Documente Academic
Documente Profesional
Documente Cultură
INVITATION TO BID
The University of the Philippines Los Baos (UPLB) invites interested parties to submit bids for the
following under Bid No. UPLB-S-046-13 (Revised).
Item
End-User
Approved Budget
VARIOUS
PHP 25,529,900.00
All bids are subject to the terms, conditions, and instructions of this invitation. Late bids shall not be
accepted. Bids received in excess of the ABC shall be automatically rejected at bid opening.
Required delivery date or expected contract duration is 30-60 calendar days upon receipt of Purchase
Order or as indicated in the attached bidform.
Bidding will be conducted through open competitive bidding procedures using a non-discretionary
pass/fail criterion as specified in the Implementing Rules and Regulations (IRR) of Republic Act (RA)
9184, otherwise known as the Government Procurement Reform Act.
Reputable and bona fide bidders should secure bid documents and the checklist of qualification
requirements from the Bids and Awards Committee Secretariat Office or may download them either
from UPLB website (http://bac.uplb.edu.ph) or PhilGEPS (https://www.philgeps.net/GEPS). A nonrefundable bidding fee of P13,500.00 shall be collected from the bidder payable upon securing of
documents from BAC-Sec Office or on the day of submission/opening of bids. Soft copy of the bid
form may be requested through uplb.bacsecretariat@gmail.com or uplb.bacsecretariat@yahoo.com.
SCHEDULE OF ACTIVIIES
1. Issuance of bid documents
2. Pre-Bid Conference
3. Submission & Opening of Bids
DATE/ TIME
PLACE
BAC-Sec
Office
The University of the Philippines Los Baos reserves the right to accept or reject any bid, to annul the
bidding process, and to reject all bids at any time prior to contract award, without thereby incurring
any liability to the affected bidder or bidders.
INSTRUCTIONS TO BIDDERS
1. PREPARATION OF BIDS
A. Language of Bid
The bid, as well as all correspondence and documents relating to the bid exchanged by the
Bidder and the Procuring Entity, shall be written in English. Supporting documents and
printed literature furnished by the Bidder may be in another language provided they are
accompanied by an accurate translation in English certified by the appropriate embassy or
consulate in the Philippines, in which case the English translation shall govern for purposes of
interpretation of the bid.
Page 1 of 7
Or
a. Certificate of Submission of Eligibility Requirements (For Supplies) - If a Bidder has
previously secured a certification from the University of the Philippines Los Baos
(UPLB) to the effect that it has previously submitted the above-enumerated Class A
Documents. The said certification may be submitted in lieu of the requirements
enumerated above.
And
Class B Document:
f. If applicable, the Joint Venture Agreement 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
Technical Documents
g. Bid bond/ security (original copy and two (2) photocopies of the official receipt)
h. Bidding Fee (pink copy or two (2) photocopies of the original receipt)
i. Authority of signatory/representative (if the person attending the public bidding is
not the owner or president of the company)
j Summary Sheet of Lots to be bid on with the corresponding Approved Budget for the
Contracts (ABCs) for the computation of Bid bonds (2% or 5% of ABC) Annex A
k. Any other document related to the financial component of the bid such as
brochures/manuals/illustration/catalogues/literatures/plan/certification/
warranty/ samples (if applicable) -2 copies each, indicate Lot No. and Item
No., company name
Page 2 of 7
The second envelope or financial component of the bid shall contain the following:
a. The duly accomplished Financial Bid Form showing the price quotation. All bids that
exceed the ABC shall not be accepted.
b. Soft-copy of the filled-up bid form (in excel file)
If the first envelope lacks the above stated requirements, the second envelope will be
returned to the bidder unopened. Necessary documents such as brochures, catalogues,
illustrations, etc. should be provided and labeled properly. Bidders submitting incomplete bid
documents will be disqualified. The bid must be legibly written in the prescribed Bidders
Tender Form. In case the bid is illegible, the determination of the BAC will be final. All
erasures shall be countersigned. The bid form must be fully accomplished. For common items
in several lots, the price quotation for such items should be consistent. If an item is not
available, please type NA. Technical specifications (e.g. brand, model no., dimensions,
country of origin, etc.) must be written in the bid form even if it is of the same specification
stated in the item description. Using statements such as As UPLB Specification/
Requirement" should be avoided. No entry should be left blank. In case of discrepancy
between amount in figures and amount in words, the latter will prevail.
