days After Issuance Of A Call-off Tcbs (500g) 2 Bottle 10,000.00 20,000.00 15 Calendar Days After Issuance Of A Call-off Mueller Hinton Agar (500g) 10 Bottle 10,000.00 100,000.00 15 Calendar Days After Issuance Of A Call-off Mac Conkey Agar Powder (500g) 15 Bottle 9,500.00 142,500.00 15 Calendar Days After Issuance Of A Call-off Nutrient Agar Powder (500g) 5 Bottle 8,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Sabouraud Dextrose Agar (500g) 5 Bottle 8,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Fluid Thioglycolate Medium Powder (500g) 5 Bottle 8,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Tsb Powder (500g) 5 Bottle 8,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Gc Agar (500g) 5 Bottle 8,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Gba Commercially Prepared (10's) 1,000 Plates 300.00 300,000.00 15 Calendar Days After Issuance Of A Call-off Bacitracin Chocoolate Agar Commercially Prepared (10's) 1,000 Plates 300.00 300,000.00 15 Calendar Days After Issuance Of A Call-off Tsi Powder (500g) 5 Bottle 8,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Lysine Iron Agar (500g) 5 Bottle 8,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Simmon Citrate Agar Powder (500g) 5 Bottle 8,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Urea (christensen) Agar Base (500g) 5 Bottle 8,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Catalase Reagent 60ml (3% Hydrgen Peroxide) 5 Bottle 15, 000.00 75,000.00 15 Calendar Days After Issuance Of A Call-off Sim Medium (500g) 5 Bottle 8,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Lim Medium (500g) 5 Bottle 8,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Sodium Chloride Agar (500g) 5 Bottle 8,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Bile Esculin Agar (500g) 4 Bottle 8,000.00 32,000.00 15 Calendar Days After Issuance Of A Call-off Dnase Agar (500g) 1 Bottle 8,000.00 8,000.00 15 Calendar Days After Issuance Of A Call-off Iso Vitalex Supplement (10's) 10 Boxes 10,000.00 100,000.00 15 Calendar Days After Issuance Of A Call-off Vcnt Supplement (10"s) 2 Boxes 10,000.00 20,000.00 15 Calendar Days After Issuance Of A Call-off Coagulase Rabbit Plasma (10's) 20 Boxes 22,000.00 440,000.00 15 Calendar Days After Issuance Of A Call-off Soluble Hemoglobin Powder (400g) 5 Bottle 15,000.00 75,000.00 15 Calendar Days After Issuance Of A Call-off Subtotal 4,013,700.00 1 0.9 % Sterile Normal Saline Solution 1l 100 Bottle 200.00 20,000.00 15 Calendar Days After Issuance Of A Call-off 2 Gram Stain Set 15 Set 4,000.00 60,000.00 15 Calendar Days After Issuance Of A Call-off 3 Kovac's Reagent (100ml) 3 Bottle 11,000.00 33,000.00 15 Calendar Days After Issuance Of A Call-off 4 10% Koh Solution (500ml) 3 Bottle 8,000.00 24,000.00 15 Calendar Days After Issuance Of A Call-off 5 India Ink (100 Ml) 1 Bottle 10,000.00 10,000.00 15 Calendar Days After Issuance Of A Call-off 6 Disposable Sterile Loop 10ul+1ul Calibration(100's) 100 Boxes 7,000.00 700,000.00 15 Calendar Days After Issuance Of A Call-off 7 Wire Loop 5 Pc 300.00 1,500.00 15 Calendar Days After Issuance Of A Call-off 8 Wire Needle 5 Pc 300.00 1,500.00 15 Calendar Days After Issuance Of A Call-off 9 Sterile Cotton Swab (100's) 200 Boxes 800.00 160,000.00 15 Calendar Days After Issuance Of A Call-off 10 Iodine Cotton Swab (25's) 100 Boxes 1000.00 100,000.00 15 Calendar Days After Issuance Of A Call-off 11 Povidone Iodine Bottle (500ml) 10 Bottle 600.00 6,000.00 15 Calendar Days After Issuance Of A Call-off 12 Sterile Bottle Container Individually Pack 50 Ml 10,000 Pc 15.00 150,000.00 15 Calendar Days After Issuance Of A Call-off 13 Petri Dish (big) 2,000 Pc 40.00 80,000.00 15 Calendar Days After Issuance Of A Call-off 14 Petri Dish (small Single Plate) 1,000 Pc 10.00 10,000.00 15 Calendar Days After Issuance Of A Call-off 15 Glass Tubes (100's) 13x75mm (autoclavable) 10 Boxes 1000.00 10,000.00 15 Calendar Days After Issuance Of A Call-off 16 Petri Dish(small Biplate) 2,000 Pc 30.00 60,000.00 15 Calendar Days After Issuance Of A Call-off 17 Sterile Transfer Pipettes (100s) 40 Pack 1,500.00 60,000.00 15 Calendar Days After Issuance Of A Call-off 18 Beaker 500ml (autoclavable) 5 Pc 1000.00 5,000.00 15 Calendar Days After Issuance Of A Call-off 19 Beaker 1000ml (autoclavable) 5 Pc 1500.00 7,500.00 15 Calendar Days After Issuance Of A Call-off 20 Erlenmeyer Flask With Cap 500 Ml (autoclavable) 5 Pc 3500.00 17,500.00 15 Calendar Days After Issuance Of A Call-off 21 Erlenmeyer Flask With Cap 1000ml (autoclavable) 5 Pc 5000.00 25,000.00 15 Calendar Days After Issuance Of A Call-off 22 Glass Stirrer 10 Pc 200.00 2,000.00 15 Calendar Days After Issuance Of A Call-off 23 Autoclave Bags (200's) 5 Set 4000.00 20,000.00 15 Calendar Days After Issuance Of A Call-off 24 Aluminum Foil (30x150) 5 Pc 500.00 2,500.00 15 Calendar Days After Issuance Of A Call-off 25 Autoclave Tape 10 Pc 500.00 5,000.00 15 Calendar Days After Issuance Of A Call-off 26 Denatured Alcohol (1l) 5 Bottle 3000.00 15,000.00 15 Calendar Days After Issuance Of A Call-off 27 Autoclavable Culture Tube With Screw Cap 13x100mm 1,000 Pc 100.00 100,000.00 15 Calendar Days After Issuance Of A Call-off 28 Big Test Tube Rack (autoclavable) 2 Pc 3000.00 6,000.00 15 Calendar Days After Issuance Of A Call-off 29 Small Test Rack (autoclavable) 5 Pc 3000.00 15,000.00 15 Calendar Days After Issuance Of A Call-off 30 0.75 Inch Needle Length G23 Needle Size, 7-inch Tubing Butterfly Set With Safety Needle Shield And Attached Luer Adapter, For Close-blood Collection System.(50's) 50 Boxes 5,000.00 250,000.00 15 Calendar Days After Issuance Of A Call-off Total Amount 1,956,500.00 Total Amount 25,2019,200.00 Purpose For Laboratory Use
Closing Date4 Feb 2025
Tender AmountPHP 25.2 Million (USD 431.3 K)
Department Of Agrarian Reform Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description 1. The Department Of Agrarian Reform (dar), Catanduanes Provincial Office Through The Cy-2025 National Expenditure Program (nep) Intends To Apply The Sum Of One Hundred Sixty-eight Thousand Five Hundred Sixty-six Pesos & 00/100 (php 168,566.00) Being The Abc To Payments Under The Contract For Cy-2025 Procurement Of Office Supplies Of Dar Catanduanes Provincial Office (darcat-pb-epa2025-011). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item No. Description Unit Of Measure Quantity Price / Unit Total Price 1 Air Freshener, Aerosol Type, 150g, Marine Squash 1 Can 295.00 295.00 2 Alcohol, Ethyl, 1 Gallon 7 Gallon 430.00 3,010.00 3 Ballpen, Black, 0.5 (1 Doz Per Box) 9 Box 78.00 702.00 4 Ballpen, Blue, 0.5 (1 Doz Per Box) 9 Box 78.00 702.00 5 Ballpen, Red, 0.5 (1 Doz Per Box) 9 Box 78.00 702.00 6 Battery, Aa, Two (2) Pieces Per Pack 11 Pack 45.00 495.00 7 Battery, Aaa, Two (2) Pieces Per Pack 8 Pack 75.00 600.00 8 Battery, Size D, Two (2) Pieces Per Pack 7 Pack 55.00 385.00 9 Binder Clip, (1 1 X 4")) 10 Box 20.00 200.00 10 Binder Clip, (15 X 8”) 7 Box 36.00 252.00 11 Binder Clip, 2" 6 Box 40.00 240.00 12 Bond Paper, S-20, A4 70 Gsm 69 Reams 230.00 15,870.00 13 Bond Paper, S-20, Long 70 Gsm 83 Reams 240.00 19,920.00 14 Bond Paper, S-20, Short 70 Gsm 15 Reams 225.00 3,375.00 15 Calculator, 12 Digit 6 Unit 250.00 1,500.00 16 Cartolina, Green 10 Piece 9.00 90.00 17 Cartolina, Red 15 Piece 9.00 135.00 18 Cartolina, Yellow 3 Piece 9.00 27.00 19 Certificate Jacket, A4 30 Piece 80.00 2,400.00 20 Cleaner, Toilet Bowl And Urinal, 900ml-1000ml 1 Piece 150.00 150.00 21 Clearbook, 20 Transparent Pockets, A4 10 Piece 100.00 1,000.00 22 Clearbook, 20 Transparent Pockets, Legal 10 Piece 120.00 1,200.00 23 Continous Paper, Carbonless (11x14 7/8), 3 Ply (3 Boxes) 1 Box 2,795.00 2,795.00 24 Continous Paper, Carbonless (11x9 1/2), 3 Ply (3 Boxes) 1 Box 1,820.00 1,820.00 25 Correction Pen 15 Piece 40.00 600.00 26 Correction Tape, 8 Meters 11 Piece 40.00 440.00 27 Cutter 3 Piece 50.00 150.00 28 Data File Box, With Green Cover 5 Piece 350.00 1,750.00 29 Data File Box, Made Of Chipboard, Size: 15.5"x9.5"x4.5" With Cover Yellow 5 Piece 350.00 1,750.00 30 Data File Box, Red 5 Piece 165.00 825.00 31 Data File Box, Yellow 5 Piece 165.00 825.00 32 Envelope, Brown, Long 100 Piece 7.00 700.00 33 Envelope, Expanded, Long Red 2 Piece 210.00 420.00 34 Envelope, Expanded, Long Yellow 30 Piece 210.00 6,300.00 35 Envelope, Expanding, Brown, Long 3 Piece 180.00 540.00 36 Envelope, Expanding, Plastic, Long 3 Piece 320.00 960.00 37 Envelope, Mailing, White, Long 1702 Piece 1.00 1,702.00 38 Eraser, Plastic / Rubber 5 Piece 15.00 75.00 39 Fastener, Metal, Non-sharp Edges, 50 Sets Per Box 2 Box 40.00 80.00 40 Fastener, Paper, Vinyl, Plastic 8 Box 40.00 320.00 41 Fastener, Paper, Vinyl, Plastic Long 9 Box 40.00 360.00 42 Flash Drive, 16 Gb 5 Piece 380.00 1,900.00 43 Folder Clear Folder, A4, Green 20 Piece 20.00 400.00 44 Folder Clear Folder, Long, Green 20 Piece 20.00 400.00 45 Folder, Clear Folder, A4, Red 10 Piece 20.00 200.00 46 Folder, Clear Folder, Long, Red 10 Piece 20.00 200.00 47 Folder, Premium Grade Long 195 Piece 7.00 1,365.00 48 Folder, Premium Grade, A4 56 Piece 6.50 364.00 49 Folder, Premium Grade, Short 20 Piece 6.50 130.00 50 Glue, All-purpose, 200 Grams 9 Piece 140.00 1,260.00 51 Heavy Duty Puncher 2 Unit 230.00 460.00 52 High Lighter, Neon Yellow 14 Box 120.00 1,680.00 53 High Lighter, Neon Pink 1 Box 120.00 120.00 54 Index Tab, Self-adhesive, Transparent, 5 Sets Per Box 5 Box 80.00 400.00 55 Ink Toner Cartridge, Tk 1175 For Ecosys Printers (kyocera) 2 Piece 4,100.00 8,200.00 56 Ink, Epson L6460, #008, Black 6 Bottle 320.00 1,920.00 57 Ink, Epson L6460, #008, Cyan 2 Bottle 320.00 640.00 58 Ink, Epson L6460, #008, Magenta 2 Bottle 320.00 640.00 59 Ink, Epson L6460, #008, Yellow 2 Bottle 320.00 640.00 60 Ink, Epson, #001, Black 9 Bottle 270.00 2,430.00 61 Ink, Epson, #001, Cyan 5 Bottle 270.00 1,350.00 62 Ink, Epson, #001, Magenta 5 Bottle 270.00 1,350.00 63 Ink, Epson, #001, Yellow 5 Bottle 270.00 1,350.00 64 Ink, Epson, #003, Black 6 Bottle 320.00 1,920.00 65 Ink, Epson, #003, Magenta 4 Bottle 320.00 1,280.00 66 Ink, Epson, #003, Yellow 4 Bottle 320.00 1,280.00 67 Ink, Epson, #003, Cyan 4 Bottle 320.00 1,280.00 68 Ink, Epson, L6170, #001, Black 9 Bottle 270.00 2,430.00 69 Ink, Epson, L6170, #001, Cyan 6 Bottle 270.00 1,620.00 70 Ink, Epson, L6170, #001, Magenta 6 Bottle 270.00 1,620.00 71 Ink, Epson, L6170, #001, Yellow 6 Bottle 270.00 1,620.00 72 Ink, Epson, L6641, Black 5 Bottle 270.00 1,350.00 