SLED Opportunity · FLORIDA · PINELLAS COUNTY SCHOOL DISTRICT
AI Summary
Pinellas County School District seeks bids for appliance repair parts and supplies. Bids due April 22, 2026. Contract runs June 10, 2026 to June 9, 2027. Award based on highest discount from manufacturer list prices. Delivery to Walter Pownall Service Center with firm fixed discounts including freight.
The Pinellas County School District (District) is soliciting sealed electronic bids in response to Appliance Repair Parts & Supplies. Bids are due before 3:00 pm on Wednesday, April 22, 2026. Bids may be received up to but not later than, the date and time listed above, via the District e-Procurement Portal located at https://procurement.opengov.com/portal/PCSB. The District e-Procurement Portal Clock is the official clock for the determination of all deadline dates and times. Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections. The Pinellas County School District Purchasing Department strongly recommends completing your response well ahead of the deadline.
Pinellas County Schools has partnered with OpenGov Procurement which provides government agencies and their suppliers with a comprehensive and easy to use web-based eProcurement system. Registered suppliers receive automatic notification and transmittal of bid solicitations, and there is no charge to register and subscribe to receive PCS solicitation notifications. Please visit https://procurement.opengov.com/portal/pcsb to register and subscribe.
Once you have downloaded bid documents from an OpenGov notification you will automatically receive an e-mail notifying you when any addenda are issued or questions posted have been answered. If you obtain our solicitation documents from any other source, we cannot guarantee that you will automatically receive subsequent notifications of addendums. To assure that you are automatically notified, you must visit the above website and download the bid document. The District will not be responsible if you fail to receive any and all addendums if you obtain the original bid document from another source.
The district will give consideration to prices established by the State of Florida Department of Management Services, Division of Purchasing through its contracts and negotiated agreement price schedules.
The procurement contact for this solicitation is Jena Grage and can be reached at gragej@pcsb.org.
Submit Electronic Responses via the District e-Procurement Portal:
https://procurement.opengov.com/portal/PCSB
Bid Specifications
The purpose and intent of this invitation to bid is to select qualified suppliers to provide and deliver Appliance Repair Parts & Supplies on an as needed basis, to the Maintenance Department at the Walter Pownall Service Center, and to secure firm fixed discounts for the contract period as specified herein.
The Pinellas County School District (District) “General Terms and Conditions” School Board Adopted 12/08/09 Revised 12/02/2025 can be found at the following link: https://resources.finalsite.net/images/v1767644581/pcsborg/pty67uqfdi5g2pkphbrc/GeneralTermsandConditionsFINAL1222025.pdf
By submitting a proposal, Proposer agrees to abide by all District Terms and Conditions.
The Contract Period shall commence on June 10, 2026, and end June 9, 2027. Prices and discounts shall remain firm for this period and shall include ALL freight and handling charges.
Provide the following certifications along with your bid proposal or your bid could be declared non-responsive.
1. A letter from each manufacturer certifying that the bidder is an authorized dealer for sales and warranty service for any equipment manufacturer bid.
The awarded bidder (supplier) shall maintain a local business office or supply warehouse within a seventy-five (75) mile distance from the Pinellas County School Board, Walter Pownall Service Center located at 11111 S. Belcher Road, Largo, FL 33773. Bidder shall be accessible by a local or toll-free telephone number during regular business hours.
There is no renewal option for this contract.
F.O.B Destination Point:
Walter Pownall Service Center
11111 South Belcher Road
Largo, FL 33773-5210
The awarded bidders (suppliers) shall deliver all ordered items, within a reasonable amount of time and maintain high service levels to the Maintenance Department. “Reasonable” for the purpose of this bid, shall be defined as three (3) days or less from date of purchase, unless ordered item is on back order from manufacturer with notification to Pinellas County School’s Maintenance Department.
Bidder shall be accessible by a local or toll-free telephone number during regular business hours. Bidder (supplier) shall provide a contact representative familiar with the terms and conditions of this bid.