C. Alternative Bids
Alternative Bids shall be rejected. For this purpose, alternative bid is an offer made by a
Bidder in addition or as a substitute to its original bid which may be included as part of its
original bid or submitted separately therewith for purposes of bidding. A bid with options is
considered an alternative bid regardless of whether said bid proposal is contained in a single
envelope or submitted in two (2) or more separate bid envelopes.
D. Bid Prices
The Bidder shall complete the appropriate Price Schedules included herein, stating the unit
prices, total price per item, the total amount and the expected countries of origin of the Goods
to be supplied under this Project.
The Bidder shall fill in rates and prices for all items of the Goods described in the Bill of
Quantities. Bids not addressing or providing all of the required items in the Bidding
Documents including, where applicable, Bill of Quantities, shall be considered non-responsive
and, thus, automatically disqualified. In this regard, where a required item is provided, but no
price is indicated, the same shall be considered as non-responsive, but specifying a "0" (zero)
for the said item would mean that it is being offered for free to the Government.
Prices quoted by the Bidder shall be fixed during the Bidders performance of the contract and
not subject to variation or price escalation on any account. A bid submitted with an adjustable
price quotation shall be treated as non-responsive and shall be rejected.
E. Bid Currencies
Prices shall be quoted in Philippine Pesos.
F. Bid Validity
Bids shall remain valid for and shall not exceed one hundred twenty (120) calendar days from
the date of the opening of bids.
G. Bid Security
Bidders are required to submit a bid bond** which is in the same currency as the bid in the
amount stated below:
Page 3 of 7
Proportionate
Proportionatetotoshare
shareofofform
formwith
withrespect to total amou
respect to total amount of security
Bidders shall pay directly to the Cashiers Office the required bid amount before the opening of bids.
The original receipt together with a photocopy of it shall be included in the first envelope. After the
opening of bids the original copy of the receipt shall be returned to the bidder.
**The required amount of bid bond shall be 2% or 5% of the approved budget for the entirety
of the lot/s being bid on, whether or not the bidder intends to bid for all items in such lot/s. Hence, if a
bidder intends to bid for only 1 item in a lot of 3 items, he will still have to submit a bid bond based on
all 3 items in the lot. The equivalent bid bond/s for all lots being bid on are then summed up to get
the total bid bond that needs to be posted by the bidder, duly reflected in the corresponding
summary sheet for computation of bid bond and enclosed in the technical envelope.
Example:
Lot #
Item #
End-User
1 SPMO-BAC
2
3
PR # =
2-0000-09
Qty
Estimated Unit
Cost
Estimated
Total Cost
Requires
Brochure/
Manual?
1 unit xxxxx
2 units yyyyy
20,000.00 20,000.00
20,000.00 40,000.00
yes
yes
1 unit zzzzz
APPROVED 80,000.00
20,000.00 20,000.00
yes
Specifications
Offered by the
Bidder
n/a
Unit Cost
mmmmmmmm
15,489.00
Total Cost
NO OFFER
30,978.00
NO OFFER
n/a
Total Bid:
30,978.00
BUDGET:
Page 4 of 7
Page 5 of 7
Background, past performance and number of years in the industry (at least two
years) of the bidders.
Per Lot Bidding
The bids will be evaluated on a per lot basis. In case no qualified bid for the lot is received,
the bids will be evaluated on per item basis.
Among per lot bids, the bidder who submits the lowest responsive bid shall be awarded the
contract. A bidder who separately submits bids for both the lot and for some (but not all)
individual items in the same lot shall be deemed to have submitted only the per lot bid. On the
other hand, should a bidder submit two separate bids with different amounts, one for the lot
and the other for all individual items within the same lot, he shall be deemed to have
submitted a per lot bid equivalent to the lower amount between the lot bid so submitted and
the sum of all individual item bids made for the said lot.