73 Ink, Epson, L6641, Cyan 2 Bottle 270.00 540.00 74 Ink, Epson, L6641, Magenta 2 Bottle 270.00 540.00 75 Ink, Epson, L6641, Yellow 2 Bottle 270.00 540.00 76 Ink, For Stamp Pad 6 Bottle 70.00 420.00 77 Liquid Hand Soap, 500ml 5 Gallon 200.00 1,000.00 78 Manila Paper 21 Piece 5.00 105.00 79 Marker, Flourescent, Highlighter, Stabilo, 3 Colors Per Set 7 Set 50.00 350.00 80 Marker, Permanent, Black, Broad 9 Piece 75.00 675.00 81 Marker, Permanent, Blue, Broad 9 Piece 75.00 675.00 82 Marker, Whiteboard, Black 10 Piece 100.00 1,000.00 83 Marker, Whiteboard, Blue 3 Piece 100.00 300.00 84 Mouse, Optical, Wireless 7 Piece 450.00 3,150.00 85 Multi-purpose Glue, 130g 1 Piece 80.00 80.00 86 Note Pad, Stick On, 3" X 3", 100 Sheets Per Pad 11 Pad 45.00 495.00 87 Note Pad, Stick On, 3" X 4", 100 Sheets Per Pad 13 Pad 45.00 585.00 88 Notebook, Stenographer, Spiral, 40l 33 Piece 30.00 990.00 89 Paper Clip, Vinly/plastic Coated, Big(jumbo) 11 Box 54.00 594.00 90 Pencil Sharpener 2 Piece 130.00 260.00 91 Pencil, Lead Graphite With Eraser 6 Box 180.00 1,080.00 92 Photo Paper, Long, Glossy 20 Pack 50.00 1,000.00 93 Picture Frame, Long (certificate) 9 Piece 175.00 1,575.00 94 Plastic Cover For Record Books 23 Meter 20.00 460.00 95 Push Pin 4 Box 300.00 1,200.00 96 Record Book, 100 L 10 Piece 300.00 3,000.00 97 Record Book, 300 L 10 Piece 350.00 3,500.00 98 Record Book, 500 L 1 Piece 150.00 150.00 99 Record Book, 500 L With Wide Page 10 Piece 500.00 5,000.00 100 Ring Binder, Plastic, 32 Mm, 10 Pieces Per Bundle 12 Bundle 50.00 600.00 101 Rubber Bond, Thick And Tough 6 Box 50.00 300.00 102 Sign Pen, Gel, 0.5, Violet 1 Piece 72.00 72.00 103 Sign Pen, Gel, 0.5, Black 60 Piece 72.00 4,320.00 104 Sign Pen, Gel, 0.5, Blue 60 Piece 72.00 4,320.00 105 Sign Pen, Gel, 0.5, Green 1 Piece 72.00 72.00 106 Sign Pen, Gel, 0.5, Red 12 Piece 72.00 864.00 107 Specialty Paper, Cream, A4 17 Pack 70.00 1,190.00 108 Staple Remover, Plier Type 8 Piece 95.00 760.00 109 Staple Wire, #35 10 Box 53.00 530.00 110 Stapler With Staple Wire Remover Hd50r Hd-50r 9 Piece 385.00 3,465.00 111 Sticker Paper, A4 8 Pack 95.00 760.00 112 Sticker Paper, Long, Glossy 1 Pack 95.00 95.00 113 Sticky Note, Page 6705an 1/2x2in 4 Pack 35.00 140.00 114 Sticky Notes, 3x3" 500 Sheets 4 Pack 43.00 172.00 115 Table Id 3 Piece 230.00 690.00 116 Tape Dispenser, Table Top 2 Piece 240.00 480.00 117 Tape, Double Sided, 1" 5 Roll 68.00 340.00 118 Tape, Packaging, 2"x50m 5 Roll 68.00 340.00 119 Tape, Transparent, 2"x50m 6 Roll 68.00 408.00 120 Time Card 2 Pack 169.00 338.00 121 Trash Bag, 37"x40", Xl, 10 Pieces Per Roll Or Pack 1 Pack 75.00 75.00 122 Ups, 650 Va 1 Unit 1,510.00 1,510.00 Note: Inclusive Of Delivery At Dar Catanduanes Provincial Office Total Abc: Php 168,566.00 2. The Department Of Agrarian Reform (dar), Catanduanes Provincial Office Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By A Period Sixty (60) Days. Bidders Should Have Completed, Within At Least Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agrarian Reform (dar), Catanduanes Provincial Office And Inspect The Bidding Documents At The Address Given Below During Regular Office Hours (8:00 Am To 5:00 Pm), Mondays Thru Fridays, Valid For The Duration That This Particular Bidding Activity Is Open From December 12, 2024 – January 3, 2025 Until 12:00 Noon. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 12, 2024 – January 3, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Mail, Or Through Electronic Means. 6. The Department Of Agrarian Reform, Catanduanes Provincial Office Will Hold A Pre-bid Conference For This Particular Procurement On December 19, 2024, Thursday, 10:00 Am At Dar Catanduanes Provincial Office, Constantino (pob.), Virac, Catanduanes. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before January 3, 2025 Friday, Until 12:00 Noon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 3, 2025 Friday, 2:30 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agrarian Reform (dar), Catanduanes Provincial Office, Through The Provincial Bids & Awards Committee (bac) Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Ma. Katrina M. Sarausa Arpo I /head Bac Secretariat Department Of Agrarian Reform (dar) Catanduanes Provincial Office Brgy. Constantino (pob.), Virac, Catanduanes Cellphone Hotline: 09634442986 Email Address: Bacsec.catan@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website For Online Bid Submission: Bacsec.catan@gmail.com 9 November 2024 Atty. Cherry A. Agmata Bac Chairperson
Closing Date3 Jan 2025
Tender AmountPHP 168.5 K (USD 2.9 K)
Department Of Agrarian Reform Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description 1. The Department Of Agrarian Reform (dar), Catanduanes Provincial Office Through The Cy-2025 National Expenditure Program (nep) Intends To Apply The Sum Of One Hundred Sixty-eight Thousand Five Hundred Sixty-six Pesos & 00/100 (php 168,566.00) Being The Abc To Payments Under The Contract For Cy-2025 Procurement Of Office Supplies Of Dar Catanduanes Provincial Office (darcat-pb-epa2025-011). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item No. Description Unit Of Measure Quantity Price / Unit Total Price 1 Air Freshener, Aerosol Type, 150g, Marine Squash 1 Can 295.00 295.00 2 Alcohol, Ethyl, 1 Gallon 7 Gallon 430.00 3,010.00 3 Ballpen, Black, 0.5 (1 Doz Per Box) 9 Box 78.00 702.00 4 Ballpen, Blue, 0.5 (1 Doz Per Box) 9 Box 78.00 702.00 5 Ballpen, Red, 0.5 (1 Doz Per Box) 9 Box 78.00 702.00 6 Battery, Aa, Two (2) Pieces Per Pack 11 Pack 45.00 495.00 7 Battery, Aaa, Two (2) Pieces Per Pack 8 Pack 75.00 600.00 8 Battery, Size D, Two (2) Pieces Per Pack 7 Pack 55.00 385.00 9 Binder Clip, (1 1 X 4")) 10 Box 20.00 200.00 10 Binder Clip, (15 X 8”) 7 Box 36.00 252.00 11 Binder Clip, 2" 6 Box 40.00 240.00 12 Bond Paper, S-20, A4 70 Gsm 69 Reams 230.00 15,870.00 13 Bond Paper, S-20, Long 70 Gsm 83 Reams 240.00 19,920.00 14 Bond Paper, S-20, Short 70 Gsm 15 Reams 225.00 3,375.00 15 Calculator, 12 Digit 6 Unit 250.00 1,500.00 16 Cartolina, Green 10 Piece 9.00 90.00 17 Cartolina, Red 15 Piece 9.00 135.00 18 Cartolina, Yellow 3 Piece 9.00 27.00 19 Certificate Jacket, A4 30 Piece 80.00 2,400.00 20 Cleaner, Toilet Bowl And Urinal, 900ml-1000ml 1 Piece 150.00 150.00 21 Clearbook, 20 Transparent Pockets, A4 10 Piece 100.00 1,000.00 22 Clearbook, 20 Transparent Pockets, Legal 10 Piece 120.00 1,200.00 23 Continous Paper, Carbonless (11x14 7/8), 3 Ply (3 Boxes) 1 Box 2,795.00 2,795.00 24 Continous Paper, Carbonless (11x9 1/2), 3 Ply (3 Boxes) 1 Box 1,820.00 1,820.00 25 Correction Pen 15 Piece 40.00 600.00 26 Correction Tape, 8 Meters 11 Piece 40.00 440.00 27 Cutter 3 Piece 50.00 150.00 28 Data File Box, With Green Cover 5 Piece 350.00 1,750.00 29 Data File Box, Made Of Chipboard, Size: 15.5"x9.5"x4.5" With Cover Yellow 5 Piece 350.00 1,750.00 30 Data File Box, Red 5 Piece 165.00 825.00 31 Data File Box, Yellow 5 Piece 165.00 825.00 32 Envelope, Brown, Long 100 Piece 7.00 700.00 33 Envelope, Expanded, Long Red 2 Piece 210.00 420.00 34 Envelope, Expanded, Long Yellow 30 Piece 210.00 6,300.00 35 Envelope, Expanding, Brown, Long 3 Piece 180.00 540.00 36 Envelope, Expanding, Plastic, Long 3 Piece 320.00 960.00 37 Envelope, Mailing, White, Long 1702 Piece 1.00 1,702.00 38 Eraser, Plastic / Rubber 5 Piece 15.00 75.00 39 Fastener, Metal, Non-sharp Edges, 50 Sets Per Box 2 Box 40.00 80.00 40 Fastener, Paper, Vinyl, Plastic 8 Box 40.00 320.00 41 Fastener, Paper, Vinyl, Plastic Long 9 Box 40.00 360.00 42 Flash Drive, 16 Gb 5 Piece 380.00 1,900.00 43 Folder Clear Folder, A4, Green 20 Piece 20.00 400.00 44 Folder Clear Folder, Long, Green 20 Piece 20.00 400.00 45 Folder, Clear Folder, A4, Red 10 Piece 20.00 200.00 46 Folder, Clear Folder, Long, Red 10 Piece 20.00 200.00 47 Folder, Premium Grade Long 195 Piece 7.00 1,365.00 48 Folder, Premium Grade, A4 56 Piece 6.50 364.00 49 Folder, Premium Grade, Short 20 Piece 6.50 130.00 50 Glue, All-purpose, 200 Grams 9 Piece 140.00 1,260.00 51 Heavy Duty Puncher 2 Unit 230.00 460.00 52 High Lighter, Neon Yellow 14 Box 120.00 1,680.00 53 High Lighter, Neon Pink 1 Box 120.00 120.00 54 Index Tab, Self-adhesive, Transparent, 5 Sets Per Box 5 Box 80.00 400.00 55 Ink Toner Cartridge, Tk 1175 For Ecosys Printers (kyocera) 2 Piece 4,100.00 8,200.00 56 Ink, Epson L6460, #008, Black 6 Bottle 320.00 1,920.00 57 Ink, Epson L6460, #008, Cyan 2 Bottle 320.00 640.00 58 Ink, Epson L6460, #008, Magenta 2 Bottle 320.00 640.00 59 Ink, Epson L6460, #008, Yellow 2 Bottle 320.00 640.00 60 Ink, Epson, #001, Black 9 Bottle 270.00 2,430.00 61 Ink, Epson, #001, Cyan 5 Bottle 270.00 1,350.00 62 Ink, Epson, #001, Magenta 5 Bottle 270.00 1,350.00 63 Ink, Epson, #001, Yellow 5 Bottle 270.00 1,350.00 64 Ink, Epson, #003, Black 6 Bottle 320.00 1,920.00 65 Ink, Epson, #003, Magenta 4 Bottle 320.00 1,280.00 66 Ink, Epson, #003, Yellow 4 Bottle 320.00 1,280.00 67 Ink, Epson, #003, Cyan 4 Bottle 320.00 1,280.00 68 Ink, Epson, L6170, #001, Black 9 Bottle 270.00 2,430.00 69 Ink, Epson, L6170, #001, Cyan 6 Bottle 270.00 1,620.00 70 Ink, Epson, L6170, #001, Magenta 6 Bottle 270.00 1,620.00 71 Ink, Epson, L6170, #001, Yellow 6 Bottle 270.00 1,620.00 72 Ink, Epson, L6641, Black 5 Bottle 270.00 1,350.00 73 Ink, Epson, L6641, Cyan 2 Bottle 270.00 540.00 74 Ink, Epson, L6641, Magenta 2 Bottle 270.00 540.00 75 Ink, Epson, L6641, Yellow 2 Bottle 270.00 540.00 76 Ink, For Stamp Pad 6 Bottle 70.00 420.00 77 Liquid Hand Soap, 500ml 5 Gallon 200.00 1,000.00 78 Manila Paper 21 Piece 5.00 105.00 79 Marker, Flourescent, Highlighter, Stabilo, 3 Colors Per Set 7 Set 50.00 350.00 80 Marker, Permanent, Black, Broad 9 Piece 75.00 675.00 81 Marker, Permanent, Blue, Broad 9 Piece 75.00 675.00 82 Marker, Whiteboard, Black 10 Piece 100.00 1,000.00 83 Marker, Whiteboard, Blue 3 Piece 100.00 300.00 84 Mouse, Optical, Wireless 7 Piece 450.00 3,150.00 85 Multi-purpose Glue, 130g 1 Piece 80.00 80.00 86 Note Pad, Stick On, 3" X 3", 100 Sheets Per Pad 11 Pad 45.00 495.00 87 Note Pad, Stick On, 3" X 4", 100 Sheets Per Pad 13 Pad 45.00 585.00 88 Notebook, Stenographer, Spiral, 40l 33 Piece 30.00 990.00 89 Paper Clip, Vinly/plastic Coated, Big(jumbo) 11 Box 54.00 594.00 90 Pencil Sharpener 2 Piece 130.00 260.00 91 Pencil, Lead Graphite With Eraser 6 Box 180.00 1,080.00 92 Photo Paper, Long, Glossy 20 Pack 50.00 1,000.00 93 Picture Frame, Long (certificate) 9 Piece 175.00 1,575.00 94 Plastic Cover For Record Books 23 Meter 