Tender Details
Title
GSO-24-733-B PURCHASE OF IT EQUIPMENT PROVINCE OF ILOILO
Country
Language
English
Organization
Published Date
23.05.2024
Deadline Date
13.06.2024
Overview
GSO-24-733-B PURCHASE OF IT EQUIPMENT Invitation to Bid (ITB)   Reference Number 10877388   Procuring Entity PROVINCE OF ILOILO   Title GSO-24-733-B PURCHASE OF IT EQUIPMENT   Area of Delivery Iloilo   Printable Version Solicitation Number: GSO-24-733-B Trade Agreement: Implementing Rules and Regulations Procurement Mode: Public Bidding Classification: Goods Category: Information Technology Parts & Accessories & Perip Approved Budget for the Contract: PHP 199,090.00 Delivery Period: 14 Day/s Client Agency: Contact Person: Aaron Pama Raymundo OIC-GSO Bonifacio Drive, Iloilo City Iloilo City Iloilo Philippines 5000 63-33-3360736 ipg_bacs@yahoo.com Status Active Associated Components Order Bid Supplements 0 Document Request List 0 Date Published 23/05/2024 Last Updated / Time 23/05/2024 12:00 AM Closing Date / Time 13/06/2024 9:00 AM Description PRICE SCHEDULE / BID TENDER Name of Bidder: _____________________________________________ Bid No.: GSO-24-733-B Complete Bid Partial Bid 1 2 3 4 5 6 7 8 9 10 11 12 Item Description Quantity Unit Estimated Unit Cost Brand Name (indicate Model Number if Equipment) (indicate N/A if no brand) Unit price per item Transportation and all other costs incidental to delivery, per item Sales and other taxes payable if Contract is awarded, per item Cost of Incidental Services, if applicable, per item Total Unit Price (col 7+8+9+10) Total Price delivered Final Destination (col 11) x (col 3) 1 LAPTOP 1 UNIT 49,600.00 2 DESKTOP COMPUTER 3 UNITS 36,500.00 3 PRINTER 4 UNITS 7,795.00 4 EXTERNAL HARD DRIVE 2 UNITS 4,405.00 ABC: One Hundred Ninety-Nine Thousand Ninety Pesos (Php 199,090.00) ______________________________________________ Name of Establishment _______________________________________________ Signature over printed name of Proprietor or Authorized Representative Pre-bid Conference Date Time Venue 30/05/2024 9:00 AM 5th Floor, BAC Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City. Other Information BIDS AND AWARDS COMMITTEE ILOILO PROVINCIAL GOVERNMENT Procurement of IT Equipment BID NO. GSO-24-733-B PHILIPPINE BIDDING DOCUMENTS Sixth Edition July 2020 Table of Contents Section I. Invitation to Bid 3 Section II. Instructions to Bidders 5 1. Scope of Bid 5 2. Funding Information 5 3. Bidding Requirements 5 4. Corrupt, Fraudulent, Collusive, and Coercive Practices 5 5. Eligible Bidders 5 6. Origin of Goods 6 7. Subcontracts 6 8. Pre-Bid Conference 7 9. Clarification and Amendment of Bidding Documents 7 10. Documents comprising the Bid: Eligibility and Technical Components 7 11. Documents comprising the Bid: Financial Component 7 12. Bid Prices 7 13. Bid and Payment Currencies 8 14. Bid Security 8 15. Sealing and Marking of Bids 8 16. Deadline for Submission of Bids 9 17. Opening and Preliminary Examination of Bids 9 18. Domestic Preference 9 19. Detailed Evaluation and Comparison of Bids 9 20. Post-Qualification 10 21. Signing of the Contract 10 Section III. Bid Data Sheet 11 Section IV. General Conditions of Contract 12 1. Scope of Contract 12 2. Advance Payment and Terms of Payment 12 3. Performance Security 12 4. Inspection and Tests 12 5. Warranty 13 6. Liability of the Supplier 13 Section V. Special Conditions of Contract 14 Section VI. Schedule of Requirements 16 Section VII. Technical Specifications 17 Section VIII. Checklist of Technical and Financial Documents 19 Section I. Invitation to Bid PURCHASE OF IT EQUIPMENT Bid No. GSO-24-733-B 1. The Iloilo Provincial Government through the CAPITAL OUTLAY 2022 intends to apply the sum of One Hundred Ninety-Nine Thousand Ninety Pesos (Php 199,090.00) being the ABC to payments under the contract for the Purchase of IT Equipment. Bids received in excess of the ABC shall be automatically rejected at bid opening. 2. The Iloilo Provincial Government now invites bids for the above Procurement Project. Delivery of the Goods is required by 14 days upon receipt of the Notice to Proceed (NTP). Bidders should have completed, within three (3) 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 the Bids and Awards Committee Secretariat of the Iloilo Provincial Government and inspect the Bidding Documents at the address given below during 8:00 A.M. to 5:00 P.M. 5. A complete set of Bidding Documents may be acquired by interested Bidders on May 23, 2024 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 (Php500.00). The Procuring Entity shall allow the bidder to present its proof of payment for the fees in person. 6. The Iloilo Provincial Government will hold a Pre-Bid Conference on May 30, 2024 at 9:00 A.M at the 5th Floor, BAC Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City. and/or through video conferencing or webcasting, upon request at least three (3) days before the Pre-Bid Conference, via Zoom or other videoconferencing portals, which shall be open to prospective bidders. 7. Bids must be duly received by the BAC Secretariat through manual submission at the 5th Floor, BAC Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City. on or before June 13, 2024 at 9:00 A.M. Late bids shall not be accepted. 8. All Bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 14. 9. Bid opening shall be on June 13, 2024 at 9:01 A.M.at the 5th Floor, BAC Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City. Bids will be opened in the presence of the bidders’ representatives who choose to attend the activity. 