Items bid out per lot shall be awarded to the winning bidder under only one (1) contract for the
entire lot. The bidder is warned that violation of any bidding rule with respect to an item in the
lot shall be deemed a violation of the terms pertaining to the entire lot.
The University reserves the right to make the appropriate determination of preference among
bids as may best suit its purposes.
Bids shall be evaluated on an equal footing to ensure fair competition. For this purpose, all
bidders shall be required to include in their bids the cost of all taxes, such as, but not limited
to, value added tax (VAT), income tax, local taxes, and other fiscal levies and duties which
shall be itemized in the bid form and reflected in the detailed estimates. Such bids, including
said taxes, shall be the basis for bid evaluation and comparison. Prices being offered are
considered net and include government taxes, import fees and/or duties, if any, and all
incidental expenses, including freight charge. The contractor shall certify and agree that, if for
any reason or another, it secures a waiver or refund of all or any portion of the said taxes,
fees, etc. the refund or waiver obtained shall be paid back to UPLB.
6. POST-QUALIFICATION
The Procuring Entity shall determine to its satisfaction whether the Bidder that is evaluated as
having submitted the Lowest Calculated Bid (LCB) complies with and is responsive to all the
requirements and conditions. The determination shall be based upon an examination of the
documentary evidence of the Bidders qualifications submitted as well as other information as
the Procuring Entity deems necessary and appropriate, using a non-discretionary pass/fail
criterion.
If the BAC determines that the Bidder with the Lowest Calculated Bid passes all the criteria
for post-qualification, it shall declare the said bid as the Lowest Calculated Responsive Bid,
and recommend to the Head of the Procuring Entity the award of contract to the said Bidder
at its submitted price or its calculated bid price, whichever is lower. A negative determination
shall result in rejection of the Bidders Bid, in which event the Procuring Entity shall proceed to
the next Lowest Calculated Bid to make a similar determination of that Bidders capabilities to
perform satisfactorily. If the second Bidder, however, fails the post qualification, the procedure
for post qualification shall be repeated for the Bidder with the next Lowest Calculated Bid, and
so on until the Lowest Calculated Responsive Bid is determined for contract award.
Page 6 of 7
7. PERFORMANCE SECURITY
Upon award, the winning bidder is required to deposit a performance bond whose form and
amount are as follows:
The performance bond shall be in the name of the University of the Philippines Los Baos.
Failure to post the performance bond within 10 days after receipt of the notice of award shall
mean a refusal to accept the order or contract which is sufficient cause for the forfeiture of the
bidders bond.
The suppliers performance bond will be released in accordance with the provisions of Act No.
9184 and subject to the provisions of the contract.
Failure of the successful Bidder to comply with the above-mentioned requirement shall
constitute sufficient ground for the annulment of the award and forfeiture of the bid security, in
which event the Procuring Entity shall initiate and complete the post qualification of the
second Lowest Calculated Bid. The procedure shall be repeated until the LCRB is identified
and selected for contract award. However if no Bidder passed post-qualification, the BAC
shall declare the bidding a failure and conduct a re-bidding with re-advertisement.
SPECIAL PROVISIONS
The issuance of the prescribed bidding form mentioned herein shall not be construed as full
and final recognition of the bidders competence, nor shall any previous recognition of
competence be necessarily accepted without question for this particular bidding. The
University of the Philippines Los Baos reserves the right to review the competence and
qualification of the bidders anytime before the award of contract by further verification of the
bidders pre-qualification documents, or by any other satisfactory means. The competence of
a bidder shall include adequate preparation of the bid documents, financial ability to
undertake proper and efficient performance of the services and/or delivery of supplies or
equipment for which the bids are submitted.
DELFIN C. SUMINISTRADO
Chairperson, BAC
Page 7 of 7
1
2
3
4
5
Approved Budget
With Offer?