20.00 460.00 95 Push Pin 4 Box 300.00 1,200.00 96 Record Book, 100 L 10 Piece 300.00 3,000.00 97 Record Book, 300 L 10 Piece 350.00 3,500.00 98 Record Book, 500 L 1 Piece 150.00 150.00 99 Record Book, 500 L With Wide Page 10 Piece 500.00 5,000.00 100 Ring Binder, Plastic, 32 Mm, 10 Pieces Per Bundle 12 Bundle 50.00 600.00 101 Rubber Bond, Thick And Tough 6 Box 50.00 300.00 102 Sign Pen, Gel, 0.5, Violet 1 Piece 72.00 72.00 103 Sign Pen, Gel, 0.5, Black 60 Piece 72.00 4,320.00 104 Sign Pen, Gel, 0.5, Blue 60 Piece 72.00 4,320.00 105 Sign Pen, Gel, 0.5, Green 1 Piece 72.00 72.00 106 Sign Pen, Gel, 0.5, Red 12 Piece 72.00 864.00 107 Specialty Paper, Cream, A4 17 Pack 70.00 1,190.00 108 Staple Remover, Plier Type 8 Piece 95.00 760.00 109 Staple Wire, #35 10 Box 53.00 530.00 110 Stapler With Staple Wire Remover Hd50r Hd-50r 9 Piece 385.00 3,465.00 111 Sticker Paper, A4 8 Pack 95.00 760.00 112 Sticker Paper, Long, Glossy 1 Pack 95.00 95.00 113 Sticky Note, Page 6705an 1/2x2in 4 Pack 35.00 140.00 114 Sticky Notes, 3x3" 500 Sheets 4 Pack 43.00 172.00 115 Table Id 3 Piece 230.00 690.00 116 Tape Dispenser, Table Top 2 Piece 240.00 480.00 117 Tape, Double Sided, 1" 5 Roll 68.00 340.00 118 Tape, Packaging, 2"x50m 5 Roll 68.00 340.00 119 Tape, Transparent, 2"x50m 6 Roll 68.00 408.00 120 Time Card 2 Pack 169.00 338.00 121 Trash Bag, 37"x40", Xl, 10 Pieces Per Roll Or Pack 1 Pack 75.00 75.00 122 Ups, 650 Va 1 Unit 1,510.00 1,510.00 Note: Inclusive Of Delivery At Dar Catanduanes Provincial Office Total Abc: Php 168,566.00 2. The Department Of Agrarian Reform (dar), Catanduanes Provincial Office Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By A Period Sixty (60) Days. Bidders Should Have Completed, Within At Least Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agrarian Reform (dar), Catanduanes Provincial Office And Inspect The Bidding Documents At The Address Given Below During Regular Office Hours (8:00 Am To 5:00 Pm), Mondays Thru Fridays, Valid For The Duration That This Particular Bidding Activity Is Open From January 30, 2025 – February 19, 2025 Until 12:00 Noon. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 30, 2025 – February 19, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Mail, Or Through Electronic Means. 6. The Department Of Agrarian Reform, Catanduanes Provincial Office Will Hold A Pre-bid Conference For This Particular Procurement On February 7, 2025, Friday, 9:00 Am At Dar Catanduanes Provincial Office, Constantino (pob.), Virac, Catanduanes. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before February 19, 2025 Wednesday, Until 12:00 Noon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 19, 2025 Wednesday, 1:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agrarian Reform (dar), Catanduanes Provincial Office, Through The Provincial Bids & Awards Committee (bac) Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Ma. Katrina M. Sarausa Arpo I /head Bac Secretariat Department Of Agrarian Reform (dar) Catanduanes Provincial Office Brgy. Constantino (pob.), Virac, Catanduanes Cellphone Hotline: 09634442986 Email Address: Bacsec.catan@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website For Online Bid Submission: Bacsec.catan@gmail.com 27 January 2025 Rowel Clemente P. Benitez Bac Chairperson
Closing Date19 Feb 2025
Tender AmountPHP 168.5 K (USD 2.9 K)
City Of Koronadal Water District Tender
Others...+1Electrical and Electronics
Philippines
Details: Description Item No. Specification Statement Of Compliance “comply” Or “not Comply” 1 Supply, Delivery, Installation, Testing And Commissioning Of Supervisory Control And Data Acquisition (scada) System For Koronadal Public Market Water Supply System A. General 1. Scope A. The Scope Of Work Shall Be To Supply, Install, Test And Commission The Supervisory Control And Data Acquisition (scada) System For Koronadal Public Market. All The Required Parameters Shall Be Transmitted To City Of Koronadal Water District Main Office As The Central Command Center. B. The Scada System, In General, Performs The Following Tasks But Not Limited For Specified Parameters: I. Monitoring Functions Ii. Controlling Functions Iii. Graphical Displaying Functions Iv. Reporting Functions V. Alarming Functions Vi. Trending Functions Vii. Data Storage Viii. Other Related Functions That May Be Required By The Ckwd Not Stated Herein. 2. Conditions A. The System And Instruments Should Be Brand-new Specifically The Programmable Automation Controllers, Sensors, Variable Frequency Drives (vfd), Pumps, Motors, Electromagnetic Flowmeters, And Scada Software. B. The Supplier Shall Furnish All Labor, Materials, Tools, Equipment, Transport, Supplies And Other Services To Complete The Scada System And Shall Be Responsible For The Proper Installation Of The Supplied Equipment And Software. C. The Supplier Shall Install The Equipment And System Within One Hundred Twenty Days (120) Days After Signing Of Notice To Proceed (ntp). The 15-day Time Frame Shall Be Allotted In Order To Check The Proper Alignment Of The Pump/ Motor Assembly And Make Necessary Corrections Of Both Mechanical And Electrical Failures Found During Installation And Construction. The Supplier Shall Inform The Ckwd Measures And Proper Procedures On Its Operation To Guarantee A Smooth And Proper Function Of The Newly Installed Units And System. D. Field-testing Shall Be Made Once The Mounted Equipment Is Ready For Operation And When Both The Ckwd And Supplier Have Finished Their Scopes Of Work On The Installed Unit. During The Installation And Commissioning Of The Scada System, The Supplier Is Required To Assign A Technician Responsible For Overseeing The Commissioning Process. All Associated Costs, Including Transportation, Accommodation, Allowances, And Other Incidental Expenses, Shall Be Covered By The Supplier. E. The Supplier Shall Be Liable For Any Damages To Materials, Electro-mechanical Equipment’s Such As But Not Limited To Pumps And Motors, Variable Frequency Drive (vfd), Flowmeter, Level And Other Electro-mechanical Devices During Testing And Commissioning Of The Scada Project And Shall Be Required To Replace Immediately To Any Incur Defects Without Cost To Ckwd. All Incidental Expenses Including The Pulling Out And Transporting Of The Unit Shall Be Borne By The Supplier. F. In Accordance With The Electricity Safety Regulations, Supplier Is Strictly Prohibited From Connecting, Or Allowing To Remain Connected, Any Wiring Or Equipment In Unsafe Conditions To An Electrical Installation Or Power Supply. Additionally, To Control Hazardous Energy Sources, Standard Regulations Require That Machinery And Equipment Be Isolated From Their Energy Sources And Secured With A Lockout Or Tagout System Before Any Servicing Or Maintenance Is Performed. G. The Supplier Shall Provide A Comprehensive Warranty Covering All Parts And Labor For A Minimum Period Of One Year From The Date Of Delivery And Installation Of The Equipment And System. H. In Case Of Any Malfunction, Defect, Or Failure Of The Equipment And System During The Warranty Period, The Supplier Shall Offer Repair Services At No Additional Cost To The Buyer. I. The Supplier Must Respond To A Warranty Repair Request Within 24 Hours Of Notification By The Buyer. The Supplier Is Required To Complete The Repair Or Provide A Replacement Within A Maximum Lead Time Of 1 Week From The Time Of Notification. This Includes The Time For Diagnostics, Shipping Of Parts, And On-site Or Off-site Repair As Necessary. J. If The Repair Cannot Be Completed Within The 1-week Lead Time, The Supplier Must Provide A Temporary Replacement Of Equivalent Specifications At No Extra Cost To The Buyer, Until The Original Equipment Is Repaired And Returned To Full Working Condition. K. The Supplier Is Required To Maintain High Standards Of Housekeeping Throughout The Entire Project Duration. They Shall Be Fully Responsible For Managing And Securing Their Own Materials, Equipment, And Tools To Prevent Any Potential Accidents Or Safety Hazards In The Workplace. L. All Equipment/ Materials Must Be Brand New. 3. Location The Assembly Shall Be Installed At Koronadal Public Market, Purok Kaunlaran, Brgy. Zone I, City Of Koronadal. 4. List Of Major Components Item No. Item Quantity 4.a Programmable Logic Controller 1 4.b Human Machine Interface (hmi) 1 4.c Scada Software 1 4.d Workstation Pc 1 4.e Ethernet Switch 2 4.f Un-interruptible Power Supply 1 4.g Monitor 55" 1 4.h Wireless Antena (tx/rx) With Pole 2 4.i Variable Frequency Drive 2 4.j Pumps & Motors 2 4.k Water Level Monitoring Transmitter 4 4.l Electromagnetic Flowmeter 1 4.m Power Meter 1 4.n Fabricated Coated Panels W/ Complete Assembly 1 4.o Surge Protection Device 1 4.p Butterfly Valve With Actuators 2 4.q Pressure Transmitter 2 5. Major Components Specifications It Shall Meet The Following Operating Requirements: Description Specifications 5.a Programmable Logic Controller Digital Input 28 24 Vdc/vac Inputs, Up To 6 High Speed Counter Channels Relay Output 20 Relay Output Power Supply 24 Vdc Communication Embedded Usb Programming Port, Ethernet Port, Non-isolated Rs232/485 Serial Port Plug-in Ports 5 Plug-in Ports, Up To 4 Expansion Modules 5.b Human Machine Interface (hmi) Display 10.4 In. Display, Aluminum Panel With Resistive Touch Resolution 800x600 Or Higher Case Zinc-coated Skin Pass Steel Power Supply 24vdc (9 - 32vdc) Isolated Interface Ethernet: 2x Gigabit Ethernet (rj45), Usb: 2x Usb 3.0 (type-a / Host) Serial: 1x Rs232/422/485 (db9m) Isolated Operating Temperature 0° - 50°c Approvals Ce, Culus Listed, Ukca, Atex, Kc, Rcm 5.c Scada Software Scada Should Support Unlimited Displays, Unlimited Web Clients And Tags To Accommodate Future Integration With Our Pumping Stations. For Future Expansion, Scada System Shall Have Dual Monitor Capability To Provide Enhanced Visibility And Operational Efficiency. Data Logging To Odbc-compliant Database Such As Microsoft Sql Server Or Historian. 