10. a. The participating bidder/supplier or its authorized representative must indicate in any of the eligibility documents, an email address or a working fax number. The absence of which shall be a ground for disqualification. Notice to the bidder/supplier through the use of either of these means (email/fax) is considered sufficient notice. The date of filing of reconsideration and all communications with the BAC shall be its (BAC) date of receipt. b. The bidder(s)/awardee(s) or its authorized representative must conform to the Notice of Award within three (3) calendar days from receipt of such notice and the winning bidder shall post the required Performance Security and enter into contract with the Procuring Entity within ten (10) calendar days from receipt by the winning bidder of the Notice of Award in accordance with Section 37.2.1 of the revised IRR of R.A. No. 9184. c. The bidder/supplier must have no pending unaccepted Notice to Proceed three (3) days from the date of acceptance and signing of the Purchase Order. Otherwise, it shall be a ground for disqualification and the bidder will be rated "failed" during the preliminary examination of bids and/or its bid shall be declared as "non-responsive" during post-qualification. d. The bidder/supplier must have no Notice of Award pending its conformity three (3) days from the date of its receipt of the Notice of Award. Otherwise, it shall be aground for disqualification and the bidder will be rated "failed" during the preliminary examination of bids and/or its bid shall be declared as "non-responsive" during post-qualification. e. The bidder/supplier shall submit a list of ALL its ongoing and completed projects with the Iloilo Provincial Government indicating the delivery periods and accomplishments of such projects. f. The bidder/supplier at the time of the bidding must have no pending unposted Performance or Warranty Security, as the case may be, beyond the period allowed in the Notice of Award. Otherwise, it shall be a ground for disqualification and the bidder will be rated "failed" during the preliminary examination of bids and/or its bid shall be declared as "non-responsive" during post-qualification. g. When an occurrence of a tie among bidders takes place, i.e., two or more of the bidders are determined and declared as the Lowest Calculated and Responsive Bidder (LCRB), the winning bidder shall be determined by draw lots upon notice to the bidders concerned and/or their authorized representatives in accordance with the relevant circulars issued by the Government Procurement Policy Board (GPPB). 11. The Iloilo Provincial Government reserves the right to reject any and all bids, declare a failure of bidding, or not award the contract at any time prior to contract award in accordance with Sections35.6 and 41 of the 2016 revised IRR of RA No. 9184, without thereby incurring any liability to the affected bidder or bidders. 12. For further information, please refer to: ATTY. RAEMMAN M. LAGRADA BAC Secretariat Head 5th Floor, Bids and Awards Committee Iloilo Provincial Capitol email address: ipg_bacs@yahoo.com website: iloilo.gov.ph Telephone Number: (033) 336-0736 13. You may visit the following websites for downloading of Bidding Documents:ipg.gov.ph and/or philgeps.com May 16, 2024 ATTY. DENNIS T. VENTILACION Chairman, Bids and Awards Committee Section II. Instructions to Bidders 1. Scope of Bid The Procuring Entity, Iloilo Provincial Government wishes to receive Bids for the Purchase of IT Equipment with Bid No. GSO-24-733-B. The Procurement Project (referred to herein as “Project”) is composed of Four (4) Items, the details of which are described in Section VII (Technical Specifications). 2. Funding Information 2.1. The GOP through the source of funding as indicated below for 2022 in the amount of One Hundred Ninety-Nine Thousand Ninety Pesos (Php 199,090.00) 2.2. The source of funding is: LGUs, the Annual or Supplemental Budget, as approved by the Sanggunian. 3. Bidding Requirements The Bidding for the Project shall be governed by all the provisions of RA No. 9184 and its 2016 revised IRR, including its Generic Procurement Manuals and associated policies, rules and regulations as the primary source thereof, while the herein clauses shall serve as the secondary source thereof. Any amendments made to the IRR and other GPPB issuances shall be applicable only to the ongoing posting, advertisement, or IB by the BAC through the issuance of a supplemental or bid bulletin. The Bidder, by the act of submitting its Bid, shall be deemed to have verified and accepted the general requirements of this Project, including other factors that may affect the cost, duration and execution or implementation of the contract, project, or work and examine all instructions, forms, terms, and project requirements in the Bidding Documents. 4. Corrupt, Fraudulent, Collusive, and Coercive Practices The Procuring Entity, as well as the Bidders and Suppliers, shall observe the highest standard of ethics during the procurement and execution of the contract. They or through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No. 9184 or other integrity violations in competing for the Project. 5. Eligible Bidders 5.1. Only Bids of Bidders found to be legally, technically, and financially capable will be evaluated. 