Y-Yes or N- No
12,800,000.00
5,025,000.00
6,550,000.00
60,000.00
1,094,900.00
25,529,900.00
.00
.00
Submitted By :
(Signature over Printed Name)
Company:
Date:
Annex A
Page 1 of 1
Lot #
Item #
11
End-User
CAS-IC, PERALTA
Qty
UOM
1.00 UNIT
Item Description
4,000,000.00
4,000,000.00
Unit Cost
Total Cost
NO OFFER
Page 1 of 39
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
Page 2 of 3 9
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
Page 3 of 3 9
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
Page 4 of 39
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
Page 5 of 39
Lot #
Item #
12
End-User
Qty
UOM
1 unit
Item Description
X-ray diffractometer
Built-in vertical goniometer needs no manual alignment
Easy upgrade to handle wide range of attachments such as
sample heater, stress analysis, etc.
Easy operation in multitasking Windows environment
Compact design
Specifications:
X-ray tube: 3kW, Cu, BF type (2 year warranty)
X-ray generator: 3kW maximum output (2 year warranty)
4,200,000.00
4,200,000.00
Unit Cost
Total Cost
NO OFFER
Page 6 of 3 9
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
Page 7 of 3 9
Lot #
Item #
13
End-User
Qty
UOM
1 unit
Item Description
4,600,000.00
4,600,000.00
Unit Cost
Total Cost
NO OFFER
Page 8 of 39
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
WARRANTY:
One (1) year on parts and services.
*to be supplied with 10 kVA UPS/AVR, at least 10 min back-up
power and other material requirements for normal and safe
machine operation and data acquisition including fume hood
and required duct work for heat dissipation and sample
handling during analysis; installation, commissioning,
performance verification , and calibration of the instrument to
be carried out by fully-trained service engineers with 5 years
experience in actual operation and with license to operate
machine; to be serviced by dedicated, factory trained engineers
with at least five (5) years experience in the handling the brand
unit and at least (5) five years employed locally by the
principal/bidder . Certification from the manufacturer/supplier
required.
DT#
1306300100
Approved Budget:
TOTAL:
Page 9 of 39
Lot #
Item #
21
End-User
CAS-IC, TORIO
Qty
UOM
1.0
unit
Item Description
450,000.00
450,000.00
Unit Cost
Total Cost
NO OFFER
2) Software
Chart software to record data continuously on one to four
channels
Scope software to record data on one or two channels in a
series of sweeps
Electrochemistry software for collection, display and analysis
of data from electroanalytical voltammetric experiments
3) Potentiostat
Voltage controlled current source
Can use two (working and counter) or three (working,
auxiliary and reference) electrodes
Can also operate as galvanostat, ZRA (zero resistance
ammeter) and high impedance voltmeter
Must be operated with the data recording system
Software controlled
Applied potential of up to 10 V
Current ranges from 20 nA range up to 100 mA
Bandwidth 100 kHz
Current signal resolution 16 bits (0.0015% of range)
Compact and Robust
Power requirements: 17 to 22 V DC, +7 to +12 V DC, 25 mA
Typical, 2 W
Page 10of 3 9
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
Page 11of 3 9
Lot #
Item #
22
End-User
Qty
UOM
Item Description
unit
Unit Cost
Total Cost
25,000.00
25,000.00
NO OFFER
150,000.00
150,000.00
NO OFFER
Capacity: 3 Liters
Dimensions:
Overall height: 381 mm
Height (glass vessel): 210 mm
Diameter (neck): 105 mm
Width: 225 mm
Empty weight: 3.1 kg
Hold time days: 7
Delivery period: 30 days
Warranty: at least 1 year warranty on products and services
23
unit
Page 12of 3 9
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
Page 13of 3 9
Lot #
Item #
24
End-User
Qty
UOM
1 unit
Item Description
800,000.00
800,000.00
Unit Cost
Total Cost
NO OFFER
Page 14of 3 9
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
unit
Fluorescence Spectrophotometer
Specifications:
Light Source: 150W Xenon lamp, Ozone resolving type lamp
housing
Excitation and emission Monochromators: concave, blazed
holographic grating, F/2.5, 1300 grooves/mm