5.d Workstation Pc Cpu At Least 12th Gen Or Higher Intel Core I5 Storage (os) 256gb M.2 Gen 4 Nvme Ssd Storage (data) 2x1 Tb 7200 Rpm Hdd Or Higher Raid 0, 1, 5 Support Operating System Windows 10 Pro Or 11 Pro Memory 8gb Non-ecc Ddr5 Or Higher Display Output 2 X Displayport 1.4a Hbr2 Ports Ethernet Port Rj45 (1 Gbe) Ethernet Port Chassis/form Factor Tower 5.e Ethernet Switch Type Managed Switch Rj45 Ports Minimum 5x10/100baset Operating Temp -20 ~60 Deg. C Vlans Supported Secure Connectivity With Ssh And Https Supported 5.f Un-interruptible Power Supply Supplied Scada Product Must Have The Capacity/facility To Contain Battery-backed Memory For The Duration Of At Least One (1) Day Dedicated For The Plc's Programming And Configuration. System Must Be Able To Send Alerts For Power Outages. An Industrial Type Uninterruptible Power Supply (ups) Must Be Present For Plc Back-up For At Least Fifteen (15) Minutes. It Must Also Support Local And Remote Firmware Upgrade. 5.g Monitor Size: At Least 55" Mounting: Wall Mounted, Inclusive Of Installation 5.h Wireless Antenna (tx/rx) With Pole (communication Complete Set) Power Supply 24v, 0.3a Gigabit Poe Adapter Max. Power Consumption 7w Power Method Passive Poe Gain 23 Dbi Networking Interface (1) 10/100/1000 Ethernet Port Wind Survivability 200 Km/h Security Wpa2 Long-range Point-to-point (ptp) Link Mode 5.i Variable Frequency Drive Motor Power, Hp [kw] 1 Step Higher For 10hp Motor Ac Voltage Range 380v – 500v Voltage % Tolerance +10%, -15% Supply Number Of Phase 3 Phase Total Harmonic Current Distortion (thdi) 30 – 45% Prospective Short Circuit Current (kaic Rating) 65ka Nominal Current 52a Enclosure Rating Ip55 Local Control Panel W/mobile Phone Bluetooth Connectivity And Clear Display Vfd Features Motor Pre-heating Function Built-in Pid Control Built-in Safe Torque Off (sto) Function Full-text Diagnostic Display Dtc Control For Precise Torque Control And Enhance Energy Efficiency Removable Memory Unit For Faster Drive Replacement Digital Variable Frequency Drive That Is Scada Ready And Has Integrated Emc Filter. Complete Protection Against Over/under Voltage, Thermal Overcurrent, Lock Rotor, Ground Fault, Under Current, Definite Time Overcurrent. Digital Monitoring Of Voltage, Current, Frequency, Energy, Kw, And Fault History The Vfd Will Be Controlled Via Fieldbus. Status Updates, Diagnostic Faults, And Alarms Will Be Visible On Both The Hmi And Scada System. 5.j Pumps & Motors Number Of Pump And Motor 2 Units Pump Type Vertical In-line Maximum System Pressure 120 Psi Actual Calculated Flow 3.5 Liters Per Second Maximum Flow 5.0 Liters Per Second Mains Supply 230v Resulting Head Of Pump 35 Meters Head (maximum) 50 Meters Manifold Sizes (inlet And Outlet) 100 Mm Pump Parts In Contact With The Pump Liquid Made Of Stainless Steel Pump Bases And Heads Made Of Cast Iron; Other Vital Parts Are Made Of Stainless Steel Motor Rating 5 Hp, 230v, 3 Phase, 60 Hz 5.k Water Level Monitoring Transmitter Principle Radar Sensor Range Up To 8 Meters Output 4-20ma Beam Angle 8° Operating Voltage 12 - 35 V Dc Protection Rating Ip66 Or Higher Maintenance-free Operation Due To Non-contact 80 Ghz Radar Technology 5.l Electromagnetic Flowmeter Sensor Size Mm (in): 150 (6) Environment Protection Rating: Ip67/nema 6 Accuracy: ±0.2% Qmax (m3/hr): 700 Or Higher Qnominal (m3/hr): 600 Or Higher Qtransitional (m3/hr): 5 Qmin (m3/hr): 3.5 Or Lower Cable: 20 Meters (capable Upto 100m Or Higher) Flange Type Connection: Pn16 Lining Material: Elastomer Flange Material: Carbon Steel Housing Material: Carbon Steel Measurements: Direct/inverse Flow Transmitter Transmitter Mounting: Remote Power Supply: 85 To 265 V Ac Current Output: 4 To 20 Ma Security: Read-only Switch And Ultra-secure Service Password Digital Outputs: Three (3) Configurable Pulse/frequency And Alarm Outputs Fit-and-flow Data Storage Inside The Flow Meter Which Eliminates The Need To Match Sensor When Replace Self-calibrating Capabilities 5.m Power Meter Data Port Ethernet Interface Modbus Tcp Or Its Equivalent Supply Voltage 95-240v Ac; 110-340v Dc Digital Input 1 Or Higher Digital Output 1 Or Higher Degree Of Protection Ip65 Or Higher 5.n Fabricated Coated Panels W/ Complete Assembly Shall Provide Newly Fabricated Powder Coated Panels With A Complete Set Of Wiring Consumables For Network And Monitoring Of All Required Parameters. - Programmable Logic Controller - Human Machine Interface (hmi) - Io Modules - Circuit Breaker Protection - Power Meter - Surge Protection Device - Uninterruptible Power Supply - Exhaust Fan Shall Be Installed Inside The Control House And Shall Be Properly Ventilated 5.o Surge Protection Device Protection Performance Maximum Of 30 Microsecond Radius Of Protection 72 Meters Minimum 5.p Butterfly Valve With Actuators Size In (mm) 6” (150) Butterfly Valve Body Material Cast Iron Butterfly Disc Stainless Steel 304 Or 316 5.q Pressure Transmitter Measuring Range 0 To 16 Bar G (0 To 232 Psi G) Or 0 To 25 Bar G (0 To 363 Psi G) Current Output Signal 4-20 Ma Degree Of Protection Ip65 Or Higher 6. List Of Human Machine Interface (hmi) Alarms Item No. Alarm Descriptions 6.a Under Voltage 6.b Over Voltage 6.c Over Current 6.d Water Level Reservoir (cistern) Low Level 6.e Water Level Reservoir (cistern) High Level 6.f Water Level Right Building Low Level 6.g Water Level Right Building High Level 6.h Water Level Left Building Low Level 6.i Water Level Left Building High Level 6.j Discharge Line High Pressure 6.k Discharge Line Low Pressure 6.l Low/high Flowrate 6.m Submersible Motor Tripped 6.n Motor Control Panel High Temperature 6.o Motorized Valve (on/off Status) 6.p Vfd Alarms 7. System Architecture 8. Personnel Requirements The Contractor Shall Provide The Minimum Number Of Personnel For The Project, As Detailed In The Table Below. These Roles And Responsibilities Ensure Thorough Coverage Of All Project Aspects. Quantity Description 1 Project Engineer (pee) 2 Technical Engineers (electronics And Communications Engineer) 2 Technical Engineers (registered Electrical Engineer) To Ensure Qualified Personnel, All Professionals Must Have A Valid Unexpired Prc License. 9. Schedule Of Payment The Contract Duration Is One Hundred Twenty (120 Cd) Calendar Days Starting Upon Receipt Of Notice To Proceed. All Reports And Related Documents Must Be Submitted To The City Of Koronadal Water District Project Engineer And Should Be Officially Acknowledge Monthly. The Following Are The Schedule Of Payments: Payment Description Percentage Of Contract Price Remarks First Payment Upon Completion Of Item Orders 10% Must Submit Certification That All Components Are Ordered, Attached Proof Of Order From Suppliers Second Payment Upon Delivery Of All Items At Ckwd Facility 30% Must Compile And Submit All The Delivery Receipt Acknowledge By Ckwd Personnel Third Payment Upon Reaching 40% Of Project Accomplishment 30% Must Submit Certification That The Project Reached 40% Of Its Completion And Approved By The Ckwd Project Engineer Final Payment Upon Project Completion And Acceptance 30% With 5% Retention Upon Completion Total 100% B. Additional Requirements (compliance Upon Submission Of Bid) 1. Must Submit Original Catalog / Brochure For Vfd, Pump And Motor, Flowmeter, And Valve (please Specify Offered Product). 2. The Manufacturer Should Have Iso 9001:2015 Certificate Or Any Proof Of Renewal If Expired. 3. Minimum Manufacturer's Warranty Of One (1) Year. 4. Certification On Compliance To The Following: A. Reports: Indicate All The Fault Alarms From Vfd, Pressure, Flow, Level, And Other Protective Devices To Command Center. B. Trends And Data Logging: That Ckwd Will Provide The List Of Variables To Be Included In The Trend And Shall Be Logged Continuously In The Hard Drive For Historical Trending With Reference To The Monitoring Requirements. C. After Sales Service: After The Final Acceptance, The Contractor Shall Conduct A Monthly Site Visit Within The Warranty Period. The Contractor Shall Have 24/7 Availability Of Technical Engineers Within Mindanao Island. Must Submit Notarized Statement Of Undertaking Stipulating Availability Of Skilled Personnel Within Mindanao. D. Site Visit: The Bidder Shall Conduct A Site Visit/survey On Or Before The Pre-bid Conference Schedule To Ensure That They Know The Status/set Up Of The Project Site. Must Submit Certification Signed By Ckwd Project Engineer In-charge. E. Warranty: All Components Shall Be Guaranteed Against Defects In Workmanship And Materials For A Period Of One (1) Year From The Date Of Project Completion. Defective Components Or Parts Discovered Within The Warranty Period Shall Be Replaced Without Charge Or Additional Cost To Ckwd. 5. Bidders Qualifications: A. Must Submit Certification Or Any Document That The Bidder Has A Regional Presence Or A Regional Service/support Partner/center Within Mindanao. B. Bidder Must Be An Authorized Distributor From Manufacturer. Must Submit Certificate Of Distributorship. C. Bidder Must Have A Pcab License. D. Bidder Must Have An Experience Of Having Completed At Least Three (3) Contracts That Is Similar To The Contract To Be Bid. (indicate In The Form Of Statement Of All On-going Government & Private Contracts Including Contract Awarded But Not Yet Started.) E. Bidder Must Have Been In The Business For At Least Five (5) Years Of Providing Scada System Solution And Services In Government Or Private Sectors. Must Submit Dti Or Sec Registration. C. Additional Requirements (compliance Upon Delivery) 1. The Supplier’s Technical Representative Shall Be Present During Installation And Commissioning For Final Testing. 2. Must Submit Comprehensive Documentation, Including But Not Limited To Operation Manuals, Datasheets, And Manufacturers’ Certificates For All Electrical And Mechanical Components. 3. Trainings/transfer Of Technology: The Winning Bidder Shall Provide Inhouse Training On The Following Working Subject Matters: A. Plc And Scada Software Programming B. Installation C. Configuration D. Calibration E. Troubleshooting/operations And Maintenance All Associated Costs, Including Transportation, Accommodation, Allowances, And Other Incidental Expenses, Shall Be Covered By The Supplier.
Closing Date6 Jan 2025
Tender AmountPHP 3.7 Million (USD 63.7 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: This Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. The Government Will Not Pay, Nor Reimburse, Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement.
1. General Information
veterans Health Administration (vha) Program Contracting Activity Central (pcac) Is Seeking Sources And Intends To Award A Firm Fixed Price Design Contract For Architect-engineer (a-e) Services For The Development Of Complete Construction Documents, Which Include Working Drawings, Specifications, Reports, Construction Period Services, And Commissioning For Project #â 687-25-701 Ehrm Infrastructure Upgrades Tier 2 Data Center Design At The Jonathan M. Wainwright Memorial Va Medical Center In Walla Walla, Washington.