5.2. a. Foreign ownership exceeding those allowed under the rules may participate pursuant to: i. When a Treaty or International or Executive Agreement as provided in Section 4 of the RA No. 9184 and its 2016 revised IRR allow foreign bidders to participate; ii. Citizens, corporations, or associations of a country, included in the list issued by the GPPB, the laws or regulations of which grant reciprocal rights or privileges to citizens, corporations, or associations of the Philippines; iii. When the Goods sought to be procured are not available from local suppliers; or iv. When there is a need to prevent situations that defeat competition or restrain trade. 5.3. Pursuant to Section 23.4.1.3 of the 2016 revised IRR of RA No.9184, the Bidder shall have an SLCC that is at least one (1) contract similar to the Project the value of which, adjusted to current prices using the PSA’s CPI, must be at least equivalent to: a. For the procurement of Non-expendable Supplies and Services: The Bidder must have completed a single contract that is similar to this Project, equivalent to at least fifty percent (50%) of the ABC. b. For the procurement of Expendable Supplies: The Bidder must have completed a single contract that is similar to this Project, equivalent to at least twenty-five percent (25%) of the ABC. c. For procurement where the Procuring Entity has determined, after the conduct of market research, that imposition of either (a) or (b) will likely result to failure of bidding or monopoly that will defeat the purpose of public bidding: the Bidder should comply with the following requirements: [Select either failure or monopoly of bidding based on market research conducted] i. Completed at least two (2) similar contracts, the aggregate amount of which should be equivalent to at least fifty percent (50%) in the case of non-expendable supplies and services or twenty-five percent (25%) in the case of expendable supplies] of the ABC for this Project; and ii. The largest of these similar contracts must be equivalent to at least half of the percentage of the ABC as required above. 5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.1 of the 2016 IRR of RA No. 9184. 6. Origin of Goods There is no restriction on the origin of goods other than those prohibited by a decision of the UN Security Council taken under Chapter VII of the Charter of the UN, subject to Domestic Preference requirements under ITB Clause 18. 7. Subcontracts 7.1. The Bidder may subcontract portions of the Project to the extent allowed by the Procuring Entity as stated herein, but in no case more than twenty percent (20%) of the Project. The Procuring Entity has prescribed that: Subcontracting is not allowed. 8. Pre-Bid Conference The Procuring Entity will hold a pre-bid conference for this Project on the specified date and time and either at its physical address as indicated in paragraph 6 of the IB. 9. Clarification and Amendment of Bidding Documents Prospective bidders may request for clarification on and/or interpretation of any part of the Bidding Documents. Such requests must be in writing and received by the Procuring Entity, either at its given address or through electronic mail indicated in the IB, at least ten (10) calendar days before the deadline set for the submission and receipt of Bids. 10. Documents comprising the Bid: Eligibility and Technical Components 10.1. The first envelope shall contain the eligibility and technical documents of the Bid as specified in Section VIII (Checklist of Technical and Financial Documents). 10.2. The Bidder’s SLCC as indicated in ITB Clause5.3 should have been completed within three (3) years prior to the deadline for the submission and receipt of bids. 10.3. If the eligibility requirements or statements, the bids, and all other documents for submission to the BAC are in foreign language other than English, it must be accompanied by a translation in English, which shall be authenticated by the appropriate Philippine foreign service establishment, post, or the equivalent office having jurisdiction over the foreign bidder’s affairs in the Philippines. Similar to the required authentication above, for Contracting Parties to the Apostille Convention, only the translated documents shall be authenticated through an apostille pursuant to GPPB Resolution No. 13-2019 dated 23 May 2019. The English translation shall govern, for purposes of interpretation of the bid. 11. Documents comprising the Bid: Financial Component 11.1. The second bid envelope shall contain the financial documents for the Bid as specified in Section VIII (Checklist of Technical and Financial Documents). 11.2. If the Bidder claims preference as a Domestic Bidder or Domestic Entity, a certification issued by DTI shall be provided by the Bidder in accordance with Section 43.1.3 of the 2016 revised IRR of RA No. 9184. 11.3. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be accepted. 11.4. For Foreign-funded Procurement, a ceiling may be applied to bid prices provided the conditions are met under Section 31.2 of the 2016 revised IRR of RA No. 9184. 