Wavelength scale: 220-990 nm
Measuring wavelength Range: 220-750 nm and 0 order as
standard. 220-900nm with the The optional R928
photomultiplier
Spectral bandwidth: 6-step selection of 1.5, 3,5,10 and 20 nm
(6nm bandwidth is available for half sample height on the
Excitation side only)
1,300,000.00
1,300,000.00
NO OFFER
Page 15of 3 9
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
Page 16of 3 9
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
Includes:
1 unit branded computer and printer (compatible with the
equipment and software needed) with the following
specifications:
Operating system: Windows 7
Processor: 2.6 Ghz
RAM: 2GB
HDD: 500GB
Keyboard and Mouse: USB keyboard and USB mouse with
Monitor
1 pc 10 mm cuvette (quartz, 3.5 mL capacity) and 1 pc 10 mm
cuvette (quartz, 1 mL capacity)
2 Kva Uninterruptible Power Supply (compatible with
equipment)
Warranty: One (1) year on parts and services
Additional Requirement: To be serviced by dedicated, factory
trained engineers with at least three (3) years experience in the
handling the unit and at least three (3) years employed locally
by the principal/bidder
Delivery period: 30-60 days
Technical service should be provided by factory or
manufacturer-trained engineers with at least three (3) years
experience in the handling of HPLC units. For efficient after
sales service, local engineers must be immediately available to
service the units when needed. The local supplier should
present proof included in the submission of his bid offer.
Page 17of 3 9
Lot #
Item #
26
End-User
Qty
UOM
unit
Item Description
2,300,000.00
2,300,000.00
Unit Cost
Total Cost
NO OFFER
Page 18of 3 9
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
Suction Filter: 10 m
Line Filter: 5 m Capacity: Approx. 30 l
Time Program
Flow rate, pressure, EVENT functions, LOOP (for program
repetition)
10 files, 320 steps in total
Pressure Display Accuracy:
2% or 0.5 MPa, whichever is the greater
Plunger Rinsing Line:
Automatic rinsing enabled by connecting optional automatic
rinsing pump.
Size: 260 (W) 140 (H) 420 (D) (mm) (excluding protruding
parts)
Operating Temperature Range: 4 ~ 35 C
Power Supply: 220 to 240 VAC, 150 VA 50/ 60 Hz
2.) 1 unit Photodiode Array (PDA) Detector
Performance specifications
Light source: D2 & W lamp
Wavelength range: 190 ~ 800 nm
Wavelength performance: 1 nm
Slit width: 1.2 nm (high resolution mode), 8 nm slit (high
sensitivity mode)
Noise level: 0.6 10-5 AU (under specified conditions)
Drift: 1 10-4 AU/h (under specified conditions)
Functions: Contour Output, spectrum Library, MAX plotting
Linearity: 2.0 AU (ASTM Standards)
Page 19of 3 9
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
Page 20of 3 9
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
Page 21of 3 9
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
Page 22 of 3 9
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
DT#
31
1306300101
CAS-IC,
HERNANDEZ (C/O
RHEA MALLARI,
536-2220)
Approved Budget:
1
Unit
5,025,000.00
TOTAL:
2,750,000
2,750,000.00
NO OFFER
Page 23 of 3 9
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
Page 24 of 3 9
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
system
2,000,000
2,000,000.00
NO OFFER
Page 25 of 3 9
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
Page 26 of 3 9
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
Page 27 of 3 9
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
Page 28 of 3 9
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
system
1,400,000.00
NO OFFER
Page 29 of 3 9
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
Page 30 of 3 9
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
Page 31 of 3 9
Lot #
Item #
34
End-User
Qty
UOM
1 unit
Item Description
100,000.00
200,000.00
Unit Cost
Total Cost
NO OFFER
Include 2 of each:
Heavy-duty dual clamp to affix mixer mounting ro to mixer
stand.
Mixer stand - corrosion-resistant, electropolished and cast
metal. Stand measures 29" H x 5/8" dia (737 mm H x 16 mm
dia)
Shaft - 3/8" dia x 18"L (10 mm dia x 457 mm L); 316 SS.
Accepts a 5/16" (8 mm) bore dia propeller
Shaft - 3/8" dia x 24" L (10 mm dia x 610 mm L); 316 SS.
Accepts a 5/16" (8 mm) bore dia propeller
Three-blade propeller - 2" (51 mm) dia, 5/16" (8 mm) bore, 316
SS
Mixing vessel - stainless steel, teflon lined, inside dia. 12 3/4 in.,
one each - 3 liters & 5 liters
Same quality as: IKA
Country of origin: USA, Germany
Other requirements: manual on operation & maintenance, oneyear warranty on parts and labor
Mode of evaluation: Lot Award
delivery period: 60 days after receipt of PO
Page 32 of 3 9
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM
Lot #
Item #
End-User
35
Qty
UOM
Unit
Item Description
Color reader
Specifications:
Measuring area: Approx. 8 mm
Display mode: D(L*a*b*)/DE* ab or D(L* C* H*)/DE* ab
Target color memory: 1 Channel; set by measurements
Measuring range: L*: 10 to 100
Measurement conditions: Observer : CIE 10' Standard
Observer
Illuminant: CIE Standard Illuminant D65
Repeatability: Standard Deviation within DE' ab 0.1
(Measurement conditions: Average of measurements of
standard white plates).
Minimum interval between measurements: Approx. 1 sec.
Power source: Four AA - size batteries; AC adapter
200,000.00
Unit Cost
Total Cost
NO OFFER
200,000.00
1306300103
Approved Budget:
6,550,000.00
TOTAL:
Page 33 of 3 9
Lot #
Item #
41
DT#
End-User
Qty
CAS-IC,
HERNANDEZ (C/O
RHEA MALLARI,
536-2220)
1306300104
UOM
Unit
Approved Budget:
Item Description
30,000.00
Unit Cost
NO OFFER
60,000.00
Specifications:
Top plate material - aluminum
Top plate size - 25.4 x 25.4 cm (10 x 10")
Temperature range - 5 deg above ambient to 400 oC
Max capacity - 6000 mL
speed range - 60 to 1200 rpm
VAC - 230V; Hz - 50/60
Speed stability - +2%
Temperature stability - +2%
Include:
234 cm (92") three-wire cord and plug
3.8 cm (1 1/2") PTFE coated stir bar
Same quality as VWR hot plate stirrer
Warranty parts and labor: 2 years
Country of origin: Germany, Japan, USA
Delivery period - 60 days after receipt of PO
60,000.00
Total Cost
TOTAL:
Page 34 of 3 9
Lot #
Item #
51
End-User
Qty
UOM
Item Description
CAS-IMSPPHYSICS,
FLORIDO
lot
unit
1,064,900.00
1,064,900.00
Unit Cost
Total Cost
NO OFFER
NO OFFER
2. AVR with:
DC Voltage Maximum Operate = 90
Maximum Continuous = 152
Resistance +10% Ohms = 13000
Time (msecs) including Bounce = 3.0
Breakdown Voltage = 1000
Switch form = 2A
Switching = 50W 1.5A max. 500V max.
Carrying = 5.0 Amps max.
3. BNC cables with:
BNC to BNC connection
BNC to alligator connection
BNC to probe connection
4. Heavy duty multi-outlet extension cord: 5000W, 250V
Page 35 of 3 9
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
Page 36 of 3 9
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
unit
NO OFFER
Page 37 of 3 9
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
which includes:
1. Mass Flow meter
2. Power Supply for mass flow meter with 220 V power cord
3. Pressure gauge with minimum pressure of 1atm
4. Necessary cablings
5. Manual on operation and maintenance
6. At least 1 year warranty on parts and services
7. 60 days delivery period upon receipt of purchase order
52
unit
30,000.00
30,000.00
NO OFFER
Page 38 of 3 9
Lot #
Item #
End-User
Qty
UOM
Item Description
Unit Cost
Total Cost
DT#
1306500085
Approved Budget:
1,094,900.00
TOTAL:
PHP 25,529,900.00
PHP 510,598.00
PHP 1,276,495.00
Date of Delivery:
Price Validity:
PHP 0.00
Printed Name
Signature
(USE OF A DIFFERENT FORM OTHER THAN THIS WILL BE A GROUND FOR DISQUALIFICATION)
Page 39 of 3 9
Envelope1/Form 1/2008
AUTHORITY FOR CORPORATIONS
(For BAC accreditation for one year)
SECRETARYS CERTIFICATE
________________
,
of
legal
age,
Filipino
with
office
address
at
________________________ , being the duly elected and qualified Corporate Secretary of
____________________
,
Inc.