the A E Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual (vaam) M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative.
2. Project Information
this Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541330 Engineering Services And The Annual Small Business Size Standard Is $25.5m. A Full Design Team Is Required To Complete This Project. The Va Expects To Award The Anticipated A-e Contract By Late June 2025.
the Vaar Magnitude Of Construction Is Between $10,000,000 And $20,000,000. The Anticipated Period Of Performance For Completion Of Design Is 365 Calendar Days After Notice Of Award (noa). The 365-calendar-day Period Of Performance Begins With The Issuance Of The Noa And A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project.
3. A-e Selection Process
firms Submitting Sf 330s In Response To This Announcement, Not Later Than The Closing Date And Time Specified Herein And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows:
sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Pre-solicitation Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Particular Requirement. In Accordance With Far 36.602-3(c), At Least Three Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. All Firms Not Invited To Participate In Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, To The Extent Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts.
discussions Will Be Held With The Most Highly Qualified Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Email And Provided Further Instructions, Including Any Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And (if Necessary) Secondary Selection Criteria. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations.
the Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit Will Be Authorized During The Negotiation Process. An Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made.
4. Selection Criteria
the Factors Below Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. Submissions Will Be Evaluated Based Only On The Criteria Specified Below. Additional Information Should Not Be Included.
primary Selection Criteria
professional Qualifications:
professional Qualifications Necessary For Satisfactory Performance Of Required Service. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. Discipline Requiring Washington State License Is Structural Engineer.
a Resume For Each Of These Key Positions Must Be Provided Via Section E In The Sf330. Key Positions And Disciplines Required For This Project Include, But Are Not Limited To:
architect (leed Certification/us Green Build Council Certification)
registered Communications Distribution Designer (rcdd)
cost Estimator
civil Engineer
electrical Engineer
environmental Engineer
fire Protection Engineer
low Voltage Engineer
mechanical Engineer
plumbing Engineer
project Manager
quality Assurance Manager
structural Engineer (must Be Licensed In Washington State)
physical Security Specialists
commissioning Agent
offer Must Include The Following Statement Of Sdvosb Compliance When Submitting The Personnel Proposed To Perform The Work Under This Requirement:
I [signatory Authority] ___________________, [company] __________________, Certify That The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs By The Small Business Association S Veteran Small Business Certification (vetcert) In Compliance Of Va Acquisition Regulation (vaar) 852.219-75.
only The Information Provided In Sections C Through E Of The Sf 330 Will Be Used To Evaluate This Factor.
specialized Experience And Technical Competence:
specialized Experience And Technical Competence In The Design And Construction Period Services Shall Be Provided For Network Infrastructure Installation, Renovations, Or Upgrades. Project Experience Should Include Data Cabling, Historic District And Consultation, Structured Cabling, Electrical Distribution Design, Electrical Upgrades, Uninterruptable Power Systems (ups), Electrical Bonding, Building Management Systems/building Automation Systems (bms/bas), Hvac, It Room Renovations, Data Centers/server Rooms Relocation, Design For Seismic Areas, And Electronic Security, Physical Security, Duct Bank And Direct Boring Operations. Other Specialized Experience To Provide Should Include Experience In Critical Path Scheduling, Fire Protection, Construction Infection Control Protocols, Energy Conservation, Transition, And Sustainable Design Practices.
submissions Shall Include No More And No Less Than Five (5) Recent And Relevant Government And Private Experience Projects Similar In Size Scope And Complexity, And Experience With The Type Of Projects/competence Above. Relevant Is Defined As Those Task Requirements Identified In The Statement Of Work. Recent Is Defined As Services Provided Within The Past Five (5) Years. Each Project Shall Include The Following:
project Title, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror And Its Role In The Project I.e. Prime Contract, Teaming Partner Or Subcontractor
project Owner, Owner S Point Of Contact Including Telephone Number And Email Address.
services & Deliverables Provided Under The Contract/task Order
period Of Performance, Including Start And Completion Dates
total Dollar Value Of The Project
ae Cost Estimate Vs. Actual Construction Cost
contract Number Associated With The Project.
section G Will Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Relevant Projects.
the Offeror Shall Include Narratives Addressing The Following Topics In Section H. Simply Re-stating This List In Section H Will Not Be Sufficient. The Narrative Of How The Firm Addresses Each Of These Will Be Evaluated.
1. The Management Approach
2. The Coordination Of Disciplines And Subcontractors
3. Quality Control Procedures, And
4. Familiarity With Va Design Guides/manuals, Master Specifications And Other Applicable Standards.
capacity:
the Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va, Any Federal Agency, And Private Sector, During The Previous Twelve (12) Months Or Any Active Projects At Pcac. Include The Full Potential Value Of Any Current Indefinite Delivery Contracts The Prime Firm Has Been Awarded From Any Source. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Award Date, Completion Percentages And Expected Completion Date For The Va Projects Awarded In The Previous Twelve (12) Months Or Active At Pcac. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf 330
past Performance:
past Performance Will Be Evaluated On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules.
past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Va Cpars Entry. Va Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted For Each Project Provided In Section F So Cpars Can Be Reviewed In The Database. Please Note We Are Unable To Review Any Cpars From Other Federal Agencies Outside Of The Va.
for Any Project That Does Not Have Va Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. If The Firm (prime Or Subcontractor) Was Not The Prime Contractor On Any Project Submitted In The Sf330, A Ppq Must Be Submitted Listing Their Specific Role (key Disciplines) As A Subcontractor. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion.
the Government May Consider Additional Performance Related Information Regarding The Firm, To Include Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services May Be Evaluated.
failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Will Result In A Firm Being Considered Less Qualified. The Information For This Factor Shall Be Provided In Section H Of The Sf 330.
for Ppqs, Please Utilize The Attached Ppq Document. Completed Ppqs Should Be Incorporated Into The Sf 330 Directly. Ppqs Should Not Be Submitted To The Vha Pcac Directly. Any Ppqs Will Not Be Counted Towards The Page Limitations For This Submission. However, Any Narratives Provided For Past Performance In Section H Will Be Counted Toward The Page Limit.
experience In Construction Period Services:
experience In Construction Period Services Must Be Demonstrated Via Project Experience. These May Be The Same Projects Identified Above In Factor 2; However, The Firm Shall Clearly Delineate The Types Of Construction Period Services Performed For Each. Refer To The Statement Of Work For Review Timeline Expectations. Project Descriptions Must Include Experience With:
solicitation Support Services,
professional Field Inspections During The Construction Period
coordination With Commissioning Requirements
review Of Construction Submittals
support In Answering Requests For Information During The Construction Period
support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates
providing Minutes Of Meetings Between The Ae, Va, And Contractors
pre-final Inspection Site Visits
generation Of Punch-list Reports, And
production Of As-built Documentation.
the Firm Shall Provide A Detailed Description Of Projects Worked That Illustrate Experience In These Ten Areas. Projects Must Be Within The Last Ten (10) Years.
in Addition, The Firm Must Include A Description Of Experience Addressing Unforeseen Conditions And Emergent Situations, Conducting Situation Evaluations And Make Midcourse Corrections. Include Description On How The Firm Can Be Proactive Or Responsive In These Situations.
the Information For This Factor Shall Be Provided In Section H Of The Sf 330.
knowledge Of Locality:
demonstrate And Describe Experience In The Local Area And The Specific Knowledge Of Certain Local Conditions Or Project Site Features The Experience Provided. This Description May Include (if Applicable):
any Prime Firm Or Subcontractor Experience Within The Visn Or At The Vamc
state Or Local Construction Codes, Laws, Or Regulations
climate And Seismic Related Conditions Or Features
the Information For This Factor Shall Be Provided In Section H Of The Sf 330.
note: The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Instead Be Provided In Section H Under Secondary Selection Criterion Factor Geographic Location. See Below.
secondary Selection Criterion*
geographic Location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Jonathan M. Wainwright Memorial Va Medical Center Located At 77 Wainwright Dr., Walla Walla, Wa 99362. Determination Of The Mileage Will Be Based On Google Maps (https://www.google.com/maps/dir/).