12. Bid Prices 12.1. Prices indicated on the Price Schedule shall be entered separately in the following manner: a. For Goods offered from within the Procuring Entity’s country: i. The price of the Goods quoted EXW (ex-works, ex-factory, ex-warehouse, ex-showroom, or off-the-shelf, as applicable); ii. The cost of all customs duties and sales and other taxes already paid or payable; iii. The cost of transportation, insurance, and other costs incidental to delivery of the Goods to their final destination; and iv. The price of other (incidental) services, if any, listed in e. b. For Goods offered from abroad: i. Unless otherwise stated in the BDS, the price of the Goods shall be quoted delivered duty paid (DDP) with the place of destination in the Philippines as specified in the BDS. In quoting the price, the Bidder shall be free to use transportation through carriers registered in any eligible country. Similarly, the Bidder may obtain insurance services from any eligible source country. ii. The price of other (incidental) services, if any, as listed in Section VII (Technical Specifications). 13. Bid and Payment Currencies 13.1. For Goods that the Bidder will supply from outside the Philippines, the bid prices may be quoted in the local currency or tradeable currency accepted by the BSP at the discretion of the Bidder. However, for purposes of bid evaluation, Bids denominated in foreign currencies, shall be converted to Philippine currency based on the exchange rate as published in the BSP reference rate bulletin on the day of the bid opening. 13.2. Payment of the contract price shall be made in: Philippine Pesos. 14. Bid Security 14.1. The Bidder shall submit a Bid Securing Declaration or any form of Bid Security in the amount indicated in the BDS, which shall be not less than the percentage of the ABC in accordance with the schedule in the BDS. 14.2. The Bid and bid security shall be valid until One Hundred Twenty (120) Days. Any Bid not accompanied by an acceptable bid security shall be rejected by the Procuring Entity as non-responsive. 15. Sealing and Marking of Bids Each Bidder shall submit one copy of the first and second components of its Bid. The Procuring Entity may request additional hard copies and/or electronic copies of the Bid. However, failure of the Bidders to comply with the said request shall not be a ground for disqualification. 16. Deadline for Submission of Bids 16.1. The Bidders shall submit on the specified date and time at its physical address as indicated in paragraph 7 of the IB. 17. Opening and Preliminary Examination of Bids 17.1. The BAC shall open the Bids in public at the time, on the date, and at the place specified in paragraph 9 of the IB. The Bidders’ representatives who are present shall sign a register evidencing their attendance. In case videoconferencing, webcasting or other similar technologies will be used, attendance of participants shall likewise be recorded by the BAC Secretariat. In case the Bids cannot be opened as scheduled due to justifiable reasons, the rescheduling requirements under Section 29 of the 2016 revised IRR of RA No. 9184 shall prevail. 17.2. The preliminary examination of bids shall be governed by Section 30 of the 2016 revised IRR of RA No. 9184. 18. Domestic Preference 18.1. The Procuring Entity will grant a margin of preference for the purpose of comparison of Bids in accordance with Section 43.1.2 of the 2016 revised IRR of RA No. 9184. 19. Detailed Evaluation and Comparison of Bids 19.1. The Procuring BAC shall immediately conduct a detailed evaluation of all Bids rated “passed,” using non-discretionary pass/fail criteria. The BAC shall consider the conditions in the evaluation of Bids under Section 32.2 of the 2016 revised IRR of RA No. 9184. 19.2. If the Project allows partial bids, bidders may submit a proposal on any of the lots or items, and evaluation will be undertaken on a per lot or item basis, as the case maybe. In this case, the Bid Security as required by ITB Clause 15 shall be submitted for each lot or item separately. 19.3. The descriptions of the lots or items shall be indicated in Section VII (Technical Specifications), although the ABCs of these lots or items are indicated in the BDS for purposes of the NFCC computation pursuant to Section 23.4.2.6 of the 2016 revised IRR of RA No. 9184. The NFCC must be sufficient for the total of the ABCs for all the lots or items participated in by the prospective Bidder. 19.4. The Project shall be awarded as follows: Complete Bid - One Project having several items that shall be awarded as one contract in case of complete bid. Line Bidding/Partial Bidding - One Project having several items, which shall be awarded as separate contracts per item 19.5. Except for bidders submitting a committed Line of Credit from a Universal or Commercial Bank in lieu of its NFCC computation, all Bids must include the NFCC computation pursuant to Section 23.4.1.4 of the 2016 revised IRR of RA No. 9184, which must be sufficient for the total of the ABCs for all the lots or items participated in by the prospective Bidder. For bidders submitting the committed Line of Credit, it must be at least equal to ten percent (10%) of the ABCs for all the lots or items participated in by the prospective Bidder. 20. Post-Qualification Within a non-extendible period of five (5) calendar days from receipt by the Bidder of the notice from the BAC that it submitted the Lowest Calculated Bid, the Bidder shall submit its latest income and business tax returns filed and paid through the BIR Electronic Filing and Payment System (eFPS) and other appropriate licenses and permits required by law and stated in the BDS. 21. Signing of the Contract 21.1. The documents required in Section 37.2 of the 2016 revised IRR of RA No. 9184 shall form part of the Contract. Additional Contract documents are indicated in the BDS. Section III. Bid Data Sheet ITB Clause 5.3 For this purpose, contracts similar to the Project shall be: a. Refers to the contracts to be bid or the object of the contract; b. completed within three (3) years prior to the deadline for the submission and receipt of bids. 7.1 Subcontracting is not allowed. 