Any questions regarding this bid should be posted in the Questions & Answers section in the District e-Procurement Portal, OpenGov at https://procurement.opengov.com/portal/PCSB.
The procurement contact for this solicitation is Jena Grage and can be reached at gragej@pcsb.org.
All products require adequate packaging to protect them from damage in transit. Packaging must fully cover and protect merchandise. Suppliers must fully comply with all special packaging requirements.
The District, through its Director of Purchasing, has the option and reserves the right to unilaterally extend the original contract term or any renewal term for up to three (3) additional thirty (30) day periods, at the same terms and conditions. Notice of the District’s intent to renew shall be provided by the District in writing to the Contractor Supplier prior to the expiration of the contract, or the renewal period if the contract has been previously renewed.
The District will allow a price escalation/de-escalation provision within this award. The original bid prices shall remain firm for the first term of the agreement. A price escalation/de-escalation will be allowed at each renewal period, provided the Awardee notifies the District, in writing, of the pending price escalation/de-escalation a minimum of 60 days prior to the final day of the current term. The price escalation percentage change shall not exceed the previous 1-year’s percentage change of the Consumer Price Index for All Urban Consumers (CPI-U) published by the U.S. Department of Labor’s Bureau of Labor Statistics. If bidding discounts from list price, discounts offered may not change. Failure to comply with these instructions shall be grounds for disallowance of a price escalation as allowed herein.
If, at the point of exercising the price escalation provision, market media indicators show that the Consumer Price Index for All Urban Consumers (CPI-U) has decreased, and that the Awardee has not passed the decrease on to the District, the District reserves the right to place the Awardee in default, cancel the award, and remove the Awardee from the District’s Bidders List for a period of time deemed suitable by the District. In the event of this occurrence, the District further reserves the right to utilize any and/or all options as stated herein.
Items in the invitation to bid are to be delivered to one central Pinellas County School’s location. All deliveries are to be F.O.B destination, freight prepaid and included as per purchase order to the following location. In addition: Items considered special / overnight or items over the allotted weighted size PCSB will incur freight charges up to $100.00.
School Board of Pinellas County, Florida
Walter Pownall Service Center – Maintenance Department
11111 S. Belcher Road
Largo, Florida 33773-5210
Note: All deliveries shall require inside delivery.
If the supplier ships an incorrect part item or a warranty item requires return shipping, the supplier shall provide electronic pre-paid return shipping labels (call tags). Electronic return shipping labels shall be e-mailed to:
PCS, Representative (provided at award)
The District may, in its sole discretion, make an equitable adjustment in the contract terms and/or pricing if pricing or availability of supply are affected by extreme and unforeseen volatility in the marketplace, that is, by circumstances that satisfy all of the following criteria:
The determination as to whether a situation represents “extreme” volatility of the marketplace and/or whether the effect on pricing or availability is “substantial” shall be solely at the discretion of the District. Requests for adjustments will not be considered more than once in a one-year period. Adjustments and renewal escalation may not be exercised in the same term.
Unless otherwise specified, items provided must be new, first quality (No seconds), and carry the manufacturer’s standard warranty. During the warranty period, the successful bidder (supplier) must replace any defective items without cost to the district with the understanding that all replacements shall carry the same guarantee as the original item provided. The successful bidder (supplier) shall make any such replacements immediately upon receiving notice from the district’s Maintenance Department. The bidder (supplier) shall resolve all quality issues with their respective manufacture or supplier, without the involvement of the district. If the bidder (supplier) is the manufacturer and supplier, the vendor shall satisfy the needs of district immediately, without dispute.
A pre-bid conference will be held at NO VALUE on NO VALUE starting at NO VALUE. Attendance at this pre-bid conference is MANDATORY in order for all potential Bidders to receive the benefit of answers to theirs and other’s technical questions first hand. If you are not the prime Bidders but are attending on behalf of someone else, please make note of this when signing the attendance roster where indicated. We apologize for any inconvenience this may cause you, but it is imperative that all information be disseminated in a public forum with all potential Bidders present to minimize confusion or misunderstandings. Additions or changes to the original bid documents resulting from this conference of a material nature, will be documented in the form of written addenda and distributed via the District's OpenGov Procurement portal at: https://procurement.opengov.com/portal/pcsb. Please note that if you are late to this mandatory pre-bid conference you will not be eligible to sign the attendance roster and therefore may not submit a bid. You may still, however, attend the conference if you wish.