(the
Corporation),
with
principal
office
at
_____________________________________, under oath does hereby certify:
That at the special/regular/annual meeting of the Board of Directors held on _______, at
which a quorum was present and acting throughout, the following resolution was unanimously
approved:
RESOLVED that ______________________________ , Inc. (the
Corporation) participate in the bidding for goods and services requirements of the
University of the Philippines Los Baos from 1 January 2013 to 31 December 2013;
RESOLVED FURTHER, That its (position), Mr. / Ms. ____________ whose
signature appears below is authorized from 1 January 2013 to 31 December 2013 to
negotiate the terms and conditions of the bidding, post/withdraw all kinds of bonds
required in the bidding process in accordance with RA 9184; execute, sign and
deliver all documents required by law necessary to participate / complete the bidding
process; and do all acts and things necessary to accomplish this authority.
______________________
(Signature of officer)
That the foregoing resolution has not been repealed amended or modified and
remains to be valid and subsisting as of the date hereof.
IN WITNESS WHEREOF, this Certificate has been signed this __ day of ______
2012 at ____________.
______________________
Corporate Secretary
SUBSCRIBED AND SWORN TO before me this ___ day of _____2013 Affiant is exhibiting to me
his Community Tax Certificate No. _______________ issued at __________ on _____________
Doc. No.___
Page No. ___
Book No. ___
Series of 2013
Envelope1/Form 2-A/2008
AUTHORITY FOR CORPORATIONS
((For one-time bidding)
SECRETARYS CERTIFICATE
________________
,
of
legal
age,
Filipino
with
office
address
at
________________________ , being the duly elected and qualified Corporate Secretary of
____________________
,
Inc.
(the
Corporation),
with
principal
office
at
_____________________________________, under oath does hereby certify:
That at the special/regular/annual meeting of the Board of Directors held on _______, at
which a quorum was present and acting throughout, the following resolution was unanimously
approved:
RESOLVED that ______________________________ , Inc. (the Corporation)
participate in the bidding for goods and services requirements of the University of the
Philippines Los Baos for the year 2013.
RESOLVED FURTHER, That its President/General Manager , whose
signature appears below is authorized to negotiate the terms and conditions of the
bidding, post/withdraw all kinds of bonds required in the bidding process in
accordance with RA 9184; execute, sign and deliver all documents required by the
UPLB necessary to participate complete the bidding process; do all acts and things
necessary to accomplish this authority; and appoint , from 1 January 2012 to 31
December 2012, any employee or officer of the Corporation to accomplish this
authority.
______________________
(Signature of President/ General Manager)
That the foregoing resolution has not been repealed amended or modified and
remains to be valid and subsisting as of the date hereof.
IN WITNESS WHEREOF, this Certificate has been signed this __ day of ______
2012 at ____________.
______________________
Corporate Secretary
SUBSCRIBED AND SWORN TO before me this ___ day of _____2013 Affiant exhibits to
me his Community Tax Certificate No. _______________ issued at __________ on _____________
Doc. No.___
Page No. ___
Book No. ___
Series of 2013
BAC-UPLB
Envelope1/Form 2B/2008
AUTHORITY FOR CORPORATIONS
((For one-time bidding)
(Letterhead of Corporation)
AUTHORITY
To
Re
_____________________________
(Signature of authorized representative of the Corporation)
______________________ , Inc.
By:
___________________________
President/General Manager