12 The price of the Goods shall be quoted DDP [General Services Office] or the applicable International Commercial Terms (INCOTERMS) for this Project. 14.1 The bid security shall be in the form of a Bid Securing Declaration, or any of the following forms and amounts: a. The amount of not less than two percent (2%) of ABC, if bid security is in cash, cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of credit; or b. The amount of not less than five percent (5%) of ABC, if bid security is in Surety Bond. 15 Bidders shall prepare an ORIGINAL of the first (ELIGIBILITY and TECHNICAL) and second (FINANCIAL) envelopes. In addition, bidders shall submit separate COPIES of the first and second envelopes (Copy 1, Copy 2) and each set of documents must clearly indicate whether the same is ORIGINAL, COPY 1, or COPY 2. In the event of any discrepancy between the original and the copies, the original shall prevail. 19.3 No further instructions. 20.2 For the procurement of Drugs and Medicines and Medical Equipment/Supplies, the bidder shall submit the following: A. Certificate of product registration from Food and Drug Administration (FDA) for easy validation during the post-qualification; B. Certificate if good manufacturing practice from FDA, for easy validation during the post-qualification; C. Batch Release Certificate from FDA, for easy validation during the post-qualification; D. If the supplier is not the manufacturer, certification from the manufacturer that the supplier is an authorized distributor/ dealer of the products / items for easy validation during the post-qualification; E. For the procurement of regulated drugs, the applicable type of S-LICENSE: S-1, S-3 (Retailer) S-4 (Wholesaler) S-5C (Manufacturer) S-5D (Bulk Depot/Storage) S-5E S-5I (Importer); F. License to Operate (LTO) issued by FDA, if applicable; G. After-Sales Services/Parts, if applicable; H. Manpower requirements, if applicable. 21.2 No further instructions. Section IV. General Conditions of Contract 1. Scope of Contract This Contract shall include all such items, although not specifically mentioned, that can be reasonably inferred as being required for its completion as if such items were expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised IRR, including the Generic Procurement Manual, and associated issuances, constitute the primary source for the terms and conditions of the Contract, and thus, applicable in contract implementation. Herein clauses shall serve as the secondary source for the terms and conditions of the Contract. This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA No. 9184 allowing the GPPB to amend the IRR, which shall be applied to all procurement activities, the advertisement, posting, or invitation of which were issued after the effectivity of the said amendment. Additional requirements for the completion of this Contract shall be provided in the Special Conditions of Contract (SCC). 2. Advance Payment and Terms of Payment 2.1. Advance payment of the contract amount is provided under Annex “D” of the revised 2016 IRR of RA No. 9184. 2.2. The Procuring Entity is allowed to determine the terms of payment on the partial or staggered delivery of the Goods procured, provided such partial payment shall correspond to the value of the goods delivered and accepted in accordance with prevailing accounting and auditing rules and regulations. The terms of payment are indicated in the SCC. 3. Performance Security Within ten (10) calendar days from receipt of the Notice of Award by the Bidder from the Procuring Entity but in no case later than prior to the signing of the Contract by both parties, the successful Bidder shall furnish the performance security in any of the forms prescribed in Section 39 of the 2016 revised IRR of RA No. 9184. 4. Inspection and Tests The Procuring Entity or its representative shall have the right to inspect and/or to test the Goods to confirm their conformity to the Project specifications at no extra cost to the Procuring Entity in accordance with the Generic Procurement Manual. In addition to tests in the SCC, Section IV (Technical Specifications) shall specify what inspections and/or tests the Procuring Entity requires, and where they are to be conducted. The Procuring Entity shall notify the Supplier in writing, in a timely manner, of the identity of any representatives retained for these purposes. All reasonable facilities and assistance for the inspection and testing of Goods, including access to drawings and production data, shall be provided by the Supplier to the authorized inspectors at no charge to the Procuring Entity. 5. Warranty 6.1. In order to assure that manufacturing defects shall be corrected by the Supplier, a warranty shall be required from the Supplier as provided under Section 62.1 of the 2016 revised IRR of RA No. 9184. 6.2. The Procuring Entity shall promptly notify the Supplier in writing of any claims arising under this warranty. Upon receipt of such notice, the Supplier shall, repair or replace the defective Goods or parts thereof without cost to the Procuring Entity, pursuant to the Generic Procurement Manual. 