*the Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission Highly Qualified Or Not Highly Qualified.
5. Submission Requirements
the Information Below Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications:
submit One (1) Sf 330 Statement Of Qualifications Package To Contract Specialist Hope Sigala At Hope.sigala@va.gov. This Must Include Parts I And Ii And Any Applicable Attachments.
the Submission Must Include The Sf 330, Architect-engineer Qualifications (form Is Available Online At Https://www.gsa.gov/reference/forms/architectengineer-qualifications).
the Sf 330 Submission Is Due By 1:00 Pm Et On March 7, 2025.
the Sf 330 Must Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted.
the Subject Line Of The Email Must Read: Sf 330 Submission - 36c77625r0032 Walla Walla Ehrm Design - Firm Name.
other Than A Title Page, The Sf 330 Submission Must Not Include Photographs.
the Sf 330 Submission Must Not Exceed A Total Of 30 Pages. This Includes Title Page, Table Of Contents, And Any Other Relevant Information. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Each Page Must Be In Arial Size 12 Font, Single Spaced. Part Ii Of The Sf 330 And Any Cpars Or Ppqs Will Not Count Toward The Page Limitation.
the Sf 330 Must Include The Following Information In Section B:
1) Sam Unique Entity Identifier
2) Tax Id Number
3) Cage Code
4) Primary Point Of Contact S Email Address And Phone Number
all Questions Must Be Submitted To Hope.sigala@va.gov. With The Subject Line Sf 330 Questions - Walla Walla Ehrm Design. The Cutoff For Question Submissions Is 1:00 Pm Et On February 21, 2025. Questions Will Be Answered Through Modification To The Presolicitation Notice Posted To Contract Opportunities At Sam.gov.
this Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosbs Will Not Be Considered. Offerors Must Be Certified As Sdvosbs By The U.s. Small Business Administration (sba) And Visible In The Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) At The Time Of Sf 330 Submission, Written Responses, And Award. Failure To Be Certified In The Vetcert Database At These Times Will Result In The Offeror Being Deemed Ineligible For Award.
all Joint Ventures Must Be Sba Certified At The Time Of Sf 330 Submission, Written Responses, And Award And Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award.
all Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Will Verify The Naics Code In Vetcert. Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission.
sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package.
it Is The Offeror S Responsibility To Check The Contract Opportunities Website At Sam.gov For Any Revisions To This Announcement Prior To Submitting Their Sf 330.
sf 330 Submissions Not Consistent With The Requirements And Selection Criteria Of This Notice May Be Determined Unacceptable And Removed From Consideration.
Closing Soon24 Feb 2025
Tender AmountRefer Documents
Philippine Commission On Women Tender
Others
Philippines
Details: Description 1. Rationale The Year 2025 Marks Significant Milestones In Gender Equality And Women Empowerment In The Philippines And Globally: ● The 50th Anniversary Of The Philippine Commission On Women (pcw); ● The 30th Anniversary Of The Beijing Platform For Action (bpfa); ● The 45th Year Of The Philippines' Signing Of The Convention On The Elimination Of All Forms Of Discrimination Against Women (cedaw); ● Three Decades Since The Introduction Of The Gender And Development (gad) Budget Policy Under The 1995 General Appropriations Act (ra 7845); And ● The Culmination Of The 30-year Philippine Plan For Gender-responsive Development (ppgd) 1995-2025. These Milestones Reaffirm The Country’s Long-standing Commitment To Advancing Women’s Rights And Promoting Inclusive Development. To Commemorate These Remarkable Anniversaries, As Well As To Continue Our National Journey Toward A “bagong Pilipinas,” The Upcoming Nwmc Will Be More Than Just A Celebration—it Will Be A Pivotal Moment To Reflect On Our Progress, While Also Setting The Stage For Further Transformation. With The Sub-theme "babae Sa Lahat Ng Sektor, Aangat Ang Bukas Sa Bagong Pilipinas," Under The 2023-2028 Recurring Nwmc Campaign Banner: We For Gender Equality And An Inclusive Society, The Event Aims To Spotlight The Inclusive Progress That Women From All Sectors Have Made, While Simultaneously Reinforcing The Need For Equitable Access To Opportunities, Resources, And The Full Recognition Of Women’s Rights. The Event Will Not Only Honor These Strides But Also Offer A Platform For Creating New Connections, Empowering Women, And Raising Awareness On Critical Issues Of Gender Equality. The Celebration's Kick-off Event On March 5, 2025, Will Serve As A Launchpad For These Aspirations. The Event Will Feature A Trade Fair Showcasing Products From Women-owned And Women-led Micro, Small, And Medium-sized Enterprises (msmes), As Well As Booths Offering Essential Services Such As Legal Consultation And Medical Support. Additionally, The Event Will Serve As A Platform For Several Key Initiatives—such As The Unveiling Of The Pcw’s 50th Anniversary Coffee Table Book And The Launch Of The First-ever State Of The Filipino Women Regional Report—each Requiring Intricate Planning And Coordination. Given The Complexity Of This Year’s Celebration, The Involvement Of Multiple Stakeholders, And The Diverse Activities Planned, The Need To Hire A Professional Event Organizer Is Critical. The 2025 Nwmc Is An Event Of National Importance, One That Will Bring Together Government Agencies, Local Government Units (lgus), Non-governmental Organizations (ngos), Civil Society Organizations (csos), Msmes, And Marginalized Communities. Coordinating Such A Large-scale, Multi-sectoral Event Requires Specialized Knowledge And Expertise In Logistics, Event Design, Stakeholder Management, And Seamless Execution. Thus, The Pcw Needs The Services Of An Event Organizer To Ensure That Every Aspect Of The Event—ranging From The Trade Fair To The Key Strategic Launches—is Carried Out In An Organized And Professional Manner. From Arranging Venue Logistics To Ensuring Smooth Transitions Between Activities, An Experienced Organizer Can Guarantee That Each Element Is Executed Flawlessly, Leaving A Lasting Impact On Participants And Guests Alike. With A Focus On Marginalized Sectors, The Event Must Prioritize Accessibility And Inclusivity, And A Skilled Event Organizer Will Ensure That These Principles Are Woven Into The Fabric Of The Celebration, Making It Meaningful For All Participants. As We Strive For A “bagong Pilipinas,” An Inclusive Society That Upholds The Dignity And Rights Of Every Woman, The Event Organizer Will Play A Key Role In Aligning The Nwmc With This Vision. Their Experience In Handling High-profile Events, Managing Diverse Stakeholders, And Executing Integrated Communication Strategies Will Be Invaluable In Delivering A Celebration That Reflects The Full Scope Of Our Aspirations And Collective Progress. Their Involvement Will Allow The Pcw And Its Partners To Focus On The Substantive Discussions And Initiatives That Will Define This Momentous Year, While Leaving The Event's Logistical And Organizational Complexities To The Experts. 2. General Objective/s The Contractor That Will Be Hired Is Expected To Provide The Following Events Management Services: A. Conceptualizing The Event’s Production Design And Visuals In Accordance With Pcw’s Directives And The Branding Guidelines For The 2025 National Women’s Month Celebration. B. Providing Electronic/electrical Equipment Beyond The Basic Provisions Of The Venue Provider To Ensure Seamless Execution. C. Producing Event Collaterals And Materials As Outlined In Section C: Scope Of Work, Along With Any Additional Requirements Necessary For The Successful Implementation Of The Program. D. Designing And Setting Up Booths For Exhibitors And Service Providers, Ensuring That Layouts Align With The Available Venue Space. E. Executing The Approved Event Production Design, Including The Setup Of Materials, Staging, And All Necessary Collaterals. F. Providing Professional Photo And Video Coverage Of The Entire Event, With Both Raw And Edited Copies Submitted To Pcw Post-event. G. Deploying Adequate Human Resources For The Entire Duration Of The Event, Including Ingress, Egress, And On-ground Support, As Well As Providing A Professional Emcee. 3. Scope Of Work Overall, The Event Organizer Is Expected To Provide Comprehensive Coordination And Production Management For The Physical Event. This Includes The Conceptualization And Production Of Event Materials, Stage And Venue Arrangement, Coordination With The Event Venue Technical Team For Led Wall And Lighting And Sound Systems, As Well As The Provision Of Other Necessary Equipment And Technical/logistical Requirements. Specifically, The Event Organizer Is Responsible For The Following Tasks In Coordination With Pcw: 1. Preparatory Activities Task Specific Materials, Deliverables, And Outputs A. Attendance To Coordination Meetings Organized By Pcw ● Designate At Least One (1) Project Coordinator Who Will Monitor The Implementation Of The Workplan And Ensure Timely Coordination And Delivery Of Outputs. ● Attend Coordination Meetings And Provide Regular Updates On The Status Of Preparations And Coordinations For The Event; B. Conceptualization Of Event’s Production Design And Visuals Following Pcw’s Directives And Branding Guidelines For The 2025 National Women’s Month Celebration (including Procurement And Execution Of Approved Concepts/ Materials) Physical Set-ups: ● The Event Organizer Is Responsible For The Physical Setup Of The Event Venue, Including Front And Back Stages, Adjacent Areas For Receiving And Registration Of Attendees And Special Guests, Holding Areas For Special Guests,if Necessary, Floor And Seat Plans, Setup Of Booths, Etc. Including Directional Signages Booth Details Quantity: Maximum 30 Booths Size: 3x2 Booths With Names In Fascia (2 Sides) Table And Chair: 1 Table And 2 Chairs Per Booth With Lights And Outlet (2-gang) With Electrical Setup In Line With This, The Event Organizer Is Required To Submit, For Pcw’s Approval, At Least Two (2) Proposals For: ● Stage Design ● Detailed Physical Plan With Provisions For: ○ Participants’ Entry And Exit ○ Ingress And Egress ○ Booth Placement ○ Placement Of Registration Area, Organizer’s Area, Tech Booth, Led Wall And Other Equipment, Photo Wall, And Other Event Collaterals ○ Emergency Evacuation Event Materials: The Event Organizer Is Required To Provide The Flowing Event Materials: ● Animation Of The Event Logo/brand Identity And Other Relevant Visual Components To Be Displayed Continuously On The Led Wall/s During Program Transitions. The Logo/brand Identity Design Will Be Provided By Pcw. ● Pull-up Banners, Event Markers, And Directional Signages. Designs Subject To Approval Of Pcw. ● Printing Of Event Badges For The Participant ● Small Colored Round Stickers That Will Be Applied To Each Participant’s Badge By Each Booth. ● Printing Of Giant Gameboard With Big Dice And Other Game Materials ● Id Cards For Pcw Lead/organizing Staff ● Supply And Delivery Of Event Tokens/advocacy/promotional Materials To Be Distributed To The 1000 Participants During The Event ● Token To Be Given To Special Guests And Exhibitors. Proposed Tokens Are Subject To The Approval Of The Pcw. C. Preparations For The Actual Conduct Of Event Program ● Ensure Full Coordination With The Venue Provider And Furnish It With All Necessary Physical And Technical Arrangements And Lay-out Plans; ● Process And Complete All Required Permits And Clearances Required By The Venue Provider And The Lgu For The Conduct Of The Event, If Necessary ● Develop A Workplan For All Activities/tasks Including Timeline And Expected Deliverables, As Approved By Pcw; ● Develop A Security Plan To Ensure Orderly Conduct Of The Activity, Including Crowd Control And Other Mitigating Measures For Untoward Incidents, As Approved By Pcw; ● Contract A Competent Female Host, Preferably A Person Knowledgeable On Women’s Empowerment And Other Women’s Human Rights Issues; ● Submit A Full And Comprehensive Script For The Program Host; ● Facilitate End-to-end Contracting Of Third-party Suppliers For The Execution Of Production Design And Procurement Of Event Collaterals As Approved By Pcw ● Keep Confidential All Event Preparations; 2. Event Proper Task Specific Materials, Deliverables, And Outputs A. Execution Of Approved Event Production Design, Materials, And Other Collaterals ● Ensure Timely Ingress And Egress In Coordination With The Venue Provider, Third Party Suppliers, And Pcw; ● Execute The Set-up Of All Approved Production Designs Of The Entire Venue, Including But Not Limited To: - Front And Back Stages - Floor Plan, Table Set Up, Seating Plan - Registration Area - Photo Wall - Areas Leading To The Event Area; ● Stage And Program Management - Direct And Manage Program Flow, Including Briefing Of Technical Support Team, Guest Speakers, And Host(s) In Coordination With Pcw; - Coordinate With The Technical Support Team Of The Venue Provider/pcw For The Control Of Lighting, Sound, And Video Presentation Playback. B. Production Of Event Materials/collaterals ● Provide The Following Materials As Approved By Pcw And With Proper Event Branding: Event Material/collaterals Qty Id Cards And Lanyards For Pcw Event Organizing Team* 50 Participant’s Event Badge 1,000 Small Colored Round Stickers That Will Be Applied To Each Participant’s Badge By Each Booth. 35,000 Animated Video Of Event Title/logo/brand Identity/other Relevant Elements 1 Tokens For Guest Speakers/ Special Guests/exhibitors In Individual Presentable/elegant Packaging 50 Tokens For Participants (for Inclusion In Kits) 1000 Pull-up Banners 4 Printing Of Giant Gameboard With Big Dice And Other Game Materials *to Be Determined Event Markers/signages / (leading To Event Area, Restrooms, Parking, Etc. )/ Name Plates For The Guests’ Seats. *to Be Determined *may Change Depending On Actual Number Of Identified Members Of The Pcw Event Organizing Team ● All Event Materials And Collateral Should Be Packaged, Labeled, And Ready For Use/distribution At Least One (1) Week Before The Event. C. Provision Of Appropriate Electronic/electrical Equipment In Addition To The Basic Provisions Of The Venue Provider. ● Provide And Operate All Technical Equipment Throughout The Duration Of The Event. Equipment To Provide Includes: - Extension Cords And Auxiliary Wires - At Least Four (4) Wireless Microphones - Appropriate Background Music Throughout The Event - Clickers For Guest Speakers Who Will Deliver Presentations - Video Monitors And Camera/laptop For The Filipino Sign Language Interpreters. ● Coordinate With The Technical Support Team Of The Venue Provider/pcw Regarding The Technical Requirements. ● Ensure That All Equipment Cables And Wires Are Securely Arranged To Avoid Physical And Electrical Accidents. ● Ensure Return Of All Borrowed Materials Or Equipment, If Any. D. Photo And Video Coverage Of The Entire Event. ● Ensure Professional Photo And Video Coverage Of The Entire Event. ● Produce A Creative Sde (same-day-edit) Video To Be Presented To The Participants During The Closing Activities Of The Event. E. Provision Of Sufficient Human Resource During The Whole Event, Ingress, And Egress. ● Designate Onsite Technical Support Teams To Manage/assist In The: - Technical, Floor, And Stage Direction; - Coordination With The Technical Support Team Of The Venue Provider/pcw For The Control Of Lighting, Sound, And Video Presentation Playback; - Other Event Management Functions ● Implement The Security Plan In Case Of An Untoward Emergency Or Incident; Facilitate Crowd Control To Ensure The Peaceful Conduct Of The Event; ● Monitor And Prevent The Entry Of Items Prohibited By The Venue Provider, Including Materials Not Indicated But May Pose Harm/danger To People And Physical Properties ● Provide The Transportation, Meals, And Other Logistical Expenses Of Its Production Staff During The Event. 3. Post-event Task Specific Materials, Deliverables, And Outputs A. Post-documentation Requirements 1.submit The Following In An External Hard Drive Or Flash Drive(s): ● All Raw Photos ● All Professionally Edited Photos Minimum Of 400 Professionally Edited Photos Consisting Of: ○ All Major Parts Of The Program (registration, Use Of Photo Wall, Opening Preliminaries, Closing Ceremonies, Socialization, Etc.) ○ All Guest Speakers, Host(s), And Other People To Be Invited On Stage ○ All Participants/audience ( Per Table, In Groups, As Well As Individual Shots That Have Significant Part In The Program Or As Requested By Pcw) ○ Pcw Organizing Staff ○ Other Parts Of The Event That May Be Requested By Pcw 2, All Raw Video Files For Event Documentation 3. Professionally Edited Linear Video Of Event Highlights 4. Creative Sde Video (ert: 5 Minutes) 5. Narrative Report Of The Conducted Event ● Attend Post-event Meetings As Necessary. 4. Approved Budget Cost And Basis For Costing The Abc For This Engagement Is Eight Hundred Twenty Thousand Pesos (php 820,000), Subject To Applicable Government Withholding Taxes. The Professional Fee Is Computed Based On The Prevailing Industry Rates For Event Organization And Management. Item Costing/remarks Estimated Total Professional Fee For Overall Event Coordination, Execution, And Management Professional Fees For The Event Coordinator, Event Director, Production Designer, Graphic Artist, Animator, Technical Director, Script Writer, Photographer, Videographer, Photo And Video Editor, Event Host, Production Assistants, Ingress/egress Staff Etc., P 300,000 Production Design - Stage Design - Pull-up Banners - Registration Area Decorations - Photo Wall Printing & Mounting Provision Of Booth Including The Following: - Quantity: Maximum 30 Booths - Size: 3x2 Booths With Names In Fascia (2 Sides) - Table And Chair: 1 Table And 2 Chairs Per Booth - With Lights And Outlet (2-gang) - With Electrical Setup - Ingress And Egress (mounting/dismantling) P 100,000 P 200,000 P 300,000 Token/advocacy Materials (design, Printing, Production) - Token/advocacy/promotional Materials - Tokens For Guest Speakers And Exhibitors Token/advocacy/promotional Materials For 1000 Participants (150,000) Token For Guest Speakers And Exhibitors: P1,000 X 50 Pcs. (p 50,000) P 200,000 Materials (design And Printing) - Printing Of 1000 Copies Of Event Badges For The Participant - Small Colored Round Stickers That Will Be Applied To Each Participant’s Badge By Each Booth. - Printing Of Giant Gameboard With Big Dice And Other Game Related Materials - Other Venue Decorations - Organizer’s Id - Other Office Supplies - Table Decorations P 20,000 Total 820,000 5. Minimum Qualification/s 1. Must Be An Event Organizing Company With Competent Personnel To Plan And Execute The Event. It Must Also Be Duly Established In The Philippines, With Head Office Located In Metro Manila, And Must Be Registered With Philgeps. 2. At Least Eight (8) Years Of Extensive Experience In Organizing Big Events And Conferences, Preferably With Clientele From Government Agencies; 3. Impressive Company Portfolio On Handled Events With At Least 1000 Participants; 4. With Experience In Organizing Events Related To Women’s Empowerment And Women’s Issues, Strong Coordination And Networking Skills; And 5. Preferably, The Event Organizing Company Have An Equal Opportunity Agency, Where Women Make Up At Least 45-50% Of Their Team And A Policy Compliant With The Anti-sexual Harassment And Safe Spaces Policy. 6. Professional Fees And Terms Of Payment Payment For The Professional Services Shall Be Issued In Three (3) Tranches Upon Completion Of Set Deliverables And Issuance Of Certificate Of Acceptability Of Outputs By The Pcw Executive Director. The Engagement Is Expected To Be Completed Within 2 Months From The Date Of Commencement. Schedule Of Payment Deliverables Timeline First Tranche (30% Of Contract Cost) Upon The Event Organizer’s Submission And Pcw’s Approval/acceptance Of: 1. Designs/layouts Of Entire Production Design Which Includes Designs Of Stage; 2. Detailed Physical Plan Indicating Booth Placements, Participants’ Access And Egress, Placement Of Registration Area, Organizer’s Area, Tech Booth, Led Wall And Other Equipment, Photo Wall, And Other Event Collaterals Based On The Venue’s Layout; 3. Designs/samples Of All Event Materials, Collaterals, And Tokens Following The 2025 National Women’s Month Branding Guide And As Provided In This Tor; 4. Work Plan And Security Plan; 5. All Necessary Permits For The Physical Conduct Of The Event (in Coordination With Pcw, The Lgu, And Venue Provider). February 20-25, 2025 Second Tranche (40% Of Contract Cost) Upon The Event Organizer’s Submission And Pcw’s Approval/acceptance Of The Following: 1. Full Script Of The Host/emcee Based On The Program Sequence; 2. Confirmed/booked Program Host/emcee; 3. Confirmed/booked Technical And Electronic Equipment (including Those Contracted From Third-party Suppliers); 4. Final Animated Video Of The Event Logo/brand Identity; And 5. Floor And Seating Plans For Participants, Guests, And Pcw Staff Upon Production Of Approved Event Materials And Other Collaterals. February 26-28, 2025 Third Tranche (30% Of Contract Cost) Upon The Event Organizer’s Execution/completion Of The Following: 1. Set-up/mounting Of Production Design For The Entire Event Venue (including: Registration And Front And Back Stage, Booths With Table And Chairs, Photo Wall, Etc.) 2. Actual Onsite Management Of The Event And Coordination With Tech Team Managing The Led Wall And Sound System, Etc., In Accordance With The Approved Work Plan, Including: - Assistance In Participant Registration, Ushering, - Hosting; - Video And Photo Coverage; - Coordinate With The Technical Support Team Of The Venue Provider/pcw For The Control Of Lighting, Sound, And Video Presentation Playback; - Other Applicable Requirements/services 3. Distribution Of Approved Event Materials And Other Collaterals To Participants; 4. Same-day Edit Video (sde) Capturing The Highlights Of The Event 5. Submission Of The Following In An External Hard Drive Or Flash Drive: - All Raw And Professionally Edited Photos - Professionally Edited Video Coverage And Sde - Narrative Report Regarding The Conducted Event 6. Turnover Of All Unused/undistributed Tokens, Plaques, And Other Event Materials/collaterals To Pcw. March 1-15, 2025 7. Working Conditions And Arrangements Pcw Shall Provide Information Needed To Accomplish The Scope Of Work Such As Program Of Activities, Branding Guidelines, And Venue Provider Contact References, Among Others. It Shall Also Review And Approve All Materials And Deliverables Produced By The Event Organizer Within A Reasonable Time Frame.