A pre-bid conference will be held at NO VALUE on NO VALUE starting at NO VALUE. Attendance at this pre-bid conference is NON-MANDATORY/OPTIONAL. If you are not the prime Bidders but are attending on behalf of someone else, please make note of this when signing the attendance roster where indicated. We apologize for any inconvenience this may cause you, but it is imperative that all information be disseminated in a public forum with all potential Bidders present to minimize confusion or misunderstandings. Additions or changes to the original bid documents resulting from this conference of a material nature, will be documented in the form of written addenda and distributed via the District's OpenGov Procurement portal at: https://procurement.opengov.com/portal/pcsb.
The awarded bidder (Supplier) shall be required to verify part numbers, description or model and serial number of all items prior to order placement. A Pinellas County Schools Maintenance Department representative will provide a material requisition worksheet form with part/item information for the Supplier to use for part verification and discounted pricing information. The Supplier will return the completed worksheet to the originator for confirmation and order processing.
The awarded bidder (supplier) shall deliver all ordered items, within a reasonable amount of time and maintain high service levels to the Maintenance Department. “Reasonable” for the purpose of this bid, shall be defined as three (3) days or less from date of purchase, unless ordered item is on back order from manufacturer with notification to Pinellas County School’s Maintenance Department. The supplier may be held in default for failing to meet expectations for “reasonable delivery” on two or more occasions. Items not back ordered from manufacturer that have not been delivered for a period greater than (3) days will be considered delinquent and the bidder (supplier) may be subject to default procedures. All billing shall originate from the supplier and not from a third party. It is the responsibility of the Supplier to ensure that all invoices reflect the correct bid discount pricing. It is the Supplier's responsibility to provide this information to its billing department. Please note that the Pinellas County School District is exempt from Florida state sales tax. The bidder (supplier) shall extend discount pricing of listed items to all other Pinellas County School facilities and departments who may wish to purchase from this contract. Any issues noted regarding substandard performance of the supplier will be immediately conveyed to the Supplier by the Maintenance Department for corrective action. Awarded bidder (supplier) shall provide ‘no cost’ factory training for Pinellas County School District Maintenance Department personnel when training is being held at a Florida location. Bidder (supplier) will not be responsible for travel expenses to and from training site.
For the purposes of calculating the amount of a protest bond, this contract is valued at approximately $300,000/year, excluding renewal options. This is only an estimate and the actual amount could vary up or down. The District will not be held responsible if actual purchases are less than this amount.
Substitutions of product will only be considered when the manufacturer has discontinued the product, the product is obsolete, or the producer/manufacturer is having difficulties in the manufacture and/or delivery of the product. Awardee is required to notify PCSB that the manufacturer’s item awarded is scheduled for discontinuance and will no longer be available for purchase. Awardee is required to notify PCSB and must provide an approved substitute at the originally awarded price (OR) a price reduction based on technology advances in the marketplace or manufacturer of the item being substituted.
The District reserves the right to compare pricing with other vendors. If such comparisons reveal that other vendors are selling the same replacement product for less, the district may purchase the product from a lower cost source. Vendor requests to offer substitute products for any item originally awarded on this bid shall be submitted in writing to the Purchasing Department at gragej@pcsb.org Purchasing Department (727) 588-6347 along with the following documentation:
• Proof that the manufacturer has discontinued the item and it is no longer available.
• Complete technical specifications for the substitute product for consideration and approval by the district.
The district must issue written acceptance before the vendor may ship any substitute product. Circumstances may warrant verbal acceptance by the Purchasing Department as needed with written acceptance thereafter.
Bid and Performance Security are required with this bid. See Bid Security Instructions in Bid Proposal section of this Invitation to Bid.