6. Liability of the Supplier The Supplier’s liability under this Contract shall be as provided by the laws of the Republic of the Philippines. If the Supplier is a joint venture, all partners to the joint venture shall be jointly and severally liable to the Procuring Entity. Section V. Special Conditions of Contract GCC Clause 1 Delivery and Documents – For purposes of the Contract, “EXW,” “FOB,” “FCA,” “CIF,” “CIP,” “DDP” and other trade terms used to describe the obligations of the parties shall have the meanings assigned to them by the current edition of INCOTERMS published by the International Chamber of Commerce, Paris. The Delivery terms of this Contract shall be as follows: [For Goods supplied from within the Philippines, state:] “The delivery terms applicable to this Contract are delivered to General Services Office, 4th Floor, New Iloilo Provincial Capitol. Risk and title will pass from the Supplier to the Procuring Entity upon receipt and final acceptance of the Goods at their final destination.” Delivery of the Goods shall be made by the Supplier in accordance with the terms specified in Section VI (Schedule of Requirements). For purposes of this Clause the Procuring Entity’s Representative at the Project Site is the authorized employee/official of the Iloilo Provincial Government. Incidental Services – The Supplier is required to provide all of the following services, including additional services, if any, specified in Section VI. Schedule of Requirements: a. performance or supervision of on-site assembly and/or start-up of the supplied Goods; b. furnishing of tools required for assembly and/or maintenance of the supplied Goods; c. furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied Goods; The Contract price for the Goods shall include the prices charged by the Supplier for incidental services and shall not exceed the prevailing rates charged to other parties by the Supplier for similar services. Packaging – The Supplier shall provide such packaging of the Goods as is required to prevent their damage or deterioration during transit to their final destination, as indicated in this Contract. The packaging shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit, and open storage. Packaging case size and weights shall take into consideration, where appropriate, the remoteness of the Goods’ final destination and the absence of heavy handling facilities at all points in transit. The packaging, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract, including additional requirements, if any, specified below, and in any subsequent instructions ordered by the Procuring Entity. The outer packaging must be clearly marked on at least four (4) sides as follows: Name of the Procuring Entity Name of the Supplier Contract Description Final Destination Gross weight Any special lifting instructions Any special handling instructions A packaging list identifying the contents and quantities of the package is to be placed on an accessible point of the outer packaging if practical. If not practical the packaging list is to be placed inside the outer packaging but outside the secondary packaging. Transportation – Where the Supplier is required under Contract to deliver the Goods CIF, CIP, or DDP, transport of the Goods to the port of destination or such other named place of destination in the Philippines, as shall be specified in this Contract, shall be arranged and paid for by the Supplier, and the cost thereof shall be included in the Contract Price. Where the Supplier is required under this Contract to transport the Goods to a specified place of destination within the Philippines, defined as the Project Site, transport to such place of destination in the Philippines, including insurance and storage, as shall be specified in this Contract, shall be arranged by the Supplier, and related costs shall be included in the contract price. Where the Supplier is required under Contract to deliver the Goods CIF, CIP or DDP, Goods are to be transported on carriers of Philippine registry. In the event that no carrier of Philippine registry is available, Goods may be shipped by a carrier which is not of Philippine registry provided that the Supplier obtains and presents to the Procuring Entity certification to this effect from the nearest Philippine consulate to the port of dispatch. In the event that carriers of Philippine registry are available but their schedule delays the Supplier in its performance of this Contract the period from when the Goods were first ready for shipment and the actual date of shipment the period of delay will be considered force majeure. The Procuring Entity accepts no liability for the damage of Goods during transit other than those prescribed by INCOTERMS for DDP deliveries. In the case of Goods supplied from within the Philippines or supplied by domestic Suppliers risk and title will not be deemed to have passed to the Procuring Entity until their receipt and final acceptance at the final destination. 2.2 Partial payment is not allowed. 