Closing Date17 Feb 2025
Tender AmountPHP 820 K (USD 14.1 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: This Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. The Government Will Not Pay, Nor Reimburse, Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. 1. General Information Veterans Health Administration (vha) Program Contracting Activity Central (pcac) Is Seeking Sources And Intends To Award A Firm Fixed Price Design Contract For Architect-engineering (a-e) Services For The Development Of Complete Construction Documents, Which Include Working Drawings, Specifications, And Reports, And Construction Period Services For Project #676-336 Fire Station Design-tomah Va Medical Center. The A-e Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual (vaam) M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative. 2. Project Information This Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541330 Engineering Services And The Annual Small Business Size Standard Is $25.5m. A Full Design Team Is Required To Complete This Project. The Va Expects To Award The Anticipated A-e Contract By Late March 2025. The Anticipated Period Of Performance For Completion Of Design Is 160 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction Is Between $5,000,000 And $10,000,000. Please Note That The 160-calendar-day Period Of Performance For The Design Completion Begins With The Issuance Of The Noa And That A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project. 3. A-e Selection Process Firms Submitting Sf 330s In Response To This Announcement, Not Later Than The Closing Date And Time Specified Herein And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows: Sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Pre-solicitation Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Particular Requirement. In Accordance With Far 36.602-3(c), At Least Three Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. All Firms Not Invited To Participate In Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, To The Extent Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts. Discussions Will Be Held With The Most Highly Qualified Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Email And Provided Further Instructions, Including Any Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And (if Necessary) Secondary Selection Criteria. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations. The Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit Will Be Authorized During The Negotiation Process. An Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made. 4. Selection Criteria: Firms Responding To This Notice Will Be Evaluated And Ranked Using The Primary And Secondary Selection Criteria Listed Below. The Factors Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. Primary Selection Criteria: Professional Qualifications: Professional Qualifications Necessary For Satisfactory Performance Of Required Service. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. Disciplines Requiring A Florida License Include Civil/structural And Hazardous Material Abatement/industrial Hygiene. A Resume For Each Of These Key Positions Must Be Provided In Section E Of The Sf330. Key Positions And Disciplines Required For This Project Include, But Are Not Limited To: Architect (leed Certification/us Green Build Council Certification) Cost Estimator Civil Engineer Electrical Engineer Environmental Engineer Fire Protection Engineer Mechanical Engineer Plumbing Engineer Project Manager Quality Assurance Manager Structural Engineer Physical Security Specialists Commissioning Agent Offeror Must Include The Following Statement Of Sdvosb Compliance When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I, [signatory Authority], Of [company Name], Certify That The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database In Compliance With Vaar 852.219-73. The Information Provided In Sections C Through E Of The Sf 330 Will Be Used To Evaluate This Factor. Do Not Include This Information In Section H Unless It Is Pertinent To Support The Information Listed In The Other Sections. Specialized Experience And Technical Competence: Specialized Experience And Technical Competence In The Design And Construction Period Services Shall Be Provided For Network Infrastructure Installation, Renovations, Or Upgrades. Projects Experience Should Include Upgrading Large Scale (multi-building With Multiple Generational Oit Systems) Fiber Optics, Data Cable, Structured Cabling, Electrical Distribution Design, Electrical Upgrades, Uninterruptable Power Systems (ups), Electrical Bonding, Building Management Systems/building Automation Systems (bms/bas), Hvac, It Room Renovations/expansion/relocations, Data Centers/server Rooms Reconfiguration, And Physical Security Upgrades, Duct Bank And Direct Boring Operations. Other Specialized Experience To Provide Should Include Experience In Critical Path Scheduling, Fire Protection, Construction Infection Control Protocols, Energy Conservation, Transition, And Sustainable Design Practices. Submissions Shall Include No More And No Less Than Five (5) Recent And Relevant Government And Private Experience Projects Similar In Size, Scope, And Complexity, And Experience With The Type Of Projects/competence Above. Relevant Is Defined As Those Task Requirements Identified In The Statement Of Work. Recent Is Defined As Services Provided Within The Past Five (5) Years. Include The Following For Each Submitted Project: Project Title And Location Detailed Narrative Describing The Scope Of Services Provided, Including The Type Of Work Performed By The Offeror And Its Role In The Project (i.e., Prime Contractor, Teaming Partner, Or Subcontractor) Project Owner, Owner S Point Of Contact Including Telephone Number And Email Address. Services & Deliverables Provided Under The Contract/task Order. Period Of Performance, Including Start And Completion Dates Total Dollar Value Of The Project Ae Cost Estimate Vs. Actual Construction Cost Contract Number Associated With The Project. The Information Provided In Section F Of The Sf 330 Will Be Used To Evaluate Relevant Specialized Experience And Technical Competence. Any Projects Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. The Information Provided In Section G Of The Sf 330 Will Be Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Relevant Projects. The Offeror Must Include Narratives Of How The Firm Addresses Each Of The Following Topics In Section H. Simply Restating This List In Section H Will Not Be Sufficient. The Management Approaches. The Coordination Of Disciplines And Subcontractors Quality Control Procedures, And Familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. Capacity: The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va, Any Federal Agency, And Private Sector, During The Previous Twelve (12) Months Or Any Active Projects At Pcac. Include The Full Potential Value Of Any Current Indefinite Delivery Contracts The Prime Firm Has Been Awarded From Any Source. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Award Date, Completion Percentages, And Expected Completion Date For The Va Projects Awarded In The Previous Twelve (12) Months Or Active At Pcac. The Information For This Factor Must Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Proposed Team/personnel Provided In The Sf 330. Past Performance: Past Performance Will Be Evaluated On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Reporting System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Va Cpars Entry. Va Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted For Each Project Provided In Section F So Cpars Can Be Reviewed In The Database. Please Note We Are Unable To Review Any Cpars From Other Federal Agencies Outside Of The Va. For Any Project That Does Not Have Va Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. If The Firm (prime Or Subcontractor) Was Not The Prime Contractor On Any Project Submitted In The Sf330, A Ppq Must Be Submitted Listing Their Specific Role (key Disciplines) As A Subcontractor. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Completed Ppq Requested From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. The Government May Consider Additional Performance Related Information Regarding The Firm, To Include Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services May Be Evaluated. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Will Result In A Firm Being Considered Less Qualified. The Information For This Factor Must Be Provided In Section H Of The Sf 330. For Ppqs, Please Utilize The Attached Ppq Document. Completed Ppqs Should Be Incorporated Into The Sf 330. Ppqs Should Not Be Submitted To Vha Pcac Directly. Any Ppqs Will Not Be Counted Towards The Page Limitation For This Submission. However, Any Narratives Provided For Past Performance In Section H Will Be Counted Toward The Page Limit. Knowledge Of Locality: Demonstrate And Describe Experience In The Local Area And The Specific Knowledge Of Certain Local Conditions Or Project Site Features The Experience Provided. This Description May Include (if Applicable): Any Prime Firm Or Subcontractor Experience Within The Visn Or At The Vamc State Or Local Construction Codes, Laws, Or Regulations Climate And Seismic Related Conditions Or Features The Information For This Factor Must Be Provided In Section H Of The Sf 330. Note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Instead Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below. Experience In Construction Period Services: Experience In Construction Period Services Must Be Demonstrated Via Project Experience. These May Be The Same Projects Identified Above In Factor 1; However, The Firm Shall Clearly Delineate The Types Of Construction Period Services Performed For Each. Refer To The Statement Of Work For Review Timeline Expectations. Project Descriptions Must Include Experience With: Solicitation Support Services, Professional Field Inspections During The Construction Period Coordination With Commissioning Requirements Review Of Construction Submittals Support In Answering Requests For Information During The Construction Period. Support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates. Attendance At Weekly Conference Calls Providing Minutes Of Meetings Between The Ae, Va, And Contractors Pre-final Inspection Site Visits Generation Of Punch-list Reports, And Production Of As-built Documentation. The Firm Shall Provide A Detailed Description Of Projects Worked That Illustrate Experience In These Areas. Projects Must Be Within The Last Ten (10) Years. In Addition, The Firm Must Include A Description Of Experience Addressing Unforeseen Conditions And Emergent Situations, Conducting Situation Evaluations, And Making Midcourse Corrections. Include Description On How The Firm Can Be Proactive Or Responsive In These Situations. The Information For This Factor Must Be Provided In Section H Of The Sf 330. Secondary Selection Criterion*: Geographic Location. Location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Tomah Va Medical Center 500 E Veterans Street, Tomah, Wi. 54660. . Determination Of The Mileage Will Be Based On Google Maps (https://www.google.com/maps/dir/). *the Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission Highly Qualified Or Not Highly Qualified. 5. Submission Requirements: The Below Information Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications: Submit One (1) Sf 330 Statement Of Qualifications To Contract Specialist Johnna Mcgraw At Johnna.mcgraw@va.gov . This Must Include Parts I And Ii And Any Applicable Attachments. The Submission Must Include The Sf 330, Architect-engineer Qualifications (form Is Available Online At Https://www.gsa.gov/reference/forms/architectengineer-qualifications). The Sf 330 Submission Is Due By January 10th 2025 At 1pm Est. The Sf 330 Must Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted. The Subject Line Of The Email Must Read: Sf 330 Submission Fire Station Design- Tomah Wi. The Sf 330 Submission Must Not Exceed A Total Of 50 Pages. This Includes Title Page, Table Of Contents, And Any Other Relevant Information. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Each Page Must Be In Arial Size 12 Font, Single Spaced. Part Ii Of The Sf 330 And Any Cpars Or Ppqs Will Not Count Toward The Page Limitation. A Ppq Obtained For Another Sf 330 Submission May Be Submitted For This Project. However, If Significant Portions Of The Project Have Been Completed Since The Ppq Was Filled Out, A New Ppq Should Be Submitted To Accurately Assess The Project. Firms Must Include The Following Information In Section B Of The Sf 330 Submission: 1) Sam Unique Entity Identifier 2) Tax Id Number 3) Cage Code 4) Primary Point Of Contact S Email Address And Phone Number. All Questions Must Be Submitted To Johnna Mcgraw With The Subject Line Sf 330 Questions Fire Station Design-tomah Wi. The Cutoff For Question Submission Is 1:00 Pm Est On December 16th, 2024. Questions Will Be Answered Through Modification To The Pre-sol Notice Posted To Contract Opportunities At Sam.gov. This Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosbs Will Not Be Considered. Offerors Must Be Certified As Sdvosbs By The U.s. Small Business Administration (sba) And Visible In The Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) At The Time Of Sf 330 Submission, Written Response Submission, And Award. Failure To Be Certified In The Vetcert Database At These Times Will Result In The Offeror Being Deemed Ineligible For Award. All Joint Ventures Must Be Sba Certified At The Time Of Sf 330 Submission, Written Response Submission, And Award And Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award. All Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Will Verify The Naics Code In Vetcert. Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission. Sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. It Is The Offeror S Responsibility To Check The Contract Opportunities Website At Sam.gov For Any Revisions To This Announcement Prior To Submitting Their Sf 330.
Closing Date10 Jan 2025
Tender AmountRefer Documents
5021-5030 of 5052 archived Tenders