After the bid is awarded successful bidder (supplier), must supply current manufacturers’ retail price list pages to the Purchasing and Maintenance Departments and update them accordingly.
Each bid proposal shall include all information and submittals required or requested in this bid.
Incomplete bid proposals may be declared non-responsive.
Section 787.06(13), Florida Statutes requires all nongovernmental entities executing, renewing, or extending a contract with a governmental entity to provide an affidavit signed by an officer or representative of the nongovernmental entity under penalty of perjury that the nongovernmental entity does not use coercion for labor or services as defined in that statute. The Pinellas County School Board is a governmental entity for purposes of this statute. An affidavit is attached hereto. The affidavit shall be filled out, fully executed and returned as part of your bid/proposal response or the response shall be deemed non-responsive.
This contract will be awarded to the most responsive and responsible bidder offering the highest average percentage discount per category. Discount percentage to be deducted from the manufacturer’s list price. The awarded bidders will be required to provide updates to each manufacturer’s list pricing as they become available.
The District reserves the right to award by line item, by section, or by aggregate total, whichever is most advantageous to the District. For aggregate total awards, bidders must have bid on ALL items listed or the bid shall be deemed non-responsive.
Delete or keep this as needed.
As required by The Jessica Lunsford Act [s.21 of Ch.2005-28, L.O.F.], if anyone representing a Supplier under contract with the school District will have access to school grounds when students are present, have direct contact with students or have access to or control of school funds, such personnel are required to be screened at Level 2, to include fingerprinting, statewide criminal and juvenile justice records checks through the Florida Department of Law Enforcement and federal criminal records checks through the Federal Bureau of Investigation. [s. 1012.465, Florida Statutes]
The requirements of this law must be met in order for the School Board to contract with your company. To make an appointment to be screened by Pinellas County Schools, go to: http://fieldprintflorida.com/
For a full submission (fingerprinting and a badge) use the code FPPCSNETVendorsJLA. For a badge only (FSSR requests, lost or broken badges) use the code FPPCSBadge.
If Contractor/Supplier is awarded all or a portion of this bid, Contractor/Supplier hereby acknowledges and agrees to abide by the Florida Jessica Lunsford Act (1012.465, F.S.) and obtain, at its own cost, Level 2 clearance of all employees, agents, and subcontractors who (1) have access to school grounds when students are present, (2) have direct contact with students, on or off school grounds, or (3) have access to or control of school funds.
Contractors will adhere to the rights of access Pinellas County School’s (PCS) property, including any defined Easement area, and to all State of Florida statutes and Florida State Board of Education rules regarding school safety and security.
Specifically, a vendor shall not:
Contractor further understands the limitations identified in (i)-(iii) above are non-exclusive and contractor obligations may change as state statute and Florida State Board of Education rules evolve. The phrase “locked portion of the Easement area or PCS property” is defined as any locked vehicle, pedestrian gate, or door on any PCS property.
Insurance is required of all Suppliers who perform work on School Board premises. If this bid requires that you work on our premises, an attachment titled: Insurance Specifications for Contractor/Suppliers will be included giving details.
This bid does NOT establish an exclusive arrangement between the District and Supplier. The District reserves, but is not limited to, the following rights:
All equipment purchased from this bid shall carry the manufacturers’ standard warranty, unless otherwise specified.
If not bidding the exact product specified by brand and product number, Bidders should always be prepared to furnish an exact sample of any alternate product offering upon request. Such submittals shall include all requested accessories and complete technical specifications for the item.
Samples are required even if bidding specified brand and product number. Samples must be furnished by no later than the closing of the bid as indicated on the Bid Sample Label.
All sample containers are to be clearly identified as bid samples using the Samples Label found as an attachment to this document. Samples should be sent PREPAID to the contact information listed on the Samples Label.
Samples must be furnished to the District at no expense to the District. Samples may be either destroyed or consumed through the evaluation process to determine compliance with specifications. We cannot guarantee return of samples. Samples which are not destroyed or consumed may be picked up by the Bidder at the Bidder’s expense. Any samples remaining longer than thirty (30) days after the bid award date will become District property.
If not bidding the exact product specified by brand and product number, Bidders should always be prepared to furnish an exact sample of any alternate product offering upon request. Such submittals shall include all requested accessories and complete technical specifications for the item.
Samples are required ONLY if bidding an alternate brand and product number. Samples must be furnished by no later than the closing of the bid as indicated on the Bid Sample Label.
All sample containers are to be clearly identified as bid samples using the Samples Label found as an attachment to this document. Samples should be sent PREPAID to the contact information listed on the Samples Label.
Samples must be furnished to the District at no expense to the District. Samples may be either destroyed or consumed through the evaluation process to determine compliance with specifications. We cannot guarantee return of samples. Samples which are not destroyed or consumed may be picked up by the Bidder at the Bidder’s expense. Any samples remaining longer than thirty (30) days after the bid award date will become District property.
If not bidding the exact product specified by brand and product number, Bidders should always be prepared to furnish an exact sample of any alternate product offering upon request. Such submittals shall include all requested accessories and complete technical specifications for the item.
Samples are requested. Bidders will have TBD days to furnish samples after request has been made in writing. Failure to furnish samples within the requested time will cause your bid to be rejected for those items.
All sample containers are to be clearly identified as bid samples using the Samples Label found as an attachment to this document. Samples should be sent PREPAID to the contact information listed on the Samples Label.
Samples must be furnished to the District at no expense to the District. Samples may be either destroyed or consumed through the evaluation process to determine compliance with specifications. We cannot guarantee return of samples. Samples which are not destroyed or consumed may be picked up by the Bidder at the Bidder’s expense. Any samples remaining longer than thirty (30) days after the bid award date will become District property.
If not bidding the exact product specified by brand and product number, Bidders should always be prepared to furnish an exact sample of any alternate product offering upon request. Such submittals shall include all requested accessories and complete technical specifications for the item.
Samples are requested. Bidders will have TBD days to furnish samples after request has been made in writing. Failure to furnish samples within the requested time may cause your bid to be rejected for those items.
All sample containers are to be clearly identified as bid samples using the Samples Label found as an attachment to this document. Samples should be sent PREPAID to the contact information listed on the Samples Label.
Samples must be furnished to the District at no expense to the District. Samples may be either destroyed or consumed through the evaluation process to determine compliance with specifications. We cannot guarantee return of samples. Samples which are not destroyed or consumed may be picked up by the Bidder at the Bidder’s expense. Any samples remaining longer than thirty (30) days after the bid award date will become District property.
All invoices, packing lists, and correspondence must reference our purchase order number, the maintenance department’s work order control number, tech’s name who placed the order, the school or facility parts are ordered for, the cost center number, manufactures list price, discount percentage off manufacturer’s list price , and final price. All credit invoices must contain the original invoice number, the description of the item being credited, school name, cost center number and the workorder number. Unless otherwise stated in the Special Conditions, payment will only be made after the merchandise or services have been:
• Received complete or substantially complete;
• Inspected and found to comply with all specifications and be free of damage or defect;
• Properly invoiced.
• Copy of invoices shall be electronically emailed to PCS, Representative (provided at award)
To ensure timely payment, all original invoices should be submitted to the accountpayable@pcsb.org. The district observes the State of Florida’s Prompt Payment Act payment terms of (Net 45), 218.74, F.S., for all invoiced payments. Photocopies of original invoices may be sent to other district personnel if requested, but the original copies must be sent to the Accounts Payable Department. Only the Accounts Payable Department may direct you otherwise. Failure to follow this procedure may result in payment delays.
Bidders must disclose any special invoicing requirements within their bid response, which deviate from the General Bid Terms linked in this document.
Regular School Year
Days of operation are Monday thru Friday (excluding holidays) 8 a.m. to 4:30 p.m.
Warehouse receiving 6:30 a.m. to 2 p.m.
Summer
From approximately the 1st week of June thru the 1st week of August all schools are closed, with the exception of those that may be in summer session. Beginning the 2nd week of August, schools are once again in session. For more specific information call (727) 588-6143 to confirm if a school can accept deliveries.
Days of operation are Monday thru Thursday as follows:
Administrative Facilities and Schools: 7:30 a.m. to 5:30 p.m.
Walter Pownall Service Center: 6:30 a.m. to 5 p.m. (receiving 6:30 a.m. to 4:30 p.m.)
Each year, schools and administrative offices are closed for Thanksgiving, winter and spring break periods. Shipments cannot be accepted during these periods. These dates as outlined on the Pinellas County Schools website will vary each year depending upon our negotiated personnel calendar and when the holidays actually fall. Be sure to check the site for specific dates here: https://www.pcsb.org/staffcalendar.
| Bid Posted on District's OpenGov Procurement Portal and Initial Notifications Sent: | March 23, 2026 |
| Deadline to Additional Information or Clarifications: | April 8, 2026, 3:00pm |
| Bids Due: | April 22, 2026, 3:00pm |
| Evaluate Bids and Make Selection of Contractor(s): | 4/22/2026 thru 5/8/2026 |
| Recommendation for Award Submitted to Purchasing by (specify school or department name): | Maintenance Department |
| Notice of Intent to Award Posted on District's OpenGov Procurement Portal: | 6/2/2026 |
| Submit Recommendation for Award to School Board for Approval (estimated date of School Board approval): | June 9, 2026 |
*If the time allotted to evaluate bids and make the selection of contractors as stated above proves to be insufficient, the posting of the Notice of Intent To Award and the Board approval date could both slip two weeks or more. Continue to monitor our website or contact the purchasing department for more specific information as to when the notice will be posted.
During any solicitation period, including any protest and/or appeal, no contact with District officials or employees, other than with the individuals specifically identified in the solicitation, the Director of Purchasing or the Legal Department is permitted from any Bidder. Such communication may result in an automatic disqualification for selection in the pending solicitation and any subsequent District solicitations for a period of six (6) months, no matter the outcome of the solicitation or any protest and/or appeal.
Additional questions or clarifications regarding this solicitation shall be directed through the project page on the District's OpenGov Procurement portal before 3:00 pm on Wednesday, April 8, 2026.
The names of all firms who have submitted a timely bid, shall be made public immediately following the bid due date and time expiring. Interested parties can view this information at OpenGov.com under the advertised bid title. Any recordings and/or bid proposals shall be exempt from public records requests until such time as the notice of an intended decision is published or until 30 days after opening the bids, proposals, or final replies, whichever occurs earlier.
If the District rejects all bids, proposals, or replies and concurrently provides notice of its intent to reissue a competitive solicitation, any recordings, bid proposals or records submitted, remain exempt from public records requests until such time as the District provides notice of an intended decision concerning the reissued competitive solicitation, until the District withdraws the reissued competitive solicitation, or 12 months after the publication of the initial notice rejecting all bids, proposals, or replies. Section 119.071(1)(b), F.S.; and Section 286.0113, F.S.
Please be aware that any meeting at which (1) there is negotiation with a Supplier, (2) a Supplier makes an oral presentation, or (3) a Supplier answers questions, pursuant to a competitive solicitation, are closed to competitors and other members of the public. Team meetings at which negotiation strategies are discussed are likewise closed. Such meetings shall be recorded.
PLEASE NOTE: Documents and Bid Amounts initially publicized are based upon what has been provided by each bidder and serve to formalize that a public opening of bids or proposals occurred on the date identified. The information publicized is subject to change once the Purchasing Department and District division have reviewed the bids for accuracy. Publicized documents do not convey a notice of intended action. All bids or proposals received are subject to comprehensive review to determine responsiveness and responsibility.
As stated in paragraph 12 of the General Terms and Conditions, PUBLIC ENTITY CRIME & CONVICTED VENDOR LIST, please complete, sign and notarize the “SWORN STATEMENT UNDER SECTION 287.133(3)(A),FLORIDA STATUTES, PUBLIC ENTITY CRIMES” form provided in the Bid Proposal of this Invitation to Bid. This form MUST be included in your response in order for your bid/proposal to be responsive.
Public Records: Section 119.0701, Florida Statutes, requires that the Contractor comply with Florida’s public records laws with respect to services performed on behalf of the School Board. Specifically, the statute requires that the Contractor:
Bidders shall use the original Bid Proposal Forms provided in this Invitation to Bid and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to any of the forms in the Bid Proposal if sufficient space is not available on the original form for the Bidders to enter a complete response. Any modifications or alterations to the original bid documents by the Bidders, whether intentional or otherwise, will constitute grounds for rejection of a bid. Any such modifications or alterations that a Bidders wishes to propose must be clearly stated in the Bidder’s proposal response and presented in the form of an addendum to the original bid documents.
Bidders taking any exceptions to the General Terms and Conditions, linked herein, will be reviewed by staff prior to evaluation of bids. Exceptions to the General Terms and Conditions may be cause for rejection of your bid.
For your convenience, the forms which are required to be completed and submitted along with your bid will be provided along with this Invitation to Bid on the District's OpenGov Procurement portal. If sufficient room has not been provided on a given form to enable you to enter a complete response, please include a supplemental attachment or replicate pages in the form as necessary. All required sections of the Bid Proposal must be completed or the portal will not allow submittal of a given bid response.
Pinellas County Schools reserves the right, within statutory limits, to extend the terms and conditions of this solicitation to any and all other agencies within the state of Florida as well as any other federal, state, municipal, county, or local governmental agency under the jurisdiction of the United States and its territories. This shall include but not limited to private schools, parochial schools, non-public schools such as charter schools, special districts, intermediate units, non-profit agencies providing services on behalf of government, and/or state, community and/or private colleges/universities that require these goods, commodities and/or services. This is conditioned upon mutual agreement of all parties pursuant to special requirements, which may be appended thereto. The supplier/contractor agrees to notify the issuing body of those entities that wish to use any contract resulting from this bid and will also provide usage information, which may be requested. A copy of the contract pricing and the bid requirements incorporated in this contract will be supplied to requesting agencies.
Each participating jurisdiction or agency shall enter into its own contract with the awarded Contractor and this contract shall be binding only upon the principals signing such an agreement. Invoices shall be submitted in duplicate "directly" to the ordering jurisdiction for each unit purchased. Disputes over the execution of any contract shall be the responsibility of the participating jurisdiction or agency that entered into that contract. Disputes must be resolved solely between the participating agency and the Contractor.
When deemed to be in the best interest of the District, the District may cancel any award resulting from this specification by the following means:
The District reserves the following rights to:
Bidders are required to register for an account via the District e-Procurement Portal hosted by OpenGov. Once the bidder has completed registration, they will receive addenda notifications to their email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each bidder to periodically check the site for any addenda at https://procurement.opengov.com/portal/PCSB. Interpretations of the bid, clarification of bid specifications and requirements or changes to the bid which have a material effect will be documented and communicated to bidders only by written addenda. Verbal responses to bidders’ questions do not constitute an official response unless documented in the form of written addenda and shall be considered inadmissible in bid protest proceedings. Failure to acknowledge addenda containing material changes may constitute cause for rejection of your bid proposal. Telegraph, facsimile or e-mail acknowledgements of addenda will not be accepted.
Bidders that accept Visa/Mastercard payments can be enrolled in the District’s ePayments program for faster payment turnaround. Interested parties can contact the Districts purchasing card provider, JP Morgan, for enrollment in the program at sua.supplier.support@jpmchase.com, or by phone at 877-263-5184. Unless exception to this condition is indicated in the answer provided here, the Bidders, by submitting a bid, agrees to accept the purchasing card as an acceptable form of payment and may not add additional service fees or handling charges to purchases made with the purchasing card.
Are you able to accept credit card payments at this time?
Please download the below documents, complete, and upload.
Contractor must provide to School Board evidence of compliance with Florida law regarding E-Verify. Evidence may consist of, but is not limited to, providing notice of Contractor’s E-Verify number coupled with an affidavit that all of Contractor’s Subcontractors similarly comply with the law.
Pursuant to Section 448.095, F.S., the Contractor is required to be registered with the U.S. Department of Homeland Security’s E-Verify system prior to entering into a contract with the Pinellas County School Board. The Contractor shall use the E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the contract term. The Contractor shall include an express provision in all of its subcontracts requiring subcontractors, who perform work or provide services pursuant to the contract, to use the E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. For more information on this process, please refer to United States Citizenship and Immigration Service site at:
http://www.uscis.gov/portal/site/uscis
Only those employees determined eligible to work within the United States shall be employed under this contract.
By submission of a bid in response to this solicitation, the Contractor affirms that all employees in the above categories shall undergo e-verification before placement on this contract. Evidence may consist of, but is not limited to, providing notice of Contractor’s E-Verify number coupled with an affidavit that all of Contractor’s Subcontractors similarly comply with the law.
A public employer, contractor, or subcontractor who has a good faith belief that a person or entity with which it is contracting has knowingly violated Section 448.09(1), Florida Statutes is obligated to terminate the contract with the person or entity pursuant to Section 448.095(2)(c)1, Florida Statutes. If the Pinellas County School Board terminates the contract for the foregoing reason, the contractor may not be awarded a public contract for at least one (1) year after the date on which the contract was terminated, and the contractor will be liable for any additional costs incurred by the Pinellas County School Board as a result of the termination of the contract.
Please upload your proof of insurance here, including evidence of workers compensation coverage.
Have you sent in your samples for them to be received by the District prior to the due date and time of bids?
Please upload confirmation of your submittal of samples using the label specified by the District. If you have confirmation of delivery already available you are encouraged to upload that here along with your sample label.
Is your bid based on an alternative product or model? And if so, have you sent in samples of the alternative product you are bidding with for them to be received by the District prior to the due date and time of bids?
If you are not bidding based on an alternative product or model then simply select "No" for this question.
Please upload confirmation of your submittal of samples using the label specified by the District. If you have confirmation of delivery already available you are encouraged to upload that here along with your sample label.
Samples have been requested as part of this Bid. Please upload confirmation of your submittal of samples using the label specified by the District. If you have confirmation of delivery already available you are encouraged to upload that here along with your sample label.
Please review forms.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
The Bidders, by submitting a bid here, certifies that its bid is made without previous understanding, agreement, or connection with any person, firm or corporation making a bid for the same item(s), and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action.
Bidder hereby certifies that all information provided within this submittal is accurate to the best of their knowledge and acknowledges that they have provided proof of their authority to submit a bid on behalf of the stated Company name committing them to the information contained within said submittal.
A bid submitted here obligates the Bidders to all terms, conditions and specifications stated in this bid document, unless exceptions are taken and clearly stated in the Bidder’s bid documents.
Bids somehow received after the stated submittal deadline will not be accepted.
Will this bid have a contract period?
Enter the start date of the contract.
Enter the end date of the contract.
Is there a renewal option for the contract resulting from this solicitation once the initial term has expired?
What is the duration or period of time that the renewal will be valid for?
NOTE: State the term using written and (numeric) values as well as the unit of duration (months, years, etc.)
EXAMPLE
two (2) years
Will there be a pre-bid conference for this solicitation?
Will the pre-bid conference for this particular solicitation be mandatory or will it be non-mandatory/optional?
What is the estimated or approximate value of the contract likely to result from this solicitation? If there is a yearly amount, be sure to state "/year" after the amount.
EXAMPLE 1 (contract total):
$50,000
EXAMPLE 2 (contract total per year):
$50,000/year
Select the option which applies to this particular solicitation regarding product samples.
How many days will bidders have to furnish samples after a request has been made in writing?
NOTE: Be sure to state both written and numeric value
EXAMPLE:
five (5)
Will this bid result in work being performed by the contractor on District property?
NOTE: A "Yes" answer here includes the insurance specifications for contractors attachment.
Will this procurement require any form of bid security or guaranty?
Example: Bid Bond, Cashier's Check, etc.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.