4 The inspections and tests that will be conducted are through physical inspection. Section VI. Schedule of Requirements The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which is the date of delivery to the project site. Item Number Description Quantity Total Delivered, Weeks/Months 1 LAPTOP 1 1 2 DESKTOP COMPUTER 3 3 3 PRINTER 4 4 4 EXTERNAL HARD DRIVE 2 2 ___________________________________ Signature over printed name Section VII. Technical Specifications Bid No.: GSO-24-733-B Item Specification Statement of Compliance [Bidders must state here either “Comply” or “Not Comply” against each of the individual parameters of each Specification stating the corresponding performance parameter of the equipment offered. Statements of “Comply” or “Not Comply” must be supported by evidence in a Bidders Bid and cross-referenced to that evidence. Evidence shall be in the form of manufacturer’s un-amended sales literature, unconditional statements of specification and compliance issued by the manufacturer, samples, independent test data etc., as appropriate. A statement that is not supported by evidence or is subsequently found to be contradicted by the evidence presented will render the Bid under evaluation liable for rejection. A statement either in the Bidder's statement of compliance or the supporting evidence that is found to be false either during Bid evaluation, post-qualification or the execution of the Contract may be regarded as fraudulent and render the Bidder or supplier liable for prosecution subject to the applicable laws and issuances.] 1 LAPTOP SPECS: OS: License 64bit or latest version, PROCESSOR: 4-cores, 8 Threads, 8MBSmart Cache, 4.50Ghz turbo frequency (min) GRAPHICS: Built-in HD Graphics COMMUNICATION: Wi-Fi6 AX201 (2X2ax) + BT5.2 DISPLAY: 14" FHD (1920X1080), 60Hz IPS-Level (min) MEMORY: 16GB DDR4 (3200MHz) (min) STORAGE: 512GB NVMe PCIe Gen3x4 SSD (min.) CAMERA: HD Type (30fps@720p) (min) I/O PORTS: 1xType-C USB3.2 Gen2 with PD charging 1xType-A USB 3.2 Gen2,2x Type-A USB2.0 1x Micro SD Card Reader, 1x HDMI (4K@30Hz) BATTERY: 3 cell (min) BAG: Laptop Sleeve Bag 2 DESKTOP COMPUTER PROCESSOR: 4-cores- 8 Threads; up to 4.3 GHz, 12MB CACHE or higher MOTHERBOARD: Compatible with processor, Support DDR4 Memory with 2x memory slots, minimum MEMORY: 8GB DDR4 3200 MHZ, minimum SSD: 120GB 2.5" minimum HDD: 3.5 1TB 7200RPM or higher GRAPHICS: Integrated HD Graphics CASE: ATX case with 600w Power Supply, minimum UPS: 650VA UPS with AVR Function, minimum MONITOR: 18.5 Led Monitor or wider ACCESSORIES: Keyboard/mouse/mousepad/speaker 3 PRINTER Print speed of upto 9.0 ipm (black) and 4.8 ipm (colour) 4 External Hard Drive, 1TB, minimum _____________________________ Signature over printed name Section VIII. Checklist of Technical and Financial Documents I. TECHNICAL COMPONENT ENVELOPE Class “A” Documents Legal Documents ⬜ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages);or ⬜ (b) Registration certificate from Securities and Exchange Commission (SEC), Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives or its equivalent document, and ⬜ (c) Mayor’s or Business permit issued by the city or municipality where the principal place of business of the prospective bidder is located, or the equivalent document for Exclusive Economic Zones or Areas; and ⬜ (d) Tax clearance per E.O. No. 398, s. 2005, as finally reviewed and approved by the Bureau of Internal Revenue (BIR). Technical Documents ⬜ (e) Statement of the prospective bidder of all its ongoing government and private contracts, including contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid; and ⬜ (f) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except under conditions provided for in Sections 23.4.1.3 and 23.4.2.4 of the 2016 revised IRR of RA No. 9184, within the relevant period as provided in the Bidding Documents; and ⬜ (g) Original copy of Bid Security. If in the form of a Surety Bond, submit also a certification issued by the Insurance Commission; or Original copy of Notarized Bid Securing Declaration; and ⬜ (h) Conformity with the Technical Specifications, which may include production/delivery schedule, manpower requirements, and/or after-sales/parts, if applicable; and ⬜ (i) Original duly signed Omnibus Sworn Statement (OSS); and if applicable, Original Notarized Secretary’s Certificate in case of a corporation, partnership, or cooperative; or Original Special Power of Attorney of all members of the joint venture giving full power and authority to its officer to sign the OSS and do acts to represent the Bidder. Financial Documents ⬜ (j) The Supplier’s audited financial statements, showing, among others, the Supplier’s total and current assets and liabilities, stamped “received” by the BIR or its duly accredited and authorized institutions, for the preceding calendar year which should not be earlier than two (2) years from the date of bid submission; and ⬜ (k) The prospective bidder’s computation of Net Financial Contracting Capacity (NFCC); or A committed Line of Credit from a Universal or Commercial Bank in lieu of its NFCC computation. Class “B” Documents ⬜ (l) If applicable, a duly signed joint venture agreement (JVA) in case the joint venture is already in existence; or duly notarized statements from all the potential joint venture partners stating that they will enter into and abide by the provisions of the JVA in the instance that the bid is successful. II. FINANCIAL COMPONENT ENVELOPE ⬜ (m) Original of duly signed and accomplished Financial Bid Form; and ⬜ (n) Original of duly signed and accomplished Price Schedule(s). Other documentary requirements under RA No. 9184 (as applicable) ⬜ (o) [For foreign bidders claiming by reason of their country’s extension of reciprocal rights to Filipinos] Certification from the relevant government office of their country stating that Filipinos are allowed to participate in government procurement activities for the same item or product. ⬜ (p) Certification from the DTI if the Bidder claims preference as a Domestic Bidder or Domestic Entity. Created by Aaron Pama Raymundo Date Created 21/05/2024 The PhilGEPS team is not responsible for any typographical errors or misinformation presented in the system. PhilGEPS only displays information provided for by its clients, and any queries regarding the postings should be directed to the contact person/s of the concerned party.       PROVINCE OF ILOILO
NAICS
Power Nonferrous Metal (except Copper and Aluminum) Rolling Business Instruments and Related Products Manufacturing for Measuring Justice Specialized Freight (except Used Goods) Trucking Nonferrous Metal (except Copper and Aluminum) Rolling Regulation Copper Motorcycle Financial Transactions Processing Securities Justice Automatic Environmental Control Manufacturing for Residential Copper Rolling Automotive Parts Other Justice Accounting Copper Rolling Machinery Regulation Medical Other Aluminum Rolling Commercial Executive International Accounting Executive Financial Transactions Processing General Freight Trucking Other Justice Agencies Copper Construction Medical Funds
CPVS
Dried, salted, smoked or seasoned meat Tools Stamps Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper Repair, maintenance and associated services related to aircraft and other equipment Batteries System, storage and content management software package Ties Port Aggregates Command and control system, printing, graphics, office automation and information-processing equipmen... Calendars Sections Boards Wheels, parts and accessories Repair, maintenance and associated services related to marine and other equipment Stocks Salt Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Sales, marketing and business intelligence software package Lead Parts of computers Office, school and office equipment cleaning services Records Caches Research, testing and scientific technical simulator Document creation, drawing, imaging, scheduling and productivity software package ID cards Seals Permits Motherboards Ships Sales, marketing and business intelligence software development services Supports Document creation, drawing, imaging, scheduling and productivity software development services System, storage and content management software development services Forms Food, beverage and tobacco-processing machinery Sleeves Lifting, handling, loading or unloading machinery Rings, seals, bands, sticks and grout packers Installation services of equipment for measuring, checking, testing and navigating Cameras Sheets Repair, maintenance and associated services related to roads and other equipment Monitors Food, beverages, tobacco and related products Sheeting work Other services Posts Tables Accounting, auditing and fiscal services Seats, chairs and related products, and associated parts Envelopes Display cases Envelopes, letter cards and plain postcards Furnishing Repair, maintenance and associated services of vehicles and related equipment Sole Stamps, cheque forms, banknotes, stock certificates, trade advertising material, catalogues and manua... Repair, maintenance and associated services related to personal computers, office equipment, telecomm... Security, fire-fighting, police and defence equipment New stamps Administration, defence and social security services Platinum Radio, television, communication, telecommunication and related equipment Electronic, electromechanical and electrotechnical supplies Tool parts Manuals Repair, maintenance and associated services related to railways and other equipment Tables, cupboards, desk and bookcases Plates, sheets, strip and foil related to construction materials Soles Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Threads Netting Bags Post Motherboards Boards Calendars Stamps Cameras Still cameras Display cases Awards Business cases Storage General goods storage Inspection Market research Chambers of Commerce Currency Sales tax Tax returns Trade agreements Equipment cases Tables Drug cases Single room Case making services Printer, scanner and multifunctional equipment maintenance Packaging case Seals Aggregates Side table Financial Instruments, Products, Contracts and Agreements Securities Table saw Power Supply, Computer High Frequency Radio Set, Desktop Power supply Direction Finding Equipment, Accessories Very High Frequency Radio Set, Desktop Tent, for office use Suction pump, manual Clinical laboratory and toxicology testing systems, components, and supplies Humanitarian Relief Items, Kits, or Accessories Clinical laboratory and toxicology testing systems, components, and supplies
Regions
APEC Countries Asia
Sectors
Chemicals Healthcare and Medicine Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Security Services Banking-Finance-Insurance Energy Retail Postal and Courier Services Roads and Highways-Bridge Oil and Gas Infrastructure Telecommunications Law and Legal Transportation Printing and Publishing Services Cement and Asbestos Products Railways-Rail-Railroad Information Technology-IT Defence and Security Electricity Technology Hardware and Equipment Construction Energy-Power and Electrical Sports and Leisure Computer Hardwares and Consumables Steel Industry Electronics Construction Materials Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert